HomeMy WebLinkAboutWWP2701999(21) Pro 2 LID 314 East Valley Highway 1 of
Bid Proposal & Specifications
i
BEGINNING
OF
FlU TME LID 31
0 A6,w 03
89--or
i
y
r • ' 1
4
CITY OF REI4TON
' TO THE CONTRACT DOCUMENT FOR
L.I.O. 0314 - EAST VALLEY ROAD
' TO ALL PLANHOLDERS:
You are hereby notified of the following Changes, adast'ons, deletions and
t corrections to the Contract Documents, Specifications, Proposal and Plans
for trio City of Renton L.I.D. 0314 Street Improvemedt Project.
plans
i. S.M. 27th Street is to be realigned west of Springbrodk Creek. The
' realignment consists of shifting the roadway southerly 45 feet. This
realignment will require additional bank run gravel. Class "b", set-
tlement platforms, surcharge excavation and other miscellaneous items
all of which will be paid for based on the unit prices In the bid.
' East Valley Road from approximately Station U2 U to 92+00 will be
shifted westerly four feet. This shift will result in minor quantity
' changes all of which will be Palo for [Alfa on the unit prices In the
bid.
3. The 60" storm line in S.M. 19th Street well of Livid Avenue S.M. may
' be redesigned so that it is located north of the centerline. Any
surface restoration in unpaved areal ♦SSUciated with U'is redesign
should be Incorporated in the bid price for finish acid Clean-uP.
Also minor quantity cntrnget will be Pula for based on the unit prim%
in trio bid.
Delays
1. In* Contractor should consider when blodlny the POSSiollty Of A delay
Of up to six muntns In securing access to that portion of S.W, 27th
' Street west of Springbrodk Creak. If access to ill's porttoh of the
prolecl is delayed, no additional compensation will be paid batea on
the delay.
' D►'anon
1, S,W, 19th Street west of Lind Avenue S.W., except for the 60" $torm
drain and ppurtenance, may not be 1>01t. If these Improvements art
not installed, the value of the Prd3ect will be reduced based upon
the reduction 1n did quantitits at the unit prices in the bid.
Oelete 'ten 13, Schedule A-3 and item 16, Schedule 6-4. Continuous
ground wire Snail not be required.
3. Oelete Item 23, Schedule A.1 ana Item 25, Schedule 6-1 (Remosf and
"locate Existing Signs).
CITY Of RENTON
' ADDENDUM 40. 2
TO THE CONTRACT DOCUMtNT FOR
L.I.D. 0314 - EAST VALLEY ROAD
tTO ALL PLANNOLDERS:
' You are hereby notified of the following changes, additions, deletions and corrections
to the Contract Documents, SPOCHICatlen%, ProPnsal and Plans for the City of Renton
L. I.D. 0314 Street Improvement Project.
tSPECIFICATIONS
PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE
tThe minimum policy limits of such Insurance %hall be as follows: The amount of Coverage
%hall not be less than $1,000,000 for bodily Injury, including death, to any one par%".
' of not to%s than 5I,LOO,000 for each occurrence: and property damage of not loss than
S1,000,000 for each occurrence, In addition, an umbrella coverage of not loss then
$5.000,000. thl% limit shall apply to both comprehenslye general liability and vehicle
liability.
WORKING DAYS AND CONTRACT COMPLETION
Recognited holiday% alto include the 2)rd and 24th of December, 1982,
OVERTIME FIELD ENGINEERING
The overtime reimbursement rate shall be S50.00 per hour.
LI UIOATED.DAMAGES
tLlguidated damoge% for failure to complain the contract within the specif led time will
result in Jomages being a%%a%%ad at the rate of $840.00 per working day
' SECTION 2 '. RIP�RAP
Riprap shall be placed and installed in au Wrdan[e with Section 8-15 of the Mathington
State Department of Transportation Standard Specifications for Road and Ar;dge Construt•
,Ion, 1980 Edition, for "Loose Rip-Rap" and shall conform to the grading sites for
"Light Loose Rip-Rap" in accordance with Soction 9.13 of the NSOOT Standard Speclfice^
' tlnn, for Road and Bridge Con%truttion, 1580 Edition,
1 v 47 - EROSION CONTROL
Add: The application of fertilizer, mulch and Nod shall be made In two (2) appitution%,
60 to 90 days apart, however, the second application shall be applied only between Morch 1st
end Docember ISt. The fertilltor %hall be applied at the rote of 500 lbs. par acre, the
mulch %hall be applied at the rate of 2,000 (dry weight) tbs. per acre. The seed mix %hall
be:
Colonial Bent Grass 104 (Percent by weight)
' Red Fescue 401
Perennial Rye 40%
Whits Dutch Clever 10!
(Pro-inocutated)
Percent Need teed .9t max.
Inert A Other Crop I ,4R Mon.
Addendum No. 2 - 2
SECT ION_Jtm R MOtk► Of EXISTING S!REET IMPROMM-4TS
S{ VMN
Pavement removal of existing street improvements including vortiand cement concrete
Pa nment • all classes, curbs, and gutters upon any type of base shall be incidental
' to unclassified excavation, The Contractor shall saw cut pavement as indicated on
the plans or directed by the Engineer. Payment for removal of existing street Improve-
ments, including Portland cement concrete pavement - all classes, curb and gutters
' upon any type of base, end saw cutting of pavement shall be Incirental to other Items
in the proposal and shall be complete compensation for all labor, materials and equip-
mart necessary to perform the work, including disposal.
' SECTION 62 - PIPE LAYING JOINTING 4 TWINO
I I N I 1
' All mainline gravity sanitary sewer, shall be inspected with video television cameras.
After completion of constructijn but prior t-a acceptance by the City, the Contractor
shall flush the mein line and utilieing television facilities compatible with the city
equipment, inspect and video tape record for the Engineer's approval of all main line
' sewer pipe, The Contractor shall provide the City with a video tape ecord of the
inspected sewer mains.
' Television Inspection shall be Incidental to other items of work ana and no further
compensation will be made.
SECTION 6 MANHOLES FOR STORM Af:p SANITARY SEVERS
Payment for manholes, as vhown on the plans, shall consist of a basic price for each,
' plus A unit Price per vertical foot for depth in excess of ten (10) feet. Payment
will be made at the unit prices bid for:
t "Storm Manhole, Diameter Inch" Per Each
"Extra Depth Manhole i -Tnch diameter)"
Per Vert —cal rpoj
"Sanitary Sewer Manhole, basic, AA" Diameter"
' Per tech
"Extra hep-h Sanitary Sewer Manhole"
Par Vertical Font
' SECTION 60 - SANITARY SEVERS AND STORM DRAINS
' d. All corrugated storm drain ,I;. joints shall be rubber gasketed "hugger' type bands.
SECTION 10 - SANITARY SEVER IIfT STATION
' The Contractor shall Install an enclosure with a "switch-over,, and "disconnect" for use
of on auxiliary power unit or a combination of the main power supply and auxiliary unit.
' An auxiliary Power supply receptacle and enclosure shall be CROUSNINDS STILE 2, )-Zaire,
-OLE or equal.
All electrical work shall be underground and meet all applicable City of Renton elec-
tmeal codes.
SECTION 191- SANITARY SEVER LIFT STATION (Continued)
TEIFMETRY EQUIPMENT
Qaneral De►criptlon
The Telemetry Equipment shell consist of A complrre working system to monitor several
Ilft station conditions monitored by the City of Renton Utilities Division.
Pump Rat Ion
1, Running time for three pump motors must be monitored,
2. Nigh Water Alarm
), Power Telephone line failure
1 Tefpmetry Equipment Specifications
The equipment shall be of s0110 stare design with plug-in modules or cards and shall
operate from a 120 volt AC source
Tr�nsmlttor
The transmitter shall be of a frequency shift design with a throe-frequency capability;
mark, space, and center frequency. The transmitter shall be complete In a replaceable
unit. This unit will be of plug-in construction for replacement or repair, The itens-
mitter shall be capable of being keyed by an external contact clutvro for mark and
space trequencies,
Transmitter power supply will be of sufficient site and rating to supply all voltages for
each frequency shift transmitter specified at the transmitter locations. The power supply
also shall have sufficient reserve for three additional transmitters.
' Termination
All transmitter channels, both input and output, will be brought out to a barrier type
terminal strip for easy access,
Transmitter Mountino
t Transmitter and Power supply shall be mounted in a rack or cabinet to allow room for
future expansion by the addleion of cards 0r modules.
Transmitter and power supply shall be mounted in a stainless steel or suitable fibre-
, glasr enclosure to permit the operation of the transmitter power supply In a humidity
environment of 95k.
tirynEmittar SDec�,ifiutipns
Frequency stability • ,15E (r 2 N2), Transmitter shall be capable of operating within
the temperature renge of -20�degrees C. to - 60 degrees C,
Total output of trar,smitter shall be adjustable to 0 oeM.
Keying operation shall be dry contact. Output Impedance ,all be 600 ohms nominal.
Receiver Speclflcallons
Receiver, power supply and Indicating alarm equipment shall be rack mounted in a cabinet
with doors Front and rear for access to components. The cabinet shall be approximately
72" high and IT' wide. Cabinet color will be specified at the time of the order, Receivers
shall be of a solid state design, plug-in modules or cards, for quick. replacement in the
event of a failure or need for repair. Receivers shall be capable of center Carrier
detection. Receivers shell have a sensitivity ad.lwtable from 0 Dom to -)5 OIN. Adjacent
bee600
0 the channel rejection shall be )5 Oe minimum. Normal Input Impedance to the receiver shall
Ohhms. Output of the receiver Shall be a single•pnlr, single-throw contact closure,
' In the receive Outpr rack, tan Power supply for the receiver shall also be mounted. This power
suPply shall have reserve capability to run additional receivers that my be plugged Into
the rack,
SECTION 105 - SANITARY S[YEA LIFT STATION (Continued)
' TELygilly EQUIPMENT (Continued)
Running time meter for each pump motor monitored +hell be Installed In a panel In
the rack. The motor %hall have a re-stt to 0 4a0a1illity. Each motor will have
engraved label to identify motor that Is monitored,
The vendor shall also Include an alteraata for a digital solid Rate display running
time monitor,
The rank that have an audlo alarm capable of at least fl; Ofl audio output. This
1 alarm moy ba .ono pulsed or continuous tone. The alarm panel %hall have a switch to
disable the audio alarm, The audlo alarm shall rt-sat automarlcally with the corroc-
iton of ;he vault. 'n addltion to the audio storm Perot the % than be a light di•piay
to indicate the fault Circuit anorgiaod There %hall br • , t dtsota;, for oath motor
1 to inditaty when motor Is operating. Those i`ght% ,. 411 have on various ongravod name
plate% idot ifying location and function MprlMws ad by those light%,
1 Mceiver_Specification% (Cont.)
Vendor will have to submit lull and complato technical drawings of equipment for %or-
ricinq units, The vendor also most certify that equipment E d will be avollable for
1 three years from the purchaso date for the future expansion of the Utilities Monitoring
System.
Et�u ipment Litt lSugga+t ed
1 :. _Maim Nn: OtsCrl lion
1 QC-) or OC-1 Outdoor Cabinet
1 t QA-) or Da 1 Mounting Frame
1 Qo-) or O►-) poser Supply
2 QT-10.1 or OT-10-3 Tone Transmitter
1 p�rlrn(
Lump sum. for lift Station ccmplate in place %hall be full compensation for all necessary
1 labor, material, equipment, Including trenching, installing underground telephone to
Pomp Statfan and all other costs Fvt work at specified and necessary to coop tote the
Lift Station.
1 DELAY IN 0[;L IVt§Y
Additional compensation will not be granted because of a delay in the delivery of the
1 pump station. The contract it" would be oxtendtd in accordance with the %pocificat-ions
it such delay occurs,
S[CTION 106jyREtQNCY ►OMEN OENEAATOA
The tNiler-mounted generator let shalt Novo in addlti,+n:
1 1. IIOVAC fllock Itator
2, IZVOC flattery Charged Automatic float Type
1 ), 12VOC flattery Cable
♦, fuel Level Indicator
S. Watt Motor
E, AC Atvvter
1 ). Troller Includes
a. Fenders
b. Safety Chains
1
SECTION 106 t"tAFf#CV POWEA GENERATOR (Continued)
t106.1 GENERAL (Continved)
c. Electric brakes
d. Clovis Hitch
a. Llcaneo Plate folder
f. Light System for Logo Operation on State Highways
q. Two Steel. Lockable with wasp and lest Locks (to City Pattern)
Locker Samos with Lids, 24" high a 2b" wide m f6" long,
h. four Emergency Lights, 12VOC an two retractable 8' lonq boom
' or Was to tllunlnato trailWgeeorstor and work areas.
I. Troller. generators and housing %hail be painted with approved
City of Menton color% and painting system: The City of Renton
' logo (as on the %pacification cover) 18" In diameter shall be
Pointed en the generator housing,
J. The trailer %hall be fully equlpoed for street oporotion on
State Highways,
1. Electrical table real or drum roller shall be provided mounted on the
troller,
1 5. The manufacturer shall orovido the services of a factory^tralned ropro-
tentative to perform the initial startup of the generator and to inttruct
the owner's operating parsonnal In the operation And maintenance of the
equipment provided by them.
' 10. The Contractor %hall furnish to the owner sir (6) Copies of complete
catalogue data for every manufactured item of matorlals and all Com-
ponoots.
' a, Those submittals %hall be Counpilad by the Contractors And
approved by the O.nor before any other material 1% ordered.
b. After written approval, these submittals shall become A part.
t of the Ccntratt and may not be deviAtnd frnm omcept upon wr'tten
Approval ut the Owner.
t 110,1 ] PLANS AND SPECIFICATIONS (Page k•26)
Item I shall bo Changed to road a% follows: "Nonual on Uniform Traffic Control
%vital rot Strosts And Nlghwovs, 1528, (Aeforonvo to 1911 Edition deleted)
The Attached detail sheet titled "Typital Lighting Underground Systear' is hereby
added to the speclficationt with referent. o St4ne*-4 Drowings and should govern
over Standard Drawing J^Id where difference may "cur,
' I10.6.1�_OENfAAk, i►aga 4-01)
Paragraph 1 %hall rood as follows; "Lumineiret to be ordered for this pro^t era
ISO Watt and 800 watt Sudi can Vapor with a J60 Volt regulator ballast capable of a
voltage tolerance -,f . 101 minimum. the Iuminairo shall Include the power do r
feature," 1Aefartm4'to 250 Watt luminatre he% boon deleted and the lost sontonce
has been added)
110.6.6,1 • LAMPS (Pole 4-$Z)
' Thl% paragraph shall read a% fuilows, "Lamp% to be fur"t%hed under skis contract
Shall be 150 Watt And 400 Watt Sod ion Vapor with a I4.000 and e1,SOO lumen minimum
rating rospettirelv," fAfforonce to ISO watt Luminalro deloted),
tIIJ,6. "(wtASVAtnENT ANO Mj Nt (Page a•U)
This paragraph %hall read as follows: (2) "LID Lumina iros, 400 watt, furni%hed
and 1"%tollod, par eotn', (Referant! to 250 watt Cowl"It# de lotod)•
' S(4T ION II0 SIGNAL AND StA[(T t 1GNT 1 NG(Cor t l nued)
110.6.4 N(AS tNlNT AMO ►AVN(NT 1 Can tI nued)
' Price Scnodule A•) (Item 6) %hall read AS !olio"*: "LID Lumthalfps, 400 watt,
Furnish and Insldll". (Referance to ISO Watt Luminatra deleted).
110-6. 1 • Gtftl hall ,
This *ectian will be aepndsd to add a no,n par&jraPh referencing wattage decal decal a%
follows-, "(ach Lrminaire Malt have a weathar-resistant,
etahad to the ballot boos!�di+cans sdwter andly th.visible
lagend %hotlthe
be armie mvem 40
deal shall be APProalmately 1•r; r ti,a ed
( Inche% in hall". TM dare 1 s11 shot o1 iS�"M r,ra,wnd•'C �H M10 W•t % "
by the following nor price, w a
110-. 1 • GEN(ML
Intcri Ptlanb of junction bom cover% in It 1 and 2 shall read all follows:
' "Street Ilghtlhg only: "LIGHTING"
Street lighting and traffic %lonal fatil itia,: "TS•LT"
Letters Of the above shall not rite abovo the cove, '% too surface.
' 110.11.2•• 101 W_IRIN6 Lag (►age Y•!S)
Under 'Sireet Light Contactor CAbinet", Ito" 1 and 6 shall rrad a+ follow+:eetrrtor.
"1, fabrlcatthn shall be from "IVenlaed cold rolled st"t +teal, II gauge
IA gauge Interior, "aided by Witt-fd +ne:t "s• (Nor r. 1co is added referring to
"galvanilow l
6, TM finish an the (abinot %hall be a factory Prepared bakod•on onomel, grey In
colut. The "I.MA:ted surfIl, *hall be etched before bal,ed•an *"*"*I Is apPl led."
). Added to read a% follows: ,The ele.trical hervico cabinet %hall be fitted for A
t110t intornol 0•1 lock."
With reference to featuren In the "light cabinot" item, added At follows•
' 11, 44^ ►lotus - Phenolic black "ith while Mgraving "Coot tan meln breaker which
shall be red "'in while lettering, All More Plate% %hall be attached by S-S. scrawl.
' Ijg..JL,: A„Li1NI N1g1 DAVIT ARM3 (Pa1N k•�)
ThI% paragraph shall be amended to include one following scat e+nent "All davit arms
an chi% pro)oct %hall be 10 loot in length.,, t►ur00%o of Chit amendment Is to Allow
A mini e■tonalon over the curb by the davit arm of 7 foot).
n
' All reforeeto an the atroet lighting Rana h+ !SO Watt Ssod14dito Vapor Lum {mire ah111
he hereinafter replaced with referent mma^Ing Y00 watt kTd lum Vapor Luminaires,
t
1
TYPICAL LIGHTING UNDERGROUND SYSTEM
' TO LUMINAIRE
tf�3
TYPICAL DESIGN "B"
JUNCTION BOX
U.JuLu
ITOP OF CWPItI1
• FOUNOAT ?W. TM WE
v
Cl FAR FF WY !"F. . 4W f H ,N F 3• Ai LEVEL Ai'rN TOP
t•. .•t • 1�1` S'CE WALE 'R
.cWP
w4'MiN
MZED
"FQUIRM I�
j` II
' LIGHTING
SWEM tom Y' 1'rI It
CLAMP I
TO CJNTtC f f:�
TOR
i 1\ •, i tl �sIII,.�I� II I
• 11
i
' CONCRETE ILL
FOUNDATION
FOR POLE HEIGHT
GREATE4 THAN !O'
' )' DEPTH FOR PCLE HE!GHT
30' OR LESS
ii
' DETAIL SHFFT .. I
CITY Of RENTON
ADDENDUM 10. )
TO THE CONTRACT DOCUW47 FOR
L.I.D. #314 - EAST VALLEY ROAD
TO ALL PLANHOLDERS!
You are hereby notified of the foltowin9 changes, additions• deletions and
corrections to the Contract Documents, Specifications, Proposal and Plans
for the City of Renton L.I.D. 0314 Street Improvtment Project.
SPECIFICATIONS
SECTION 60 - PIPE. MATERIALS, AND TESTING FOR SEWER$. DRAINS AND CULVERTS
Now subsection
60-4.03 $ENOS
The 60-inch diameter reinforced concrete pipe bend (Structure Note
No. 4-19) shall be double cut of equal angles.
Substction 60-7 MEASUREMENT AND PAYMENT Shall be rtvised to make the
Winch diameter bond (ttructure a?fob-19) incidental to the
furnishing and placing of the 60-inch diameter pipe (Bid item aa, Schedule
R).
Bid Item S7, Schedule A, shall be dtitted.
SECTION 63 - MANHOLES FOR STORM AND SANITARY SENE�
63-1 DESCRIPTION
CAtrh Basins and Storm Manholes specified on the plans shall be
furnished in accordance with the following!
Plan Callout Standard Plan
All CB TYPO 1C APNA No. S2
All CS Type iIC-48" APNA No. SS
All type IIC•54" APNA No. 37
All Type IIC-60" APNA Modified Type 3 Manhole with
'tat Slab Top and 24-inch Opening
All Type IIC.71" APNA No. 38
All Type it-96" except APNA No. 38
Structure Note No. 1.31
Structure Note No. 1-31 APNA No. 36A
All Type-Ua" APNA Modified Type 3 Manhole with
Flat Slab Top and 24-Inch Opening
Stone drain manholes Sa-Inch diameter and larger shall be channeliaed.
r
VPli IAt ITEMS
.i lltltf 106 - nRG�FNCr POWER GENERATQR ,
106.1 " GCNERAL (Page 4-74) ,
The SO feet of cable, to be supplied with the trailer-mounted
generator, shall have CROUSNINDS connectors that will matt to the '
CROUSNINDS female receptacle on the generator and the malt plug On the
pump station.
SECTION 111 - TRAFFIC SIGNAL '
Now Section 111.13 - POLE MOUNTED TERMINAL $01 (PAgt 4-89)
POLE MOUNTED TERMINAL BOX ,
The Contractor shall provide and install a pole mounted terminal pox and t
necessary mounting hardware (one On each signal pole) - Quantity needed
(4).
The terminal boa shall be made of molded fiberglass, be gray in color, be '
approximately 10" high x 6" wide a a" deep and have a minimum of 16
tnrminal% on the terminal block%. The box shall be weathertight, have a
tingle door with continuous hinge on one side and screw hold downs on the ,
door locking side. All hardware should be stainless steel.
SCMEOUIE OP PRICES ,
The Schedule of Prices ("Proposal') shall be modified to change the Quan-
tities Of list following items:
Alttinate Bid items, Schedule 8.1.
Item 60, Asphalt Treated Base, change the approximate Qu-entity from ,
790 tons to 1,632 tons.
Item 61. Asphalt Concrete Pavement, Change the approximate Quantity ,
from 2,91E ton% to 4,03 tons.
P1iAN ITEMS
Sht"t a6O
Sheet No. 60 of the construction drawings indicates a scale of 1" " 20' . ,
This drawing he% been reduced and the scale should read 1" " 40'.
STANDARD DRAWINGS
Oe_. 1Rtf City of Renton "Storm Manhole Typical Detail" and all references
are o.
SCNCOUIt AND PAIC(S ADDITIONS
Add these additional Proposal Sheets by ttapling Into the proposal
pages for Schedule A-), lust after Schedule A-)'s last page.
SCN(DUI( A-) ,•�l UN1 INAT I LN
' Additional Proposal Sheets - Add these Item% 416 through alb.
Subtotal% and totals for Schedule A-) and A %hall Include Items
a16 through 824,
Cho Item�11 - Approximate Qu,ntlty
' from Y,9�5 I.f, to SOO I.f,
is * ul -A
t Additional Proposal Sheets
Add these Items e,g through 922
' Add this additional Propo%ai Shoot by stapling Into the proposal
Pages for 6-41 Ju%t after Schedule 8-41% last Papa.
t Chan 1 em al - Approalm,to Quantity
rem 'Ci'6 I.t, to 2,0s$ I.f.
t
RESOLUTION OF CORPORA'rL AUTHORITY
OF
CASCADE SEPTIC SERVICE, INC.
A special meeting of the board of Directors of Cascade
Septic Service, Inc. , was held at the principal place of
business of said corppooration, in Piorce County, Washington,
on the 29th. dsy of September, 1976. All ambers of the
Board of Directors being present , and having waived notice
of the time, place, and purpose of the meeting, and having
cnnaontad to the transaction of all business to come before
' the aid seating, the following business was transacted:
The board constGjrsd the matter of corpporate authority
' to the corporate dmployess, tfark Perry and YIIII&M wingatd.
After discussion, it was moved, seconded, and unanimously
resolved so follow
"Dv it hereby resolved that any one of three pvtcons,
Prosident Alan 6, Kimol, employee Mark Perry, or employes
William Mingard, actin& singly, shall bv, and each of them
' hereby to authorited and empowered, on ; ohalf of Cascade
Septic Service, Inc. , to execute contracts, letters, outh-
oriaatione, commitments, proposals, and other documents,
rtlating to th following mettero :
(1) Contracts for work or materials to be furnished or
supplied by the cc poration, Cascade Septic Service, Inc.
(2) Colloctiona of amounts due for work or materials,
"f Cascade Septic Service, Inc.
' (1) Filing or release of lions, or claims against bonds
or retained ppercentagoa, for work or materials furnished •by
Cascade Soptic Service, Inc.
(4) Any and all utters related to any of the above and
foregoing.
Thir authority shall remain in effect until revoked by
action of the board of Directors
' '—'wwrotar-y-
Appr,gvod. i
t
,rF1-+te r C Moabers board of Directors
CgOf d
VMX M: NMepA Wes.
MWIN
Comfort a Flaming insurance rtolasaxlta MORO +G Covleanra
brokers. Inc.P. a. Sox S167 A Northern ;ns. Co. of W. Y.
_-_ --
Tacoma, Washington 9840''
B Maryland Casualty Company
Cascade Septic Service, Inc. C Lloyds of London
P. 0. box 44010 ,
Tacoma. Washingtor. $0444 ;, :' D Granite states Ina. Co.
1, E _
Xlela la le cs.tlW lye p)xPq rr Ne:wetaelel«+IINew New err rY.,lsr e,l,.„ ,..e,,,rt netNep eaera anp ate.*rotes a�en.Y I,IOP
A psN1150II07 10-01.111 '°•'~ " 11,000t11,000
♦
nc ?, nC
,.R Wt'oA11 Wt i
11.00
o f +.ww. ea .N...♦ •
w nrP
• eU t0e0el11 Ilaell lt. • • '
u R AMOV)0 ego to-ol,d:
x
r
' I,r1ar ).uulrt.
. l '
_� •wtMnea rorrlesetgt: •
MQ
IMYlOHNS U.egrt♦ '
ntllle
l,000
With respect to LID 314 - Cast Valley Raa.l.
additional Inmurod 6ndoreement Attaohr,l.
-1..�.P, �N^u? 9• 1 IerP lQ'Vrf )Y 4R' f'. f 1.,.F c..
Ile. , N. f MA• r 1.: `?. �� !3. ' ,f 1`. I,f,
.rol , ...gel ep. r• .♦.,,., iv THIS CUiriCAxr qoheRs 6Q6qrhr rig trll n^, se c of
City of Kenton
Public Works Department
200 Will Avenue south
NentOR, Washington 9e145
PORK Iveng
s1 i •�M � INY.. Igll
PER ATTACHED C RT
Cascade Septic Service, Inc-
Tacoma, WesF ngton � v 1 rl��ln.i•. ...
NO.wttYM.M Na1• nr u u u
N.
IT IS Hal1[aV l•NDtaaTOOD AND AANE6D THAT THI
❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑
IS CopNlCTED 00 CHAM AD TO IMAD AD YOLLMkA
The policies provide that the City of Renton *hall be added as
r interest in
todtheOnal standardred as policyrepect condltsonsl,i L
ID 314, Subject
exclusions and limitations-
-v_�
be
rNel n 'W ...n..
cXordMai s-
COM►AhNS A/f ORDIRO COVIPAUS
`'_t'iC41c� :'X`�1C :L'N1CCr 1T11:♦
P.O. Am 44010
'i'xuxm, WaohSMtm 99401 A 'S. lttturn ins�uannaQlmanv
� F' B 'Mrv1And Caawlty t?rn r�
.•ul 1M. 11V,M Y1,1 Yr{VML
T'.0.aBo r!44010 Edtviae!, tn-. C 11a& 0f :etidrn
r.U. soot N010 _ .. ..-. ..-_......,
:,r< Waahiixitcn 99943 ! 'unite states, Inmx&mu CdMWN,
�•YSNYYnnY to pera N.Ywmi N404+YX Na Nr nYeMNY.•wA1 MIrwtMwwMNX!F�NIFwNr 'tiq._ ��gy�
' MY IO,Ni{t M f!4Y!Uq,._,wpl yMl,tlrPfl N XNIn M\.Y^!+IV IIYy M 1\Jup M tr'.f MnM M ua.i+�w 1RMMN 4��n1R F Irk
M u1NVM,W iWlsw!!YW..IwlM
IYf1i' 1pll�.nulY TF u .nd.IM1f101 ItM� MI rt . .MI YIYM �:W .
uM,1
mRnw u+,am
A , +wwXtam „"• WIISO3107
ra wB.aXrrgq ..u!u w.,:r Y ,
I.w cva+,+e.a1..R1 � nc Ike
YfYW 15n 1 Wh ItIC
uKX.,eMw!.«.II.IIY- wYW`.Ywh9A AFt
C wX4,'1LM ^Mt wllkClrte Mwfi 1 f
MY I WM.v.uWi,1'., (NrwraC
AulnvDkut u.aartr I _j .. Y - �i
Kk I ;
IfAR LIARnitT i «.
,.. �ksi-Hi!1« � .10-1-92 "' ti A.M10 f4Yn00
„ru
• ,•Xw n. ..w,ert
I ( � wtln.eq Cl,MnthkAlNX/t + e!Yeull...
{M6i DV(RA'UAAh17X .f - rtX�t„_�q,
1 � tlTNM -
c A1,4A It,im t1-IHA3 10-1-02 t250(5500
thY
vv.n In N•!.+W,Jx 4tCFIKa:IR
Witt, tf, 4wt to IdA 314 - HRnt. villev 'katl.
AMtT1lY7U,.Ttahm "Cotom t'1 M"o.
CXnlMRAItMI $hdYHd MV Iff tM Ah+vd dus.tte+d pnAr laf h1'raM,rliM btldiM 11N NIMrNIWf dAN thwdi,1YN NAYfRH fum
{wnV wJl Yn:YYAwfrx Nr ',}e dAri wntldn I+anrra AnV dy"n MM kim V ft r yettdrAM pnldAt.RVt NA�rt tp
wYR AHM lM1K�In,AH InvRMYe'nt•ptkdAHwn nr r.AtXfily nt pd fMwAAily
Iti�llMH i4NM XF'li Ul wviNi ... A� n. .
City nt Aentnn rf�
>hAblie WCit9 0wpatUamrrt
300 Mill Avarua south ` fQ1Q
Hrlt,tttn, WAshincrtatt
.` r nh
1
i • •0 j
ISSUED 01�00/[2 1117 OF rKNI ON
subwAu Lickle t ��• •[NNITT
' Fit •FI0600 fN1�NC1 OIMC1011
twe
owl of Nf mwM,.1:Wn.1uw Ip.Gb 01 hM,C•U. Q*IwMM�M i•O of I"Cole IMM'
•bn.of 1.14 v !u.•n...N.pulww,A CMy1M 1,"4 Wl I wN ON'llrw•M IM G rr ft VIM
.npp,...,ccw„a'r r•,Il .0 uw'ww" %la•NY'O pUxr1K wIM OMWt•Ml�
rh.Iro N�nln.i,;nr fnw.Ol O'n.n,N SIN.w•Md Mt bMMOWMM\M'
Ih11r ptl„MO Mlan0.'
' G�tCtDI •VT1G •IN�[�t. INC•
16107 • N[111DIAN
er aY `' au ue •.w _,au.uc_rt:W—AWX +ti au aac�>�'
1
//N,t.'�.1`1�1�1. 1�1I I�,Ail�yM�IM��I0.I��U/�A• 1�a•�N A4 A
. A„,eis, wwnro nwwlr•M1t
. . -01 I CAWAS021KO
Cw:Am 8tDmc 1 LC
ROWA {t030
T
1 !_ a, O(P�t�itNi OF 4k0WQ LIN1� .
r
� i
1 Table of Content%
City of Renton L.I.D. No. 314
legal and Bid Documents
Call for Bids
' Scope of work
Instructions to Bidders
Summary of Fair Practices Policy
*Certification Regarding Equal Employment opportunity
*Certification of Equal Employment Opportunity Report
*Certification of Bidders Affirmative Action plan
*MBE an(: WMBE Participation Certification
Sample Manpower Report
*Nun.Collusion Affidavit
*Assignment of Antitrust Claims
' *Minimum Wage Affidavit Form
*Bid Bond Form
City of Renton LID 314 Bid Schedules
' *Proposal
-Proposal - Schedule of Prices
Contracts other than Federal-Aid FHWA
Bond to the City of Renton
General Provisions
Enlironmental Regulations List
Standard Specif station
Heading%
t Order Of Precedence
Failure to Meet Specifications
Field Changes
Protection of Facilities
Public Convenience and SAfety
Payment to the Contractor
Scheduling of Work
Wage Schedule
Public Liability and Property Damage Insurance
Proof of Carriage of insurance
Act of God
Shop Drawings
Or Equal
Approval
Written Notice
Contractor's Plant and Equipment
Attention to Moak
' Deviation from Contract
Suggestion% to Contractor
Error% ano Omissions
information to be Furnished by Contractor
Damage to Work
*Forms denoted thus above must be signed Drior t0 %ubmittA) Of bid.
' Protection of Contractors work and Property
Unfavorable Weather and Other Conditions
Contractor's Copies of Contract Documents
U1%VutQ% and Litigation
Acceptance of work
Contract Compliance Reports . EEO
Working Days and Contract Completion
' Special Provisions 3.1
' Deu.ripciun of work 3.t
Date of Bid Opening 3.2
Time of Completion 3.2
Intent of Contact 34
Nondiscrimination in Employment 3.3
Notification of Construction 3.3
Hours of Work 3-3
' Excavated Materiai apoil Area/waste Site 3-3
Dust and feud Control 3.3
State Sales Tax 3.4
' Surveys 3.4
Overtime Field Engineering 3.4
Delivery of licaets 3•4.
Si2P, Weight arc Load Restrictions 3.5
Subcontractors and Suppliers 34
Alternate Bid Items 3,6
DMuuCtire Bid items 3-5
Change Orders 3.6
Preconstruction Conference 3.6
Field Office 3.6
' Sanitation Facilities 3.6
(hoer Of Work 3.6
Project Construction and Identification Signs
(Roadway Projects Only) 3.0
Line and Grade 3.1
Easement and Ript.df.Way 3.7
Land Provided by Owner 3.7
' Land Provided by Contractor 3.8
Restoration of Structures and Surfres 3.8
Side Sewer Policy 3,9
Traffic Control 3.10
Pemovinp Traffic and Street '')Igns 3-10
Soil Information 3.11
Salvage 3.11
Awarding Of Coniract 3.11
UQuidated Demages 3.11
Authority of the Engihaer 3.11
' Technical Specifications
' Section 11 - Mobili2atiun 4.1
Section 13 . Street a-d Drainage Exca,atiun s.;
Section 16 . water 4.6
Section ili . Rock Retain,4 wall 411
Section 19 - Surcharge and Settlement plattorms 4.4
Section 21 . weighing4.14
4-11
Section 23 . Crushed Surfacing, Ballaitinp, and Stockpiling 4.14
Section 16 . Barg, Run Gravel 4-15
Section 39 - Asphalt Treated Base 4.16
Section 34 - Asphalt Concret Pavement 4.16
Section 36 - Extruded Cement Concrete Cure 4.19
Action 39 - Cement COnCrtt Pavement 4.20
Section 40 - C*Wt Concrete Curb, Curb and Gutter 4-21
Action 41 • Comfit Concrete Driveway all Alley Return 4.23
1 Action 42 . cement Concrete $1otwa1x 4.24
Section 44 - Traffic Control Delineation a 21
Section 47 ' Erosion Control 4.28
1 Section 6o - Monuments a-Y9
Action 52 - Reaaval of Existing Street lmprovemtnts 4-30
Section 53 - Aaultmtnt to Grade 4.31
Action 54 - pavement Patching 4.32
Section 57 • Finish and Cleanup
Section 60 - Pipe, Materials, end Testing 4.34
for Drains and Culverts
Section 61 - Trench Excavation, Bad" ll, FdondaUdn, 4-36
and Bedding for Sewers, Drains and Culverts Action 61 • Pipe laying, Jointing 4.44
, and Testing
Section 63 . fbnh 4.4oles for Storm and Sanitary Sewers 4.46
Section 64 - Catch Basins and Was%A 49
Action 68 • Finishing and Cleanup for underground Conduits 4.
-its 4.49
Section 71 - Pipe for water Mains
' Section 73 - Trench Excavation and Baikfill for water Mains 4.54
Section 74 - Pipe tnsUllation for water Mains 4.5E
Section 75 . valves for water F ins
,ection to - Valve Cnempers and Boxes far water Maine 4.5"i
4-
Section 77 . Fire Hydrants bi
Station 7y - Blow•off Assamo 4-74
lits 4-b4
Section 105 . Sanitary Sewer lift 5tatlun
Section 106 • Emergency Power iranetator 4.74
4.71
Act+da 110 - Signal and Street ligm tng a-r;
Action 111 Traffic Signal 4.vii
' Section 112 - Traffic Signal Controller
Stan04rd plans 5.1
' Ootesjhvrlcdl Data 6.1
' (Mon•FlBIA Only)
CITY OF REWMN CALL FOR BIDS
Sealod bid% will ee received unt I 2'00 p.a. , Aor l_. 1__�� at the
City Clerk's office and will be opened and puDjic, res �jn t e t oor
Conforence Room, Renton Municipal Building, 200 Mill Ave. South.
' TT'e work to he performed under tht% contract shall Includes The full end com-
p eta installation of the facilities required fot the Improvement of East
Valley Wad from S.M. 41st Street to S.M. 16th Street, S.M. 16th Street from
Raymond Avenue S.M. to East Valley Road, S.M. 19th Street from Raymond Avenue
' S.M. to East Valley Road, S.M. 21th Street fr Mm Valley Parkway to East Valley
Road to Include, but not be limited to, storm dra)nago, curb and gutter, side-
walk, illumination, traffic signalleat)on, water, sanitary sewor, lift station
' and complete restoration. All work shall be as set forth In the design draw-
Ing% and specifications.
Any Contractor connected with this project 0411 comply with Federal , State,
' County and Clty code% or regulations applicable to Such work.
The City reserve, the right to reject any and/or all had% and to waive any
end/or all informalitle%.
Approved plan% and %pecifiGattonf and form of contract docusaont% may be obtained
et the Public Works Department office at the Renton Municipal Building for ■
' deposit of S 15 00 each set plus 2 5.00 _ to cover postage, if mailed. Tito
l depo%it wil `refunded upon return aT i�te Plana and Specifications In Rood
condition within thirty days after bid opening. The mailing charge will not
he refundod.
A certified check or bid bond in the amount of five (S) percent of the total
ampnnt of each bid must accompanv each bid.
no City's Fair Practices and Non-Discrimination Policie% shall apply.
E`'
ax ne MuFo`rS,UpuS,y�irk
Publ ishad
' pally Journal of Commerce March 24 a 31, 1902
Daily Record Chronicle; March 26 a April 2, 1981
SCOPE OF WORK
The project shall consist of the widening and improvement of East Valley
Road from S.M. 41st to S.W, 16th to 36 feet curb to curb, the widening and
improvement of S.W. 16th from East Valleyy Rood to Lind Avenue to 36 feet
curb to curb; the construction of S,W. 22th from East Valley Road to the
proposed Valley Parkway 3b- and 44-feet curb to curb; and the construction
of S.M. 19th from East Valley Road to Raymond Avenue 36 feet curb to curb.
Improvements shall consist of surcharging, grading, paving, illumination,
curb, gutter, sidewalk, storm drainage piping, installation of water and
Sewer Piping, construction of a sanitary tower lift station at Lind Avenue
and 5.W. l9th, and Construction of a traffic signal at Lind Avenue and
S.W. 16th,
Approximate quantities include: Bank Run Gravel Class 8, 143,000 tons;
Settlement Platforms, 60 each; Asphalt Concrete Pavement Class 6, 12,400
tons; Cement Concret Curb and Gutter, 29,200 L.F.; Drain Pipe (12- to
60-inch), 16,600 L.F.; Water Line (6- to 12-inch), 8,000 L .F,; and Sev w
' Line (6- to 18-inch), 3,900 L.F.
1
1
' INSTRUCTIONS TO 1100[It5
I . Sealed bids for this proposal will be received by the City o/ Ranters at the
Office of the Renton City Clark, Renton City Nall, until 2:00 o'clock p.m
on the data..►pKl(lad In the Call to. lids,
rAt this time the bids will be publicly opened and read, after which the
bids will be considered and the award made as early at practicable.
t
Nd proposal may be changed or withdrawn after the tlme Set for recelving
bids, proposals shall be submitted on the forms attached hereto.
2. The work to be done is shown on tha plans. Quantities are understood to
be only approximate, Final payment will be based on field esasuramant of
actual gusntltle% and at the unit price bid. The City reserves the right
to add or to eliminate Portlons of that work as deemed necessary,
1, Plant may be examined and copies obtained at the Public works Department
orflce. liddert %hall satisfy them%elves At to the local conditions by
' inspection of the slte,
k. The bid price for any Item must Include the performance of all work
necessary for completion of that Item as described In the specifications.
S. The bid price %hall be staled in terms of the units Indicated and as to a
total amount. In the event of error%, the unit Price bid will govern.
Illegible figures will invalidate the bid,
6, The rleht Is reserved to re Ject any and/or all bide and to waive inform-
, elicits If It Is deemed advantageous to the City to do so.
i. A Fortified check or ►atllfactory bid bond made payable without reservation
' to the Director of Finance of the City or Renton in an amount not less than
St of the total amount of the bid ►hall accompany each bid proposal. Checks
will be returned to unsuccessful bidders Immadlately following the decision
' as to ward of contract. The check of the successful bidder will be
returned provided he enter% Into a contract and furnishes a satisfactory
performance bond covering the full amcwnt of the work within ten days after
receipt of rmtice of Intention to award contract. Should he fall, or refuse
' to do Se, the check %fall be forfeited to the City of Renton a% llguldated
damage for such fallure,
1. All bid, must be self-explanatory. No opPdrt unity will be offered for oral
explanation except as the City may request further information on particular
points.
9. The bidder %hall, upon repusst, furnish information to the City a% to his
financial and practical ability to satlsfattoftiy Perform the work.
10, Payment for this work will be mode In Cash warrants.
Nov. 711S/61
fiAlllAT "A-
city Op R"TON
wA1tAAF OF Mpp Oft"toto pOWr
A?O►M, by MOANtION to. �I
'h. polioy 00 1%e "it, 0! Nentro to to prow..+te aoo Af!prl e4n0'
&rot Htebt 044 eervi" t0 J.t et tiaeta and to "ON" etna vaptay-
Itsnf iN►attil to aIt persons W/ariloss of h.*el :V00 0Otrr:
►eh0{r tyt a0tteaal e►irt0i "No t pWooa►o o! a o *-w+0 -rotated
ppya40*2 aseovrtt, to domes Witvattrol apt or marital •melt,
' fhjt patty that l be ►awed of me priaatrtM of *twl o*pta#soar
opporsomilt ot4 efftreattvo soft" r■tdoittt* So eei !.rth to
WontPal, atat* Ali Ieaa2 I400, A49 40partM*1* of *At* :Nq
sa Shatz a4hoW to the faltwinr r*t4ottM0t
•t+ ,�A'LYEdtt� All aettvit€0t relarinr tm elhp tsew
ear n1. 0etrrt1po, rr*Srttvo, top+tot•
and spotnt*r Shalt be ►to4wted to a sea-dte0rt+tnti^rr
' ■ntspa�^rt�^,- �papfo*aat 4w9a9040 *tlt &a Aa101 an todtotiu.:
pop
o 00, 19afft00 W4tttrese*ta, 444 , *eaapdespe
71 pewrotnP :ii0t1 rirot" iww 044 M4 afrov*oat
/otWaa *to +y .,v 4144 r+a SwAkNotao .Ftstn
t'OYaO{t f :'an■tr tad Nto N; y004.
f!+ - no City +
dapper o , y WIRM a;; area what* on+
' paar*i►atvaI eppanfsel ;e por-tr* ,oatr ppAvtt:•re 444 vyt,'
spportw thy to owplay+v■t,
dr' �jrf 4TIJ t,.J�Q.4ddK - the ^$to of lfonitn Affir*ati ,r* ee rey s~ twavAtaixvl tp.faottilaeo otYtpst:a
WpWaeoraiiro vitro thv .tty var4!opwa as4 to A**Yrr
Steal rwp 0y*ant apportYntl* 11 #It, Is chat' to -4,
Wop"0 A{t7tp. ar4 &q 0f 4I4 M*v or+trtata *%1
t+ atpr,+ "4` }Ar r ry 4'=r•.-xJ n•t » prx�•• •.
' :i 44 Y..Y ... 1',Pei.'♦ ..
dtj'r wit r Hers a{� to . :1§ F& ' •l
It 1; aax r- t4 l4re+w(t fhe Fi 1 �Ft,/: P
. .e,•nef P,n•+ ... t. ,i+,rr ox• F a,-t t.'. in, ,. •5,
A6a ,.rear , � r. . rxw� :es' i:: . x. .r' �4, •.
Ftit •�� 'r. a-. pAs' .. ei e..•"r d'P� t,iw t'•
.'.'.qr::'t tFN ry ro ,h. '•tea(' x ta, e., ,r dae r.,�
f4ip 7M
Wyor ^,^tea : Yrerr ixnr
Maetr Aasua41 July 10, 1972
MriS*4n e 9, 1916
vMJun 2.i* , June 1910
CIRIrICAM" AT ►%DW410 LVWW"t", *tibtWtsM`Ma AND SUp►LIIA b/AAMMO NUN. WLO"G f oppowtv"I"
CSALtAO! ,SMK SOV1Cf, WK .__
rrii CehtT'.tTeF' L rtfl ! s N
s�rsrttOM
This eeftifleetton t* '"",Wee put Wanl le rM*rAl a*""' DN" 111a{. TM ioplemnti ne rmlea im
' rO*1gm4ti0hs provide that any bidder or rop*AtiW ""tractor, of any of ehflr propooN oubcontgoateri
AM eupllole, Mall State to so ialstat Nit or the old or sogotlst lone of the gonlract WMNer N bee
Nre101NtN in onY pnvieua c"egoae ac subcontract au►lwat to the equal eoNrtunity clam", Ned, it
As- d,gt Mr it 5" Mlee all COmpllsnae r*Nita dub under applicable lMtructione.
"a Citj has h.gobror* *soaked Maolutla i 1300 meeer date of J." 1. less, lw gad!nq a •►oit practices
Pettey. ae iNloMratH by an 'Affirm oa
'Affirmative Action pr ,0srsm' therein wndina the M
poliev of e City of
Resson to pro"to and Afford equal treeaamot mad ""1" to all ottlss" AM to save" equal ooployoeot
oaNrtunitY based am ability And film" to all poteess reyraltoe of Taos, Bread, Mort othnleitT,
nattatal otbin: sea, the presence of a n1M-Yee-rglaeed phyeieel. Aon:mry or centei lubt/eapr co, of
Yntal St*4m*. Thl. policy MA11 lltwtN Apply to all "Atrootors. embaontraclee■ and su►plieff
eadual Nc business With the City of Io"tee one, ih late AMlI affin And Aub"rtbe to "id pt"!t"a
and policies, the atoror htion" provisions "all ml Applyy to "MtrACH or suKentracta for standafd
conooroul supplier* of raw rterials or fire* " Organ 1 lot "a With lore than giant employees of
""tract$ Of logo than $30.000 buolMAl per am" with the City
open the Contnatoritubo"errc tat/Nptiac (h*btnaft*r referrad " ee the Contractor) to requited by
thf City of Renton to auselt so Affirmative hatl" Al", re* olnt■W aeeptMls Protests" of alacrityeeplsyaen! will be percent*" Whim to autrMRlI iletea In O"PAIR I• teity of Olt 40419 and
ttmatsbNal to the published City of lent" Affiflgatof Action ►roar". Le. t.lt. this Promise u
available for review at the Municipal building.
The Widernlgnee "nitoetar therefore Covenants. Stipulates and Agrees that durl the PeffOtYnco of
this contract be alit net disarMt Mto Against any Person i" hlfine, of title.dlachafeiM. rompo"-
eetin my any other tee* Or aOodltiO" Of foploY"nt, by reason nt *man pere"!a staler, iNot""
the 4111 COt$"f NA liSa*d in Nfs. 1 Above,
Contractor further set"& that we will take sf '"Alve and continuum* Ag11" to idwgo full cwpllonce
With soon poltay ash oracles to all reflects. it being strictly and (stood And Auto" that foilmce to
Comply with toy of the bye* Of Said provtoiene shall be And C"gtilule A eatarial brogan Of the.
eohirAat,
' C"ttod"t *hall, upon ffq"*t AhAlot AS seen Ag possible theeoeftes, turnl.th uo,a the City My and all
I"tDIMtten ash reports r*gmirad by the City to dotgnlne wo*thot full eoeeltame na0 Was amd* ry nhe
contractor With *Aid pit" she pr"ss go o e a"tractor rill pent* sefss* to his hooks, t...rds and
Negotiate by the city for the purpose of Inu, teetlOn to "Cortaln omen ca"Itane"
tCahtfactof further acknnwlsdq"a that he has revolved a true and cuopl*b copy or the City'. 'r,„
pr`ootlefs polb:y.•
�oTiEe�'-TdiiiiLRaRYlitn Nuwlvn
t CapTIVICATIM Ott "iNCTRAw!"N X Of 41WC' VWTOh _ _. OU"LlIl1
NAME, — CASCADf SMIC SERVKE, INC
Ta<nma, Walk � t1LL1AM R.WMARD.JL
RcrAttlNTArIvaA, _
rITLs.
i. M"traClOrlltib"11er"eer/I11pp1 bt , .. participated to a of ..I*" Vntract of subaoltt"t subject
to the I44*1 dportmalty clam", Xree
1. Vmp/eaa11N reports "To requtrM Subcontractto be titled is oonntton with such contract or Subcontr
1. Contractor,sobooMra'",isupplier has five all raepllanee repot$ d" under oplicstlen
Instr"ti"e, AVON qo
A. if Answer to i"m I to •Re•, plea" captain in detail on reWreo Aide of this efftiflC*U".
"N"PITICATION'Tn* 1"t*iMlbll Above is if" and OW%Stg to the boot of my knwlNp ash belief.
1' WMA' AL
1lCRl7ART'MEA9UIlEN
Ill
APR $ 7 19l2
Revt*Wgd by City 106MNlyt
ov • :a ac .�,.r
CERTIFICATION or EQUAL WWWYMTfffT OPPORTUNITY NEPORT
r Certification with regard to the Performance of Previous Contracts or Sub-
contrscts %ub)ect to the Equal Opportunity Clause and the filing of Required
Reports.
The bidder _&• proposed subcontractor hereby certifies that he has ,
has act , participated in a previous coatroct or subcontract soDJoct to t e
equal opportunity clause(.as requtrod by Executive Orders t092S, 11114 or
11246, and that he has :�a ,, has not filed with the Joint Reporting
Committee the Director o t e 0fftce bTl'edsrel Contract COWliance, o Fedsrel
' dov#niawat contracting or ads inistering agency, or the former President's
Committee on Equal Employment Opportunity. all reports due under the applicable
filing rrquirement%.
' CASCADE 31PIK SFRVICf, INC
(Company)
-..
Ry. 7 4.40-4141 I -
yNILL{A1j1��.11111iw. 10.
Dater. A_pR._2.219R.._...-...
Note', The above certification is required by the Equal laploymont opportunity
I—soulations of the Sscrotery of Labor U1 CFO 60-1.7 (b) (1). and %xt%t be
submitted by bidders and proposed subcontractor% only in connection with
contracts and subcontracts which are subject to the equal opportunity clause.
Contract% and subcontracts which are sxempt from the equal opportunity clause
are set forth in el CFO s0-I.S. (Generally only contracts or subcontracts of
' 110,0"11 ,r under are exempt.)
Curter .v VMniard Form 100 (HO 1) is the only report requtred by the
Executive .rderi or their implementing regulations.
Proposed prime contractor% and subcontractors who have participated in a
previous contract or subcontract subject to the Eaocutivs Orders and have not
filed the required ?sports should note that el CFR 60.1.1 (►) (1) prevents
the award of contracts and subcontracts unless such contractor submits a
report covering the deltquant period or such other poriod spectfied by the
Federal Nyhways Administration or by the Director. Office of federal CoM?act
Compliance, 0,$, Department of Labor.
CRRT►FICATION UP lIo111R1 APr(IgatitYl ACTION PLAN
aldd•r Is to indicate by check-mart which of the following statements pertains to this
bid package, and Is to Sign the cortifiwation for that specific uatemont:
a) It is hereby certified that the bidder is exempt fr,,n the City 4
Affirmative Action Plan requirements because:
"Average annual amplo,went level is less than eight permanent employees,
and the total 40111ract amount with the City durine the current year u
less than S10,000."
Company --- ;---
t •
i, OR b) It is hereby certified that an approted Affirmative Action plan is on
file with the City of Renton, and that said Plan Specifies goals and
timetables which are valid for the current calendar year.
t •
uR a e) It is hereby certified that an Afft native Action plan is supplied with
this Rid Package. Said plan � ill be subject to review and approval by
the City as a preraquislt• to .ho contract award, and it includes
' 11 Present utilitation of minorities and (omales by job classification,
�) Gosh and Timetables of Minority and female Ut/lttation, and
3) Specific Affirmative Action Steps directed at increasing Minority
and Female Utilisation,
6Y:
Title
At ® d) it to hereby certified that an Affirestlw Action Plan rill be supplied
to the City of Renton within five (1) working days of receipt of
notification of low-bidder status. Said Plan will be subject to review
and approval by the City as a prerequisite to the contract award, and
It Will include'
' 1) Present uttlitettun of Minorities and Females by Job Classification,
1) Goals and Timetables of Minority and Female Utllllation, and
' 3) Speclftc Affirmative Action steps directed at Increasing Minority
and Female Uttlltation.
CASCAD# /fIC APR 2 T lg&2
N11.1IM(R 1i14OA11D.IN.
.- ...., ... iaram AtAAT .K,kt1�—
rtlt
PARTIC{PAT ION.CUT IF ICAT ION
MINORITY EASINESS ENTERPRISES (MDT)'
and
r WAKENS' MINORITY RUStNESS ENTERPRISES (WMR0
' (EIISINESSES OWNED AND OPERATE, BY WOMEN)
The C,)nteactar agrees to use his ben efforts to carry out a policy to the sword
of his subcontracts, pent agreements and procurement contract* to the fullest
extent to utilite minority buetnres enterprises conetstent with the efficient
performance of this contract. Am used in this contract, the term "minority
business enterprise" means a business, at least 50 percwat of which to owned by
minority group members or, In the cost of publicly owned businesses .t least
51 per**at of the stock of which 1e owned by minority members, For no pv.00me
of this definition, minority group members or* women, Negroes, Spanish +,,, sinp
,r Surnamed American persons, American Oriental*, American Indiana, American
Eskimos and American Aleuts. The City will consider sworn affidavits presented
by subcontractors in advance of contract award as one wan* of establishing
minority status In accordance with criteria cited above.
' To be eligible for ward of this contract, the bidder must execute and submit,
as a part of the bid, the following certification which will be deemed a part
of the resulting contract. A bidder's failure to submit this certification
or submto*ton of a false certification shall render his bid nonresponsive.
MINORITY BUSINESS ENTERPRISE CERTIFICATION
CASCADE SEPTIC SERVICE, WC. Certifies thatl
a.me of gtddor(ml
(a) 1t (does) (does.nee) intend to sublet a portion of the contract work and
(has) (bm"met) taken affirmative action to seek out and consider minority
business *nterprit*s as potential subcontractors.
(b) the contacts made with potential minority business enterprise subcontractors
and the result* thereof are listed balm. indicate whether MRE or WMIE
and Identify minority group. (If necessary, use additional shoot.)
MDT lWL% ar., VlRE
-•--ee st, v4
(Nam of rim. Bid Itrm, Rv".tr, of Contacts)
J,fi• LUC th AA00 c ,gr r'c,4,
:. j� oaC 5,4 C
1, �r,eparo t,woo le s.+�zsrs-fna� CJ
♦, i,*mf t7..p. Amsr 0
5, Slat Ism It 10feldef rai;;—A Errs u**of
Mr.low. lYIlAUM l WII4GM4 JL has been designated as
the llai son otf leer for the admire istrst ono t minority business *n!*rpetes
program for this firm,
r
Mae wee,
i/ ,Mp �I. _ If ►. �.
IahP—O 1 A
1'r�nie� (1M5�, ?nc, � 84 •T 36 1 t Y�«'r
1
1
1
1
1
1
1
CONTRACTOR/SUSCONTRACTOR
ApptMTING pBRi�
' MONTHLY NAN►OY[R UTILIZATION REPORT month. YNr:
To W sobRetted to the C1tY'a ►rojsct Coals and TtMtablo as co�aitted
Anginnr durinq the lot wok of tol 4oMny in Contractor's Affirostivs
Wonth While contract is in proecoss. prima Action plan ,� t
contractor tosubbitting responsible for obtaininy and or per t'Ity'a plan 4.1 1
tlu: (ease sae letati.• of COM►SIMta ANetr O"t.I Iroc (sees Ma la•atl.e „r :orl r•.un;
This report is requ » Y ae<ut vsorder 1128. SoMoo 203, Failure to report can
result in sanctions Which include ..,pension, toroination, cancellarloes or debarwant of
contract.
eiM. etal tti
Wort hours of uplora % Isao footnotal rttr nW'•r for
of
C lanl /h °f elor Replay.
f
f Ua- Nle- •r. NUN tal t.Ui Insley- eas
L'oe►att7'a NY• Ii.U,i Trt A• tone iota elect penit nAlen Mtflt e. vT t•i r-
Sslar,l al•
An
An
1
tftp" terl. a o itsn ur• N Cti 11 51aved -- • a OM W •r
l Influlo s,.• Cale!
�ev. 11/77 (e11A11a a ►vmlee, aolt►norltles a Non-finotltiesl 7:00 leu el Re bedttf(Wfeelallte A City's Ow vo Pale/Ti tablea) 19 of
NON-COLLUSION RirIORVII
STATE Of WISNINGTIA )
1 ST
COUNTY Or !
iWK R. PERRY
VK6 PRESIDENT
being duly sworn, deposes and says, that he is the identical person
who submitted the foregoing proposal or bid, and that such bid Is
genuine and not sham or collusive or made in the interest or On
behalf of any person not therein named, and further, that the
deponent has not directly Induced or colic,Red any other Bidder on
the foregoing work or equipment to out in a sham bid, or any other
Person or corporation to refrain from bidding, and that depuefnt has
not to any manner sought by collusion to secure to himself or to any
Other person any advantage over other Bidder or Bidders.
SIGN HERE:
`subscribed mnd sworn before me this 7 'day of
yaey C In a Stott Of
IMMEw tstiling at
—Avowal therein,
' CERTIFICATION RE ASSIGNMENT OF
ANTITRUST CLAIMS TO PURCHASER
rTO THE CITY OF RENTON
PENTON, WASHINGTON'
Vendor and purchaser recognita that in actual economic practice
04erchar9es resulting from antitrust violations are in fact
usually Wrne by the purchaser. Therefore, vendor hereby assigns
to purchaser any and all claims for such overcharges as to goods
and materials purchased in connection with this order or contrect,
1 except as to overcharges resulting from antitrust violations
commencing after the date of the bid, quotation, or other event
establishing the pride under this order or contract. In addition,
vendor warrants and represents that each of his suppliers and
subcontractors shall assign any and all such claims to purchaser,
subject to the aforementioned exception.
Fetir w#ay Rood k0gz 3t.y_ __
�-%Ame mirlsi-03eml
CASCADE SEPTIC SERVICE, WC
Flarie of 6i3`derTs Tim___
"' `Signature{oi ll'u�gr :e IfeDr sent�t�ive oT�iddrf� `r
n1Rl1Un WAGE AFFIDAVIT FORM
city of Renton
Stnl+� P WA tuea�
is
COUNTY OF • eVta• __..
1, the undersigned, having been duly sworn, deposad, say and certify
t at in connection wi.h the performance of the work of this prgl"'
i will pay each classification of laborer, workman, or mechanic
employed in the performance of such work; not less than the prevailing
rate of wage or not less than the minimum rate of wages as specified
In the principal contract; that 1 have read the above and forego 1
statement and certificate. know the contents thereof and the
substance as set forth therein is true to My knowledge and belief,
c
Subscribed and sworn to before me on this 7 1 R day of — "—
No� ubl/� eU
of Was <0.
Rts idinqRingt at �
V 2JI'Tmn 1P.ACI7l'IO Ix4ex779,A24ca QO
1 HEsDOPPICI..feOUTAL WAY.WASHINGTON 10,111 NO
1 1110 SONG
AReovaDey INS ASM A ICAN'MST I Turf a A"'TtCTa
A I A.DOCuesivi NO A 1te lNe.197010 1
1 KNOW ALL MEN BY THESE PRESENTS,that we
CAacade Wtic Servi.cet Inc..
as Prrcipal hwanaher unlHf ten Pr uicipal.and the UNITlD PACIFIC INSURANCE COMPANY of
1 Federal Way.Washington.a corporation duty orgaoited under the laws of the State of Washington,
a Surety,hereinafter called the Surety,an held and firmly bound unto
City of Rrntrn
1 a Obig",hereinafter called the Obligor,in the sum of Fiver Pascent IS%) of amumt of propoMl
1 Dollars IS
to# the payment of which turn wen and truly to be�,iade,the itsid Pnncityal and the sold Surety.bino
1 uunvetvtl,out Mirs.,eweculorf.adminittratort,tuccessort and ought.Ih'nlly and tevenally,firmly by
these presents
1 WHEREAS,the Principal has uibmilted a bid for LM 314 - c", MtrWtiOh
1
1 NOW,1 HEREFORE.d the Obligee shall accept this bid of the Principal end the Principal shall ether
into a Cortbact with the Obligor In accordance with the twist or ureh bd. and give such borV1 or
boridaas may be specified In the bidding Of Contract Documents with good and tulticlenl surety lot
1 The faithful parlormann al such Contract and lot it*prompt paymern o1 labor and Ich Con lot
fur
nislsad MMn
m the prOWKQIidn thereof or it It of the faifure0l The Principal to enter arch Contract
tw�ce not to exceed
the penalty altych bond Or, bonds, it the Print l f n•
hereof between the am Want %mcihed in bid and Obliges,y a the larger the d lemduril tm which the
1 Obligee may in good lailh contract with Mother pwtV to Pwlorm ten Witt Is covered by tad bid.
then this obligation"it be null and void,Otherwise to temairl in full force and effect.
1 Signed and styled this /th day of April A.D. 19 RZ
i fly�
eNr
1 UNITED PACIFICI SURANCECOMPANY
1 i171
Gloria notALn Att.y-in-Poet
gnu 1]Oa to. 1i al
UNTTED PACIFIC INSURANCE COMFPANIt
` MOAN MFICI P%O(NAI INAY,wAtMINGTDN
POWER Of ATTORNEY
o.N(lw All MIN lY VMI$$P911110,11 TTN,InP UNITtD PArJFK MIK'11ANCt C4IIPANV,••erewwNA/Ih`I.pI-eM,PNrr NN aw1 al,N
t \ul•o1016P. 1M QM*Mry NMI" wIWN,r1IMAINM,x
UWRIA It, BOIINSTPIN of TAMKAI WA:i1j1NMt?N---.---
' mNM18.00Al1ArxWM#w1.NINMe.NfwN.eTf.INNSowmMM,AMr%NMI,.WwIYN1M/ow
ANY NIX ALL BONDS AND MEPTAXINOS UP SURETYSHIP---
hx,to br4lM LNNITIO PACIFIC IN/UwANCI COM•ANr INMNr N lalr erN N IM YIM•INaI w u MNI\1OM MOIrr,MrN\iry,•rop•,M.wllnw
' Wrr,MV MIMM`*IMe•I"A"NI,W NM INWI•w C.I4 n1 IMF UNITl 0 P4CIP IC IMI\IwANC(COWAN Y•M•wM•M n N w1.b,
WIrM pl I,A0,.1...I W 00,01 m".MIp Nr m M Ihr IN.NM Allarrnrl\I.n IN IN,MY b•n PaIwINw WNIM
ft.Pw I 91 A,Iam,I•INMIhO N,/M•n••1 IN Wngrnr.1 41rtN VII e11M b U.•1 LINITIO FACIPK IN{IIAANCI COWANV, N%
NINM•Ilwlw Ygnl,Mr ?.tell I/NpN pp.-..N•Ma.n I .".•nl•INfI 'NO'M I.I.
' AFI T ICCI VON� IX1 CUTIM IV IDNO/AND UNDI IITAA INOI
1 TNF/y.e N 00N1Yr•IM FNIMM, MM CTh.MM N IM eY wv Mrs VIw FrN,ynl Y,Y V.p 11 IN F Nenl
a MMr.11.1 IImMnN er IN•/M,tl pl Dna,On•IwN hM PAO•r MA WIMrIl110,.I PNf MN Nn unl•M•n maw rn N•rmtl
T YNMI It IN,CnM•Nn1 SV. rY•N Vlxlh W V�I.rwOpr•NrNOw.w?MrN1I PI.NININN 6W OIM` N,Nlt l FNMWNN Y•n INN, M I ..Ihl
A•
In.anyw M1 M AtMr n AN,p en11.IN n,p rMAe IM PMI MII WIMnY MMn 1•MwI
1 A11W MI m tN,W11 hN PnN'•rM WIMnq.Nbal la NM Ih111I aal LrnrUr WnI UI.M 11Nr•r pl Mlan•r•Wr•A Ip llyh r0•NiW
' hNY OIIr.r pn NMW1 s11M CA"MINN11 WrNINN^ nl -41 Ma 11W IAI
IIN fpPNNP WI i\ nl hN•w•\IM IN,wldNr nl MIr ennw My1 NNM.INI NII nl inlN.w,I.11 Mp nnh M 1~1W~.1•n IM MI W1M1 T IweIN•.Nn\w
1Mr ,Vnl. MlwrlMY
S ANN ."NN ` N F MNII Mw WMI.•nn A,InM.IY%s•NMUI••n M..•I•Wu•r N w M11NM la bnrNl .•Wen..MfN YMIrP(.,nl in FN
nYb wM�no,IMV MIII•Inry VI\Nr4\•n/NMN IMr IhNeNy hw M-nMA•NnMxYNw'IJ,IMF 1•'Nccl•r NONMMI o11M CpTwInY MN
1•.MM1 OI Ih lY IIrM pl NN[nr1lr,Ir a MY hINN M wpl•nn IMrnPI
TWIN MwM nl •Irn'wM n•IrMtl •M M•IM hl INhrMN YMMr •M 9r m,NM.11 NI IN WN N A.palnn M1yNV hY•M IaMe hl 0,wIMI sl
UNrTIO PACM C IMiUAANCt CCMMANY.,•n1.111IN MIN.Ih N.AN.1 AN,,.lops,1. ,NA FP I..M MIN IMnl 'Na rNS AMIxI.M AF,MI
M•n MINMM n•rIPNNp
'INNrrM.1M,M II/.•Iaw xl MIP MMIM eN all.,MIl MIN,wIN N NN CNNN 'rN:w eN.."M M,INn IYNMr tl,
MIMnN i..Nr w,l.wl. 04N IMM w NlM11NM o+N M1 AF%PN Am'N nI..M.a."I."t PAN" wM,NeIN•IV•M a. IMMmN w NMn w IMy IN AP Mlll,l,e N,pn IM a MNnIN.
DPIIIw,I1 eM MY NNY.Mra N•NeVlw1 eM MIIIMNI IN.
IMNnN hpIo1NM oM 1•fylN•M we'MNII M MIM•nl bW^/IIPpn IM fMNNnr in IM Iu1W wiln rweNfl In•.Ir Wnp n
IMIr,••NN,n Y,NNN N II nININW
INIff wMU,IDF IM umj5 0PACIFICIM{UwANCI CCWANY M,NNwA AM AN.I.I.r 1IN11 nr N.VIM NwMM1 MI N,r.PMM•
MIIaYMMO I16Np INN., /I,of rptvmber I/ ?.
C U/NpITI�DF-ACVIoC
VAN,P,w.Aen,
ITATI Of WalhiDNtm
COUNTY Of Ni hN a
loth de,.1 S/Ptasb*r ,to EO.wxwwN..wa Chsr1/a B. ScNssll
la rM\n.Mn M M NV Vrr P..•xNn1 AlM W11T/0 PACIFIC INIUa ANCI COMPANY.eA/MnN.IPSe.IMP M NM.'. w"•IN\iMl Ih MN
plrN .nPrVMnI M•n I"MAN I"AM,.1 wd NaNMI.vN1M Y MI N, A.INM VII lN1wI1 I I MN) ,1M/,l M,el MM C.'P,. W MI
A M,u1Mn INI MIA INIer.In.M•MNr n 1V11 MM `�9�+ //I'}I-�
M
ir
June 12 fnm,NNM 1ww,
June ,1/8z � IlllarY NOUN,w eer NA f 1•N Washington•om P
IN Taf ONa
' ,. Chsrl/f J. Palfk(?v AN•MMI 1w+n•.r N Ih UINITID•AC'.PIC INIUAANCI CIIeMANY,M MIe1 M,IIN Will.MN
FNw FIRM,
Yw wM1•IIN N e n1w MNS.•I.N,wPY•r••n,MI•1 AI,M.Iry..•,V,N w NN UNIrIO FACIP.0 IFI/u11ANCl OIwANY.MIMI II IIIP•n 1N^
' IM wI TMI{I wM{MI01 1 MM M.•,Iwln IN rN Mryl nM\rr„•P Ih rwl.II NN Cw,wM11AN ��`rY N (�'^ 1/f(Nr-
I�t 1
\ON lyl 1. A'lD wl` AMM,/NI•IMY
i
1
i
i
1
1
i
1
1
1
1
1
1
1
1
1
iIt Uf RENTON LID 314 dlD SCHEDULES
Schedule A improvements alon
9 Ear[ valley RDad. S.W. else Street to
S,M, 23rd Street
Schedule A.) . Street ana Drainage
' Schedule A-j . Water
Schedule A-3 - 111totn4tion
' Schedule B . Improvements eitng East valley Road. S,M. 23rd Street to
toW€al6tst Yall�ti airing S.Y, 16th Street. Roymona Avenue S.M
y Road, along S.M, 19th. R,~a Avenue S,Y. to.
East Valley Road; rlong S,W, 71th. Valtey parkway to East
Valley Road
Schedule a" - Street and Drainage
Schedule 6.1 (Alternate; - Street and Drair,ge
Schedule a.? • Mate,
Schedvte B•3 - Sanitary Sewer
' Schedule 6•4 111umtnatlon
Schedule 6.5 . Traffl, Stgnai
' Schedule C . lmprora 00" along S.W, .3rd. LIN Avenue S.M.
Road (p.9 Channel)
Schedule C•i prai,.,adP
1
�osA►
To THE CITY OF RENTON
RENTON, WASHiNGTOp
Gen tl eeen,
The undersigned hereby cortifles that Ld „ Ms ucrined the site of the
proposed work and ha read and thoroughly understand � ., tM plant,
specifications and contract governing the work embraced in this Improvement,
and the method by which payaent will be made for said work, and hereby propose
to undertake and complete the work embraced in this teprovement. Or as much
thereof as can be completed with the money available, in accordance with the
said plans, specifications and contract and the follwiny schedule of rates
and prices:
(Note: Unit prices for all items, all
extensions, and total amount of
bid should be shown. Show unit
prices both in writing and In
flgures.l
Signature.
A"ma Re elex yyo•�
Nerves of members of partnership: r
ON !
Naha of president of Corporation
lName of Secretary of Corporation lr1 lta.mlu 9eS1.—
Corporation Organized under the laws of Z/J'j
With main Office in State of Washington at gyp,;
PROPOSAL
y,he du le A-1, St rvrt a,,d 1,,a wage UD No. Ila
IrerO, r
Aaa110e. firer WIT" UNIT ealoe 111N�M101a AMOUNT
N QUANTIT9 IUeh 'rea to be w/N1en IN waves)
L.S. Mobilization
� wj raj•} !r lYmp Sum
"4�T''^^ !e Fo
' ! Ac. Clearing and grubbing
(jyL, per acre A
7,500 C.Y. Unelastttilo Excavation —
,.�. --Vox Cubic yard
A 4,000 C.Y. Unsuitable Excavation
Per cubic yarn
5 SW S.F. Roca Retaining Na11
' 7�IY►.7tL .�.Der square loot
6 14 Each Settlement platforms
1
7=p/r each
IS,(= Surcharge Excavation
i .r, l5
cubic yard75
M
8 1,187 ton Crushed Surfacing lop Course
ba 9`'11 eci per ton y yt, /1751, 30
PROPOSAL
Schedule A-1, unlinued LID No. 314
ITAY AMepr tier witty unit ►et led. 40"w Yv LIMN ht+o to be w.ntee tw we.eal YM1f MICA AYCtlNf
' 9 234 Tons Tempurveyy CCru%hed Surfacing Bare Course
aye per ton
4a �
' 10 6S, R-rtLprap ,`t
18Ky� � per ton
11 I6: .',JO Bank Run Gvel,ito n% 6
s par ton ou
_ - 3 _ tr
12 I MS Toni Asphalt Treated bate '
' 24 Z--per ton
1 11 5.827 Ton% Asphalt Concrete Pavement Cle%% B
4aln'�t4Itaeu!�=-_per tan
14 W8 Tons Incidental A ball Concrete
t
ar ton
IS 10,972 Cement Concrete Curb and Gutter,
' L.F. l�yype�A(
�"�`
_ ,rp'^ --'per lineal loaf
t �
16 495 S.Y. Ceemen/t Concrete Driveway 16e thick) ~
.(.t/Jfaa..`yl "eper %pure yard �?
'to
' 1,heJu l4 R•1, Cunllnufd MO►OtAI Lit) N.I. 114
' ITeal •NIION, ITIII WITH"IT"let y�T rIII¢e aa1011Mt
MO. QUARTITT (YM1 hNN to N elrllate to ereretl
S.Y. Cunt��Concrete Sidewalk (4-lo(o thick)
.IXItlr..~._lalt._�._..,_... per square yard
18 11,8)8 I'atnt Striping
L.F.
,�.T• eamla per lineal foot
Ali
19 237 L.F. Thermoplastic Crosswalk
1 .l.fati�, r lineal Iuot AO
20 10 L.F. Atrmoplestic Stop Oar
Oar lineal foot
moo
10
71 76 Each Thereloplastic Traffic Arrows
AIA per each
10 Each Thermoplastic Letter
s
„��„� er each ,
1 .
13 8 Each Remove and A06cate Existing Sir%
`I
-Ij r ' '
44 _—per each
14 JS Each Lane Marker Type t
A�A is„ .�Per each !�
Schedule A-1, continued MorosAL IIa y,,, jla
IpY ANh0e. ITBM AITN IIMIt anle6 INnr MU AUOUNT
Y0. 41"NITIte low Nit"N N tells"IN AMMO
' 25 12 Each lane MarM#r type 2
Twaytt— .ti—rear each 3
26 278 Each 9.1/4 inch OZSW Plastic
traffic Buttons
each
2) 7 Ac. Seeding, Ferllliting and Mulching
per acre
l6 2 Each Munua:ents '
._ ° 'ih
19 I lac" AA(d,)uNI. f kiaing' Catch Bassin to GradeZ—w each so
It) IS lash AdJ4St Manhole to Grade .
i &"'�a"zc r each
'll blatrh Adjust Existing Valve Chamber
to Grade 1.,.,10A( =-per each � 4w#
12 $70 S.V. Asphalt Concrete pavement patch
square yard ✓ r
rPROPOSAL
Schedule M 1, continued LID ho. 314
rt"M itaiall fts wit" U041r voice UNIT ►alto aaldUat
INC fawwMnee R1aN baaea to ee r.lu•n r r«a.t
r 33 L.S. Flniah and clean Up
i
r lump sum
' 3e L.S. ►rlvate Property Restorat ton
er lump sum
v r
35 1,523 L.F. 12•inch Diameter Storm Drain Pipe
r lineal foot
rAf
36 256 L.F. IS-inch Diameter Store Drain Pipe
r ---.._pK lineal foot
b
31 646 L.F. 21•Inch Diameter Storm Drain Pipe
' AM AM-3�7W per lineal foot
,_.._.._ 1
36 404 L.F. 26•inch Diameter Storm Drain Pipe
' DK lineal foot
3e 1,531 L.F. 30.in�h Diameter Storm Drain Pipe
tpor lineal foot
36.1nCh Diameter Storm Drain ►fpe
lineal fort t0 so
MC
r
r
Sch"ule A.1, cohtinufo PROPOSAL. L10 ro. 314
MOT, WA AAW Mai ITeir WITS b on MICA UNIT Peic■ AYOYMr
Rmms Myee N N irmtee 4 iwM)
41 221 L.F, ae-\\lach Diameter Storm Drain pipe ,.....__ ._.1_
IedAlt tier lineal loot
42 $37 Tons Bank Run Gravel, Class B (Trent")
1
A&dL d per ton
' � -
43 10 Each Catch Basin Type t-C
Lyy- par each i
44 7 Each Catch Basin Type It-C
' 'yy"q,zper each
4S 4 Each Storm manhole, Diameter S4.1nch
per each
t46 it Each Stw m manhole, Diameter 60-Inch -
jf g ,I[Zer each
.a
�) 3 Each Storm manhole, Diameter 12-incu
par each M y
' 4n 1S Y.F. t■tra Depth Catch Basin Type I1-C ._
r ►eyy
dlrA�.at�l./�„yer vertical /ant
�' Schedule A-1, continued M1W=A1 LID No. 314
1 iTe� Ap"61 am we*of ON"•e. YMIT laws AND"?AND"?WAMTITi EUIwI eeleee N ee t WA"In•easel
iaV 3o Y.F, Extra Depth Manhole (Sa-tech Di MNtter)
1 per vertical root
r� xhP
1 $0 49 V.F. Extra Depth Manhole (60-InCh Ill Meter)
/ate
1 per vertical foot
VV ex'
ISO
SI 10 Y,F, Extra Depth Manhole M-Inch Diameter)
1 _per vertical foot
1 ly� r
51 1 Lech Prefabricated 60-inch Diameter send
each
1 53 6 EaCh Train pack _
1 �"aaauxus=*r each
1 Subtotal , Schedule A-1 r
i 58'
1
1
i
1
1
PROPOSAL
t,h►dule A•2, Water 1ID No. 314
lieu A►MCI, mal WITH UNIT ►►ice UNIT ►ewe AMOUNT
no. ouAMSQe tWOM eeNee 1e ae Wootton N, Wetael
1 104 Tons Sank Run Grovel, Class It (Trench)
j ( par ton
2 I50 Tons foundation Mat,vial
S4YYALAy�aa�T—`V per ton
e✓
3 372 L.F. I?-inch Ductile Iron Water Main,
' Class $2, Tyson Joint
Der lineal foot
ti•
a 396 L.F. 10-inch ductile Iron Water Main,
Class $2, Mtchanical Jc nt
: ^Der lineal too +
S $2 L.F, 6•intn Ductile Iron Water Main, Class
52, Mechanise) Joint, including
1 ac:k a Roos
"Zw—Dtr lineal foo
6 ad.S C.T. ContentConcrete Thrust Blocking
`�
' Y,�r cubic yard
I ),boo t..F 3/4-inch Shackle Roos
lineal foot
B 1 fern i.'-Inin .Ih.inch Wet Tap
ll,gW*r each r
Schedule A4, continued PROPOSAL L10 No. )14
"to /t•Mltl. ITIN wit U11,! en,ce
IN. NMMMt IIIeN MNN to be r1.91ee to wosed WMl alto! Ar/VNe
9 R Fach 12•tn It a 10-inch Mrt� la S(+
C6 as
tr each 1 M. 1AGM, w
10 g Fa,n R tonne t Ex sti Ice
it el eta
H each
I1 ) Each Re ap Existing Servlc,
Per each
12 2.500 L0. Extra Fittings
_ti/joL per pound
1) 6 .ach 10-Inch Gorrte e'valve
+AICL" srl,�y��.'tt�Exltr each
u l''VV``''TT������ V •
la a Each Sete alve, With 0ypass,
With Vault
, 11ter each
tr0 �
16 12 Each valve Marker
164-=per each
��TTIIII�� +e
F6 ) Each Adjust valve Box, lncludtny
Valve
1L Operating 1nNut Extension
4aal-bstt+�Ilf.F� .q' each M ri
Zia 2y':
1 PROPOSAL.
Schedule A$, continued LID No. )la
IM. wARMT E Ii66 w,TM wnlC! UNIT PIIIC! AMOUNT
U beWril wrlbll ISweHal
1) 10 Each Hydrant A%Wbly, Typ! A
r lace
__ M
Id 1 Each lydrant Assembly, Type %.I
per loch
l " �7
v 1 Each Ny Arent Assembly. Type b-2
! th
20 a Each Guard Posts
��j,'"---- ptr each
�I V
216 V.F. Hydrant Vertical Entteslon
104 �per vertical foot
22 13 Each Temporary 2.1r+•h blow-Off Assembly
.x ic7• �J
' Subtotal
' W S.S.T. 6,6% ZZ .1 6
Subtotal, Schedule A-2 Z 3 Z Zvi
' SChedule A-3. iliumi"tiun MorosAr, L10 No. 314
tT�M AaMOt. IT�a1 eFa iB1
N0. WAMTRT tow" pr1eN to a. ♦ ysae la tllaalal W a MQt RINK"T
1 •"(P L.F. Conduit Trench and B♦ kFlli
t� �'/0-
uea� a ��--'-'par ,iota( Foot
t 100 Tons Bank Run Gravel Class B (Trench)
per ton
3 17 Each Light Pole Foundation
c �a�^
R t Each Service Cabinet Foundation
o y
�Y &
er each ?e
5 17 Each Aluminum Pole, RO-toot alountinp
Height
each tt
WIS. ~e
b 1t7 Each LID Luminaires. 150 Matt, Furnish
and install
7 ),ISO L.F. Conduit. SChedule to, 1.112 inch
Diameter
lirval foot
A .195 L.F. .ondult, Schedule 40, ?-inch Diameter
�S...L� Per lineal Foot Q r
PROPOSAL
r- n
Schedule A-3, continued l:D No. 314
Ives APMOe. Mill iNITN UNIT MICe UNIT PRICe AMOUNT
N0. QUANTITY CUeII hNN to be Mrillee Is•Neel
9 '00 l.F. Conduit. Schedule 80, 2-Inch Diameter
(r' I
' 1 per lineal toot Z�Sp tJ
' i0 16 Each Design B :tion Boa
Id f � p 14f 0� L�j} aCr0
kv „ a,, er each
' 11 2 Each Design Intermediate Junction Bo.
Z •per each
12 20.5 Conductor - Illumination, No. 84W6
L.F. qr
,p' ti y,4w
rA"•par 1,000 lineal feet I; ys" It*
' 13 Bare Ground yirp, No, 1 -*U
K L.F.. A�1'�I
1L ._per 1,000 lineal tees
14 134 Each Fuse Kits �— —
per each IdLe
{O
I} 7 Eacn ,erviceiControl Caoi, Type 0
?pk'R'~ uDtotat, S(liedule A-Lr=^
26 '
47S 1f" Subtotal, Schedule A-2
Subtotal, Schedule A-IQ(a. ✓
' TOTAL, Schedule A
■
tL. 1 .0. 314
SCHEDULE OF PRICES Eat' galley Road
(Mote: Unit prime for all Item, all ertensaons and total Amore of
bad saist be shown. .igor unit prices to both words and flgurex
and where conf a:: occurs the written �r typed words shall Prevail.)
2SEM ?ITY APPROX. ITEM WITH UNIT PRICED n DID UNIT PRIrE AMOUNT
NO. IOU" unit Prime to be Written I cds or DOLLARS CTS. DOLLARS C'TS.
SCHEDULE A-I as
16 7,974 Utility Trench 6 Backfili, 24" wide
48" We
tl
_aa!* per 1J.
0
.9 Q l I eC
17 1.676 @tility Trench 4 Backfill - Street
Crovtinq - 24" wide, 48" deep
S-Q,v -yC par I.f. .� J
18 26 Utility Vaul; Excavation, 4' wide
X 6' lone X1'6" deep
$ „Oydet `per each ( exa
uti Vault ft on, w de,
X 6' to long . cS�/b6"_deep
S-0�td Jaa—�� w each 46111
3 1 Ut I ty Vault Exuvat inn, S wide
X 7' long X 7'2" deep
2 UtilityIC
Vail, Excav--va on, S w de --��-
X 9' long x 1'6" deep
$ _ Der each Gas W r
2 9 Utility Vault Excavation, S' wide '
x,t (
9't' long X 7'2" deep
2 utility Vault Excavet on, " wide � ����
X II'2" long X 7'2" deep
yet
2Z 2 Ut tv Vau t Excavation, U wide --
X 11'1" long X 8'7" deep .✓
S i tt'b Ltt..J.[el ' sec � � - e.L
e
mmmmmmmmmmmmmmmm
' m
Schedule 8.1, Street and Drainage LID No. 314
�xF
iTGM00, UARTIT. IT26 WITH UNIT valetin UNIT►mo AMOUNT
NO. WANTITT (IhN MMea fe be MrNlee M wpAel
' 1 L.S. Nobilitation
f,01.1 *40%+ n � per lump sum $aoou 01, Sg000 O0 W
13 Ac. Clearing and grubbing
acre
' 4 .A
3 300 C.Y. Unclassified Excavation
cubic yard
a 13.000 unsuitable Excavation
C.Y. Cr
cubic yard
5 2,000 r,,r. Culverrrt�t Excavation at S.N. 27th Street 2 u
/l!Springbrock Creek
cubic yard
DD b isi
' 6 500 S.E. Nock Retaining Nall j
per square foot
N
7 36 Each Settlement Platfornis
�er each
y �
8 SO,CAO Surcharge Excavation
c.r.
Loha�
--- per cubic yard
1
' Schedule 8-1, continued PROPOSAL LIDNo. 3 U
It�r A00"'Pe. "�r wltN"'I "'Cl UNIT M1CY MOUNTN°. °YANWIV (YeN MMH to toiMlrllall to teondol
9 3,874 Tuns Crushed Surfacing Top Course 11 P
At, Dorl..a 90 AN1 O
' /ib Der tan ^ O
' 10 100 Tons Temporary Crushed Surfacing Base CourseJ
4q= =per ton
—k1M-U1
1✓ + W
11 ?9 Tons' YRiip Rap `nt�y-4�1d�,yaA.3LLp r 7 _per ton
12 180,000 Bank Nun Gravel C:
Tons osP K P (/MF
_. �11�' _.s..��D__. er ton �74C>70 0_V
�1
' 13 6,814 Tons Asphalt Treated Bai±
(Deductive Alternate, see Items 54-61)
O _yam OWM _per ton 2? �pqp�
a-J. 1J 7�'r A
' 14 11,57: Asphalt Concrete pavement, Class B
Tons (Deductive Alternate, see Items 59-61)
Pei ton
2'I• Z° 28 "'
1S 83 Ton: Incidental Asphalt Concrete
l Per ton !fm I_V
' 16 MI L .7, Extruded Cement Concrete Curb
er lineal foot
Schedule B-1, continued PROPOSAL LIO No. 314
ITEM APPROX. ITEM WITH UNIT PRICE UNIT PRICE AMOUNT
NO. QUANTITY (URN Prleee to be Weitten in •ores)
' 17 18,745 Cement Concrete Curb and Gutter, Type
L.F.
sir _
_ er lineal foot
' 18 131 S.Y. Cement Concrete Driveway (6" thick) �
G' t
' A per square yardV6 20 ( yQ
19 1,352 S.Y. Cement Concrete Sidewalk (4-" thick)
1 s
,.�Der square ya!d �
20 25,671 (Paint Striping
L.F.
tt"L per lineal foot
' 21 595 L.F. Thermoplastic Crosswalk
t 1
per lineal fool
12
22 214 L.F. Thermoplastic Stop Bar
i to
__per lineal foot
23 99 Each Thermoplastic Traffic Arrows
' ,1. .�)IAap(,C — per each r
24 48 Each Thermoplastic Letter
*Lf:r+er each i
1
,1
tr
MIC"SAL
Schedule 6.1, continued LID No. 314
"0. OYAMt1TT laen Poo"N WeMIM toMMbI 0Mrt MKS AaIOYNT
Z5 18 Each Remove and Relocate Eaistinq Signs
per each _
26 446 Each Lane Marker Type 1
er each
27 1154 Each Lane S[Ma��rker Type 2
Ita10 71%_ per each l L
2 Y
28 684 Each 9-3/4 Inch (125D) plastic Traffic
Buttons
}uutt t�onn(s�
•..w. � _"_ �., each x
W "7 OW
2 Ac. Seeding, Fertilizing and Mulching /
"Al er acre
V N
3U 13 Each Monuments
er each
31 L.S. Remove Springbrook Creek Culverts
and Divert Creek
J,4yper lump sum
w
i, B Eain Adjust E.Istinq MM.�e,a//ahaaolIle to Grade
�.niA_..per each
PROPOSAL
' .chedule 8-1. continued LID ho. 314
MIN APe110A. ITIN WITH UNIT PAICG VWT Mloe AwouNT
NO. ouAMTITT quail Prleee N be 1him"in Were)
33 4 Each Adjust Existing Valve Chamber to Grade
per each
$-v
34 905.5 S.Y. Asphalt Concrete Pavement Patch
Wiper sguere yard
35 S. Finish and Clean Up
i' L"'Awahm=or lump sum
36 L.S. Private Property Restoration
Uwer lump sum
w
37 2S8 L.F. er Storm Drain Pipe
or lineal foot
38 1.774 L.F, 12-inch Diameter Storm Drain Pipe
-�---per lineal foot y0 w
39 744 L.F. 15-inch' Diameter Storm Drain Pipe/L-a_per lineal Not 110
40 I,h78 L.F. 18-inch Diameter Storm Drain Pipe
---yer lineal foot i
PROPOSAL
Schedule B.I. continued LID No. 314
t no. WANT14 (a" MMN N inrN1N IN weeds)
IINn MWe his*"T
reeds)
41 1,396 I.J. 21_inch Diameter Sturm Drain Pipe
_ per lineal foo -
42 1,531 L.i 24-inch Diameter Storm Drain Pipe
Z .r�_per lineal foo _
43 6 L.F. 27-incn Diameter Storm Drain Pipe
� � per lineal foo
' oJ d
44 2,915 L.f 60-inch Diameter Storm
tDrain
gPipe
i fie 1 f a
45 228 L.F. 128-inch a 33•incn Corrugata0 Stee
Pipe Arch
per i of
as 1,472 Ton Bank Run Gravel, ;lass B (Trench)
t
Dcr ton 4
41 B: each Catch Basin Type I-C
aW
each ..I aM
i48 tech Catch Basin Type 11-L
Lper each
1
1
Schedule 8-1, continued PROPOSAL LIDNo. 311
t WIN AIMOC 11no IN"UNIT eNiOe NNtt M10\ aN01NfT
00. 04aNTFTT (IIeN pNN to N M.NIN Ia waxidal
49 16 Each Storm Manhole, Diameter Winch
' r each
�I
50 B Lath Storm Manhole Diameter 96-inch
�••--w 'D !ter per each
51 1 i4ch Storm Manhole Diameter 144-inch
per each
9! rr
' w 10 V.F. Extra Depth Catch Basin Type II.0
' er vertical foot
gI w
53 16 V.F. Extra Depth Manhole (54-i0ch Diamter)
vneZ
er vertical foot
54 44 V.F. Extra Depth Manhole (96-inch Diameter)
()-af�JlYaaOaaf=.per vortical foot
5S 4 V.F. Extra Depth Manhole (144-inch Diameter)
91111�, ripper vertical foot
UU4kAito
xrJ
56 5 Each Trash Rack
1
PROPOSAL
Schedule B-I, continued LID hu. 114
Q lieu "MOII. ITor WITH UNIT rllic■ UNIT MIC! arouwT
r w0. "AwTITY tuft* MMN to beW/H1M M We'dal
57 158 L.F. Beam1 Guard Rail Type 1
lineal foot
Subtotal, Basic, Schedule B-1 �,1) J-
M PROPOSAL
Alternate Btd items, Schedule 5.1 t10 No. 314
' ITN APPROX. ITOM WIT"UNIT Petal UNIT Pam AMOUNT
NO. GUANTITT (UM hMN to N weNteo IN wow")
t Sq 74,316 Portland Cement Concrete Pavement
S.T.
t�
�A{n- t v—Ii s ^per square yard / �% ✓9 O
Ml Asphalt Treated Site 6
I�b32
wdv� '7.6fjf_per ton 23 37!M00
' 61 Asphalt Concrete Pavement
�4613 �G /.�/7
Iwt-'r-y..�Svper ton y o0
1 fu��a
Subtotal, Schedule B-1 Alt. /
' Items 54-61 410_�_i ya
Subtotal, Basic, Schedule 13-1
Items 1.58 .
less Schedule P
Items 14 • 1 18'+
1 y .
Plus Schedule @ l •'
Item, U YO.00
' Subtotal, Schedule B- 11! V
Y .
1
t
PROPOBAL
Schedule 8-2, water LID No. 314
nIN APPROX. ITAM WITH UNIT PRIOR
NO. QVANTnT (WA Maas se N wrNUea In wwea) UNIT PRIOR AMOUNT
M1 966 Tons Bank Run Gravel, Class 6 (french) w
%A4LUTM-- per ton _
2 700 Tons Foundation Material
s7Mw.}A = ---/er ton
3 6,155 L.F. 12-inch Ductile Iron Hater Main,
Class 52, Tyton Joint
per lineal foci
go `
' 12 I ry
4 897 L.F. 10-inch Ductile Iron Water Main,
Class 52, Mechanical Joint
1 Der lineal foot
so
S 190 L.F. 6-inch Ductile Iron Water Main, Class
$2. Mechanical Joint, including
ack 1
wr �per lineal foot
r
6 215 C.T. Cement Concrete thrust Blocking
er cubic yard
1 r
7 3.700 L.F. 314-""in,:h$$SSh�vIhackle Rod
' sayY ,`Tdc--per lineal foot
' 8 2 Each 12•tnch „ 6-inch Wet Tap
Q»a � r
o �1 per each
' n
PROPOSAL
Schedule 8.2, continued LID No, 314
ITRO AM110li, ITfto •ITN YIIIT RMOA YNaT police AMOUNTto.
MO. WANTiTT (hell hNN to M frNNM in•eNal
9 1 tech 12-inch a 10-inch Net Tap
—per each
y
' 10 2 Each 16-Inch a 0-Inch Net Tap
r �/ar
T. 1 __ j et eacam
11 3 Each Reconnect Existing
.. per eachService
!
u�t
111iK>sr�ri
11 a Each Retap Existing Service Via
each U
13 10.wo Extra Fittings
Lb. pp 1
t,)ul V�p C.aNZAtier pound
la Zt to`. 10_m0l gate Valve 'each
e�
eac h ti'se
11 Fact, 1?-inch Gat# Wit M1 n 8 pe ryrth Vaultlbp#r ch
a✓
16 1T Each Valve Marker
per each
ly .
' Schedule 6-2, contin„ MowtAr`rd U D No. 314
title AeMOA, Mo WITH my Mice YegT Pelee AIIOYMT
e0. WNITITT fee"hMea le ee •team In w«f l
17 12 Each Adjust valve Boa, including
Volvo Opev -ting Nut Eatrension
%,per each
W
18 IS Each Hydrant Assembly, Type
A
I�MGa1l II,1CDrr each w
10 2 Each Hydrant Attaably, Type B-1
' TLIMMA, MIL __per each �e
T �
20 7 Each Hydrant As;, ly, Type 6.2
_yer each
21 Se Each G/dr'd Po��stss✓
rAch
VVV�VV �11 �r v
' 22 15 Y.F. Hydrant Vertical Extension
per vertical footcab
23 31 Each Temporary 2-inch Blow-Off Assembly
Subtotal .27
/6,.2±1
Subtotal, Schedule B-2 � la� 1
PROPOSAL
Schedule 8-3, Sanitary Sewer LID No. 314
iTitY aNIIOY. I"s WITH IIIYT"its aY011MT YO. OVAYTRT own" "tees to to Wtmea INww4ml UNIT MICe
1 419 L.F. 6-Inch Diameter Sanitary Sewer Pipe
—per lineal foot
2 1.136 L,F 8-inch Diameter Sanitary Sewer Pipe
��per lineal too .�
3 1,177 L,r T15-inch Diameter (Sanitary Sewer Pipe
.t,syl .y�_Per lineal foo
�3 �a
A 1,116 L.F IS. nch Diameter Sanitary Sewer Pipe
er lineal foot
?a
5 123 L.F. 8-inch Ductile Iron Class 52 force Mat
Tam&5, �i. im___�per lineal foot _
'T
6 982 L.F. Extra Depth 1•ench Excavation 112 feet
16 Feet)
j, per lineal foo p
l y
7 527 Toni hank Run
y Gravel, Class 8 (Trench)
-I � per ton
8 1,4e7 Tori Pipe 8eddinn Material
1 Per ton
8S02
PROPOSAL
Schedule 0-3, continued
1nr 11D No. 314
No. d 1,v* Mo 6 YMIf ..a.
f111111 lrNN le b •rnlall w NNM) WNT p"
4 IQp Tons Foundation material
arOUNf
uat 1tfa1— —Jer ton
1U 11 Each Senitar
IB-inch
Manlole, Basic,
n
lameter
er each —�
I1
53 V.F.
,trt
E Jeijulth Sanitary Sewer Mannole ' w
vertical Eao
�= 3 Each O ..a
(Connect to Ee��1s��!�(inq Manhole
Wbftl ct -:Per each
1' t'�'• San itar
y Sewer lift Station
_ ---- ,_Per luny sum
11 t .S. Emergency Power uo� W
Generator
..P�riump sum
' Subtotal
N.S.S.T. 6.6%
hSubtotal, Schedule 8•3
PROPOSAL
Schedule a-4, tlluminat ion D Hn. 311
rneu kr►noe. Ker ww"UNIT mice
NO. QUANTITY (Yon Mleee to be wrntee M we'd*) UNIT PNtte aa10UNT
—..
i L.F. Condult Trench and Eacif III
ZO55
lineal foot
SS l l
1 1,500 Tans 3ank Run urovel Class B (Trench)
I
3 40 Earn Light Pole Foundation
ish r each 60
187.
a 3 Each Service Cabinet Foundation
xc
Alu !%A
A5 33 Each Aluminum Pole, 35-foot Mounting !`
Height
r each
00
o II Each Aluminum P 40-foot Mounting
Height
.eve
1 per rach
7 it Each LID Luminaires, 250 Watt, Furnish
' and Install r
ir each
aaa0
33 Ear.h LIE Luminalrea, 150 Watt, Furnish • —
I' and Install
>`Ni�We4_"r each e0
z �9
PROPOSAL
Schedule 8-4, continued LID No. 314
:N APPROx, ITer wnN uwtt Piro!
wP. OUAM/rTM IUew PrNee to be •rNfee M words) UNIT PRICe AMOUNT
9 1,290 L.F Conduit, Schedule 40, 1.112 inch
Diameter
per lineal foot
J ( �
10 7,355 L.F. Conduit, Schedule 40, 2-inch '.tamper
m cp1�
L-�41` �e per lint,l foot
11 1,100 L.F, Conduit, Schedule 80, 1-1/2 inch
U'avoter
<. ,I-Po Der lineal foot I�
12 210 L.F. Conduit, Schedule 80, 2-inch Diameter
I
SO i
_Der linedl foot
' 13 57 Each uesign B Junction Bor
ll ffid
er each �I
14 4 Each OVA
Design Interm edate Junction Bdr i
er each _
11� W
15 31.08 Conductor - Illumination No. BAWG
K L.F
0 lineal feet
16 8.17 Bare Ground Wire, No. IOAWG
K L.F. ''7(�)S C Ai
' S1_ � d��
pe- 1,000 lineal feet
PROPOSAL
Sthldule B-4, (oot(nued
(rer •veNnX, (ieM WITM unrt m("
Mo. Qunwilrr loan ay. le as wrnba we w0fdo inn recce aroun,
V 88 Eatn Fuse -T
Kits
33
'= per each
Z�
18 3 Each Service/Control Cabinet, type 0
er�ph
Su9total. Schedule 8-6
14�, 440
c�
SCHEDULE OF PRICES E.at val.y Ap.e
(xote: Imat Pn ces for all aewaa, all estensaons and total amount of
bad must be shotm Sfta unit PZ1"s an both worda and failure•
and where Wnflac_ "Cuts the wrattan or typed words shall prevaal.l
ISiM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AM UNT
HO, QUANTITY Unat Prl Cea to be WrAtten an WordsJ DOLLARS CTS. DOLLARS CTS.
StxEOL'LE !- li.11._6tn S.u, I n S.u, ii n
19 6,JSl Utility Trench t lackflll 26" wide,
36" deep
a
i J Utiliy \suit Excavation, �i' wide
X 6 long X 3'6" deep
Si per each I�O
Utility Vault Excavation, 5' wIde
X 9' long X 712" deep
S
r each h
Uti ty Vau t Excavation, J' " wide JJ '
X ;' long X 2'8" deep
per each
f5. `—'
�a
I'
I' I '
PROPOSAL
Schedule B-S, Traffic Signal
iTtN A►►IIOX. 1151111 WITH UNIT ►111Ce
00. QUANTITY (unit ►rMo 10 b, wr111as to wwea) UNIT MICe ASOUNT
I L.S. Traffic Signal, Lind Avenue i S.W.
IBtN Street
d1ut�NtAMOM.iI'O^� per lump sum
y0�
Subtotal. Schedule B-S
1
M--
PROPOSAL
Schedule C-1, Ora/nays
fT►' •/MON. ITIM WITH UIIIT PAWN
QUART/TT (IIRII / idee to be WrHIs*M Werde) OMIT IRH7e ACbOHT
L.S. Channel Improvements — — -- ._—
SN&Aftza ZL�p sum
QA
Subtotal. Schedule C-1 �CCcln -
1
1
St MT1011 SHEET
Total Schedule A.1 98C.`Ei. S!p
Total Schedule A-2 _F 732 ,x'6
Total Schedule A-1 7 7, 264- <?C
Total Schedule A
Total Schedule 9-1 Z 111i 97z. M9
Total Schedule 8-1 Alternate
f
t Total Schedule S-2
Total Schedule E-3 -2-3 r
33
Total Schedule 8-4
' Total Schedule 8-5
Total Schedule III
Total Schedule ! AlternateO9T
Total Sc^e--.Ie c
' Total Old A . 8 • C �.03 ,
Total Bid A • 5 (Alternate) • C —V
1
' Thu �iqures are a composite of the original
summation sheet--
1
1
1
r
■
the undersigned bidAer hereby agrees to Start Construction on this project, Ifawarded him, not later than ten (10) days after final execution and to complete
within three hundred twenty-five (325) working days after Starting construction,
Dated at ��•/3� This 17�(/ Day of
Acknowledgment of Receipt of Agenda: '
NO. Date No. 3 Date
No. Z. Dale _ No. Date _n
Title
Name of Congany �i/SC'w471F .Sf74i!f SE•'c^CE
' Address e, /sat YVG/ O
Tor U.w
Telephone —
City of Renton Stale Contract r%,
Business license e OOS�? Licensee 5<'A,Si.Z1Kp
1
I of T
CONTRACTS OTHER TWIN iEOERAE-AID FNMA
THIS AGREEMENT, made and entered into this _"� day of 19?2,
' by and between THE CITY Of RENTON. Washington, a municipal corporation of
the State of Washington, hereinafter referred to as "City- and Cucad a_
_Aerge VEytce, tnc. hereinafter referrec to as "CONTRACTOR.'
N .I.T N.!_S�.S E T M:
1) The Contractor shall within the tier stipulated, (t"it: within
working days from date of coemenctmnt hereof as required by the Contratt,
' of which this agreement is a component part) perform all the work and
services required to be performed, arc provide and furnish all of the
labor, materials, appliances, machines, tools, equipment, utility and
transportation services necessary to perform the Contract, and shall
complete thr construction and installation work in a workmanlike manner,
' in connection with the City's project (identified as No. I _ l.l'. ell
for improvement by construction and installation of: Street tm,t.,wUynts
on East Vallev Road. S.V. lath St. S.V. 19th St..
1 `And Ave. S.V.
All the foregoing shall be timely performed. furnished, constructed,
installed and completed irr atrtct conformity with the plans and
spec-ifications, including any and all addenda issued by the City and all
other documents kKreinafta enumerated, and in full compliance with all
' applicable codes, ordinances and regulations of the City of Renton and
any other governmental authority having jurisdiction t4reover. It is
furthitr agreed and stipulated that ail of said labor, materials,
appliances, machines, tools, equipment and services shall be furnished
-ontracts Other Than Federal-Aid HrwA 2 of 7
' and the construction Installation performed and Completed to the
satisfaction and the approval of the City's Public Works ,"!'rector as
' being in such confurmity with the plarS, Specifications and all require-
giants Of or arising under the Contract.
' 2) The aforesaid Contract, entered into by the aCClptance Of the Contractor's
bid and signing of thin agreewent, consists of the following documents.
all of which are component parts Of said Contract and as fe11y a part
thereof as if herein set out in full, and if nut ittacheJ, as If
hereto attached.
a) This Agreement
' b) Instruction to Bidders
c) Bid Proposal
' d) General Conditions
0) Specifications
f) Maps and Plans
' g) Bid
h) Advertisement for Bids
1) Special Contract Provisions, if any
3) If the Contractor refuses or fails to prosecute the work or any p„rt
thereof, with such diligence as will '.nsure its completian within the
time sneCified in this Contract, or any extension in writing thereof,
or fails to complete said work within such time, Or If the Contractor
shall be adjudged a bankrupt, or if he should make a general assignewnt
for the benefit of his creditors, or if a receiver shall be appointed
on account of the Contractor's Insolvency, or if he or any of his
' Contracts OMer Than Federal-Aid FNMA 3 of 7
subco,,tractors should violate any of the provisions of this Contract,
the City may then serve written notice upon him and his surety of its
' intention to terminate the Contrast, and unless within ten (10) days
after the serving of ,uch notice, such violation or non-compliance of
any provision of the Contract shall cease and satisfactory arrangement
tfor the correction thereof be made, this Contract, shall, upon the
expiration of said ten (10) day period, cease and terminate in ev,ry
' respect. In the event of any such termination, the City shall immediately
serve written notice thereof upon the surety and the Contractor and the
surety shall h.. a the right to take over and perform the Contract,
providrd, however, that if the surety within fifteen 15 days after
the serving upon it of such notice of termination does not,perform the
' Contract or does not commence perfq nce__LhtreQf within thirty (30)
days from the date of serving such notice, the City itself may take
over to work under the Contract and prosecute the same to completion
by Contract or by any other method it may d^m advisable, for the
account and at the expense of the Contractor, and his surety shall be
' liable to Yee City for any excess cost or other damages occasioned the
City tW eoy. In such event. the City, if it so elects. 'ray, without
liability for so doing, take possession of and utilize in completing
said Contract such materials, machinery, appliances, equipment, plants
and other properties belonging to the Contractor as may be on site of
the project and useful therein,
4) The foregoing provisions are in 4dditior to and not in limitation of
any other rights or remedies available to the City.
M I
' Cpnt+acts Cshr' th-r fedaral-Aid FHWA a of T
5) Contr+ctor agrees and covenants to hold and save the City, its officers,
agents, representatives and employees harmless and to promptly indemnify
seam from and against any and all claims, actions, damages, liability
of every type and nature including all costs and legal expenses incurred
by reason of any work arising under or in connection with the Contract
' to be performed hereunder, including loss of life, personal injury
and/or damage to property arising from or out of any occurrence,
omission or activity upon, on or about the premises worked upon or in
any way relating to this Contract. this hold harmless and indemnification
provision shall likewise apply for or on account of any patented or un-
' patented invention, process, article or appliance manufactured for use
' in the performance of the Contract, including its use by the City, unless
otherwise specifically provided for in this Contract.
' Ir the event the City shall, without fault on its part, be made a party
to any litigation commenced by or against Contractor, then Contractor
shall proceed and hold the City harmless and he shall pay all costs,
expenses and reasonable attorney's fees incurred or paid by the City
in connection with such litigation. Furthermore, Contractor agrees to
pay all costs, expenses and resonable attorney's fees that may be
incurred or paid by City in th. enforcement of any of the cover nts,
provisions and agreements hereunder.
1
' 6) Any notice from one party to the other party under the Contract shall
be in writing and shall be dated and signed by tnx party giving such
notice or by its duly authorized represe„tative of such party. Any such
5 of 7
Contracts Other Than Federal 'Id FHMA
notice as heretofore specified shill be given by personal delivery
thereof or by depositing same in the United States mail , postage prepaid.
certified or registered mail.
7) lie Contractor shall commence performance of the Contract no later than
10 calendar days after Contract final execution, and shall complete the
full performance of the Contract not later than _i-'% working days
from the date of commencement. For each and every working day of delay
after the established day of completion, it is heteby stipulated and
agreed that the damages to the City occasioned by said delay will be
the sum of _ _ SEE Special Provisions
as liquidated damages (and not as a penalty) for each such day, which
shall be paid by the Contractor to the City.
8) Neither the final certificate of payment nor ary provision in the
Contract nor partial or entire use of any Installation provided for by
.' this Contract shall relieve the Contractor of liability in respect to
' any warranties or responsibility for faulty materials or workmanship.
The Contractor shall b? under the duty to remedy any defects In the
work and pay for any damage to other work resulting therefrom which
shall appear within the perloa of one (1) year from the date of final
acceptance of the work, unless a longer period is specified. The City
will give notice of observed defects as heretofore specified with
1 reasonable promptness after disc ^;y thereof, and Contractor shall be
i
Contracts Other Than Federal-Aid FHWA 6 of 7
obligated to take immediate steps to correct and remedy any such defect,
fault or breach at the sole cost end expense of Contractor.
9) The Contractor and each subcontractor, if any, .call submit to the
City such schedules of quantities and costs, progress schedules, payrolls,
' reports, estimates, records and miscellaneous data pertaining to the
AContrdLt as may be requested by the City from time to time
10) The Contractor shall furnish a surety bond or bonds as security for the
' faithful performance of the Contract, including the payment of all
persons and firms performing labor on the construction project under
this rontract or furnishing materials in connection with this Contract,
said bond to of in the full amount of the Contract price as specified
in Paragraph 11. The surety or sureties on such bond or bonds must be
i duly licens,d as a surety in the State Of Washington.
11) The total amount of this Contract is the sum of (S4,076,581.19) Four Million
Thirty-six Thousand, rive Hundred Blgi•ty-one
' s+piL19/lo0 be11.r.-- .- which includes Washington
State Sales Tax, Payments will be made to Contractor as specified in the
..general conditions" of this Contract.
Contracts Other Thin Federal-Aid FMWA 7 of 7
IN WITNESS WHEREOF, the City has caused these pig-+ants to be signed by its
Mayor and attested by its City Clark and the Contractor has hereunto set
his hand and seal the day and year first above-written,
CONTRACTOR CITY OF RENTON
r i
rtc��" —r�eyorMayor k` —
i 5res en �`
' ATTES':
Sacrr tart' _�� City Clark
d/b/4AF5i3l_D�&�.+•.�[+r�rE�` _ .Cc.
Individual Partnership
' Corporation - A Corporation
gate o"ncorporation
' Attention:
If business is a CORPORATION, name of the corporation should be listed in
' 11 and both President and Secretary must sign the contract, OR if one
' s gnature is permitted by corporation by-laws, a copy of the by-laws shall
be furnished to the city and made a part of the contract document.
If business is a PARTNERSHIP, full name of each partner should be listed
followed by d/b/a (doing business as) and firm or trade name; any one partner
may since the contract.
If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should
appear followed by L/b/a and name of the company.
VNIT�D PAouriC INSVRANC7R COMPANY
• -.OYp OF!"Co, "A[OMA. WA\MINa•o.
Pond No,W/2%-
PUBLIC RORIV CONTRACT WHO
KNOW ALl .dEN BY THESE PRESENTS: That e,
CmradR Septic SITYica, Im.
m Pn:c'p,.l, and rue UNITED PACIFIC INSURANCE COMPANY, a<o•po.ahon, wg":ud end..nnnp Id"and
6, .:rwe or the Is.s of the State of Wash'.''.. end legally de,np b.<:noss m the State of Wa ah inpeen, as Surety,
' a•.hold and lately bovnd and abhoated uNe
City of pentm
'n the(u,• and usl ..el FOEF NItLICN THIRTY SDI 'n*XLAM FIVE HUNL M F.IIifIY OW V16
?9/100 __-._...___.__- ..��._.___._13d,03firSBI J9 1DOLLARS,
Ie.fvl teeneY of the UI,%4 Ste"%. fo,the paytevn of.4ieh sute"if and,rolY to M"do, .•do 6'nd nu,stlres.
o.,and each of a„ hvaa, e.ecutwa and ayami•erotw•, succosson .,d awpne, to nHY and %•wally. I,aly by
.,.so P,essnrs.
Th,s bond .a..e.ted m punueno of Chaves, 39.08, Royn•d Cede of Wesh,"Pan.
THE CONDITIONS Of THIS 08LIGAT eCN ARE SUCH, That .Mnas the Pr.nn pa) entered mta 10-1010
:o"noct .'Ih City (it Tsmtm
tde'•d the r 1 day of V• . 19 R2 , Ina LID 314 - Fast VeIIVY Rl ti
' NOW, THEREFORE. U the P,.nc'pal shall 1«H1f.ily oa,lo,. all d•p,a•H'Ma of ouch rnm,oct and pay .11
k'Iucoss, "+on'ca " wleonlrociws send 'rot•.•olteen, and all Mesons who shot] supoly such ay.un of
pvtoos, ON av►cennaetwa, .dh p.ea votes n.d wppl•s le' A. ravvmg an of each A. than th's 061.p,...cv� 's
.ad;other.,se b r 'team 'n lull Iww and 01190,
' PROVIDED, HOWEVER, that the cooda,o.s of this abLpal'o, sha!I not applY to any 'oon01 Ian"od o,
ad.anud b the P„ne-pal o, NO ony w►eanae<10 «oMv pv"tt m th. p•'fwmanae of any weh .rod.
' S.p„ed and S•ol•a th'. 15th day of 'Turge . 19
92
eL•
�. BrokRta, Inc. Ca•acYaR ^.optic �cvice,�.
t ;eII .l
CcoigR H. Fi.,+>sl>g
Apo.o.ed es so
' _ _ _ .......... UNITED PA INSURANCE COMPANY
_. BY .. e.... ...7
tct'tria R. pYmctrin
' UNITED PACIFIIr INSURANCE COMPANY
NOMI OF : PIDIRAI FAY,NAININyION
► :R OF ATTORNEY
RNON ALL MIN IV TNISI PROINTS.Mr NM UNI110 PACIFIC IMSUNANCI COMPANY .off"No^Mr top"NM•INW IPA NN of'Na
*rM.I PaW..gIN M Irpr.rl.M.,wnw.W MPPsr.R
' GLORIA R. BORNSTEIN Of TACONAt WASHINGTON--_.--
la P•R rq Mee Y.RI wMY.n/KI.l0 n10MP ..s wY �I W Mlyr 1I a11a p p r11aR.N p ra pi W r�
ANY A.ND XLL BONDS AND JNDENTAKINGS OF SURETYSHIP---
' WIe PNIMtRNT(OPACOIC.1. JRANCI CWPANY,M Pat.M.-Va10too........
idwn.Ia.1MW uM.nl,w(I.MOM•r.my
M•plury m IPA MW M 1Nerp'n q eap0 ev N(.Nybw pl•s w IPA VMI n PAUq I I,4u%ANCI COMPANY n.01py0 w nnnN ev W
p11n of Not OI... 'N I.ryolfY•nr11K.n0 pn1y11y a:IM1 rN W AIIMIM INI.I.In1111e,b.NW^i M.NI
' tN•I MuM•OI Al1Vsr a VNIN urwr Vq Pv wrIMrYY OI Anse VII e'IPA av IJYw 01 UNIT{O PRCIhC INlW ANCI COMPA4Y�n.N
p4r^F 11N'I.w aFnnYNr 1.lala IrN•N POnYenl KY.MY u,lyli IMp Mn0 nIM,r.YFr{N!e•IOM
A VII. 1e1CUTIO0i OF IDNDS AND UNDIRIARINGS
1 Tlp/pro 0l O^NIPI IN,,P•Ft .,.CM••Mn, No MY,.Nv U, V4t N.bpnl. fav V•O hKgNr a AN.lt.nl V.d hK•OOn
.I O.N•o11rN.NYlM.N OY IH/pro 01 D.•MVI NIO M..e••••Y n.O.u1M•.IY IO NI NpO.nl All.,VI FNI.M Ie MVIrV 4M 1MT rO F.Ku1.
p MINI-. ''No CPMwnv voM.AM uM.•MNMI •ep1,a.•..n w^LM.of.r.MNmq W M Mr rn..-M •n IPA it IMINI Ne IN
.010'ro•R.nY WM All VN.•n'OM el NY 1.•N Ir10 rip\.•.•.OOM.W Ntlory..v M•'r•1r..
FM PM.I M..W.,.n11 WINb." wO.M..1M I.,W-•.nnNNl o11.MIA•of ry•a.Yr NoW to IPA.^ IO..Km.
w eM•MrN Now I.'M Loompat pnp NO trMPl., ," rRVO-°MMI pnn Mt el•oatoo t wI4 e1M•R+'t•NM Ma.."Ary rn lM a.lun lM•.o.
tar,tbyer.l.w-..M1 M(pYry la IPA M-q.lr O•.n,bnA W yr0.r 111.'rP n'r.P.JR^LMI .."Fill OI rnQ..un11 W 011M•—l'.,
n IPA MM.ter Nl
' I A1wr1I.Y.y..M—11 No.pr+e.eM wr l..."le..Kul.111 y.n-I rMu-rN 10 p.lIKnN IO OPMI rKpn.INIM (enll.(-1 u'.np-n
^r4 a OrNn pp•1.O^.l 0.001rNleq urN1 O.•.MI.^o In.y'M-.nn Mw MINI.,NO.w Mu"t0 NT.v 1M I.MN4 Nwnn.n.o11M CO^W^r In0
l0 APP N 01 IPA/Y MRN.I IPA COLr.nY a.nr V 1.4 at,MPq^1Rnp1
brn f. o. nre.pr ..st"..M W'L1 Ov IKur^.M yrVM NO 0, wlnw,q al IPA .ol-Oa^0 RNo-w—NWIN b -M Wan,1 D.'KIO•.ofUN-TID.ACIOICtNIURANCI COMPANY M.Ifwop My At,:M%IN MIT of NM.1170 V.N.n•.yyru.r.yl wMMnI.IPA N-O R.w-w.N AN NeI
ON...allnNd"MMW
IMF IN Illt of l,oA Ou.noq W ONMrI.•q-..NY of IPA C."W"1M.w...nN to NY Iwlr m ..0.
olwnb n Nr sn-bpl...%,,1Mg10 b INOOIN .n0 Nr 1.N M.Mr o1.na Mr o.IV eem.W.rI WtN le,,-.1.
gglurN of I.o-wN w.INIf AN.nq.M O.M•q y .I..u"No Y NO.nr wfN V,. w pKu1N.lw IMto.Ov
I Nf.TiN.•lplrV M.M 1.lel..-M wl sta"N III W PM•rM yq.n IPA CAl1.P.NY•^1M tu-....uN r.IRK1 f0 NY W.0 O•
VNIM111 n.1 fo R'1r-iN N..MIMNeO'
' INNITNISINNCR(OF IPA UNITID PACIF IC INIUIIANCI CO AN♦off, MN P.wuION.•WeNN V.P•N.pm afoot bw
w for Mno.u.IN llu. ir1 NYN
N�"O UNNITII 0 PACIFIC 1W,.kafcf"PANV /
-.p NwMNI
STAII D. Waahin..ton 1
COUNTY of King N
ON IAM •rl Nr of may ,116:: y..pt,of. ..N Charts B. Sch-a::
N rr,F InRy^to p INI v4&#INWt of too JNITID PACIFIC INSURANCI COMPANY w Mlryr.M Mf that M nnulp.na.N.p"IN.we
1 P'q mmuN.lm W$161N IPA M.'N.4..aril.,lit W IPA.A.I•IN VN Iafl .1 P W J OI IPA 211.-.of..Cft M.q w IPA
1{ R.Mplr,NI MIN IMN,,.M.Pt...1..t 1". `)y//�J
wr CgRRRpIN.1wM :1:!` CA
1
Jun* 12 ,IOU i\�'1 WwY Pre.nWyI teN Waahingt On
Rpa.111N Ta00aa
Charl*a J. Fallt DN AN.INI IM.naY of IPA UN.TID PACIFIC IIAUMANCI COM 1."►ANY.F M•.b o loot fitfMM w MMp.ry R.nr w IM.pI MIN at.Parer.'AUw.Mv I•MVIN IN NO UMIYED PAC$01t INIURANCI COMPANY,Rw.M 140111.n I"
IYN M. ".n IN,
IPA wTMIM MI.lM 00,1 Me M.ynp eM MO Mlla W pO.aM IPA.pI M IMA Ca1rMNY INM /� R1Fal
1 r�S4
' ao.Inl 1. I.= (.NM AN.Mr'1 TMnw,
I * :j
BOND TO THE CITY OF RENTON
KNOW Ali MEN BY THESr PRESENTS:
That we, the undersigned
as principal, and corporation organized
and exiating under, the laws of the State of as a surety
' corporation, and qualified under the laws of the State of Washington to
become surety upon bonds of contractors with municipal corporations, as
surety are jointly and severally held and firmly bound to the City of
' Renton in the penal sum of E for the payment of
which sum on demand we bind ourselves and our muccea*nra, hetent adminim-
trators or personal representatives, as the case may be.
This obligation in entered into in pursuance of the statute* of the State
of Washingtot , the Ordinance of the City of Renton.
Dated at , Washington, this day of ,lo
Neverthele+a, the conditions of the aoove obligation are such that :
WHEREAS, tinder, and pursuant to Ordinance (or Resolution) No. 220i providing
Vow
(which runera(t is referred to herrin and is made a part hereof is though
attached hereto), and
tWHEREAS, the said principal has accepted, or is about to accept, the maid
cont raft , and undertake to perform the work ther-ein provided for- in the
manner send within the time not forth;
NOW, THEREFORE, if the said
..hall faithtully perform all of the provisions of said contract in the
manner and within the time therein set forth, ov within such extensions of
time am may be granted under said contract, and shall pay all laborers,
' mechanics, subcontractors and material, men, and all persons who shall
Zupply said principal or subcontractors with provisions and suppplfes for
he carrying on of said work, and shall hold said City of Renton harmless
from any loss or damage occasioned to any person or property by reason of
any carelessness or negligence on the part of said principal, or any sub-
contractor in the perfoesance of said work, and shall indemnify and hold
the City of Renton harmless from any damage or expense by reason of failure
of performance as specified in said contract or tram defects appearing or
developing in the material or workmanship provided or performed under said
' contract within a period of one year, after its acceptance thereof by the
City of Renton, then and in that event this obligation shall be void: but
otherwise it *hall be and remain in full force and effect.
APPROVED as to legality:
' Approvedt
a
0
i
i
' RE UIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL
POL CES
In accordance with the provisions of Chapter 62, Laws of 1973.
H.B. 621, the Contractor shall secure any permits or licenses
required by, and comply fully with ♦11 provisions of the follow-
ing laws, ordinances, and resolutions:
Kin Count Ordinance No. IS27 requires Building and Land
' eve.opment ivisson a�riulics Division review of grading
and filling permits and unclassified use permits in flood
hazard areas. Resolution No. 36230 establishes storm drain
' design standards to be incorporated inter project design stand-
ards to he incorporated into project design by Fngineering
Services. Relvew by Hydrau' ics Divi>ion.
' King Count Ordinance No. 800 No. v00 No. 1006 and Resolution
o. o. o. moo. 6894 an3Ao.1TfiZ conta nod
In King UOUnty Code TitIeS a and 10 are provisions for disposi-
tion of refuse and litter in a licensed disposal site and pro-
vide penalties for failure to comply. Review by Division of
Solid Waste.
Pu et Sound Air Pollution Control Agency Re ul._y.___ation 1 : A regu-
at on to contro t e em sston of air contastnaots from al:
sources within the jurisdiction of the Puget Sound Air Pollution
Control Agency (King, Pierce, Snohomish, and K.itsap Counties) in
accordance with the Washington Clean Air Act, R.C.W. 70.94.
tWASHINGTON STATE DEPARTMENT OF ECOLOGY
W.A.C. 18-02: Requires operators of stationary sources of air
c6n2am n-i ants to maintain records of emissions, periodically re-
port to the State information concerning these emissions from
his operations, and to make such information available to the
public. See Puget Sound Pollution Control Agency Regulation 1 .
R.C,W. 90.48: Enacted to maintain the highest possible standards
to ensure the purity of all water of the State consistent with
' public health and public enjoyment thereof, the propagation and
protecting of wildlife, birds, game, fish, and other aquatic
life, and the industrial development of the State, and to that
end require the use of all known available and reasonable methods
' by industries and others to prevent and control the pollution of
the waters of the State of Washington. It is unlawful to throw,
drain, run or otherwise discharge into any of the water of this
State any organic or inorganic matter that shall cause or tend
to cause pollution of such waters. The law also provides for
civil penalties of f5,000/day for each violation.
R.C.W. 70.05: Establishes uniform statewide program for handling
so wastes which will prevent land, air and water pollution.
Makes it unlawful to dump or deposit solid wastes onto or under
t the surface of the ground or into the waters of this Stale except.
at a solid waste disposal site for which there is a valid permit.
WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES '
R.C.N. 76.04.370 Provides for abatement of additional fire has- ,
arm an s upon which there is forest debris) and extreme fire
hazard (areas of additional fire hazard near building, roads,
campgrounds, and school grounds) . The owner and/or person respons-
ible is fully liable in the event a fire starts or spreads on
property on which an extreme fire hazard exists.
R.C.K. 76.04.010: Defines terms relating to the suppression or '
a atemen o rarest fires or forest [ire conditions.
R.C.W. 70.94.660: Provides for issuance of burning permits for ,
a4affng`or prevention of forest fire hazards, instruction or
silvicultural operations.
R.C.W. 70.04.310: Stipulates that everyone clearing land or
c eT"aring r-3pFf-of-way shall pile and burn or dispose of by other
satisfactory means, all forest debris cut thereon, as rapidly as '
the clearing or cutting progresses, or at such other times as the
department may specify, and in compliance with the law requiring
burning permits. '
R.C.K. 78.44: Laws governing surface mining (including sand,
grive ,' stone, and earth from borrow pits) which provide for fees
and permits, plan or operation, reclamation plan, bonding , and
inspection of operations.
W.A.C. 332.18: Delineates all requirements tot surface mined ,
land reclamation.
M.A.C. 332.24: Codifies requirements of R.C.W. 7b.04 pertaining
to an c earing and burning . ,
U. S. ARMY CORPS OF_ENGINEFRS
Section 1 of the River and Harbor Act of June 13 1902: Author- ,
ties ccretary a`f Army an ores-of n"�gTneers `to issue permits to
any persons or corporation desiring to improve any navigable '
river at their own expense and risk upon approval of the plans and
specifications.
Section 404 of the Federal Water Pollution Control Act,.ClIL92.500
tat. ,
Aufito—rTies tT-e ec�itir"y o` INo Triy, ac-U ng-
t rouQ `tt-W orpa of Engineers, to issue permits for the discharge
of dredged or fill material into the navigable waters at specified ,
disposal sites. Permits may be denied if it is determined that such
discharge will have adverse effects on municipal water supplies,
shell fish beds and fishery areas and wildlife or recreational areas, '
MISCELLANEOUS FFDFRAL LEGISLATION
Section 13 of the River and Harbor Act a r.�owed March. 1699:
Piov es a aIlc arga o re use witho�peimit Tnio nav gable
waters is prohibited. Violation is punishable by fine. Any citi-
zen may file a complaint with the if. S. Attorney and share a por-
tion of the fine.
• 2• ,
r
PERMITS REQUIRED FOR THE PRWICT AXE AS FOLLOWS:
rKING COUNTY BUILDING AND LAND DIVELOPNBNT DIVISION
r Kin County 25719 requires an unclassified use
perm or ng, quarry ng ncluding borrow pits and associ-
ated activities such as asphalt plants, rock crushers) and
refuse disposal sites and provides for land reclamation subse-
t 'I nt t0 cheat activities. A copy is available at the Department
of Public Works or Building and Land Development Division.
r Shoreline Mona oment Act 1971 requires a permit for construction
on • e s ore nes. arm ■cquired by Public Works and r•viawed
by Building and Land pevelopment Division.
r Kt_ na _Coun__t�nce No. 1-488 requires permit for grading, land
s, grave p as-3 taping, Vuarrying and mining operations
except on County right-of-way. Review by Building and Land Develop-
moot Division.
WASHINGTON :'.FATE DEPARTMENT OF FISHERIES AND GAME
rCha ter 1I2 Laws of 1949: Requires hydraulics permit on certain
pro ec s. t King Tounty Ziepartment of Public works will obtain. )
rWASHINGTON STATE DFPARTNENT OF ECOLOGY
W.A.C. 173.220: Requires a National Pollutant Dischaige Ilimination
s Sys em permit before discharge of pollutants from a point
source into the navigable waters of the State of Washington.
r W.A.C. 312-24: Permit to discharge commercial or industrial waste
wa e'ri Into State surface or round water (such as gravel washing,
o pit operations, r any operation which results in a discharge
which contains turbidity.)
rW.A.C. 50B-12-100: Requires permit to use surface water.
s W,A.C. 508.12-190: Requires that changes to permits for water use
e rev ewe y 'no Department of Ecology whenever it is desired
to change the purpose of use, the place of use, the point of
withdrawal sndior the diversion of water.
w,A.C. 509-12-220: Requires permit to use ground water.
r W.A.C, 508.12.260: Requires permit to construct reservoir for
water storage.
rM.A.C. $08-12.280: Requires permit to construct storage dam.
W.A.C. 509.60: Requires permit to construct in State flood
r con ro tone, king County Public Works securosonefor design,
Contractor secures one for his operation (false work design, etc . ) .
r
•3•
r
PERMITS REQUIRED FOR THE PROJECT • Continued ,
WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES
R,C.W, 76.04.150: Requires burning permit for all fires except ,
oTosmma-1l outer fires for recreational purposes or yard debris
dispposal. Also the Department of Natural Resources reserves the '
right to restrict burning under the provisions of R.C.W. 76.04.150,
76.04.170. 76,04.180, and 70.94 due to exteme fire weather or to
prevent restriction of visibility and excessive air pollution.
R.C.N. 76.06.030: Cutting permit required before cutting merchant. ,
ibe t ■ er. —
R.C.W. 76.08.275: Operat.ng permit required before operating '
power" equ[pianf"'in dead or down timber.
R.C.W. 76.44.080: Requires permit for any surface mining opera '
on (including sand, gravel, stone, and earth from borrow pits) .
UNITED STATES ARMY CORPS OF ENGINEERS ,
Section 10 of River and ) arbor Act of March 3 1899: Requires
FiTHT 'Tor'conifruclr cn"To(Tier an r gas. s—i U 5. Coast
Guard administered permits) on navigable waters (King County
Department of Public Works will obtain) .
FIRE PROTECTION DISTRICT ,
R.C.W. $2,26.010 52.28,0. 20, 51.28.030 52.28.040 S2.:g.O$0:
rov -authority or, requTr`emen s of, and pens es or fallure ,
to secure a fire permit for building an open fire within a fire
protection district.
UNITED STATES COAST GUARD '
Section 9 of River and Harbor Act of March 31 1899 General grid e
Act o arc an enera Bridge Act o Was amend '
u�T Requires a perm or construct on oT6 rid Q0 on
nav g- TgMe waters (King County Department of Public Works will
obtain) . King County Department of Public works will comply with ,
pertinent sections of the following laws while securing the afore
mentioned permit Section 4(f) of Department of Transportation
Act, National Environmental Policy Act of 1969, Water Quality '
Improvement Act of 1970,
PUGET SOUND AIR POLLUTION CONTROL AGENCY
Section 9.02(d) t2)(1ii) of Re ulation I : Request for verific■ ,
on oT po—p�Tiffoe' denxity, on ra'cEor-should be sure his opera-
tions are in compliance with Regulation 1 , particularly Section '
9.02 (outdoor fires) , Section 9,04 (particulate matter- -dust) .
and Section 9.IS (preventing particulate matter from becoming
airborne) . ,
4- ,
PERMITS REQUIRED FOR THE PROJECT . Continued
ENVIRONMENTAL PROTECTION AGENCY
' Titi• 00 Cha ter Ic Part el : Requires that the Environmental
ro ec on gency be notified S days prior to the demolition of
any structure containing asbestos material (excluding residential
structures having fewer than S dwelling units) .
The above requirements will be applicable only where called for
on the various road projects.
Copies of these permits, oidinancos, laws, and resolutions are
t avoilable for inspection at tb• Otfir, ,.t th" Director of Public
Works, 900 King County Adnintatratira ouildin Seattle,
Washington, 08104. It shall be the responsihility of the Con
' tractor to familiarize himself with all requirements tnerein.
All costs resulting therefrom shall bs Included in the Rid Prices
and no additional compensation shall be made.
' All permits will be available at construction site.
i HYDRAULIC PROJECT
APPROVAL
A
' R.C.W. 76.iU,l 1111
.11
4�•__QctoEer iJ, lyal
' YaeAAMINT Of OAW IaNNaN MYM•IeWMMwwaPnPwehenw� oeeA111WNT Of FIaNafllaa
aw CWIIW We,Nook DaneVW AM1M e
ogetw.wwnlnlen aww FAOt 1 OF y FAO&S 04WOA Wash"assm so"
® wr ww hxnf o•hneT th,leWtu
City of Renton 235-2631 1 2 a
Stew•M+ aaun e�.a
200 Ili Avenue South
ctT. sun aeuPtn A 1 C 0 609.0005
Rentony Washington "OSS
entuu tia,Aea rowaaa._ro e F
elaek River
ayaAne N.tpN �NC`Wh .MINY-. MMY•1!w TM p wgMt�.•
NE............. .....25 23 04 East Culvtrt InsUllatlon
IiN ............ . 5.. .., bps'Vat:
M,N., in Ki County
_
TIME LIMITATIONS: uM"i,iyezN _ 7Mie�3o 1982
' TNq AMnOVAI,It TO ea AVAn.AhI ON The M SITS AT All TIMIS AND ITS PROVISIONS FOIIOVAD aV TIII Fe11MITTaa
AND OPI[MATOa MFIFOMMINO TNe WORN
' The grauMal N~Ms 41141-a INued may W n4d aa•Ia to,a"Was of o.aamaee to nah ura O,heo.tal retch Mints he,n
N,lun to Co how rnh Me Wo"Voos or nwhl of th.a aoopv4 P4Wre 10 Cohpb rtM Me o,oVIioonP p,Mt,aoo,oVw�s a C,dN Mree
hteano,0u0.4Mbw oV bM arw m iMMnonham
The DNe"h*h"o,f�MahN and Dam',eaaM IM rphl to Maae eddamn4 r•ahtChOne O.OMd"'o".W reVoae the•eprov 1 tt chaste•
we 4Y by the Oepanm IhtP to,the olowboh of hAh I'fe these apann,ema panhol to halo haole for My•foANV aeo, 0."h
Mehl OCCo,as a result of Into Wotw,
TMa 1001,11 panbh,oho to Iha of tM RahertN she Dante Coast 4",,,ohal Wopnallwn IfoM of",ouohf aQenfNa
' "V"nheeNry 101 M.e protect
This approval was drafted using Sheet 062 of Plans dated 16 September 1981.
1 a. The project shall be constructed according to projected corridor requirements for
the SprinSbrook Creek system.
,I
b. No treated material shall be placed in the stream channel.
c, If fresh concrete or concrete products are used, they shalt Mve a minimuh of
seven days of curing before exposure to stream waters.
SEPA: ONS, City of Renton, 1-7-81
cc: Trosper
FRQYJ$14�5_AIILILL!
DIIPMTM/NT OF FIaNMipa j TAT OF GAM
���.I..,rf �telr.., wRiCT011 `�,,,.� `Z"y+�k•�R•. OtAaCTOA.._.
CITY OF OIMTOM
uotkk PApa1110Mt
rTAM/AAp rrttlntAT+aM
The Swaafa 104,9111e40pS ter 4wilal Nl Public Wras Conacrwtlto" ►ow'" YF the
oeohlgloa State Cnootor all the beriaw, #.till Works 14140ldt tan, 1$71 I6416n, atoll N
%ore,Mftof "fell" to 1I the "Slanstr0 Soatilltaliohs' the said a tiflabtient to"the,
wit% the lee of the State of Vathi ripen And the Orai MnHt sea Charter Of the CIIV of
AORW. so far at N►Iltoolo, ere M" IhalvMa In the$* spealflcelNs as them"
opted In their anliret, aed trial spiv sae"! 4% wnNo a, tvp Mlaca by the SOetlal
travh let.
A roof of theta %tapabn SNU,,,a ,nl 11 on file in the offile or th Pvallc Wrn%
Dine", "i clod 1411ti as -, vat%igt" frlMlt. .Mrs t'v, maV M aFaa'gd fief
com.I I%t .rf : ter.'t, ,•r
1 role roMM%C, .' art too, tltallo , . Ito Oliver. 140 refofeato
%hall he tohatrpa +. . . :+ hens". Ma whale WpTi Is maN to the trig'"Or
lath Mftfeheo Man hr ..-u.vro +o Man the Director Of ►4►Ilt Weeks, tit, or 40.01, rr
hit "IV whattM rNntO,tativ0.
40Tt Ito tenaral provision, hereinafter to,%61 o thall to In 60110en or ,hall
tvNrttp onvleie", of the StolNro SNtlfltitiont in conflict tMMv+M.
A IMO
Mabinitl to Nett, setllohS, fore%, article, pA tetftllalOt fee Inserted fat sonvonlemo
of reMMnto onlV she mall MI affrCt the mlerorstallon Of the Cantrell "ClOol
CADta OF pAlttplMtt
Meer. conflicilni inlornft to so to labtlfltallant I #tend In the "SIpW.n S00111+4014m"
Plant aM feavislan,, the plans than fell onr the "Stwamra Soaclfitation, Afo the
r nr+NvM Mall held eve, win the flat, MO 'YtanOatt SNcifltationl
WWI TO MILT MIFICATIOMr
In the pent that on, material at hortmahtnia opt het Feet the rabai famanN er tN,iflla•
Ups, the cl" may have In* option to otsabl Wen material er weramanMip :r 1M D+reetor
at Patl,t Myra% pan% lace ectptaeso to a in the toot interest of the tlty, pt deed.
the City Mf Ma011ole Ppmant of a lawar, unit pelts for tais matel,el at .orUherHhip.
Fillip CiMMt11
An, flotation, or vac lanai% free the plans. "a"% aiMr MJatt+Mntt in the Belo 10 Fir
plttirg tanoltlOnt %hall be Mfe@Nto in wrlllhl ant N, het be imlltvtae 4411 N►Matt
by the smalls Wfa% Olnstor or Mt rgroablelvta ellnS MNIII44111 Don hit 1n1 14a-
tifra. In the tv t of 01sNrianlant of the M e%lty of Ivan ~bat. the In91hat,04
' 6041%ion shall be final.
rheTICTij% OF VALIC alMp PAIVAT,I11UTItS AO Fat ILL
' the Contractor shall comforw to sacllan 5•11" of Itpoor0 %"ttrltatifhl Ir raped to
protectlan of polls ono Olivet* atllltio,.
location and olr.ensloot 'here ar the Plana for pitting vheargnvno Facilities on in
' ecolionce with the ►ttl available inforldi withevt ~",I.$ eel a+Npflhg, The
Dafal Fiat* het /wrptfe the Ith aM 1station of Nistifg Cat i Iles,
it %MII be the Contractor % roolm ills, to lintel all grail% ant oriven 4e lot
having 4111Ue1 antler f Fi Filet -n the rlaintly of the tanHMltloh ane,
1 Pygslt UNI MitllCII MO tt!jitj
The Cotirattcr %MI1, ac hl. art, ananN, paviac all Ill.%, se-,toe,%, twra,
4MMI. 04"111941 ((MI 1
►W1A jliyJ1elta(t All► Sel lri ICMI I
swap vi" yrolftt Ma n1a41 1laott In at", to flaittl the aM11a at all It"$ Ir1"
,Alan N e nwll el Mt aN,0111"a 11 Ih tM11041o1 owdold fall N "I.taio WI4411MI
heat% also NrritaMt to the NIniM at 1% teal.Nr, the tib %hell have Ihe right IS a".
*IN the" I,oNit aM Nrr ltoN$ also dada, t"o a"tt tv 6*~Ia aM Or YMtrNIN.
work %hall " row"Also. the at", of ."r% satellite. Iha 4Wq of start ttodifiN M the were
halt" S1iSNl.tr at I% Main"r't allarJtf" o4M the elltlo"r 0..4, asaw is towrte 0, tawfsel
at RI let W%SWV1 to IM104k the Ouse It or too6MirNlel't aafeb, %"Ilk Ma "1/N.
olTat MT TO M (fMTRA[TN
fevytit to " ft1N to try CMt1N101 wttl N ,lase 1. Ih e ' Oull 11N4 In Peal iM 1.OI '
of the S1anMH %Wlfilet,— ►aveeal) %hai l be else I. task Wrroot, of-tlol nZI,
M N11Mset sot " ailishold ootll o work ""'Isw ""via N a"M,1►N m these tohegi
trerltteIt hat ►son .*tolsN eM W'Sred
w tOu(I" Of Ulle
INRM 1.04.p of the m4rinH YNtlf{N1.Mt %half be "INN the the ISllw,.a iolottN
IallNiatttt 601*1 etatullM Ma Il i at the tMVeai the Nlato the 11, 1 okI NY'
tlln( It MN, the tMtlNitr *hail NI1rp it 1M Stainer, M S lieIIN SMtp OIIiM Ve• ,
Stets tohd.if In fate 1a11ttotlMr to the iaaloeat, tttl " ~6 0
" the oriental tot of ' se-
M't Ma tohefNl" Of ofta of Ito wor,M% NY Itas$ of y1h faa111rat on, tN (MtfN1
Oatvtool) sea it* a,si""tN eees,nt At wh notitiv nvn%l Ism will ofteM ate to I"
CMVSa Nr i. "Mass,* It. is* aroartt% r%.aa,Ile The Cooll"ttt, %hell elm turnlaa
Nr,NIt i1Mi#N S%tIM N of mark ask* tot the F'"N of Mt M W%141 ow~11 toll
its "S1$ aMl$V" in Mtl.a " My of those \t""ulot pill N .%N —to fN dalNoWna
to* het" Sf "rltal M tt tM .fit not M a"UNt"a at 11.In4 Is N%I♦ Its eNItIMt
10 or dNwtliMt "" list t"ftw
tn.t1 it aeaM lr left! at Mt title OaHnt GM$thltflM that oNralion% . It a, se, tat!
awhile the ethNvla of Nis. f:ftt orlarao Ito CMtrNlur %heil, has. rNW%t, /%shell,
V.wv Ifrlw ttNNu Mt w the t►1t tote at twif'" AwI N1l Ma ott NMollth$,
.rhea/, aM NYlntonl♦ 411e"e laser forte, or y1t,04 thilit, night Work, eta.. W s A..
11" Iett t11) N Moo Is. aM 14Afe1 wit. the 4e111", IMt II an $tt"ea tool fi;at," 0I
the W,Jintl Wlttdvlt hot on, tathr04 N,Ifts , it at am tits so Nr1iM tt the "test"
tta vll .1 IaWto to uMflltt with the falt,Nt aforl$IM4 it %half, WM %ryas%I be tart%"
ar the CM"4414, a.a the Lott $hail be Nt hthea to taMtlo.cf .11% the <Miratt 0MOOM%
otralntt a1 gal furl", "tlMlp to the CMlrtttor tfw %Wh rNWkv ,% no, oho 0I,1 a^ '
"frer t it'" $ahad.la hat hat. fpriaN ar Iha toa11.NS, MI " .IInhto 100,11119"
or the an NNrtlna se the "aNtN ",triA le of SMtIrW11 M, a, sn'"fro Mail,laatM%
,,t.r*�yoylr�Nt�fr, i% hetoYv .see an "Ilttt,o. It the t0^11"t
tw
No 9 ,ale of y"t to be Nrd io all yrtlran, later!,%, 0r Mrh^ tf My1btN In
tb NrferMntw 0t anY pert n/ Ih1% tMV$ti atilt ee 1. Nta,d 1rwto� rlih the lrte+t reel of
to 1r1 N ty"lef la It d d*l ih rail% aM radrlal Ito .% et Ito VIM.I of UN, Also
thosiI ona 1M uhe1v1S a1 vo,li'll.t teat ptN fa, the 1"alit, eI totalities w.e,I
thi.1 tastiest All, to M1/Orta. es Nt".ipe or the I"w"IIrl Stvik""a., of the feaort•
M l of kok0r Ma In1u%n gyp, ". 1, r.flra.ft YN a Nrl n1 Nit tMttNI at Nater, lolls
tot %It* 4 el.,
(Mt"N 41 the tNttNlot Ili he halo rNNn%i\tie tot ►otaMt of the ►fasaillna saes, It
I$ I"wall" teat oil C"It" 01% fe %tl*rito 1hNrel We .rtn the tatrMl oast rates Mort
d.aettllq C41 oa)N M the" %Ntil,tal,M1
set wN SMlgal In oat", of Ito \ae.)Ml Oollpk (110,040 OO, a to.f,ftw ."."ad r.
NY Me ptawdline rase of Saw atoll ►.es the /.Ila.ina +n o IotatiM r*"(is rl)Alo Iv
WgrNHt a1 Ih 1N Otis
f11 t I"o of I Sto%~t of Imam to Nr frivol lint .age,, "OrorN 61 1"
Io"Wiel 1toll"it,M of I%S bowlovitl of I."a' a lnluttr,ft anpUs WTI M I on
Ill the 414101144 41n1 tli".oln hlpsnP of the IMWtliset SNIItt OM of the
Oeaartaltl of Inn, a f.eukt"44 .hart a tspmkow t or ,fro,", tshcortl./
trtr/l I ino "NI Mr M * "
Io toH NI 4I%falo al,%a$ at to oat ero 1" ofeHUi.$ 111N of anks tar Ian of a t,al•
It- A41I afa\ $"A ti1Wb tohtat N Na list" P"
or the Nlliet I% init. 1st ld,na later
she wMepMnl rNISN.I of irk, the Mlle, 4411 be r04,"4411 IN or\,1tti1M to the It"I'l
6tht", aalfittaws ttMt l
On lceftl IcMt 1
M toN, aha IMVlK IN of Iho ilola, M! hll d"gfaM 1MNM \toll es h
(lot'" ahf ►,",he a„ IIINrl4p1 ,nNirtt ie Ito olNwla a\ ►r Few for 41 "it ,,h.o West", N ecy tt tl l{01
laaa rAr.IfNIM ON wh Ma wet, V."OwIP"Nr *Mtt flit a \ward Ratak"., of Ih\Mt
If► {) olta too lope, oM .,I- the oa rta t of Is". the 10a11atr' N N too wfpf 1•
04 eW role, IetlWint frl.M ao+a"tt, for with )N tioBNkteliM fa ae WUkeks fN,e" '*too th's Ir IN \po u
dIi OF t os osotl Ito*faWi l,l,l ft" '61N 0, oNw*ta*t N
14 l.ewwrloi wells11a1M of Ito lla t,r t of taeer aW tag Irk It 1M a tp Col"
aft tan"h two Iw0*tt11a1 ltolitt'06. ..It bald M "thoom fewnl of spfeWl Rf Ito
CMfrotir YalM tattRMN"Nr with a tMI to the ~11-14 tta.:, klryf) If Ml I.pff"t
"a" Islas ire i"10404, fool t*.Ir"101 =ot tMIMtrNter will ao MlifiN of IN aMfett
f%ol i«W� 4,41,011,404 {41 of 19lM fN Narorat .ill N .I taM l! until a tor."t ttetimmot
' allof►t N Ito Orin*r of fM it 100 ewe ow I:M1 ga1*t a" Oki MAC"lr"iwh 4.1,
as im-as " too eaN,toeht et two, Olio I•f sH,w. .11, N a "s•Nul%If* to ffh, NfwMl
of the awwer Of M, it,h% 41A fall eMlrNfor
a wt,*k.1 in *.N,, Of lf0,otrCt the ttif~f Of I.,Mt to*o hop"it ►IMo% %hail IMIWy
' I Ito cu.lrglpl', ratlHrw iM to"Of."t, .W*r, a•d
M irlWflia► tote of a&" fe, Ka tf/llifitoliM of .MNry MI•IIN 10 oN,tt lff{ wet" Ahab, Oca " It.wil, I~►
1 rh, nuarb, 01 Igf\wf ,. wh tlallltitw iM
ih. wa Mr that• auN1IIN tr a CMII"tw N,NhI M a ale gti+*U \hO 11 \look
♦.a11001 vaht all W~f N`a Nola qy la ittorynto wNa tole t•t•f;1.N \("\+loot o• Itaet•
MI M fll! Filch too Oela,I.*nt of NNr she 'li"ttr1.1 N aoar*.M w too rv+allvl tlwnlutM
11Ir00i;" It it,", OaIY W 04W cry 10 of 111" .11h the lt*tf I,Nwf," er the T.N.
VI the OOFiet1 or ..rtf..001 WWO,f"w *thee Oft,ti, ar M'IaFi 444,0" .It% the
+t Mr a•! iHOutt~l of the *tat* or NraeroN /Wltf w eV tot ea, be 1N two (1)
Oath Aff:b.Il *,a 10 N if lee ."h the ►il"for 01 tea bowiM 1 a/ Is", o.a
•Awe+le\. 0itM1,Mr ihaV%t•:el Mlw:aat oi,IfIM1 fool t"Mt 4M.., Seattle, who..•%r Y,*LIUNH, oftiNvit\ Yorlaielht to a brt•wlar tart'"1 st*.1d N 1*60II-I" a1
"too"
f,14" OF wl seek italla N 4N..1 feat\ wlta t- lip",
l haustr:a\ tNifllaotioo' will e* a wwf"e1. I to -" '01"" 00 t.Mt of t,tbr taq
iMVottw Mltvhq* Fillet to Iht
e- if tt ALt I"v aye M^*i►ry {Moo:' `
' the fontra..101 \hall .%talh MO \lap ;.. felt* \.lint the la1+ It the fMlratl, pull rt ire
1 Illy ewe a'aN,t1 !ooa„ in%V,a.la i
II I arorib Lowe t t�ah*w atrt to Apra to N carer" a, lee t11t.
.•ur,lia of thit tool'"\, Mt the Oile the 1Me(M I.a%Mll so N so ap l" ttIwo,rht .*n
V^ .elt cell,, r.%.Aar 0, lea wort too aaklNttona owlprfyp .Nero/fO toolfatt LM•N
�o"" too toworoo 00 ►to.Iba %hail wok"t ob,.\t t1aiN to, oartoaal Iayy,rp%,
M attlo"tol oNlh, al wall w ;late\ for Mbory1 MV "tat Oa,afeM *f Its cootfolar, ar tooW% fo,411at Nt,~~a6..%oo,aN +tl*I•"/Ivey Iran•
a+gfltT eN101yd a1 Nthe, Of fhM
11.11% o1 1.th ,.luy.o atol l 00 o fat low,
Ih1tl•ir I.;mv 11N1t4tr NVola►e .4% ti.rr% of MI lef0 too. Slaki' tO tot Neu, 'n lgrr,
;ntlWf.t "%loalal wth, " M, at M'I", *Fit l.11MI fa IMt Irwll to, wh P."a+,
OYOw.1 Mt loot !at' tlle,bl N. Nth "c:"ht: at' letNR\ a*'+aw tore,aaf In at
a•*..t of NI Nt\ Ito. 1S0.600 oaf wh "t1eMt
a xb1 M the Ipyrohte Muth f*w%o, .41h a toy, it IN Mb,igo"t .Mir,\ the Clef
' M wlllaNt I.fwrN. \MII N oreN N! t0 Ire f/1, wilhia a lut 44I* It" *OI,I ffo..
114 MLitt Of "Off o1 LMl,aw.
► OF EWIMI Of 1w t.1•1
the fe.t."to, \toll iVr,;x. the trtr .nh al'st"tw1 Moot of ew,lap o1 the. r.x„ohte
ra"Vroo.
611NM1 e1tObltl Oet YLat.l 1
ALI N 104 i
"Itt of tad`' owl a Nrtaeal►, 11041, gNwo of loaf 4e100ytoic ahehas~ of
"lure a let", .IM/ta M, hibll "tor or at"Of Mtugl ►hehaalew of uroa"I Ibtahtlt,
tar two tNtlflt locality N the ■ark, MlM eight Mtalibb t� Mw bNn antl<I►a1N #I..
h'�atvitl toh l M40,44 of the arol ION ,ttly at the ,4, tall Nl bfo o00tttwd at a" W 1
of tN
The Nfa "Yoce brae lte' Wail most t0 tea 0'441141 0014r10tion of the "let It of O„ 1
"No htoftolt, 044.10"At, elatoNe Of 1"01611l4h, at atn', tagtrw Uah oraOaoad N
IM ca"t u4"'. a tilowlraler for a aMafNlYNr MO 11,111,61104 for the to aved Of try
Ou"or. ,
a4 ICWI
~0 tee Ifro Or total n 'IN ho II the O"qr, ar Ire Delmar So retooNnatian if
rq In► Mor, iMlt to the %ala judo. of the quality Md WltNlttty of the araatod
\W%IitYlian
NO top o"NProwt I loa11 npn MOreval ►'-urn It, for ►iw0 ►fyarly by, tog NMIf of IM 1
Orator,
dMI LI :st 1
artitN qt'" Mill be dNoed to MN bake. dviy Nrwa it aliwnd in ►orta" to lot
iMI"I dvOt, or to a earth*, or the fir., or to an afflar Of the N"'AtIOn or ups"
of to P lketW" alhelal It lq 0~ it a ►oyarhaahtal ea*. Pt f left for ONlile,ed 1
Wild %IaN% Fail to IN aullhNt bit 114C.h In the Sohir►ct 10t Y.ahtt.
4O4i1440101 ►Mkt ttl4 I9YI1,1647
TM eaotrlte, alaM Mll $I ell It"O% be otwnUalo for the N All.cv. sffltio.ty h
Wtttdio v of hit eN hit Wirontratl4r't pilot MO Nul Ooahl rq OteroI OW Rafe
ri►ht t0 MN to of too La troctot's a1Mt too ".I~t In I" earfotPanq of any Yc•,
a. IN, 04 of too MIA, TM YN of ,to pilot and NYlaFtht ✓,al'. bo wow."Ved so '
"tot oar4, lid 6410 for Ntoral"kv,
ATTi41144 tO OMa
'q Cantrotfor 4hd11 live hit a0tMg1 lux Nan to MO tall 14MI-1e ire .Pre to tee
that
Md Il it W, be OMsetuied A a lthfuli\, d wham he it Ml ►ertFt, allr aw%at a^ tl+t
.afk, ov %qi at all rNtonlle tlm% be roorokloted by l C"Otoh tutor lnlfonaet .hu
tail gNtve aM 00y all (.%trwtl Wt 0r Craft of Ya" ol.ar the iahttabt, one xha t%*It ,
haw full autgrity M ►aNYta the lad, ahe to %"*IV Fatertais. %Nit ON lot"
slay, and ham %hall be the le"I rbefatMtallva at too SM1roc t0f, TM
be %llle for the WtMY1 Nit"ahN of My IMtrwtlPna allyerN to h10 at to
8r1"O"Mod Hfoegeh letivl.
q�r�, rwF cos*utT ,
rM cant'Nto• %qll hat 'Mko for, 414041(o" or vllfiatloa In or oaltloh to et avlalloh
of Mi\\too ffoa the toreo of this tohirw without loll Vfltiah aa"kaol at the O."er, 1
1AMT1041 It LO4yeatT011
any OIa to oeteaa Of pfk tYNlilad of I" JeMt Of the t+tbloNr N the cMttllor 4d 6Y+ 1
MI a►i of focal qd, It SeattleON 1 Seattle of fell**" ►v the tent'aaw in 4 or I. qrl,
fail All well al IN fi/a and lotoonalN HO of the SMtraciori food she Other Md the
tni�AW tall ltM he NsM"tiaility tMtlfota.
1
i
1
4(MSamt stollmolls Ito"t )
tl t1 MO oMMig"S
if the caotroalor, i4 tpe aeu se of the park, bapowas aparo of any arrory of amlHloot i"
the wnlroct dotWl is or In the loww At given by tvrv"y point% O,W Ihet"wtios. or It
r M bec"m s Mro of sty dlstreeohey eeMeen the eeptreet deelements age Ike PMdul
Condi Uont of the locality, he Ind" Indelicately Into. the Inalnger age the IMinme" It
he 40N It n"Nsttry, shell rottlfy the M11P oM advise the Contrgetor Nordingty. any
tort #and after %w% dl Newry, until oitherind, will be NM at the tot roalpr'I rlt\,
rlmnooti" To It P^11Mt0 IV t"?%ACT4t
The .Ontrattor *hall fvrhith all drowlmes. \post Y,colt*%, dNarioliw "to, Corlifi cot$%,
tamplas, tem, gihwdl, stheduta*, oil sa.41Nl4rot'\ Inotrwtlos N tNNfitally
r fgevirod 1. the Contract d"4 htt. aee all mhop I"forattle. as may rNso"41, be r0441•
tee to a.panit yet, fvl I *het the Get aI, ahe "MI~t to be f".I Chad No Ihe methods
of tors, tdaaly pall% the Provltlenl ahe Intent of Ito Meelflutle.t And drawingt. It the
IhforMtion shewt n, devlotle, from IN* Colratt rgeul feeenU, the Contractor %Mil, by
r % •talepant In writuh OCcambanying the inforlyiI gevico th, Ingin.er of the Mvlotlan
and %tote Ihe rook," there#*",
oalb41 To WOON
r TM part shall be .nee, the COntraCtUl'I moenstble Can od charge. the CNifeelo, Mall
bee all to%* ape damage whetseeror od !roc whetlNwr tees&, aooebl Mat college solely,
At the Alt of the ow.ar ."Ith My occur on or to the wort hying the ful£iileent of INO
' COn todat. If do, tuts lost or damON "*scot*, Ise C,.ItNlp, that) I"ro6dtHr "ak" Good
sty 04%% lots or dbne", od In the evnt of the tohlroctor refuting or he/laCOMI to ot
16, the (w"OI col itself Or 61 Ihe Mist -Nt of lope oV of Nrsan moka good do, own lest
ar it~. od the test and *awl* of to doing *Mil be there" 16 the Canyradlo,
rI'MUCTIOM of CONTaaCi4A'S *A% aIw P*OPIaTy
the Cootrattar 41"S %hall at all tines Ad nsaenSible for the safety of his and hik %ubaon•
trNter't '+,Iowa), 414 for hit ana hit tubtot,"to", Plant sued *consent oe the "tied
rof OroNsv%Ing the wort.
�hIMMKI diff"U Gap Dino COM ITIONS
' Du,ing ..4yofeele paalher and pipe, Conditio"%, the :ontratter Shall pur.ov only *40
port,ans Of the work a, *hall sat be 4~0 t"'Ab"
%, bottio" of the work wheat Ntlsfactaty *panty or offitt"4, will be offeatot by
wnyvotNl* toMllloM Mall be unttr4Ctdd whl it those Conditi*.l Nlt%, unless ►v %*chat
lemnl of *ateetlN% attoolNM to In* lnytnger, the torte*Cho• *pelt be able to dvo•upa
thorn.
' COMTMLTOt't CG 1(t * [oMTMCT Otltt"ItMti
The :ent" to, will be %uaglt"d by the Otmar wllh S Net od tNai flan loot. at lean an
comelato %At of tohlrNt dwtotots Intludleg Ohe tut) Oat lot of drwi.It then N tool
r at Ihe *Ito of Coltrwlle. In gfed oamdltlo and at dll tin,% "col to►l. to t% owe, Nd
IN* laglneoe, aultla.al copl** of the co,we't ducts. If rqulrN, .1 1, Ps hurnithad
by the 4n101 at Net Cost 0 rearpa"co",
011PUM AND SITIMT1oM
rA"t twttiol ariking eebN" the t"*Nttor and the tootraslor pr fie ',,kn lanNm an
Aovemen as to the w mi,lag end Intent Of sty Nft of the plant Nd 10.04144tions Of ov
N.Ifott a*tuMnl, %hall be Uaodlately Orowkt to the ottoU" of the Pottle York*
r biretta, Or Mt reAroNMaliwt for l.torProtakloo end gelwlma.t. if wonOotge.
fall.m m the poll of the Asiatic Notts Director or his fyreeenulivf to alstevf• od
"-ftm a, fagot iaerpoar. N#Ntiw or Walley paM Cr mONrioll. %hell net be %Nstrwd
' n e. NCeetoee of sty owh page or mbcorlal*, o, the Gary of Ihe Igrovdaenl 1. wP leh the
soma may Mw % " wok.
Tv $,awnl dit"I" and litigation, it It f4ftoat Agreed by Ike ",ties ""to IMr Into
1
r
Not ML PROVISIONS Rent.)
e11PVTt1 Opp LITIOI (Canl.)
Public Yerht .trotter of his rMreso"toti" shall "IOMIM the µantlev and qualify of
the %*".al kinds of work ow►reced In that. laproveeon[t, Re %Mil "side ail questions
rylellre to the 000101" of the wsmi one the Intor'"totlen OF the ►lass and tpo<Iflso•
lions. ,
In the Wont the contractor is of the "1"1" ha will be da"to by such IntorHNtllon,
he shall, wi Mtn three I)) days, "illy the t"Inver a" the city cto.k In wrl tint of ion
sotici"t" "stop. and Ottiunl of the dawego Or de"tos. Tied Is of the desalKe In the ,
livltt of Wso netted. In the event an "tt~k Ca""t than be HaoMd "IWA three all
due% the city end the contractor will both opolnt on arblirotor and the two shall Witi
a tflyd, within SO deys themeftor.
The findings and decision of In, teard of ArbllrotoH Shall 60 final and Wool" on the ,
04,1101, 4"101% the otpl"od early, within ion (IM deys, challenges the 14"dinst and
"Litton by Serving and filial * Ootltion for review by the SYpepler Court of king
County, Wlo Mtto". The grounds for the Pssition for rWla, are t'witod to shwlaq that ,
the flndl"w and decision;
I, A.* hat raWonst" to the questions ,uMlltNi
1. Is tootrsry to the tarns of the centratt or day <onp0"M therdof;. '
7. It atellrer, &War 1s Mt Rated upon the wplleablo tests don the Ion
contro111" the Issues submittoe to w4li,ati►n.
TM lwrd of Arbitrator* shall &.PpI Its uatlslun by salt • !Orin in writing Mb 11 ,
flndl601 0.4 Conclusion, solve on the tvide"<e eddu[ed at a,Y Yan 1,461109.
The arb tration shall be cdnde,ted In a«ordinH with the sfotututt of ion Stale Of
Wshlnytow and court decisions "VorM" sue` oreoodumi. ,
The wsss of such 'taltfotlon SMII be Gorr. equally by ton Crty and %no tontetcl*r wnleal
II is Ion lea N's sajo,It, olnion that the Contrsrior's fill" of the totr%% ar "it"
Is "WIltlous at without reasonable foundation. In the latter cost, all wet% hall be
dope Ay the Com"Clot. ,
TM "nYa of any %wit shell ad In flat County, deMl"ton, and If the Contractor Is a no-
militant of the Stet* of W0h1"ton, no shall dollonott a" Start, upon .hen GrossU way
be tarred, bar*,* c0 ftcl"g walk under inil contract. '
Ampt!hct or w;As
TM Contractor shell notlfy the Inginder In writlnq of the conslsti" Of the wort whereuoar ,
the tayl"a .111 ","it" by etrsonoi 1,409ttlon, sotltfy Maaalf as To the actual tor,
start" of the work in actor"nee with the ton. of ton ccI $09 SMII tMreuton
rows ho to the Denor that the were is accoPtoblt, final detonat"tl" of the
",01 bl lily of Me work %hotI be "de or ton owner.
CORTWT COMPLIMIGc "PORT) • Ito ,
TM Cwlrsclor wi 11 be '"Y"ird to abode and suMelt the tot lwing docoeant "for,
amigress and/er fi"at poywe,t, to tho Contract*, will be avamivw ov the Public work, '
Ol rettef:
City of sent" Affiroativo Action Report for Coal raclor!Subccvt rector
[Mvi h►rtpowsr utilitarian Report) t
The Owner will (with that, fares to the prlaa compactor during PretOnit ru<T ion melt"t.
An twat e„loy"At Ootortgni W Robert tt,tifitato shall to gseculed a, the bid", etth t
h;, Old protocol on this project and "nits teat within Ion proviltons of the cowl
eueloya,nt oaprtunity f,gulsti no of the Socrotory of Labor at revised May 11, lw{ The
Fare of co,tift,olo will be f,rnitMd to the Coottotler with the protocol, %tall" w to
waslMr M, his fire, S%wlatlon. IOYUI"ghip or wrporsilon MI particl Mlea In shy
oroviows caniretll or *Y►contrl<tors subje,l to the Royal c000rtualty Clause and If %o.
whatnot *r net he Ms t"bnlltea ell .*tort% due un"r awllcahlo flllnq ,soul resent s.
q(ela4.rp0rIS10Ni \Carl.)
CONI AV tow►11 MCC RMATIi . Cb0 lcVrt.I
Pei NM on the Dart of the bidder to furnish the rSWIrN carilfltitO will es dW Olmt$
to, rsle%t ion of the bid.
If a contractor to whas on award .r about to be sees, eatpet for lack of an ee401 Deployment
Gpeortunity Mesrt Certificate. rafwo*% Or fait% to P"Mtly tali and furnish the robuirof
certificate wlt%IA 10 days after notice by the Director of Public Mark% the% OM is ibckl%t
flow his 0100041. the oroeo al g.trant". 'e f}yw of Mind, check, Or COoh . IQ A000*-
period the Old, .ill Am forfolled to the City.
whowewar a contract*, rp"sit semisalM to au►lei a part of on, contract ona oush ce,htratt
tones within ton pnulllona of the MWI Mlaynent apprbnity row latt"s of the Secretary
Of Ibbar, ravited her 11, IeDD, he Mall Obtain this cartlficaUon Irow nit pfaesSDa SO'
contractor 0,d forward it toptMr with such rgWft. No subcontratt will M Ali
bofor* mcel►t of ouch tortlllcatian flew ion tubcont rector.
' for this p'+rams, certification 110rne way bar obtained /few the Project Dnglmer mignoe to
toil prefect.
fpACINO eAVj A" C"!IMT COMltTION
' TM special proyltioe% are contract aereewont %hall state the controct Uwe In working do,,,
A working fay Is any, day, hot otherwise dafinef hpreia Ad a non-working dov. a hen-working
der It di as a Saturday. Sunday, a mceeeiesd holiday, or a day on which the Contractor
It •ro 1p'tolly .e*uirDa by the Contract ar the City to lOspaM tOhsl toff ion, Ate".I Add
no' eVs Mall es of follows Nan, yur'% Gay, cinweln't elwheay, wsrVInµon'% eirMoay.
PWMIr *1 oar. July k, labor Oar. Wtalrts' Day, ThdnkgivlwA And the per following. And
ChrislMl r,, When My of two *be" pecotnited hellesyt fall on S*Iu^dty, the propHding
,"dsy opal be counted at
a het lety On'
when any of the abort racsehited na""" fall or
Swmay, the following hendoy Mail As COyntDa as a holiday.
At the boelhning of any 4WIllIt, a tlAtOUye date for cospletlon of contract ,tall will be
es Wl4betl, so%" on the data of %ward of Ihe Contract end the nuw►or of wrklng aaw
testified, $.on date will be ad}ustsd at reeuilod how elves to fJne for nen•worling dew
Md extension, of line 611 .04 undar the contract and Is 16oentied is hot bone a famcalt
of Actual •niltlpetad tonelstlot oats
r
r
rSPECIAL PROViSIONS
Description of Mork
r Date of Bid opening
Time of Completion
Intent of Contract
r Nondiscrimination in Employment
Notification of Construction
hours of Rork
r Excavated Material Spoil Area/Waite Site
Dust and Mud Control
State Sales Tax
Surveys
r Overtime Field Engineering
Delivery of Tickets
Site, Weight and Load Restrictions
Subcontractors ano Suppliers
Alternate Bid Items
Deductive Bid Items
r Changr Grdors
Preconstruction Conference
Field Office
Sanitation Facilities
r order of Mork
Project Construction and identification $igns (Roadway Projects Only,
Line and Grade
r Easement and Right-of-May
Land Provided by owner
Land Provided by C,3ntractor
Restoration of Structures and Surfaces
r Side Sewer Polity
lraffiL Control
Rae.�vingg Traffic and Street Signs
Satl Informattun
Salvogq0
Awaroinq of Contract
Livutdated Damages
Authority of the Engineer
1
1
r
r
r
3.1
r
r
M—
U-Y OF RENTON
SPECIAL PROVISIONS r
Special provisions hereinafte+ contained supersede any Cobflicting
provisions of the standard specifications, and the foregoing amendments it, r
the standard SPecifications are hereby trade a part of this Contract.
Wherever reference is more to the Engineer, such reference shall be
cOnstrueO to mean the P= dlic Works Director, City Of Renton or his 01,lt r
authorized represent.tive,
DESCRIPTION OF 'WORK r
The work t, be performed order this contract consists of furnishing
Material., equipment, tools, labor and Other work or itams incidental
thereto (excepting any materials, equipment, utilities 0+ service, it any, r
spr,ified herein to be furnished by the City or Others), and performing all
work as required by the Contract in accordance witi� plans and
specifications and Standard Specifications, ail Of which are made a part r
hereof.
DATE, OF DIP OPENIIR, '
Sealed bids will be received by the City Of Renton, Washington, by filing
with the City Clerk, Municipal Building, Renton, Washington, until
2;00 P.m., April 271 1962. inn Will be OPened and publicly read elouu, r
AWARD OF CONTRACT
Section 3-1.02 of the Standard Specifications shell be revised to provide r
90 Calendar days for award of contract.
LINOF 11k4LE110N '
The Contractor is expected to diligently prosecute the work to completion
in all parts and requirements. The project shall be completed within three '
hundred twenty-five (32S) working days.
Provided, however, that the City Council shall have the right upon request r
Of the Public Works 0eoartwient, City Of Renton, Washington to extend the
time Of Completion of said work. No extension shell be valid unless the
same be in writing and atconganied by the written Consent to such extension
by the surety On the bond of the Contractor, Time lust in replacing r
improper work or material shall not furnish any grooms% to, the Contractor
for Claiming an extension Of time for the completion of the work, and shalt
not release the Contractor from damages or llabilltleS for failure to coat. ,
Plate the work within t, r time requir".
INTENT OF CONTRACT r
It is the intent of this Contract t0 furnish a compltte ano finished
project. Items of work called out on the drawings Or in the spec if iCalitln t•
far which there are no bid items Shall be COnSloereo incidental to the Ott'• r
or Items of work. Minor items of work or material Omitted from the
drawings or specifications, but clearly inferable from information
Presented Ot iCcepteO 9000 practiCe, shall be provided hi pert Ormed by the
Contractor as part of the work.
)•2
r
NONDISCRIMINATION iN EMPLOYMENT
Contracts for work under this propnsal will obligate the Contractors and
subcontractors not to oiscriminate in employment practices.
' NOTIFICATION OF CON TRUCTION
The Contractor shall notify all property owners along the construction
area, by mail, prior to construction. Names anj addresses will be
furnished by the Owner. The Contractor shall further notify each occupancy
t in person a minimum of three days prior to construction in front of tacn
property.
HOURS Of WORK
The working hours for this project will be limited to week day% during the
period from 8:00 a.m. to 4:30 p.m. The hours of work may be changed at the
discretion of the Engineer when it is in the interest of the public or thm
Contractor due to reasons of safety, health or welfare.
' EACASATEO MATERIAL. SPOIL AREA/WASTE SiTE
The Contractor shall conform to Section 4-1.Ob of Standard Specifications
n regard to waste sites.
tAll material desginated by the Engineer to be wasted shall be hauled,
■ dumped, and spread at the locations selected by the Contractor.
The Contractor %hail have the responsibility of obtaining his own waste
site. All work Included in this section shall be considerm: to be inciden-
tal to other items of work and no further compensation will be made.
The route taken to the waste alto shall be maintained Solely by the
Contractor in 4 manner as de%Cribed below;
The Contractor shall be prepared to use water trucks, power sweepers, and
related equipment as deemed necessary by the City Public Works Director to
alleviate the problem of lust sport% along the route. Prompt restoration
of the route is mandatory.
DUST AND MUD CONTROL
The Contractor shall be respontibl# for controlling dust and mud within the
project limits and on any street which it utilia#n by his equipment for the
duration of the project. Tne Contractor Shall be prepared to use watering
trucks, power sweepers and other pivices of equipment as deemed necessary by
the Engineer, to AVb1U Creating a nuisance.
Dust and mud control shall be considered as incidental to the project, end
no Compensation will be made for this section.
' Complain-% on dust, mud or unsafe practice and/or property damage to pri•
vat# ownership will be transmitted to the Contractor and prompt action in
Correcting will be required, written notice of correction of complaint
' Item% Will br, Called for Shoulu repetitive Complaints be received by the
city.
3.1
STATE SALES TAX ,
If all Items in this contract are a part of the construction of a public
road improvement as defined in Rule 171. issuto nv the Excise Tax Division
of the State of Washington, the Owner is exempt , n the payment of sales ,
tax on all items.
The Contractor shall include in his unit bid prices any compensating tax ,
that must oe paid. See Section 7-1.09 of the Standard Specifications,
If this project is other than a public roan construction, the Washington ,
State Sales Tax shall apply and be a separate bid item,
SURVEYS
WCtion 5-1.06 of the Standard SpeCitiCations small be amended by the Addi-
tion of the following sentence: "The Contractor shall notify the Engineer
a minimum of 48 hours in rnvanct of the need for surveys." ,
OVEWTiNE FIELD ENGINEERING
When the Contractor performs construction work over the accepted eight (8)
hours per day or forty (40) hours per week, or on any City holiday, and the
work requires Inspection, then the Contractor shall reimburse the City at
the rate of $6.00 per hour. The City shall have the sole authority in '
determining the necessity of having the overtime inspection, and shall no-
tify the contractor of intent and said costs will be deducted from monies
due the Contractor on each monthly C:timatt. ,
OELiVERr OF Tl1,kLTS
All delivery trucks that are required for the purpose of calculating ouan- ,
tities for payment must be received by the Engineer at the time of
delivery. No payment will be made on tickets turned in after date of de-
livery of material. ,
a. 8) Truck
Payment will not ba made for delivery tickets which do not show type
of material, gross weight, tare weight, truck number, date, and
Inspector's initials,
Scale certification shall be submitted as errly in the project as '
possible,
Each weigh station shall maintain a record of the truck number, time, ,
date And weight of all trucks providingq material to the project. The
weight list shall be maintained in duplicatt with one signed copy
transmitted daily to the City by the Seale attendant. In isolated '
casts where scale weight is not available, the inspector shall measure
the truck volume and certify As to Its full load delivery,
e
3-a
1 D. By Other means
Method for measurement and payment for material brought to the site by
any other muans w111 be determined by the Contractur-Owner agreemerA
before award of contract.
SUE, WEIGHT AND LOAD RESTRICTIONS
All motor vehicles of the Contractor, Subcontractors, and suppliers shall
strictly adhere to Co. 46,44 of the Motor Vehicle Laws of the State of
Washington (1967 Edition and amendments thereof) in regard to site, weight
' and loads of motor vehicles.
Payment will not be made for any material that is Oel., .red in excess of
' in- legal weight for which the vehicle is licensed,
Any gross violation of these regulations shall be reported to the affected
law enforcement agent,
The Contractor is to furnish to the Public Works Director a listing of all
haul vehicles used on this project, listing the vehicle number, license
number, tare weight and licensed load limit;.
SUBCONTRAOCIRS AND SUPPLIERS
' A list of subcuntractors and suppliers that will be involved with this
project shall be given to the Engineer for his review and approval imiedi-
' athly Attor the contract has been awarded. This list must be received by
thu fngtnaer before the contract may be Signed.
ALTERNATE BID ITEMS
For Purposes of comparing alternate paving sections, bid items have been
Provided for both Asphalt Concrete Paving and Portland Cement Concrete
Paving, The Portland Cement Concrete Paving section applies to S.W. 19th
and S.W. 27th; consequently, Asphalt Concrete Pavement Class B and Asphalt
Treated Base are also required, but the quantities change from those re-
quired for the Asphalt Concrete only paving section. Aujustments for com-
parison purposes awe detailed in the Proposal,
DEOUCTIVE BID ITEMS
Certain items or portions of items Of construction may be deleted from the
project after analysis of the bids. Spe O itelly (but not limited to this
work), cement concrete sidewalk and illumination may be deleted along East
Valley Road, for the purposes of this contract, "Cement Concrete Sidewalk
(A-Inth thick)" and any illumination Item shall not be considered major
Items.
1
]-S
CHANGE ORDERS ,
All additional work that requires compehsation to the Contractor for items
that prices are not included in the contract shall require a written change '
order before work may be done,
The Contractor shall be responsible for acquiring the necessary change
orders tl.at k•e required by any of his subcontractors. ,
PRE-CONSTRUCtICNI CONFERENJ
Prior to the start of construction, the Contractor, Engineer, all '
subcontractors, Utility Department, Telephone Company and other interested
departments shall attend a preconstrurtion conference, with time, place and ,
date to be determined after award of the contract. Subsequently a repre-
sentative of the Contractor will attend a weekly conference to review prog-
ress and discuss any problems that may be incurred. The time, place ano
date to be established at the preconstrurtion conference. '
FIELD OFFICE
The Contractor shall provide a field office with heat, lights, telephone '
and all weather automobile access and parkingy in a central location Of) the
job site to, the use of the Engineer. The flair office should be of suffi-
cient Site to accommodate the inspector and allow adequate additional room ,
for meetings of up to three (3) people.
All expenses incurreu in supplyiny the field office shall be Considered in- t
cidental to the project.
SANITATION FACILITIES '
Sanitation facilities should be provided in the area of the field office to
conform with Section 7.1.22 of the Standard Specifications. All expenses
incurred in supplying access, parking and sanitation facilities shall be ,
considered ilicioentil to the project and no compensation shalt be merle.
ORDER OF WORK ,
The Contractor is advised that Certain items and/or sections of work are
designated as high priority by the City of Renton. construction of the
Springbrook Creek culvert% shall be A first item of work on the project in '
order to complete Springbrook Creek Channel work prior to or near the peri-
odic expiration date (August 15) of the Hydraulics Permit for work in
channel. '
The City of Renton has also designated S.M. 27th as an early item, of work.
PROJECT CONSTRUCTION AND IDENTIFICATION SIGNS (ROADWAY PROJECTS ONLY) ,
The Contractor shalt furnish and install project identification sire,]ns on
each end of the project one (1) weak in advance Of Construction. the signs
shall conform to the specifications as per attached sheets, One sign of
each type %nail be installed at each end of the project.
3.6
The Contractor shall furnish and install construction %Iwts which contorm
to Part 6 of the 101 Edition of Manual of Uniform Troffl, Control Devices
for Street% and Highways. United states Department of Transportation . ed-
Oral Highway Administration,
The cost of furnishing and placing all Construction and identification
signs shall be incidental to the project and no coripen%ation will be made.
' LINES AND GRADES
The Engineer shall have thr fight to make reasonable changes In the grade,
as they are shown on the drawings. Grades will be estaoltsi . In the form
Of offset stakes at distances not greater than 50 feet, set in auvance of
the work. Whenever work Is in progress, the Contractor shall have in his
' employment a ..erkor competent to set a better board or other construction
guide from the tine and grade stakes given by the Engineer.
1 Such employees Shell have the duty and responsibility of plating and main•
taining such construction ysides. A batter board set with an engineer'%
level shall be used for all lines set on a grade of 0.501 or less, at least
three batter boards shall remain in place during pipe laying operations.
If, through the Contractor's negligence, any stakes shall be destroyed mho
squire resetting, a sum shall be deducted from the Contractor's final pay.
Rent equivalent to the extra Cost in engineering required for such
replacement.
The laser Rethoe of establishing grade may be used providing;
1. Request for use, equipment and method of operation are submitted for
City review and aporoval at least 5 days prior to use.
' 2. V400S are Checker; at least once every $0 feet and at least 3 times
daily by conventional methods.
' 3. Pr,-nor anchoring of pipe +S perfurmed in locations where a box is be.
Ing used for excavation.
The Contractor shall arrange his work to allow a reasonable itme for the
setting of %takes for the nett phase of his operation to prevent work
delays while waiting for Construction guides.
' EASEMENT AND RIGHTS-OF-WAY
The Owner will Obtain all easements and franchises required for the
project, The contractor %hall limit his operation to the areas Obtainea
and shall not trespass on private property.
LAND PROVIDED by OWNER
The Owner may provide certain lands, as Indicated in Connection with the
work under the ccntroct together with the right of access to such lands.
The Contractor %hall not unreasonably encumuer the premises with his equip•
mint or materials.
3•
LAND PROVIDED BY CONTRACTOR ,
The Contractor shall provide with no liability to the Owner any #601ti0nal
land and access therttu not Shown or described that may be required for
temporary Construction facilities Of Storage of mattrtsts, me shall con. ,
Struct all aCC#SS roads, detour roads, or other temporary work as rtq,irto
by his operations. The Contractor shall Confine his equipment, storage of
material and operation of his workers to those areas shown and described 1
And Such additional areas at lit may provide,
RESTORATION OF STRUCTURE$ AND SURFACES
a. Glrver+) '
All Construction wort under this Contract on easements, right-of-way, ,
over private property or franchise, shall be confined to the limit% of
such eato"nts, ri9ht-Of-w4y or franchist. Ali work shall be
acCO"Plithed so as to Cause the least amount of disturbance and a min- '
imum amount of damage, The Contractor shall schedule his work so that
trenches across eatemtnts shall not be left open during weakendS or
holidays and trenches shall not or left open fur mare than 48 hour'..
b. Structures t
The Contractor shall remove such existing structures #% ma4 be nece%- '
Sary for the performance of the work and, it rtquirta, Shall reowild
the structures thus removed In as good a Condition as found with mini-
mum rtquir#mtnts as heroin Specified. Ne shall also repair all '
existing structures which may be damaged as a result Of the work under
this contract.
C. Easements - Cultivated Areas and Other. Surfarr fiyeoy moots ,
All Cultivated areas, either agriLuitural or lawns, and other surface
Improvements wh iCh art 114111094`0 by dCtiOns Of the Contractor Shall be '
restored a% nearly as possible to their original Condition.
Prior to exCiyalldmr on an easement or private right-of-way, the '
Contractor &hall strip top Soil from the trench Or construction area
And stOtkpilt it in such a manner that It ally be replaced by him, upon
Completion of c011%truttlOn. Ornamental trees and shrubbery shall be
carefully removed with the earth surrounding their runts wrapped in '
burlap and replanted in their Original positions within 48 hours, A!I
thruobery or trees destroyed, or damaged, shall be replaced by th,
Contractor with material of #quit quality it no additori4T cost to the '
Owner, If' the event trial it is "*COSSary to trench through any lawn
areas, the sod shall ue Carefully cut and rolled and replaced after
the trenches have been b•Ckfilit0. The lawn area shall be clean", by
sweeping or other mein%, Of all earth and debris. '
The Contractor shall use rubber wheal tiluipmeht Similar to the small
tractor type baCkho#t used by Side sewer Contractors for all work, in- ,
Cluding excavation And bockfill, on a4%v mnt% Or riglits-Of-04y which
have lawn areas. All fence%, markers. mail bons, or other temporary
-R
o0sf60 es %n411 oe reiw,ved by the Contractor and imediitety replaced after
trench It 64C kf i lied .n their Original position. The Contractor $hall no-
tlfy the Amer and property owner at least 24 hours in advance of any work
*one on eatemen', or rights-of-way.
' All tonttruction work under tee Contract On eAsanentS, right•of•way
over private property or franchise Shall be confined to the limits of
such easements, right•cf.way or franchise. All work Shall be
accomplisheo so is t0 cause the least amount of disturbance and a Min-
imam Amount Of damage. The Contractor $hall schedule his work So that
trenches Across *&%emend $hall not be left open during weekends Or
' holidays, and trenches shall not be left open for more than AS hourt.
Oamage to 0ISting Structural ovttide of easement areas that may re-
Sult from dewatering and/or other construction Activity under this
contract shall of restored to its original condition of better. the
Original condition shall be es tablisned by photographs taken and/or
Inspection made prior to constructs an, All such work shall be done to
the SMISfacitOn Of the property owners and the Owner at the expense
Of the Contractor,
' tl. Streets
The tuntra(tor will assume all responsibility of restoration of the
Surface of All street% (travelled ways) used by him if damaged.
In the event the Contractor does not have labor or material ImmeOlale-
' 1) Available to Make necessary repairs, the Contractor shall So inform
the Owner, The Owner w111 mike the netelsar) repairs and the Cost of
Such repair% shall be PAW by the Contractor.
' SIOk SENEq pOL'Or
aW tide SOMert will be instilled until SUCK time AS that SOCtIWI of the
main Sower pipe line to which the slot $*wort are to be connected has been
tested by the Contractor and a memctranoum Of approval for suth SP(tlon has
been issued by the Owner,
' The Contractor and the Owner understand and agree that following the
Issuance by the Owner of a memorandum, wnlch memorandum approves a
specified section of the main pipe, line, the Owner me) Authroiaa any side
' Sewer contractor, ouly 11(e0hvu by the Owner, to install and connect and
lest one or more Side sewers to any %wth approved main pipe line. After
the first side Sewer is actually connected to the main pipe line, the
Contractor shall not be hold rokponsibie for any foreign matter, debrl$,
mud, and sawage which reach*$ the main pipe lint within A RprRviously
Approved Section, however, the Contractor Is in no way rolleved from the
I'MOnSibility and guarantee hertinbefore And he tinafter tot forth for
' materials, workmanship And repair to Contractor installed pipe tint and
appurtenantet,
' it is further understood ano Agreed tnat during the Contractor't guarantee
Period if there art Ahy Indications of failure of the Main pipe line or one
or more Side %#"is, the burden of proof as to whether the failure it
i-g
1
within the main line Or the side sewer or sewers, %hall rest with the 1
Owner; however, If fnve stlgation of Such failure conducted by the Owner
dtScloses that such failure it on the main pipe tine, the Contractor %hail
mane repairs and promptly reimburse the Owner for actual Cost of Such
investigation. 1
TRAFFIC CONTRA
Section 7-1,16 of the Standard Specifications is supplemented by the 1
following:
The Contractor Shall maintain detour routes and other routes used by his 1
equipment hauling materials to and from the area.
In addition, the following shall apply: 1
a. Two-way traffic and pedestrian access will be maintained as directed
by the Engineer.
b. LOC41 police and fire departments Shall be notified, In writing, p, iu, ,
to construction.
C. ingress and egress for local residents shall be maintained at all 1
times.
0. The Contractor Shall submit to the Owner for approval plans for traf- 1
ffC Control within and abutting the project areas. These plans shall
be Submitted At the preconstructlon Conference. Areas of heavy peak
traffic shall remain open during peak traffic unless otherwise 1
approved by the Owner. All Signs shall be supplied by the Contractor.
Ail costs associated with traffic control shall be incidental to the other 1
it"% In the project and no separate payment will he made for traffic
control.
REMOVING TRAFFIC AND STREET SIGNS 1
The Contractor shall be responsible for maintaining and preserving all
traffic and street signs. In the event it shalt be necessary to remove or 1
relocate a traffic or street siggnn, the Contractor shall notify the Engineer
of all the changts made. Ail %tens removed Shall be Collected by the
Contractor, who shall than notify the Engineer to have the Traffic Division 1
remove this# signs from the project Site to the City yard.
Whom work hat been completed and prior to said area being opened to
traffic, the Contractor Shall notify the Engineer who Shall have the Traf. 1
fic Division replace ail signs necessary.
The Contractor shall be responsible for the replacement of all signs lost 1
or damaged due to his neglect.
i
3-10
1
SOIL iNFOOATIOM
The bidder shall make his own deductions and conclusions as to the nature
of the materials to be excavated, the difficulties of making and maintain-
, ing required excavations, the difficulties which may arise from subsurface
conditians, and of doing any other work affected by the subsurface
conditions and shall accept full responsibility.
' SAEVAGE
All salvage material as noted on the plans and taken from any of the 0 .-
carded facilities shall, at the Engineers discretion, be carefully sal-
vaged and delivered to the City Yard.
Any cost incurred in salvaging and delivering such items shall be consid-
ered incidental to the project and no compensation will be made.
AWARDiNO OF CONTRACT
Awarding of contract will be based on total sum of all schedules of
prices. Nc partial bids will be accepted.
' �IgUIDATED DAMAGES
' Section 8.1.08 is amended is follows:
Liquidated damages for failure to complete the contract within the
Specified time will result in damage being assessad as per the following
tabu:
contract Price Li-,iquidated Damages
b 0 - 11 S0,000 $ SO.OU/working day
f $0,000 - $1$0,000 1100.00Jworking day
' 3150,000 - $250.000 $60.00Iwurking day
S250,000 and over f300.00fworking day
The above figures do not include costs for inspectian, supervision, legal
expense and court costs incurred beyond contract completion date. The cost
A additional inspection and supervision shall be an amount equal to actual
salad cost plus One hundred percent (100%) for overhead.
AUTK:AITY OF THE ENGINEER
The Engineer shall have sole authority to change and/or regulate work
hours, methods or location of work to accommddate actual tield conditions.
1
3-li
1
1
1
1
1
1
1
1
1
i
1
1
1
1
1
1
1
1
1
r
s[CTION 11 • MOBt412,ATION
11.1 PATNENT
The lump sun price bid for mobilization steal, he paid with
partial payments in accordance with the following schedule:
When one percent Of the total Original contract amount is earned
from other bid Items, 10 percent of the amount bid for
Mobilization will be paid,
For each corresponding one percent of the total origins) contract
amount earned from other, bid items, 10 percent of the amount bid
for mobilization will be paid until lot of the total original
Contract amount is earned from other bid Items, at which time 100
percent of the amount bid for mobilization will be paid,
Nothing herein shall be construed to limit or preclude partial
payments Otherwise provided by the contract,
1
a
r
�CTipi 13 • STREET AND DAAINAGE E_ x�ArAr�tpp '
removal) solid 1edockeexcavat on and culvert excavation Shall be in
"h r"
accordance with Section U of the Standard Specifications, except ac
modified herein, '
U CONSTMT10h DEyatp c
Unclassified excavation shall include all materials excavated '
from rind}n the n dr limits of work Including excavation for rock retaining
used
afor ro and oaadwayaemDankments' "aiTletable Surplus ONtaedvattd materialerial D•
any, shall be disposed of by the Contractor,
All vegetation, such as trees, root%, brush,
of grass, and all heavyW
evy abdS, heavy growth
deca '
yed vegetable matter, rubbish, and other
unsatisfactory material within the area upon which fill or embxnkmant
'*Star'&' Is to be placed shall be %tripped (1?.inch maximum depth, or
otherwise removed and disposed of in wa$to arias approved by the ,
Engineer (see Item a-1.06, Waste Sita%) before the fill is started.
No waste Site hat bean provided for disposal Of material and debris, '
The Contractor shall make his Own arrangements, and at hit own
expanse, for disposal of waste matariai% and shall protect the City
from any and all damages arising therefram,
The Contractor shall parfr'" excavation of every type Of material, in. ,
eluding road culverts, encountered within the limits of the project,
to the lines, grades, and elevation% Indicated and a% specified '
herein, Grading shad be in conformity with %aftlpns
the typical mown, total excavated material shall be tran%Ported to and plated in
fill or embankment areas within the limits of work, only upon approval ,
by the Engineer.
Namoval of Concrete, asphalt concrete, asphalt and
cement concrete drivewav sidewalk and driveway •xCavati0ni, tement
Concrete curb and putter, 'spent Sidewalk, Comrade
retaining w4
111,
cotvatnsidereded a for retaining and removal of existing drainage %Mil be ,
cos part of the roa0way excavation ann will be included In
the unit bid price for unclassified excavations.
All art" Shall be excavated, filled and/or backfillnd a% necessary to t
careanfosorm fito e g the girs shown On the drawings, in filled and patkfilled
I ade, nratl %hall begin during the placement and compaction of '
the11ne1 final layer, n tut Sections, fine grading 4411 begin within the
6 inches Of cut, Final grading shall produ'e a surface which is
smooth and even, without abrupt change% in grade,
The raaowsy fubgrade shall be from fro rock% or csaahted lumps larger ,
than two ai((d One-half inch!% (?sa") in greatest dsix lmenvidn, in the top
1Ksithnsn Amity-five percent ich Shall e;�11)p6%edeterminedd to 4 lbvi Test tkMthodoWho t
T-1AD "C^.
4.2 ,
Fscavattm for putters shall be accomplished by cutting accurately t,•
.he trots sections, grades, and eltvation% shown. Care shall be taken
not to escavate gutters below the specified grades. The Contractor
shall ma-ntain all extavatienS fret Iran detrimental quantities Of
leaves, brush, Stick%, train, and Other debris until final aCCoptanCe
of the work.
' Any over.encavatim not specifically autheriltd by the ingineer shall
be replaced with bank rig, gravel, Class Oil% compaCted is specified
above, by the Contractor at r0 expense t0 the City.
Embankment %hall be Performed in accordant* with Section 13 of the
Standard SPetifitatlons. Compaction of embenkmiit shall be by Method
' p, described in Section 11.3,10E3 of the Standard SpeClfitationl.
Section 13.3.10ES, Compaction Control tests, I% revised to Include the
following paragraph
DOterm'nation of the density Of earth *M&Akments Can be done by
the nuciar 41e1434 A% Outlined In the AST► desipnstion number
01911.71, or by any other method approved by the Engineer.
Unsultabl♦ material encountered below the %ubgrade or stripping line
Shown On the plans %411 be removed and disposed of in accordance with
section 13J.0? M the Standard SpeNfiCstiOns, a% directed by the
Engineer. This material, $0 "MOWd2 shall be replaced with bar+ run
gravel, Class a, compacted to a relative density of not teas t:Nh
ninety percent (901t), it determined by Tat Method AASMO T-1$0 `C",
Stripping, dikbosal Of unsuitable material, to"Orary drainage work,
t and embanWxent CmipACtion shall be considered incidental to and part
Of the bid prices far Unclassified Excavation.
Excavation Of ditches shalt be accomplished by the rontractnr by
Cutting accurately to the Cross section and grades as shown on the
drawings.
' Placement and removal of %orchard* materials %hall be atcomplished,
measured and Paid for as described in Section 19.
Culvert Frtivattm at S.M. ?7th Strait and Sliringbrook Creak at shown
On the plans shad be WOM014h0d by the Contractor at the direction
Of the Engineer to rewovt all undesirable materialx bolas the proposed
' Culvert%. This excavation will include the x cavation Of bottom
materials within Springbrook Creak. The Contractor shall familtariaa
himself with available %oil% Information In order to assets the extent
and diffl.ulty of this operation, Seringkrook Croak shall be diverted
' during the excavation operation by the Contractor, It is the
responsibility of the Contractor to Choose the method and Cmrry out
the diversion. The diversion Scheme must be In Compliance with, And
' be Approves by all 40011CAble gov*rnoW tal agencies as will as the
Owner, amd shall occur only during the time frame Allowed by the
wydraulit ar, lftt Approval, a copy of which i% attached hereto.
6.3
t
Adequate rl ght of way 11 provided for the culvert permanent ,
1 n14411 at ion. However, no Construction easements have been obtained.
The Contractor Shall make his own arrangemaitts with abutting '
properties should he require addit10ns1 area for creek livorsions,
Spoil pilot, access, etc.
1�- 10A1 UNSU;TA1 E4E EXCAVATION
Unsuitable excavation %hall Include all materials excavated below
the neat lines or stripping ' nos of the roadway cross sections. The
untultabl♦ material $411 L. excavated as directed by the Engineer, '
This material, to removed, shall be replaced with lankrun Gravel
Class "9" compacted to a relative density of not lots than ninety
percent (901), as determined by Test Method AASHO T•180 "C". 1
13•e MEASUREMENT
Unclassified excavation %halt be measured ov the cubic yard As ,
calculated from neat lines. unsuitable excavation and solid rock
excavation shall be field measured by the cubic yard.
Culvert Excavation at S.w, 27th S trot t/SprIngbrook Creek shall be t
measured by the cubic yard as determined from cross sections taken
before and after excavation, The amo-:nt shown in the proposal is an
estimate for the purpose of establ Wonq a bid price. Any excavation ,
performed for the diversion of Sprinqbrook Crook Shall not be included
In this Item.
r
Payment for Unclassified Excavation shall be at the unit price
bid, per cubic yard, as tat forth in the Proposal, which shall be full ,
compensation for furnishing all labor , materials, equipment, tools,
iuppliet, and all incidentals necessary to complete the stripping,
open ditch excavation, grading, hauling and placement of embankment
material, compaction, and disposal of surplus, if any. Removal of all '
bituminous and asphalt pavement within the right-of-way shall be
considered a% unclassified excavation.
Payment quantities for unclassified excavation have been determined '
from neat line plotted cross sections made before excavation. These
cross section% or* available for inspection by the Contractor, t
Payment for Unsuitable Excavation %hall be by the unit price per cub'c
yard at set forth in the Proposal which shall be full compensation for '
furnishing all labor and materials, equipment, tool%, supplies Ane all
incidentals necrtsary to complete the excavation, haul and disposal of
Unsuitable material, if any.
The Unsuitable Eicavation quantity as shown in the proposal It for the ,
purpose of establishing a unit price only and shot) not be considered
a major item, Exact quantities will be determined in the field a� '
work progresses.
a-a
Culvert Excavation at S.N. 22th Streetlspringbrook Creek sMll be paid
for by the cubic yard at the unit price Aid. Any excavation necessary
to divert Springbrook Creak S411 be ronsidered incidental to other
' pay items and no payment %hall be made under this Aid item for this
operation.
The lump sum contract price for "Channel Improvements" shall be full
compensation for all labor, tools, materials and equipment necessary
or incidental to the clearing, grubhi ng, excavation, wastinq,
restoration and cleanup of haul road for the p-9 channel,
t
1
t ..
1
SECTION 16 - WATER
16-1 DESCRIPTION '
Water shalt be acquired and placed in strict compliance with Sec-
tion 16 of the Standard Sotlifications, except is modifitd herein.
16__5 PAYMENT t
There shall be no payment for water. All cost., of furnishing,
transporting end placing water %hall be considered Incidental to othe, '
bid pay items,
t
1
1
1
t
1
a.4
t
SECTION 18 - ROCK RETAINING MALL
18-1 DESCRIPTION
Rock retaining walls shall be constructed as shown on the Plans
or as direct by the Engineer.
' 18.2 14ATERIALS
The wall shall be constructed of rock rangin in size frvm 300
pounds (2 cubic feet) to 2,000 pounds (y cubic yard and She e a
uniform range of size in between, in the cut section t.ie mir rock
size Shall increase from top to bottom with the top three feet
consisting of rock having a minimum weight of 400 pounds, the next
three feet consisting of rock having a minimum weight of 800 pounds
and the remainder of the wall consisting of rock having a minimum
weight of 1.200 pounds. In the fill section the minimum rock size
' shall increase from top to bottom with the top three feet consisting
Of rock having a minimum weight of 400 pounds and with the minimun
rock weight for each succeeding three foot zone increasing by an
additional 400 pounds over the zone above.
The rock Shall be hard, sound and durable and be free from
segregation, teams, cracks and other defects tending to destroy Its
resistance to weather. Rock used shall have a density of at least 165
pounds per cubic foot.
18-3 CONSTRUCTION DETAILS
The rock wall shall be started by excavating a trench as staked
by tht Engineer. The trench in the cuts section shall be excavated to
a depth of not less than 0.5 feet or more than 1.0 feet below
subgrade.
' The trench in the fill section shall be excavated to firm soil for the
entire base width of the rock wall with a minimum depth of 1.0 feet
below the existing ground. For walls in the fill section over S f
In height the trench shall be excavated an additional 0.2 feet for
each foot Of wall height over 5 feet.
The largest rocks shall be placed in the trench with each succeeding
' row of rocks seated well on the rocks below and thoroughly topped and
driven into place against the alone to make a tight wall containing as
few voids as possible.
In the cvc section —ids existing between the rock retaining wall and
the excavated bank ;hall be filled with Gravel Base Class S. The
' backfill shall be thoroughly tamped before the next course of rocks is
pl aced.
In the fill section the rock retaining wall shall be constructed one
course at a time as the adjoining roadway fill is placed.
4.7
The exposed face of the wall shall be made as smooth as the the pa and '
site of the rocks will permit and shall not vary more than 0,J feet
from slope plane of the finished surface. Pock selection and
Placamen• shall be such that at least 80 percent of the exposed face '
of the wall is rock.
Ballast backfill shall meet the requirements of Section ?3 of the
Standard Specifications fer ballast. The purpose of the ballast is to ,
act not only as void filler but also as A filter blanket or backfill
material, Ballast will be placed B to 12 inches in thickness between
the entire wall Arid the embankment as well as being compacted into all ,
void spaces. -he ballast materials will be placed in lifts to an
elevations approximately 6 inches below the course of the placed rock.
The ballast lifts will 2e Placed after each course of rocks. Any t
ballast material on the bearin$ surface of the rock course will be
removed h:f Gre the n,xt course oT rock is set in place.
1P-5 MFMR FMFNI AND PAYMENT '
The rock retaining walls will be measured by the square foot of
rock wall face in place. Measurement will be to the nearest 0.1
square yard on the basis of field measurements on 25-foot intervals ,
after construction,
The area of the wall will be computed from the top elevation which ,
will be field determined upon completion of rock placement on i5-foot
intervals or at ends and midpoints where walls are less than 50 feet
In length. The bottom elevW on will be measured to 9 inches below ,
the finished grade at the bas, of the wall in a cut section and 9
Inches below the natural grounc line in a fill section.
Excavation of a the rock retaining will will be included in the '
unclassified excavation. No further compensation will be made for
excavation. Excavation beyond the limit shown on the drawinq shall be
at the Contractor's expense. ,
The unit contract price per square foot shall be full compensation for
all labor, tools, equipment and materials, Including ballast backfili, ,
required to perform the work at specified herain, as shown on the
plans or as directed by the Engineer, This item is included for the
purpose of establishing a unit bid price only, and shalt not be
considered a major item, '
a•8 '
SECTION 19 - SURCNARU AND SETTLEMf NT PLATFORMS
19.1 GENERAL
Surcharge materials (preload) shall be Placed on the roadway
alignment as shown on the neat line plotted cross sections included in
matehe rials, thelor to the ContractorpShallMinstal Of l Sgttlaa,ny fill entrp+atfOreals or surinatna
locations indicated on the plans, The locations shown are approximate;
the Engineer will determine the final locations at the time Of
constrw;tion in the field, At the Conclusion Of the surcharge period as
,Warmined by the Engineer, the Contractor shall remove the surcharge
materials and the settlement platform pipes.
19-? SURCHARGE MATERiAL
Surcharge material shall be Bank Run Gravel CIA%$ "B" or OAcwated
material as diractet and approved by the engineer. The material shall be
placed in Acrord"CO with Section 13 of the Standard Specifications,
t19-3 SETTLEMENT PLATFORMS
Settlement platforms Shall be constructed and installed as detailed
in the plans, The Contractor shall protect in place all Of the settle
ment platy, ms during the settlement period. Should the platforms be
disturbed or damaged, the Contractor shell notify the Engineer and
rtpl" or repair the disturbed platformS,
19-A NEASINtE11ENT
Furnishing and placing inported surcharge materials shalt be
' measured as Bank Run Gravel Class "B" by the ton. Settlement platforms
shall be measured per each, Surcharge Excavation shall be measured by
the cubic yard in the field by cross sectioning the surcharge area after
the settlement period,
19-5 PAYMENT
In the event that excavated materials are used for surcharge
purposes, the Cost shall be considered incidental to unclassified
excavation And no additional payment Shull be made,
' Payment for furnishing and plating inr0ted surcharge materials shall be
made at the unit price bid per ton for "Bank Run Gravel Class B,"
' Payment for Settlement Platform% shall be at the unit price bid per each
for `Settlement P1atfOrms" and shall boa considered as full compensation
for All labor and materials nereSsary to furnish, place, maintain,
remove riser pipe And Any other incidentals necessary to complete the
installation and monitoring Of the fill settlement platforms. Any
repair or replacements yguired during the settlement period shall be
considered As incidental and no Additional compensation shall be Paid to
the Contractor,
1
a-9
1
Payment for removal of surcharge materials shalt bt made by the cubic i
Yard at the unit price bid for "Surcharge Excavation Payment made for
'Surcharge Excavation" shall be considered as full compensation for
excavating, heuling, and placement of surcharge materials. Surcharge 1
excavation materials shall be used for roadway embankments and trench
backfill as directed by the Engineer. Surplus material, if an , shall be
removed from the site and disposed of by the Contractor. Al1 hanilinp, i
Placement, Compaction and disposal operations shall be included in the
Price bid per unit for Surcharge fxcavation.
1
1
1
i
1
1
1
1
i
1
1
1
1
1
SECTION 11 - WEIGHING
21.1 DESCRIPTION,
All bid items in the Proposal which are to be measured by the ton
shall be weighed on scales certified accurate within ;'le limits speci-
fied in Section 21.1-01. The tonnage claimed by the Contractor for
all such bid items shall be verified with weigh ticket% from the
material supplier, stating the general classification of the material,
tonnage, date, the number of the carrier, and the purchaser. One copy
of the load ticket shall be given to the Engineer at the time of
delivery and shall not be valid for payment unless each ticket has
been initialed by the Engineer,
The €r9ineer reserves the right to reduce the stated tonnage for
material which, in his opinion, has more than the moisture content
required for qood compaction.
Material received at the job site but not satisfactory to the Engineer
shall be rejected. Ail costs associated with the unsuitable material,
including the expense of disposal in waste areas, shall be borne
solely by the Contractor.
Welghinq will be considered incidental to construction and all costs
thereof Should be included by the Contractor in the appropriate prices
bid for the material beinq weighed,
1
1
1
1
1
1
1
1
1-11
I
SECTION 23 - CAUSMED SWACING, BALLASTING, AND V%KPILING
V-1 DESCRIPTION '
Crushed surfacing top course and base course shalt be in accordance
with Section 23 of the Standard Specifications except as herein
modified, ,
Temporary crushed surfacing base course shall be placed only at the
direction of the engineer to provide temporary traffic atteas to '
driveways and streets during construction. The quantity shown in the
proposal is for the purpose of establishing a unit price only, actual
quantities will be measured as construction progresses. The Engineer t
may require that some or all of the temporary crushed surfacing base
course be removed because of contamination or to meet final grades.
Removal shall be considered incidental to temporary crushed surfacing
base course. ,
23.2 RIP RAP
All rip rap used for this project shall be quarry stone and meet the '
following requirements.
A. Specific gravity: RAS minimum, t
R. Breakdown
1. Rock drop breakdbw..: 5 percent maximum '
?. Abrasion breakdown at 1,000 revolutions: 10 percent
maximum ,
3. Breakdown after 10 cycles of wettinq and drying: S
percent maximum '
4. Solubility in water, breakdown, or softening: none
23-3 TEST METHODS FOR RIP RAP
Unless otherwise specified in the Special Provisions or indicated
on the drawings, test methods for quarry stone shall be as follows:
A. Apparent speclfic gravity per ASTM C 10.
B. Abrasion characteristics to be determined by Rock Drop Test or '
Los Angeles Rattler (ASTM C 131) as required on the drawings or
the specifications.
1. Standard Rock Drop Test. Tests shall be made of groups of ,
five accurately weighed sines of rock: No. 1, ranging
from 75 to 100 Its., No. 2, 100 to 125 lbs.; No. 3, 125 to
150 lbs.; No. /, 150 to 175 Ibs.l No. S. 175 to 225 ibs, t
tech rock of the five Sites shall be dropped three times
on the group of the other four, in an enclosure, from
4-17
successive heights of 10. 15 and 18 feet. The enclosure
shall hew a flexible Medlin weight galvanised iron floor
Or equivalent, set on a Solid foundation, Order of
dropping shall be Not. 3, 2, a, 1, 5, all rock passinq a
3-inch square Mesh Screen after test shall be weighed and
recorded as a percentage of the total initial weight of
the five rocks.
2. lot Angeles Rattler, per ASTM C 131, Grading E.
C. Wetting and Drying. The stone shall be crushed, screened and
1.000 or 1,500 grams of the 3/ -inch to 3/8-Inch fraction
taken for the trst.
The crushed and graded Stone shall be submerged in water for 18
hours at roan temperature, after, which the sample shall be
drained and own-dried at 150 degrees F, When dry, the sample
shall be tooled to roan temperature. This would Complete one
cycle.
The percent loss shall he determined by screening the tasted
sample on a No. a sieve and snail be computed as follows:
' 190 x Weight Of Material Passinq No, a Sieve " X LOSS
Total Weight of Sample
D. Accelerated water breakdown and solubility test, Air-dry
samples of representative stone weighing approximately 1 ib,
Oath shall be immersed for 8 hours at 140 degrees F., in
' distilled water, local top water, or 3.5 percent sodium
chloride solution.
.3.1 MEASUREMENT
' Crushed Surfacing Top Course , "Crushed Surfacing Base Course",
"Temporary Crushed Surfacing Base Course" and "Alp Rap" will be measured
by the ton. Tonne will be verified in accordance with Section 21-1 of
the Special provision.
23-5 PAYMENT
' Payment for "Crushed Surfacing Top Course", "Crushed Surfacing Base
Course", "Temporary Crushed SurfoLinq Bast Course" and "Rip Rap" shalt
be at the respective unit price bid per ton in the Proposal. Payment
thou considered as full compensation for furnishing, placing and
COMpacting the material, Payment for Tompor ary Crushed Surfoc ing Base
Course Shell be considored as full compensation for furnishing, plating,
Comnecti" and removal es direCted by the Engineer,
1
a-l3
r
SECTION 26 - BANK RUN BRA' _l r
26.1 DESCRIPTION '
lank run gravel "Class 6" shall conform to Section 26 of the
Standard Specifications, Bank run gravel Class R shall be used to
replace unsuitable excavated trench material, unsuitable subgrade, and r
as roadway and shoulder embankment material, surcharge material or as
directed by the Engineer.
Bank run gravel Class B used as embankment material will be compacted r
to a relative density of ninety-five percent (95%1 as determined by
Test Method AAS40 190 *CO.
The luantity as shown in the Proposal is for the purpose of
establishing a unit price only. EaaCt quantities will be determined
in the field as work progresses. '
m,a MEASUREMENT
Bank run gravel Class B shall be measured by the ton accordinq to r
Section 21.
?6-5 PAYMENT r
Payment for "Bank Run Gravel Class B (Streets)" $411 be made at
the unit price par ton as set forth in the Proposal and shall be full
compensation for all labor, equipment, materials, including compaction r
and all incidentals to furnish and place the material as embankment.
Payment for "Bank Run Gravel Class 9 (Trench)" is described in
Section 61. r
r
r
r
r
r
r
a•U
r
r
SttCTIQN 33 ASPNAIT TREATED BASE
13-t RMTOIALt
33-L ASPNAIT
Asphalt Cement Shall be wSNU Viscosity grade AR-PUDD grade Daring
asphalt,
33-3 CDNSTRUCTIDsi REQUIREMENTS
33.3,06 SPREADING AND fINi$041%
t ATg shall be spread with an Automatic Paring machine in
accordance with Section 33.3.06. the nominal Compacted depth of a
course %hall rat exceed four inches f4"1.
33-3,09 DENSITY
Additional cores mar be required by the fngineer in acrordance
with Section 13-4, The use of equipment which results in damage to
the materials or produces sub-standard wDrkmanship will not be
permitted,
3,1-A ►lEASURf�r
Asphalt treated base will be measured by the ton,
33.5 PAYMENT
Payment will be made for asphalt treated base on a W ton basis,
t Ti* unit contract price Der ton for ATR %hall be considered full
compensation for furnishing all labor, equipment, materiels, tools aM
supplies and for all other costs including testing, producing,
% raining, loading, haulinq, And %totkoiling the asphalt treated base
Aggregate, furnishing the asphalt tement, mixing, hauling, spreading,
compacting the Asphalt treated base, and all other work not let forth
a% bid items in this Contract incidental to fulfilling the
requirements of these spec ifitatiams,
e-13
$ECT104 34 - A9PKAT CONCRETE PAVEMENT '
3e-3,08 PREPARATION OF ASPHALT SURFACE ,
Asphalt concrete pavement shall be "Class 6" and conform to Section
34 of the Standard Specification except is modified herein; ,
A. Paving asphalt used shall be grade 40-4000W.
b. Longitudinal Joints between successive courses shall be later-
ally offset a minimur of twelve (12) inches.
C. Compaction of asphalt Concrete %hall be in accordance with '
Section 34-3.09 of the Standard Specifications,
d. Section 34-3.05A of the Standard Specification%, Automatic; ,
Controls, Batch Type Plants, %hall apply to this project.
a. Section 34-3,10, prelevelinq for asphalt concrete, shall be
acempli%hed by tree use of asphalt concrete "Class 6" placed ,
by a Paving machine.
f, Unfavorable weather Section 34-3.19, When, in the opinion of ,
the Engineer, the Mather is such that satisfactory results
cannot be obtained, the contractor %hall suspend operations
until the weather is favorable.
The asphalt concrete paving merhlne shall be OW Pped with automatic
screed Controls with sensors for either or both side% of the paver
capable of sensing grade from in outside reference line such at a ski
sensing the transverse slope of the %Creed, and providing the eIoctricii
signals which operate the Screed to maintain the desired grade and
transverse slope. The grade controller or sensor mall be constructed n
it may be fitted with a Ski-like shoe or ride On the adjacent mat. '
The slope controller %hell be capable of ma•-raining the %creed at. ri,.•,
desired transverse slope within plus or minus 0.1 per cent in a 12-foot ,
width. The roadway %hall be prepared in accordance with Section
)A.3.014.
As asphalt tack coat (SS-1) shall be placed in accordance with Section 31
of the Standard Specifications, The tack coat shall be applied to all
existing pavement surfaces, asphalt or concrete and between successive
layers of Asphalt Concrete Pavement. The tack cost, shall be considered ,
as incidental to the cost of the Awalt Concrete pavement and no Seo-
arate payment will be made for this item..
The asphalt concrete pavement %hall be placed in lift% es shown on the '
plans.
1
a-16
la-7.11 CONSTRUCTION Of COURSES
The asphalt concrete pavement shall be constructed as shown on the
Plans and in accOrtNnce with this section of the Standard Spec'ficvtions
OXCept as modified herein,
34.5_ a1EAS2RENEhi payNENT
Payment for furnishing and placing "Afphrlt Concrete Pavement Class
8" shell be mode it the unit price per ton as set forth in the Proposal
And shall be full compensation for all labor, tools, equipment,
materials and incidentals required to perform the work as specified
including the asphalt bike path. Any work which is essential to the
Construction but for which no bid item is included in the proposal shall
be considered as incidental to the Contract,
"Incidental Asphalt Concrete" shall be asphalt Contralto Class 8 and
' shall be used only at the direction of the Engineer for the restoration
Of taieting and new driveways, paving aprons for storm drain outfalls,
gutters and spillways, patching around manholes, valves, etc, payment
for furnishinq and placing "incidental Asphalt Concrete" shall he made
at the unit prico per ton as set forth in the Proposal and shell be full
compensation for all labor, equipment, materials and incidentals,
t
' t.l,
M - I
SECTION 36 - EXTRUDED CEMENT CONCRETE -uki
36.1 DESCRIPTION '
Extruded cement concrete curb shall be Constructed as specifiou
it the Standard Spec if icatiuns, Standard Plan 6A except as modified
herein.
36-Y MATERIALS
Delete the sixth (6th) paragraph of this subsection, t
36-3.02 NIXING AND PLACING
This section shall be supplemented by the following: The '
extruded cement concrete curb shall be bonded to the asphalt concrete
surface by an epoxy adhesive suitable for bonding the two surfac s
together and approved by the Engineer. ,
36.3.04 TIE BARS
Delete this subsection in its entirety.
36-4 MEASUREMENT PAYMENT
The extruded cement concrete curb will be measured by the llnrer '
foot along the front face of the curb and returns.
Payment will be made for the following bid item when included 4ni ,
shown in any particular contract.
"Extruded Cement Concrete Curb," per linear toot, ,
The unit contract price for the above item shall be full compensation
for all costs of labor, tools, equipment and materials ant for
complete Installation in accordance with the plans and specifications. '
1
1-lA
SECTION 34 -�MltE CONCRETE PAYET4ENT
39.1 GENERAL
Cement concrete pavement shall be constructed in accordance with
Section 39 of the Standard Specifications except as modified herein,
' Cement Concrete used for pavement purposes %hall be AP4A air-
entraininj Portland Cement concrete Class 5 (1-1/2) with 5% air
Content (_ 1• air content).
Longitudinal ,joints shall be spaced along each driving lane,
Transverse ,joints shall be spaced at 15-foot intervals ! ? feet to
accommodate utilities. All joints shall be hindtooled or saw cut at
Contractor's option, Saw cutting shall be done as soon as possible
after texturing (4 to 16 hours),
' Curb and gutter can be formed integral with the pavement or separately
at the contractor's option,
' 39-4.1 MEASUREMENT
Cement Con4(ete pavement shalt be measured in placa by the square
Yard. Cement concrete curb shall be measured as noted In Section 40.
39.4,? PAYMENT
Cement Concrete pavement shall be paid by the square yard In
Place. which shall be full compensation for all equipment, materials,
labor, and tool% necessary or Incidental to furnishing, placing,
spreading, finishing, texturing, ,joint construction and curing,
t
1
4-19
SECTION 40 - CEMENT CONCRETE C RB. CURS AND BUTTER
40-1 DESCRIPTION ,
Cement concrete curb and gutter shall be constructed in
accordance with the Plans and Section 40 of the Standard
Specifications except as modified herein, '
Cement concrete curb and qutte, -yoe A shall be per Standard Plan,
40-2 MATakj. AND FORIr ,
40-2.01 CONCRETE '
Cement concrate curb and putter shall be constructed of Class S
(1-112) air-entrained Portland cemeint concrete, as per Section 37.
Standard Specifications. 1
40.3 CONSTRUCTION DETAILS
a. Joints %hall be dummy Joints at • maximum spKinq of 15 feet ,
with expansion joints at beginning of curves, at curb
returns and dr°vewayS.
b. The sub-best frr curb and gutter sections shall be to"Ktod ,
to 9S per t +nt density at optimum moisture content before
placing the curb and qutter. ,
c. Whitt-pigmented curinq compounds will not be allowed.
d. The top of the finished concrete shall not deviate more than 1
one-eighth inch (1/A") in ten feet ('1011, or the alignment
One-.ourth inch (1J4") in ten feet (101),
e. where shown on the plans, the concrete curb will be ramped ,
for wheelchairs as shown On the detail drawing in thew
Special Provisions.
10_a `''YASUREMENT AND PAYMENT
Measurement and payment will the made for such of the fnilowinq '
bid hems as may appear in the proposal:
"Cement Concrete Curh and Gutter Type A" per linear foot,
Curb and qutter will be measured by the linear f:.Jt along the face of ,
Curb for the actual length constructed, %,d shall include the
depressed Curb for wheelchair two; and drivewa• . '
Payment for furnishino and placing "Cement Co,tc^ete Curb and Gutter
Type A" shall be made at the unit price per linear foot as set forth
in the Proposal and shall be full compensation for all labor, '
equipmont, materials and locldaftals, including forms, Installation
Of wheelchair ramps shall be incidental to this item and no teoorste
Payment will be made. '
4411
SECTION 41 - CEMENT C�CRETE DRIVEWAY AND ALLEY RETURN
41.1 OESCRIPTION
Cement concrete driveway shall be constructed at the locations
shown On the Construction plats AM where dlrecttd by the Engineer, and
' 101411 be in accordance with Section 41 of the Standard Specifications
6100% As modified herein, and as shown on the Plans,
41.2 MATERIALS
The Portland Cement concrete, ,joint filler and curing materials
shall conform to raquirapents outlined in Section 17. Portland Cement
Concrete Materials. The concrete mix shell be as specified for CIA,% S_
(1.1/2) W the slop of the concrete shell not tareed three and
one-441; (3-1/2) inch-t and Nave a minimum design strength of M PSi.
41.1 C"STRd7CTiO4 OETAILS
41.1.01 EXCAVATION ANP SUNRADE
FAC4vW On for drive ys shell be considered incidental to the con.
XtruCtiOn Of the drivOwAy. Aram no palwmant will be mode the Contractor
therefor,
SubgrAde preparation for driveway% And the requmeed Comp4ction
shall conform to the 4001401e requ+rements in Section IS4.02 to rro-
tvide a firm, unyieldinq subgrade acclotatle to the Engineer.
S} 1102 FORMS AND FiNE GRADING
' Forms for the st"aight w Tons of the driveway shall have a minimum
thickness Of two (2) inChes and be e0u41 to the nominAl depth of the
rnncrete, plywood Of One (1) inch New may be user on radii. All
forms %hill be securely staked and blocked to true line and grade.
A template shall be set upon the forms and the subgrade shell be
tine greded to cOnfOnm to the required %ect•on.
41-LO4 CURING AND PROTECTIGN
The curing m4terml"t and procedures defined in Section 17 and Tg
shall be used. The driveway shall be protected 446inst damage or deface•
want of aA,v kinL uWl 6"00tance by the Owner. Any driveway or alley
return not Acceptable, it the 00inions of the Engineer because of damage
or defacement, shill be removed and he replaced by the Contractor at his
eapeMe.
$#feet 014004 Any concrete, the Contractor shell have On the 40
site *now" Protective prier or equivalent t0 cover the pour Of .+n entire
day, )m event Of palm Or Other unsuitable **&that conditions.
*hike pigmented Compound will r2to.411gkied.
441
It•/ MEaS1FE�CNT
Measurement for Cement concrete dr treway wilt be me" by the square
yard for all turfeCe Concrete driveway PleCed. ,
at•S Pt2!W
Payment for furnishing And placing "Cement concrete Drive way (G.
incheS thiCkI Shall be made at the unit price per %4uar• yard as set
forth in the Or000Sa) and shali be full COM"SOti0n for all iabor,
tool%, wwppuiptkent, materialS end intidentalt required t0 Perform the work
is awified. any work which is essential to the construction but for
which n0 bid item is included 1n the proposal Shall be Considered aS
incidental and the Costs thereof %All be included in the pay items of
the propo%al. ,
1
1 SECTION 41 C 11T '1Nrtlfff y�A �x
42.1 DESCRIPTION
Cement concrete sidew4la tr -,.trvCt*d in accordance with
Section 42 of the Standard Swificstions. e.cept 44 modified herein,
' and as per detail drawing incorporated within these Spec I al
Provis Iona.
4U MATERIALS
The Concrete mix for tM Sidewalk shall be Class S (1-112) with a
water Content ratio not tc exceed S.TS gallons and 4 maximum %IWO of
J 112 inches with 4 minimum design strength of MOO PS:.
42.3 CONSTRUCTION DETAILS
I A. Delete the last sentence, Second paragraph of Section 42-
3.OJ.
n. Dummy Joints at five (S) foot centers shall be formed b,
cutting a groove In the Concrete with a tee bar after th.
concrete has taken the Initial set, The stag of the dumm,
' Joint shall be as shown an the detail drawing. Once the
dummy Joints have been cut, the sidewalk shall be furnished
In accordance with Section 47.
C. The sidewalk shall be divided into Panels by scoring onr-
fourth inch (1/4") deep on five (S) foot center,.
transversely.
d, Cement concrete sidewalks shall be Constructed to a minim,i
thickness of four inches (441 and to the width as shown a,
the construction plans,
e. Panel and Joints 0411 be similar to Standard Plan No, 14.
Type 'R" of the Standard Specifications.
41.3 03A DEPRESSED CUP$ (WHEELCHAIR RAMP)
At intersections where now Cement Concrete curbs are to be con-
strutted, the Contractor shall construct depressed curbs. Thy
depressed Curbs %hall be constructed in accordance with APwA Standa.,i
Plan 14C and as directed by the Engineer.
12.4 MEASUtENENT
Measurement for Cement Concrete sidewalk will be by the square
yard for all Surface of concrete walk placed.
4 •5 P" NT
Payment for furnishing And placing 'Comeat Concrete Sidewalk 4" i
Thick" 0411 be 410, at the unit price per SOWre yard as set forth in
the Proposal and shalt be full compensation for all labor, equipment,
materials, and all incidentals. installation of wheelcAAir ramps
shall be considered incidental to and part of the price for the
Concrete Side, k,
4.23
r
SECTION 44-6 - PAINT STRIPING r
44-6.01 4" SOLID STRIPE r
Painted pavement striving shall be installed in accordance with
Section 3-22 of the "Standard Specificati,lns for Road and Bridge Con-
struction 1977" of the Washington State Highway Commission, The Con- r
tractor shall comply with the following material specification for
paint striping,
Traffic Line Pa -t shall be furnished in accordance with the Speci-
ficationsr
rmula W-77 (White) and Y-77 (Yellow). Copies of these
Specifications are available at the Washington State Department of r
Transportation, Materials La'ioratory, Post Office Box 167, Olympia,
Washington 98504.
44-6.02 MEASUREMENT ,
"Paint Striping" shall be measured per linear foot of striping
and no deduction shall be made for the skip between stripes when
measuring, r
44-6.03 PAYMENT
Payment shall be made for "Paint Striping", per linear foot, at r
the contract unit price as set forth in the proposal and shAll be full
compensation for furnishing all labor, tools, materials and equipment
necessary or incidental for the completion of the work as specified r
herein.
44-7 THERMOPLASTIC PAVEMENT MARKINGS
This work shall consist of furnishing and placing thermoplastic '
pavement marking upon the roadway surface for delineation in the form
of crosswalks, directional arrows, traffic letters, and stop bars, at r
the locations shown on the plans in accordance with these special
provisions and the latest edition of the MUTCD, or as directed by the
Engineer,
Pavement markings as referred to herein shall comply with the r
following definition,-:
Crosswalks. Crosswalks shill consists of two solid lines of r
w tl-ii a pTaitic material 12 inches in width parallel to one another
and separated by a minimum distance of 8 feet or as shown on the
plans. r
Traffic Arrows. Traffic arrows shall conform to the details
shown on the plans and shall be of white plastic material.
Traffic letters. Traffic letters shall conform to the details '
show in the MUTCD and/or on the plans and shall be of white
plastic material.
St�ar. A stop bar shall be a solid line of white plastic r
materTaT 12 inches in width placed across the traffic lanes where
and as shown on the plans.
r
4-24
r
The materials to be used to form the above described payment markings
shall be:
1. 3M VAMARK brand pliant pol"mer pavement marking film, 60
mil thickness, applied with contact adhesive, manufactured
by 3M Company, 3M Cen.ar, St. Paul, Minnesota 55101, or
2. Catatherm ABITOL formulation, 125 mil thickness, hot
extruded Thermoplastic manufactured by Ferro Corporation,
Catap,ote Division Post Office Box 2369, Jackson,
' Mississippi 39205,
3. Or equal.
All materials shall be installed according to the manufacturer's
recommendations and a manufacturer's representative shall be present
Prior to the a0plication of any markings to approve the proper
installation procedures or as directed by the Engi•teer.
All contaminants within the areas to receive thermoplastic pavement
markings shall be removed. Large areas of tar, grease, paint or
foreign materials may require sandblasting, steam cleaning or power
broominq to accomplish complete removal.
' 44-7.01 MEASUREMENT AND PAYMENT
Payment will be made for such of 'he following 1,sted Did Items
as are included in the proposal and payment will be made under:
"Thermoplastic Crosswalk", per linear foot.
"Thermoplastic Stop Bar", per linear foot.
"Thermoplastic Traffic Arrow", per, each,
"Thermoplastic Traffic Letter", per each.
The unit contract prices per linear foot of 12-inch width of material
t for "Thermoplastic Crosswalk" and "Thermoplastic Stop Bar" and per
each for "Thermoplastic Traffic Arrow" and "Thermoplastic Traffic
Letter" shall be full compensation for furnishing all labor, tools,
materials and equipment necessary or incidental for the completion Of
the work as specified herein,
44-8 TRAFFIC SIGNS
Signs designated by the Owner shall be removed and delivered t0
the Citv of Renton Shop. The City will furnish and install new signs
' as required. Removal and delivery of existing signs shall be
considered incidental to the other items of work.
4-25
t
44-9 LANE MARKERS
44-9.1 DESCRIPTION
Where shown on the plans or as directed by the Engineer, the ,
Contractor shall furnish and install lane markers of the type
specified, in accordance with these specifications, and in reasonably
close conformity to the dimensions and shapes shown in the details.
Lane markers Type 2 shall be furnished wit,, opposing white and red
reflective faces for lane line delineation and opposing blue faces for
marking hydrant locations. '
44-9.2 MATERIALS
Lane markers shall meet t!e requirements of Section 9-21 of the '
WSDOT Standard Specifications, current edition. The adhesive shall
meet the requirements of Section 9.26.2 of the WSDOT Standard
Specifications, current edition. '
44-9.3 CONSTRUCTION REQUIREMENTS
Lane markers shall be installed in accordance with the ,
requirements of Section 9-09, WSDOT Standard Specifications, current
edition.
44-9.4 MEASUREMENT AND PAYMENT ,
Lane markers shall be measured per each. The unit contract price
per each for "Lane Marker Type 1" and "Lane Marker Type 2" shall be '
full compensation for all labor, tools, materials and equipment
necessary or incidental to the furnishing and placing of the lane
markers.
44-10 9 3/4-INCH PLASTIC TRAFFIC BUTTONS (TYPE 125D) r
44-10.1 DESCRIPTION '
Type 125D plastic traffic buttons shall be installed at the
locations shown on the plans and as directed by the Engineer.
44-10.2 MATERIALS ,
Plasti_ traffic buttons shall conform to APWA Standard Plan No.
27, Type 125D. '
44-10.3 CONSTRUCTION REQUIREMENTS
The Type 125D plastic traffic buttons shall be cemented M the 1
pavement surface with epoxy. installation shall be in accordance with
Section 44-9 above.
44-10.4 MEASUREMENT AND PAYMENT 1
Plastic traffic buttons shall be measured per each. The unit
contract price per each for "Plastic Traffic Buttons, Type 125D" shall
be full compensation for all labor, tools, materials and equipment
necessary or incidental to the furnishing and placing of the traffic
buttons. ,
4-26
SECTION 47 - EROSION CONTROL
47-1 DESCRIPTION
The Standard Specifications shall be amended by the following:
Erosion control shalt be placed on finished slopes not requiring
restoration in accordance with Section 71 herein.
' 47-2.01 TOPSOIL
Too Soil will not be required on this project.
47-2,02 SLED
Seed mix shall conform to the following specifications oy weight;
Colonial Bentgrass (Highland or Astoria) 10%
Red Fescue (illahee, Rainier or Penntam) 40%
Blue Grass (Merton, Windsor or Park) 40%
English Perennial Rye 10%
Seed shall be applied at the rate of 160 rounds per acre.
474,03 FERTIL17ER
Fertilizer shall be commercial Organic or inorganic fertilizer
containing the following proportions by weight:
Total Available Nitrcyen 10% (of which 50% Is
derived from 3R% slow-
release ureaform)
tAvailable Phosphorous
(Analyzed as P20%) 20%
Available Potassium
(Analyzed as K20) 20%
' Fertilizer shall be applied at the rate of 250 pounds per acre.
47-2.04B MULCH
' Mulch shall consist of wood cellulose fiber and be applied at
rate of 1,000 dry Dourds per acre.
' 47-4 MEASUREMENT
The quantity of seeding, fertilizing and mulching shalt be based
on ground slope measurement in acres of actual seeding, fertilizing
and mulching placed and arceotei.
47-5 PAYMENT
The unit contract price per acre for "Seeding. Fertilizing, and
Mulching" shall be full compensation for all labor, tool%, materials
and equipment necessary or incidental to the placing Of the materials
noted herein,
4.27
SECTION SO - MONUMENTS ,
This section of the Standard Specifications will not apply to this
Project and shall be deleted in its entirety. in its place the '
following specifications shall be inserted.
50-1 DESCRIp'ION
The work consists of furnishing and installing survey monuments, ,
bronze marker plugs, cast iron frames and covers at the points
indicated on the plans. ,
50-2 MATERIALS
All cast iron frames, covers, bronze marker plugs, and concrete '
monuments will be furnished and set by the contractor.
50.3 CONSTRUCTION DETAILS
50-3.01 REFERENCE POINTS
The Engineer will reference all monument point% in advance of ,
construction. The Constractor shall be responsible for saving and
protecting all reference points until the monuments are •t.
SJSd3.02 SETTING OF MONUMENTS, FRAMES, AND COVERS ,
Upon the completion of the street paving through the first lift
of Class "R" Asphalt Concrete pavement, the Contractor shall notify
the Engineer that the street is ready for monumentation. The engineer ,
will set the requires monument reference points. The contractor shalt
then set the monuments, b -nze. marker plugs, frames, and covers. Upon
completion of the monumentation, the Contractor shall Complete the ,
paving operation taking care to protect the line and grade of the
monumen• ase ann cover, The Engineer shall Scribe the monument point
upon completion of the paving work.
SO-3,03 DAMAGE TO MONUMENT 1
In the event the Contractor disturbs the monument, frame, and '
cover in the process of completing the project, he shall Immediately
contact the Engineer to check the monument. The Contractor shall pay
the total cost c checking and shall reset the monument or case and
cover at no additional expense to the City. The payment for checking ,
Shall bh deducted from the amount owed to the Contractor for his work
on the project. Failure to notify the Engineer of a disturbed
monument by the Contractor shall bear an additional one hundred ,
dollars (S1D0) penalty to be deducted from amounts owed to the
Contractor plus the cost of resettinq the monument.
50-4 MEASUREMENT AND PAYMENT ,
Payment for "Monuments" Shall be .t the unit price per each as
set forth in the proposal, The unit contract price per each shall be ,
full compensation for all labor, toots, materials and all incidental
work required for furnishing and installing survey monuments, bronze
Plugs, frames and covers complete in place at in accordance with the
Plans and specifications or as directed by the Engineer, '
4.28
SECT;DN 52 - REMOVAL OF EXISTING STREET iMPROVEMEATS
' 52-2.03 REMOVAL OF ASPHALT CONCPETL PAVEMENT
Removal of asphalt concrete pavement upon any type of base shall
be Incidental to unclassified excavation. The Contractor shall swcut
pavement as indicated on plans or as directed by the Engineer. The
swcutting of pavement shalt be considered as incidental to the
pavement removal and the costs thereof shall be included in other
items of the proposal, included shall be all roadway excavation and
grading required to reach the new grades and elevations and compaction
of the existing Subgrade to 95 percent of maximum density measured in
' accordance with Section 13-3,10ES or such other density required by
the Engineer,
52-2.05 REMOVAL OF CONCRETE CURB AND GUTTER
The full section of the concrete curb and gutter shall be removed
and disposed of as shown on the plans or as directed by the Engineer,
' 52-2,07 REMOVAL OF CATCH BASINS, MANHOLES. SUMPS, CULVERTS ETC.
Existing catch basins, stands, storm drains, water main and
culverts shall be removed and disposed of as shown on the plans or as
directed by the Engineer. All voids created by the removal of
existing structures shall be backfilled with Bank Run Gravel Class R
or with suitable job excavation material as directed by the Engineer,
Pipes Abandoned but to remain in the ground shall be plugged with
concrete to a depth of 2 pipe diameters or one foot, whichever is
greater,
' 52-2.09 WASTE DISPOSAL
Shall be in accordance with Section 4-1.06.
1 52.3 MEASUREMENT AND PAYMENT
Payment for removing existing street improvements shall be made
' at the respective unit prices as set forth in the proposal, and shall
be complete compensation for all labor, materials, and equipment
necessary to perform the work including disposal. Removal or plugging
Of Items not set forth in the Prom al shall be considered as
incidental to the construction and the costs thereof shall be included
in Other items Of the proposal,
The oxisitnq corrugated metal culverts At the intersection Of Spring-
brook Creek and S.W. 27tn street shall be removed and disposed of by
the Contractor, Sprinqbrook Creek shall be diverted to allow
' excavation within the channel during the culvert replacement
operation. Payment for removing these culverts and diverting
Sprinqbrook Creek shall oil at the Lump Sum Price bid as set for h in
the proposal for the Bid item; "Ramove Sprinqbrook Creek Culverts And
Divert Creek". All other culvert removals shall be considered as
incidental t0 Other items Of construction,
A•29
j CTION S3 AOJUSTMENT OF NEW AND EXISTING NTIUTY STRUCTURES TO
S3-1 DESCRIPTION ,
The adjustment of existing utilities shall be accomplished in
compliance with Section 53 of the Standard Specifications except as ,
modified herein,
$3-3 CONSTRUCTION DETAILS ,
53.3.01 ADJUSTING_ OF MANHOLES, CATCH BASINS AND SIMILAR
ST ITU" '
No adjustment of manholes, catch basins, inlets, monument frames,
sanitary sewer clean-outs, and similar structures will be permitted
after the final lift of Class B asphalt concrete pavement is '
completed, Prior to placement of the asphalt concrete leveling
course, the Contractor shall carefully check the finish grade of all
such structures to make any final adjustments necessary. Care shall
be taken in placing the leveling and wearing courses to prevent damage ,
to the casting or to its position.
Adjustment of existing mannoles, catch basins, Sanitary sewer clean- ,
outs and inlets shall be constructed in the same manner and of the
same material as that required for new construction,
Monument fi mes and valve box castings shall be solidly embedded in ,
either asphalt concrete or cement concrete in a manner approved by the
Engineer prior to placement of the wearing course,
53.3,0111 REPLACE EXISTING GRATES wItH SOLiD RING AND COVER r
Existing grates snail be replaced with a solid cover (Standard
Plan No. 4?) as shown on the plans and ai directed by the Engineer,
S3-e MEASUREMENT AND PAYMENT
Payment for adjusting each existing utility structure to grade '
shall be at the respective unit price bid per each as set forth in the
Proposal and shall be full compensation for all labor, equipment,
materials, and all incidental costs necessary to complete the work, '
Adjustment of new manholes, catch basins, sanitary serer clean-outs,
inlets, monument frmes, and similar strurtures shall be considered
incidental to each respective contract item. Asphalt concrete used to ,
patch around utilities shall be paid for as incidental Class B
asphalt, per ton under the appropriate bid item.
Final adjustment for new sanitary sewer manholes shalt be considered '
incidental to the construction and installation of the structure
itself, and no separate payment will be made therefor.
Payment for adjusting valve boxes shall be in accordance with Section '
76-4 herein.
-3D
r
tSECTION 54 - PAVEMENT PATCHING
54-1 DESCRIPTION
Pavement patching will be required on all trench crossing of
existing roadway prior to construction of new roadway and wherever the
line of work crosses existing travel ways.
The Contractor shall remove all types of travelway surfaces as part of
trench excavation in accordance with the requirements of Section 61
' herein.
54-3.01 GENERAL
The Contractor's attention is directed to the requirements of
Section 7-1.15 herein,
' 54-3.04 ASPMALT CONCRETE STREETS ON GRANULAR BASE
Pavement patching material shall be Class "B" asphaltic concrete
as spec.if i ed in Section 34, Standard Specifications. Crushed
' surfacing material shall be as specified in Section 23 of the Standard
Specifications.
After backfilling and compaction to line and grade has been completed
four (41 inches of 5/8 inch minus crushed surfacing top course shall
be applied and compacted to the satisfaction of the Engineer,
' The existing pavement shall be cut to a straight horizontal and neat
vertical line. This cut shall be made one (1) foot beyond the trench
shoulderline. The newly cut edge shall be painted with dilute asphalt
tor SS-1 emulsion Immediately prior to the placement of the patch.
Asphalt concrete Class B pavement shall be placed in one lift Of two
(2) inch thickness over the previously placed layer of crushed
surfacing. The patch shall be rolled to a smooth ridinq surface,
flush with the surface of the existing asphalt. Immediately
' thereafter, all joints between the new and original asphalt shall be
painted with hot asphalt emulsion and be covered with dry paving sand
before the asphalt solidifies,
54-4 MEASUREMENT AND PAYMEV
54-4.01 ASPHALT CONCRETE PAVEMENT nATCHING
' Measurement for asphalt concrete pavement patching will be made
by the square yard on the plate of the surface patched and will be
based on the actual length and width of the patch. Payment will be at
the unit contract price bid per square yard for "Asphalt Concrete
Pavement Patching" and shall be full compensation for all labor,
materials, tools, and equipment required in furnishinq, placing and
compacting the crushed rock and asphalt concrete Class "
4-31
SECTION 57 - FiNISMING AND CLEANUP ,
57-1 DESCRIPTION
Finishing and cleanup shall be completed in accordance with ,
Section 57 of the Standard Specifications,
574.1 PRIVATE PROPERTY RESTORATION ,
The scope of this subsection is limited to those areas where
individual property owners have improved their properties on the
right-of-way immediately in front of their properties. It is the
intent of this section to provide for the restoration of any and all
improvements which the Contractor may damage or remove in the course
of construction. A complete set of pre-construction photographs ,
showing existing private property improvements will be maintained by
the Engineer to document the existence and extent of these
improvements. ,
It will behoove the Contractor to take every possible precaution to
preserve the existing improvements. All damages to existing improve- '
ments from the Contractor's operation, whether in the right-of-way or
within private property, shall be the sole responsibility of the
Contractor to remedy. All such areas shall be restored to their pre-
construction equivalent to the satisfaction of the owner. The '
Contractor shall obtain written releases from affected property owners
in a form acceptable to the Owner prior to final acceptance of the
project. ,
All utilities including but not limited to sews, water. Ras, tele-
phone, power and petroleum pipeline& interrupted or uprooted durinq
construction shell be repaired, replaced and/or restored to the satin. '
faction of tht Owner,
57-3 MEASUREMENT AND PAYMENT ,
Measurement for Private Property Restoration shall be by the Lump
Sim and payment shall be full compensation for all labor, materials,
tools, equipment and all other costs necessary to restore all private ,
property affected by the construction to its pre-:onstruction
condition. The lump sun price bid for Private Property Restoration
shall be paid in addition to other applicable pay Items including ,
Incidents) Asphalt Concrete Pavement, Extruded Cement Concrete Curb,
Bank Run Gravel Class "B", Temporary Crushed Surfacinq Base Course,
and Crushed Surfacinq Top Course.
Costs incurred from the repair of damaged existing utilities shall be
considered incidental to Private Property Restoration. No additional
payment shall be made. ,
Payment fc^ finishing and cleanup shall be per lump sun price bid and
shall constitute complete compensation for All labor, materials and '
equipment necessary to carry out the cleanup operation.
a-3,
6)-6 M RELOCATE EXISTING MAILBOXES AND STAND
The existing mailboxes and stands shalt be relocated as shown on
the plans or as directed by the Engineer.
Mailbox removal and relocation shall be considered incidental to
private property restoration and therefore no separate payment shall
' be made.
1
t
DIVISION III - SANITARY SEWER AND STORM DRAINS ,
SE�C.T;I00TN!60 PiPE, MATERIALS, AND TESTING PON SEWERS, DRAINS AND '
60.1 DESCRIPTION ,
All pipe used in this oro'ect shall be: (1) for the sanitary
sewer Syystem - polyvinyl chloride (PVC) pip! or ductile iron pipe or
nonreinfarCod concrete pipe as shown on the plans or as directed by '
the Engineer; (2) for the storm drain system • either nonreinforced
concrete pipe or reinforced concrete pipe. Cdrrug Ated alloy or
corrugated sttel pipe shall only be allowed as shown specifically on ,
plans
Pipe material, gaskets, and couplings shall he in accordance with
applicable sections of the Standard Specifications and as modified in t
these Special Provisions.
60.3 MATERIALS AND TESTING ,
The Com.trector shall require his pipe suppliers to furnish
certificates signed by their authorized representative stating the
specifications to which the materials or products were manufactured. '
Certifirates showing nonconformance with these specifications shalt be
sufficient evidence for rejection.
Approval of certificates &hall be Considered only as tentative Keep• '
tance of the materials or products, and such action by the Engineer
will not relieve the Contractor of his responsibility to perform field
tests and to replace or repair faulty materials, at,kman5 hip. went, and/or '
wor
60-3.01 PIPE PIA!ERIAIS '
The storm drain pipe shall be constructs, i, .;omdance w••n aC-
tion 60 of the Standard Specifications except , a.ci`Riea -vreir,
A. All fittings shall be of the same F. w is an -I, 1 s• tee ,
pipe.
b. All Concrete joints shall be rubber gs seted.
C. All concrete pipe for tea connections s-a11 b^ ,
1. Provided with a factory in.:alih! tr" ON
connection to the side run of p'twi, of
'. Provided with a knockout for mak'nr p, the tee
connection in the field. '
Breakinq open the pipe in the field will not be Acceptable.
60-3,01A CONCRETE PiPE NONRETWORCED ,
Nonreinforced Concrete pipe shall conform to ASTM Designation
CIA, Table 1 (Class 3) and shall have flexible gasketed joints. The
requirements of Section 60-3.01A of the Standard Specifications for '
Permeability testing shall remain in force. All drain Pipe smaller
than or equal to 24-inch diameter shalt be nonreinforced,
i
A-3A
1
1
KI-111 CONCRETE pips R
--�----_•—��.�� EINFORCEO
for 411 Reinforced Concrete pipe shall be CIA$% 2, and shall be provided
1 noted on dram D1De greater h! Plans, than 24-inch diameter, unless otherwise
6n.3nlr DUCTILE IRON PIPE
1 Ductile iron DIDe shall conform to ANNA C-151.76 (ANSI A21.51)
Thickness Class 52. The pipe shall be Cement mortar lined and sealed
with A bituminous material on the 1 inside, and shall have a bltunin0us toaNng pre the outside, A11 linings and coatings shall be in
accordance with AWdA C-104-74 (ANSI AN.41,
1 60-3.01H PVC PIPE
PVC pipo for the gravinn sanitary
ASTM py sewer line Shall be extra
strength Plastic Pipe 303a 1 Johns-NAnville RING-TIT( PVC sewer pipe or an aSprov. Pipe shad be
Join tS shall be bell and SPlgut with flexible rubber riing equal, Pipe
Casket.
1 E" '•^1: STEEL PIPE ARCHES
Pipe arches shall be 10-94u0e corrugatEd steel with Treatment 2,
1 60-3,02 JOINTING MATERIALS
60-3.02G PVC
1 Gaskets for the gravity Sanitary sewer line rubber ring gaskets. Asbestos cement manhol flexible
e couplings shall Shall be e cast
directly into the manholes for connection to the PVC gravity xcast
1 pipe,
60.7 mF A_�RT qN0 PAYMENT
1 Payment for sanitary sewers, Storm drat
at the applicable unit price rn, and culverts shall be
(Type) listed in the i Der linear foot n/ pipe for to (Size)
full compensation for thee pipe Pain for which Shall ConSt ltute
1 clearing, g pipe, in place, complete, including
tpmPar tiOn, grubbing, Pavement removal, excavation, backfill,
trench materiPiloto pipe laying, Joining, And testing, disposal Of
incidental work nMsaASted, d,-..storing, ill Surface restoration, all
1 itruttwe of
S to be Abando ed, and ry aconnt cl or onnection plugging
mew lDiDesntOPipeataexiind
facilities,
1
1
1
1
1 a-3S
ECTiON G1 i TRENCH EXCAVATION, MCKFELL
r'U6 . FOIN0ATI0N AND REDOING FOR ,
SEGfR3 1) TiS
61.1 DESCRIPTION '
Trench excavation and backfill shall be constructed in accordance
with Section 61 of the Standard Specifications except as modified '
herein,
61-2 CLASSFICIATION OF TRENCH EXCAVATION AND BACKFILL '
Trench excavation and backfill shalt be Class A.
61.3 CONSTRUCTION DETAILS ,
61-3.01 EXCAVATION
The length of trench excavation completed ahead of the pipe laying '
operation 0311 be kept to a minimum. Should the maximum trench width be
exceeded, the Contractor shall furnish a Stronger grade of pipe and/or
higher classific-atior and amount of bedding material, as directed by the '
Engineer, At no additional cost to the Owner, *reach widths narrower
than the maximum will be permitted, in all cases, the trench must be of
Sufficient width to permit proper jointing of the pipe and backfillinq of t
materials along the sides of the pipe,
The Contractor shall inform and satisfy himself as to the character,
Quantity and distribution of all material to be excavateo. No payment ,
Shall be made for any excavated material which is used for purposes other
than those designated. Should the Contractor excavate below the desig.
nated lines and grades without prior approval, he Shall replace such '
excavation with approved material, to an approved manner and conditions,
at his Own expense.
The engineer shall determine the suitability of material to be used as ,
backfill. All unsuitable and excess excavated material shall be wasted
as specified by the Engineer,
No separate or extra payment of any kind will be made for storing, '
handling, drying, wetting, hauling or manipulation of excavated
materials. ,
Excavation At all time Shall be kept free from water to facilitate fine
grading, the proper laying Of pipe and structures and joining of pipe and
prevention of damage to completed joints. Any and all required dewater-
ing shall be accomplished by welts and/or well point systems. Pumping of
water from within the excavation will not be permitted. Water in the
excavations shall not be allowed t0 flow through the pipe or structures ,
while construction work is in progress unless Special permission to do so
has been given by the Engineer,
t
4.36
The Contractor shalt ascertain to his Own satisfaction the extent to
which water may occur, the nature of the material in which it will
appear, and the extent to which such occurrence of water shall affect his
bid.
Dewaterinq of thv excavation must be controlled tr, prevent damage from
settlement due to possible lowering of the adjacent groundwater table.
it shall be the Contractor's responslbilty to study the soil boring
Information and make his own determination As to the extent of control
necessary for groundwater and for trench stability. The Solis report was
prepared soley for the purposes of design and the Contractor shall not
interpret the information presented as requirements for construction.
' The Contractor may wish to provide for monitoring for settlement Of the
adjacent areas for his protection. No separate or extra payment of any
kind will be made for any such monitoring, and any costs associated with
monitoring, if provided, shall be included in the appropriate lump sum or
unit bid prices In the proposal,
' 61.3.01A EXTRA DEPTH TRENCH EXCAVATION
Several sani. v Sewer runs on this project require deep trench*%.
Where the average depth of the required trench excavation between any two
sanitary sewer manholes exceeds twelve (12) feet in vertical depth, a
payment for "Extra Depth Trench Excavation for 12 feet to 16 feet Deep
Trenches" and "Extra Depth Trench Excavation 16 feet to 20 feet" will be
' made to the Contractor in addition to the unit contract price bid for
installed pipe. The extra payment will be for each lineal foot of pip*
successfully laid and tested betwern the manholes in question.
t For purposes of determining wht. r the payment (or extra depth trench
excavation is to be made, the average depth of required trench excavation
shall be defined AS the averagr, calculated to the nearest tenth (0.1) of
t a foot, of the depths of the two manholes at either end of the pipe run in
question, measured from the invert of the pipe to the top of the manhole
cover, to the nearest tenth (0.1) of a foot, The length of the pipe run
' shall be the distance between manhole centerlines measured to the near-
est tenth (0.1) of a foot,
Where sanitary sewer lat*rals are involved the average depth of required
trench excavation shall be defined AS the vertical distance, measured at
the Sewer main t0 the nearest tenth (0.1) Of a foot, from the invert Of
the sanitary sewer lateral in question, to the top of the manhole cover,
Or to original ground, whlchevwr is applicable,
61-3.0 FOUNDATIONS AND BEDDING FOR SEWERS 6 DRAINS
61-3.03A FOUNDATION PREPARATION
Over excavation to remove unsuitable material shall be performed
only when so ordered by the Engineer. When foundation material is
required, all cost% for procurement and placement, including removal and
disposal of unsuitable materials, shall be included in the unit contract
�-37
price per cubic yard for "Foundation Material" un1Ns tp iflcally
provided For in other bid items.
All provisions for Section 61-3.03A of the Standard Specifications shall ,
remain in affect.
61.3.03C CLASS C BEDDING '
dedding procedures and materials shall be in accordance with
Section 61-3.03C3 for -Class C" bedding and Section 61-3.03CS for
materials. ,
610.03D1 BEDDING FOR PVC PiPE
Pipe beddingy procedures and material for PVC serer• tines shall be in ,
accordance with Section 61-3.03D1 of the Standard Specifications except
as modified herein.
The leddinq material -hall be clean, free-draini sand and gravel, with ,
all materl ai pafsinq a 1/2-Inch square mesh sit.. and a maximum of 2
Percent passinq a WO square mesh Sieve. The material shall contain
,lust Sufficient fines to fill the vcids and provide a homogeneous grada-
tion. The material shall be compacted to 95 percent of the maximum
density determined by the "Compaction Control Test" specified in Section
13-3.10ES. The material shall be obtained from a source selected by the '
contractor and shall be subject to the prior acceptance of th.. Engines• .
Before backfilling with bedding material is begun, the trench shall ,
first be clowned of all roots, loose stones, and other debris. Bedding
materials shall be placed only upon undisturbed earth.
The bedding material shall be mechanically compacted to obtain a firm '
unyielding foundation,
The Engineer reserves the right to order, in writinq, that the pipe '
bedding material be omitted and no Payment made, where in his opinion,
the native material has such properties that it may be used to adequately
bed the pipe involved, The Contractor, is cautioned against submitting in
unbalanced unit bid price for piping bedding material since any or all of
the pipe bedding requirements of the Specifications may be deleted
during construction. For this Contract, pipe bedding material shall not
be eons otred a major item as defined in Section /-1.03. '
Where the requirements for pipe bedding material is deleted by the Fngi-
near, the requirements for Class D bedding shall apply and all costs ,
thereof shall be considered Incidental to the construction,
61.3,0302 BEDDING FOR CORRUGATED METAL PiPE
Pipe bedding proredures and material for the storm drain pipe ,
beddinq shall be in accordance with Section 61.3,030 for Class C Red-
ding,
The material shall be compacted to 95 percent of the maximum density
determined by the "Compaction Control Test" specified in Section 13.
t
4.38
t 3,10ES. The material shall be obtained from a source selected by the
contractor and shall be subject to the prier acceptance of the Engineer,
' Sefore backfilling with bedding materiel is begun, the trench shall
first be cleaned of all roots, loose stones, and other debris, geddino
materials shall be placed only upon undisturbed earth.
The bedding material shall be moclanically compacted to obtain a firm
unyielding eoundatioi.
' The Engineer reserves the right to order, in writing, that the pipe
bedding material be omitted and no payment made, where in his opinion,
the native materiel has such properties that it may be used to adequately
e heu the pipe involved, The Contractor is cautioned against submitting an
unbalanced unit bid price for piping beddihq material since any or all of
the pipe bedding r*quirements specified on tht plans may be deleted
during construction. For this Contract, pipe bedding material shall not
be considered a major item as Ofined in Section 4.1,03,
Where 1:4 requirements for pipe bedding material is deleted by the Engi-
near, the requirements for Class D bedding shall apply and all costs
thereof shall be considered incidental to the construction.
t
r
4-34
1
61-3.04 C41881NG AND SHEETING
Trench-bracing, cribbing, And sheeting is expected to be required
to prevent cave-in of the trench wilts or subsidenre of areas adjacent to '
the trench. It shall be the sole responsibility of the Contracto, to
design and insure adequacy of cribbing and sheeting.
The Contractor shall determine requirements for and plaCu sheeting, ,
shoring and other trench restraints to preclude any and all trench bot trill
heave and t0 provide a stable trench bottom which will not settle. NO
separate or extra payment of any kind will be made for any such sheeting '
and shoring and any costs associated with such sheeting and/or shoring
shall be included in the aDpr"nriate lump cum or unit bid prices in the
proposal.
All provisions of Section 61-3.04 of the Standard Specifications shall
remain in effect and the Contractor's attention 1s particularly directed '
to this section.
61-3.05 BACKFIIIING FOR SEWERS AND DRAINS
Initial backfilling shall be performed only after inspection and '
Approval of the installed pipe. The initial backfill material shall be
Carefully hand placed in strict accordance with Section 61.3.05 of the
Standard Specifications. Subsequent backfilt shall not be placed until t
the Initial backfilt is approved.
Initial backfill material for the PVC pipe shall be bedding material as ,
Specified under Section 61.3.03 and shall be hand placed to at least six
(6) Inches above the Crown of the pipe.
Subsequent backfilt shall be excavated material placed in the remaindBr
of the trench above the initial backfill except as specified herein.
(I) Shoulders and Streets: Subsequent backfilt shall be placed in '
lifts not to exceed 8 inches in loose depth and each lift mechani-
cally compacted to at least 95 percent of maximum density as deter-
mined by the Compaction Control Test specified in Section ,
13-3.10E5,
(2) Unimproved Areas: Subsequent backfilt shall be placed in lifts
not to exceed 12 inches in IopSe depth and each lift compacted to at ,
least 90 percent of maximum density. Unless otherwise ordered by
the Engineer.
If the native material is not suitable or surcharge material not t
available for use as backfill, bank run gravel shall be used as required
by the Engineer. Conk run gravel Class 4 (Trench) material shall be as
specified in Section 26-2 of the Standard Specification fir Class 8 ,
gravel and shall be utilized in bockfillinq of trenches only when
specifically ordered by the Engineer.
1
A_a0
e
e61-3.06 COMPACTION OF TRENCH MUILL
The terms specified herein shall be considered as amendments to
e Section 61-3.06 of the Standard Specifications.
Each horizonla layer of backfill material shall be mechanically Com-
pacted to 90 or 95 percent of the maximum e density as determined by the"Compaction Control re-t" specif,.ed in Section 13-3.10E5 of the
Standa,d Specifications and as specified in 61-3.OS. Coepacti m shall
be obtained by means of mechanical tamper or vioratory compactors. water
esettling will not be permitted.
The Engineer will samnle excavated material to :etermine suitability of
the native ma'xrtal for bacxfill use. If native .aterial is found to be
e compactable and within the tolerance range of moisture conter, the
Contractor will be required to use the native material for backfilling.
The Contractor shall take any necessary steps to keep excavated material
■ from becoming saturated beyond the critical moisture limit,, and will be
6 requi,n" t: -ep •+e Iry such saturated material with bank run gravel at
his awn Alt and expense.
eThe Contractor sba' excavate test pits in the backfill as directed by
the Engineer for the purpose of testing the backfill compaction. At the
option of the Engineer, density tests may be taken on a lift of compacted
e backfill immediately prior to placing the next lift. All costs in
connection with excavating test pits and for standby time during field
density test shall be considered as incidental to the backfill and shall
ebe included in the unit prices bid for the various items involved.
All costs incurred in performing the required compaction of trench onck-
fili shall be included in the unit contract price per linear fuit for
e each class, size, and type of pipe. N separate payment will be made for
backfill compaction.
e
e
e
e
e
e
a-71
e
61-3.05A WATER SETTLING ,
Water settling will not be permitted.
61-3.07 BANK RUN.GRAVEL FOR TRENCH BACKFILL
If the native material is not suitahle for use as backfill, bankrun
gravel Class B shall be used as required by the Engineer. Bank run
gravel Class B for trench backfill shall be from sources provided by the
contractor and approved by the Engineer, and used only when specifically
authorized and directc.i by the Engineer, Bank run gravel if used shall ,
be Class B as specified in Section 26.2, unless otherwise provided, or
as suecificxliv approved in writing by the En 'neer, All other provi-
sions of 'on shall remain in effect.
61-4 MEASUREMENT AND PAYMENT '
61_4.01 TRENCH jA11111TIO1 AND BACKFILL
All costs, with the exceptions indicated in Section 61-5 herein, r
incurred in perf„,ming the required trench excavation and backfill, in-
c%ding backfilling with select native trench excavated material, shall ,
be included in the unit contract price for each class, size, and type of
Pipe. All costs of cribbing and sheeting, foundation preparation,
dewaterinq, disposal of excess excavated material and compaction of '
backfill ;hall also be includeJ in the unit contract price for each
class, size and type of pipe.
61-4,0IC EXTRA DEPTH TRENCH EXCAVATION ,
Extra depth trench ;.,,cavation will be measured by the linear foot of
i,istalled pipe between manholes or catch basins, where the average depth 1
of required trench excavation between manholes or catch basins is 12 to
16 feet or 16 to 20 feet as defined in Section 61-3.01A herein.
Payment at the unit contract price bid per linear foot for 'Extra Depth '
Trench Excavation (12 feet to 16 feet)' or 'Extra Depth Trench Excava-
tion (16 feet to 20 feet)' shall be full compensation for all extra
labor, materials, equipment, and excavation required to successfully ,
install and test sanitary sewer mains and sanitary sewer laterals over
twelve (12) feet deep.
If the aw age depth of required trench excavation as defined in Section t
61-3.01A ereln, is calculated to be exactly twelve (1,) feet, np payment
will be made for extra depth trench excavation.
61-.4.02 BANK RUN GRAVEL FOR TRENCH @ACKFILL
If bank run gravel is required, measurement will be by tha ton +n
accordance with Section 26 herein. '
Payment will be at the unit contract price per ton bid for "Bank Ron
Gravel Class '� (Trench)" and shall be ull compensation for the '
Procurement, trans portaiion, placement, and for the disposal of excess
excavated trench material. The quantity shorn in the Pronosal is for the
4-42 '
1
r purmse of establishing a unit price only; actual quantities will be
de'-,,mined in the field as work progresses.
61. 4.04 FOUNDATION MATERIAL
If foundation material is required, measurement will be by the 'on.
r Payment will be at the unit contract price pp, ton for "Foundation
Matc;ial ' and will be ccnsidered as full compensation for all costs of
procurement, transportation and placement, and for all costs of removal
and disposal of unsuitable materials.
rThe quantity of material required is not known; the approximate quantity
listed in the Proposal is arbitrary and shall not be considered as
rindicative of the actual quantity required.
61-4.07 COMPACTING EQUIPMENT
r All costs of compacting equipment or its use :hall be considered as
i :idental to the contract.
r 61-5 PAYMENT
Payment will be made for the following bid items:
"Bank Run Gravel Class B (Trench)" per ton
r "Pipe Bedding Material" per ton
"Foundation Material" per ton
r
r
r
r
r
r
r
r
r 4.43
SECTION 62 - PiPE LAYING JOINTING AND TESTING t
62-1 DESCRIPTION '
Pipe laying, jointing, and testing shall be in accordance with
Section 62 of the Standard Specifications, except as specifically modi-
fied herein. '
62-3 CONSTRUCTION DETAILS
52-3.01 SURVEY LINE AND GRADE '
Survey line and control hubs will be provided by the Engineer,
62-3.08 PIPE JOINTING '
Mortar joints will be permitted on'y at manholes.
62-3.09C .TORM DRAIN CONNECTIONS ,
Where shown on the Plans or as directed by the Engineer, connections
to existing storm sewers shall be encased with Class 5 (3/4) Portland ,
cement concrete, All labor, material, equipment and incidental costs
for such encasement shall be considered incidental and no further com-
pensation shall be made. ,
62-3.10 TESTING FOR ACCEPTmNCE
The testing of the storm drain system will not be required unless ,
specifically directed by the tngineer. The storm drain system will be
inspected 6y the Engineer, Any departu -s :rom the bast construction
practices, such as pipeline misalignment presence of foreign matter in ,
the catch basins or manholes, poor manhole or catch basin construction,
etc., shall be corrected by the Contractor at his own expense.
Continuous poor construction practice shall be cause to require complete ,
testing of the storm drain system. No additional pawnent will be allowed
if testing is deemed necessary by the Engineer.
Testing of the sewer system will be required. Prior to testing, the t
sewer will be inspected by the Engineer. Any departures from the best
construction practices, such as pipe line misalignment, presence of ,
foreign matter in the sewer or manholes, poor manhole construction,
etc., shell be corrected by the Contractor at his own expense. Testing
will not be authorized unit such corrections have been made.
62-3.109 INFILTRATION TEST ,
Should high ground water conditions be encountered, Uk completed
Sewer may be infiitration tested. infiltration testing shall be ,
utilized only when ordered by the Engineer,
4-44
62-3.10D Alf TESTING
The Contr;-tor may, upon approval of the Engineer, employ low
p %sure air testing of the completed sewer. Air testing shall oe in
a�,Ordance with Section 62 of the Standard Specifications,
62-5 PAYMENT
All costs of storm drain and sewer testing will be considered incidental
to the Contract.
1
4-45
SECTION 63 - MANHOLES FOR STORM AND SANITARY SEWERS ,
63-1 DESCRiPTION ,
Manholes shall be constructed of ore-cast concrete units in
accordance with Sectior 63 of the Standard Specifications and the plans. ,
Type I-48 manholes shall be furnished with edcanti is reducing cones.
63-2 MATERIALS
63•;.02 STEPS '
Manhole steps shalt b? constructed of galvanizeo deformed bars.
Refer to Standard Plan No. 41 for typical step detail. '
63-2.08 CA:i IRON FRAMES AND COVERS
In addition to this section of the Standard Specifications, cast ,
iron frames and covers shall conform to Standard Plan No. 42, Standard
Specifications except that, one only one-inch (1") We shall be
provided in lieu of the three (3) holes specified on Standard Plan No, '
42. Cast iron frames and covers shall be Olympic Foundry No. S943, or
approved equal, with no handle, and with the word "SEWER• in two-inch
(2") raised letters embossed on the cover of manholes in the sanitary '
sewer system. The drainage manholes shall have the word "STORM" on the
cover.
63-3 CON'TRUCTION DETAILS ,
0-3.02 BEDDING
Bedding material shall be placed around the manhole up to the '
elevation of the soringline (greatest horizontal dimension of pipe in
cross-section), of the connecting pipe.
63-3.10 GRADE ADJUSTMENT '
Manhole rover frames for new sanitary sewers shill be installed,
utilizing sufficient cones and rings, to allow for temporary adjustment ,
to grade during construction of sanitary sewer.
Final adjustment to grade of sanitary sewer mdnhnli covers Shell be ,
accomp, ished during street construction according to Section 53.
Sanitary sewer manhole covers shall be adjusted to an elevation six (6)
inches above the elevation of the surrounding ground in unimproved '
areas.
63-3.11 CHANNELS ,
Channels shall be constructed in all sanitary manhole structurP;,
1
4-46
' 63-4 MEASUREMENT
Each manhole will be measured to the nearest one-tenth (0.0 of a
foot, from invert of the outlet pipe, vertically to the top of the
casting,
' 0.5 PAYMENT
Payment for manholes, as shown on the Plans, shalt consist of a
basic price Tor each, plus A unit price per vertical foot for all
' depth in excess of five (5) feet. Payment will be made at the omit
prices bid fors
"Sanitary Manhole, Basic 0 feet" per each
"Extra Depth Manhole', per vertical foot
' The Cont-actor shall include in the unit contract prices for manholes
the cost or furnishing all labor, equipment and materials necessary to
swcessfully install the manholes, including excavation, backfill, all
' r' °cast components, steps, ladders, adjusting brick, frane and cover,
cnenneling, stubs, plugs, rubber gaskets where required, and all rape
connections. Bedding and foundation material, if required, will be
Paid for in Accordance with the awl icable bid items of other
Sections,
1
1
SECTION 64 CATCH BASINS AND INLETS '
64-1 DESCRIPTION '
Catch basins shall be constructed in accordance with Section 64
of the Standard Specification Standard Plans No. 52 and No. 55. '
64-2.01A FRAME AND GRATE
The frame and grate shalt conform to standard plan No. 49. ,
64-2,015 TRASH RACK
Trash racks shill he constructed in accordance with standard '
drawing B-26a.1 for Standard Grate Inlet Type 1 of the State of
Washington Standard Plans for Road and Bridge Construction, 1976.
64.3 CONSTRUCTION DETAILS ,
The location and grade of catch basins shall be staked In the
field by the Enqineer. Backfill around catch basins shall be t
compacted by mechanical tampers in accordance with Section 13.3.10E3
"Method C" of the Standard Specifications,
64-3.01 GRADE ADJUSTMENT ,
Catch basin cover frames shall be installed on a minimum of two
courses of adjusting bricks or as directed by the Engineer. All
prick< snail be installed with full mortar coverage and shall be '
plastered to a depth of "A inch on the outer surface. Catch basin
covers shall be adjusted w the elevation designated by the Enqineer.
64.4 MEASUREMENT AND PAfMEN' '
Measurement for payment of all catch basins and trash racks shall
be per each. Payment of f,irnishing and placinq catch basin Type i-C t
and Storm manholes and trash racks shall be made at the respective
unit bid contract prices per each as set forth in the Proposal, and
shall be f611 compensation for all labor, equipment materials, '
including excavation, backfill, frrie and grate, adjusting the frame
to final grade and all other incidentals. Payment for Storm manholes
shall also include a unit price per vertical foot at the appropriate
diameter fo all depth in excess of five (5) feet as measured to the '
nearest 0.1 foot frmi the invert elevation of the lowest pipe to the
grate or cover.
Measurement of trash racks shall be per each. The unit Contract price
per each for "Trash Rack" shall be full compensation for all labor,
tools, material, and equipment necessary or incidental to the ,
furnishing and placing of the trash rack, including excavation and
placement of the concrete headwall and anchor bolts.
4-48
SECTION 66 - FINISHING AND CLEANUP FOR UNDERGROUND CONDUITS
68-1 CLEANUP
Prior to acceptance of construction, the Contractor shall remove
from the Owner's property and from all public and private' property,all temporary structures, tools and equipment, rubbish and waste or
surplus materials.
After all backfill has been completed, the ground surface shall be
shaped tc conform to the adjacent surfaces. General cleanup of the
entire construction area shall conform to applicable requirements
specified in Section 57 of the Standard Specifications.
All guard posts and utilities, traffic signs, fences and mail boxes
which were removed or disturbed during construction shall he
reinstalled or replaced. Mailboxes and traffic signs shall be
reinstalled immediately after backfilling the trench.
' P1 s stakes monuments or other ro rt. marke�rs lying within the
coos ruck asesne�wi'1'T re erence y the Engineer, and if said
marker interferes with construction they will be re-established by the
Engineer. Property markers existing outside of the construction ease-
ment winch are displaced, damaged or destroyed shall be relocated by
the Engineer and all work including necessary surveying, shall be
charged to the Contractor and deducted from payments otherwise due to
him.
Shrubs and ornamental trees which are damaged or destroyed by the Con-
, tractors operat si e-3n —wFTch were designated to be saved shall be re-
placed by the Contractor in species, size and grade by a healthy shrub
or ornamental tree acceptable to the Engineer, And the Contractor
shall guarantee the shrub or tree to live for a period of at least one
fl) year.
68.2 MEASUREMENT AND PAYMENT
Cleanup and finishing shall be considered incidental to construc-
tion and all costs thereof should La included 'n other bid items of
the contract.
t
4-49
is
SECTION 72 - PiPE FOR WATER MAINS '
72-1 GENERAL '
All pipe sixes, as shown on the drawings, and as specified herein,
are in reference to "nominal" diameter, unless otherwise indicated. ,
All pipe shall be fabricated to fit the plan shorn on the drawings, One
type of pipe shall be used throughout the entire project except as
necessary to match existing piping or as otherwise specified by the ,
Engineer. Where relcoation of or replacement of existing piping is
necessary du-ing construction, materials used shall match the existing,
subject to the approval of the Engineer.
All pipe, valves, fittings, and specials shall be for water working
pressure as described to the following specifications and plans and ,
shall conform to the renuirements of the applicable sections of the
A.P.W.A. Standard Specifications, as modified herein.
72-2;02 DUCTILE IRON PIPE ,
Ductile Iron Pipe shall conform to ASA Specification A21.51-1976
(AWWA CISI-76 Grade 60-42.10).
Ductile Iron Pipe shall be cement lined and seated In accordance with ASA '
Specification A21.4-1980 (AWWA C104-64), 4" through 12" pipe shall be
1/16" cement lined and 14" through 24" pipe shall be 3/32" cement lined. '
The pipe joints shall conform to ASA Specification A21.11-1980 (AWWA
CI11-4). Pip, joints shall be Tyton Joint, Mechanical Joint or approved '
equal, as required by the bid proposal description. Approval must be
obtained prior to bid opening.
Pipe thickness class shall be as required by the bid proposal descrip-
tion.
72.2.02A POLYETHYLENE ENCASEMENT ,
Polyethylene material, thickness, and width shall conform to ANSI
A21.5 or AWWA C105.
72-2.08 PIPE FITTINGS ,
Cast Iron pipe fittings 4"through 12" shall be Class 250, as per ';A
Specification A21.10-1977 (AWWAC110-77), and shall be cenen• lined. '
Joints for fittings shall be Mechanical Joint as per ASA Specification
A21.11 (AWWA C111-80). ,
The above shall hold true unless called out otherwise on the plans or in
the Bid Proposal.
1
1.50
1
1 7?-2.11 SERVICE CONNECTIONS
Servi-. , line connection to the new main will conform to the Standard
SPOCMf Stions of the City Of Renton bound herein as applicable. The
Engineer will indicate the lOcation for the taps on the new main for each
service to be reconnected.
1 The Contractor will direct tap mains for 3/4" and 1" services and use
double stay service clamps for 11/2" and 2" services.
The rontractor will use copper tubing for 3/4" and 1" lines and galvan-
ized Steel pipe for 1 1/2" and 2" lines.
Connections to existing service line will be with Dresser type coupling,
1 for steel ploe and flare-type, three part unions for copper tube.
72-2,12 RE AP AND RECONNECTIONS Of EXISTING SERVICES
1 As directed by the Engineer, the Contractor shall retncate existing
s*rviCe connections. This work may 1lvOlve only relocation of the meter
box, meter, and meter set, V it may require retappinq of vie main, The
1 Engineer shall determine in the field if the service requires relocation
and reconnection or retapping fro' the ma,n, and will direct the
Contractor accordingly.
1
1
1
1
1
1
1
1
1
)ECTIiN 73 - rRENCN EXCAVATIDN AND BACKFILL FOR ATER MAINS ,
73-1 GENERAL
Trench excavation, backfill, foundation preparation and bedding for
the waterline and appurtenances shall be !n accordance with the appli-
cable provisions of Section 73, A.P,N.A. Standard Specifications, except
as modified herein.
EXCAVATION ,
,e Contractor shall inform and satisfy himself as to the character,
quantity, and distribution of all material to be excavated. No payment ,
shall be made for material which is used for purposes other than those
designated. Should the Contractor excavate below the designated lines
and grades without prior approval, he shall replace siich excavation with
approved materials, in an approved manner and condition, at his own ex- '
pen:e.
The engineer shall have complete control over the excavating, moving, '
placing, and disposition of all material, and shall determine the suit-
ability of material tc be used as backfill. All unsuitable material
shall be wasted at a site provided by the Contractor. ,
Excavation of every description, classification and of whatever sub-
stances encountered within the limits of the project, shall be performed
to the lines and grades necessary for embankment, pipe bedding ° J struc. '
tures, and as indicated on the drawings. Temporary drains and drainage
ditches shall be installed to intercept or direct surface water which may
affect the romotici or condition of the work. All excavated materials '
not meeting the requirements for backfill and all excess materials shall
be wasted at a site provide by the Contractor.
No separate or extra payment of any kind will be made for storing, ,
handling, hauling, manipulation or waste of excavated materials.
FOUNDATION PREPANATION AND BEDDING ,
Foundation preparation shall bk in accordance with the applicable pro-
V'sions of Section 73, A,P.N,A. trandard Specifications, except that the ,
bottom o' the trench must be shaped to uniformly support the bottom
quadrant of the pipe throughout its entire length.
in case unstable or unsu,table existing material is encountered a• ho
trench bottom, the engineer may direct the use of material in actor
with Section 73.2.05 of the A.P.Y.A. Standard Specifications.
trench conditions will not necessarily be considered as an indication r ,
unstable conditions. The trench shall be de-watered and an inspection
made by the Engineer to determine the suitability of the trench material.
All costs for de-watering shall be the responsibil of the Contractor.
The price per ton for foundation material shall be full compensation for
selecting the source, furnishing and placing the material as outlined in
Section 73-2.06.
a-52
Excavated materials that are free from mud, muck, organic natter, broken
bituminous Surfacing, stones larger than 8 ini:W in dimension and ether
debris sh•11 be used for backfill except where otherwise required.
73-2.06 BACKFILLiNG TRENCHES
Initial Backfill
Initial backfill shall be placed around the pipe in lavers not exceeding
eight inches In depth and each layer shall be thorougsly ccmpacte: by
mechanical tampers to at least 95% of maximum dry density OPtimun,
moisture content as determined by Standard Proctor Compact bn Test, ASTM
Designation D698-58T, Method 0. All work related to the testing of the
compaction, including proctor test and compaction tests shall be taken
or the pipe trench areas. The locations of the tests shall be selected
by the Engineer. If one or mori. tests do not meet the specifications as
t stated above, additional test will be taken as requested by the Engineer
at the Contractor's expense.
Subsegucnt Backfilt
' All subsequent backfill under street and shoulder areas shall be placed
in lifts not exceeding 8 inches in loose depth, and each lift compacted
1 to at least 95X of maximum density at optimum moisture content as
determined by ASTM Designation D698.58%, Method D. lnplace density
determination shall be made in accordance with ASTM Designation
D1556-58T, except as otherwise approved by the Engineer. Testing for
compactions in the improved areas shall be in accordance with the testing
AS state4 to the section on initial backfill.
' 73-2.08 SANKRUN GRAVEL FOR TRENCH BACKxILL
Select trench backfill for the pipe shall consist of crushed or
naturally occurinq granular material from sources selected by the Con-
' tractor, The source and quality of the material Shall be subject to
approval by the Engineer. Select trench backfill shall meet require-
ments for bank run gravel Class "B" as outlined in Section 26-2.01 of the
' Standard Specifications.
73-3 MEASUREMENT AND PAYMENT
No separate or extra payment of any kind will be made for
excavation, compaction, witting, drying, water, or processing of
materials, but shall be included in the applicable unit price paid for
' the waterline in place, complete.
Select backfill shall be placed only i-i those places designated by the
Engineer.
MPayment for "Bank Run Gravel Class "B" (trend.;" shall be paid at the
unit price set forth in the proposal b) the ton.
e-53
SECTION 74 - PiPE INSTALLATION FOR wtTER MAINS
74.1 GENERAL ,
The pipe installation shalt conform to Section 14 of the Standard
Specifications except as herein modified. Jointing shall conform to the
manufacturer's recommendations. Cut pipe with approved pipe saws only.
Keep pipe plugged except during actual pipe laying. The inspector will
stop work unless an approved plug is on site and available. Minimum
depth of cover shall be: Frpes 12-inch 1.0. and larger, 48 inches; pipes ,
smaller than 12-inch 1.D., 36 inches.
74-2.O3A INSTALLATION OF POLyFTNYLENE ENC.ISEMENT
The polyethylene encasement shall be installed on all pipe and
APPurt!nantes, such as pipe laterals, couplings, fittings, and valves,
in accordance with Section 5-4 of ANSi 21.5 or ANMA C10S. ,
74-2,10 CONNECTIONS TO EKISTING MAINS
Connections to existing pipinu and tie-ins are indicated on the ,
drawings. 'he Contractor must verify all existing piping, dimensions
and elevations to assure prnper fit, The Contractor shall provide,
install and connect all wet taps to existing mains, including any Special
fittings not called out on trip. plans. '
Prior to making connections to existing mains, the Contractor shalt
notify the City of Renton Utilities Department of the date, time, and
location of the tap to be installed, and shall submit a drawing detailing
the procedure and materials to be used in the connection.
Materialt for wet taps shall be all cast Iron, and tapping valves shall
conform to the specifications for ^they valves. The wet tap shall be
pressure tested after completion of its installation.
Connections to existing water pipelines othe, than wet taps will be made ,
by the Owner. All necessary trench excavation, backfill, and surface
restoration shall be performed and all necessary materials shall be
supplied by the Contractor, Contractor shall furnish equipment and
manpower to assist the Owner's crew for the connections, The Contractor
shall remove existino and temporary plugs, concrete thrust Klock, and
blowoff assemalies prior to the Owner making the connection. All ,
material; Shall be on-site prior to Owner notif'.ation to make the
connection. The connection will be made after pressure test and sterili-
.Ation,
The Contractor shall be responsible for the protection of ai' existing
pipinu and appurtenances durinn construction, and shalt take care not to ,
damage them or their proter'ive coatings or impair the operation of the
existing sy,:em in any w
t
4.54
rIELD TESTS
HyCrOststic pressure and leakage tests on the new pipeline shall
be made in accordance with applicable Pr-•, isions of AWWA C-600-54T or
C603-64T and Section 74 of the A.P.W.A. Standard Specifications,
except As modified herein,
' All equipment necessary to make the test shall be furnished by t,e
contractor, and the contractor shall conduct all tests un r the
supervision of the Engineer.
Any blow-off assemblies which may be required for testing shall be
supplied by the Contractor.
�t Pressure Test
■ Prior to acceptance of the water system, the entire system shall be
Pressure tested to accordance with APWA Standard Specifications. The
method shall conform t0 "2.12A Testing Section with Hydrants
Installed% Test pressures shall be as Outlined for cast iron pipe.
Ductile iron pressures shall not be used.
The Cortractor shall provide all necessary equipment and shall perform
all work connected with the tests and conduct said tests in the
Presence of a Utilities Department inspector. Insofr- at practical,
tests shall be made with pipe joints, fittings and valves exposed for
inspection.
Leakage Tests
Leakage tests shall be made after the pressure tests have been satis-
factorily completed on the new pipeline or concurrently with the
pressure test. The hydrostatic pressure for the leakage tests shall
be equal to 1DO psi.
i74-2.13 DISINFECTION OF WATER NAiN
Disinfection of the new water systen shall be required prior to
completion fo the project and shall be in accordance with A.P.W.A.
Standard Specification C601-54 and Section 74 fo the A.P.W.A. Standard
Specifications and shall meet the acceptance of the Sate of
Washington Department of Health. The initial concentration of
chlorine in the line shall be 50 Darts per million and this solution
^Ball be held for a period of 24 hours. Disinfection of the entire
water system installed or disturbed under this contract, Including
' Pipe, pipe fittings, valves and appurtenances, is required to conform
with the aptLifi C4tions stated herein.
74:?,13A DECHLORINATION
Upon completion of disinfection of the water system, the treated
water shall be disposed of in an approved manner. In certain
locetionr, it !& be acceptable to discharge the chlorinated water
directly to the sanitary sewer. However, prior to disinfection of the
system, the Contractor shall obtain the approval in writing from to-e
4.55
Municipar.ity of Metrovolitan Seattle (METRO) and t1w City of Reston
for discharging into sanitary sewers.
Should direct discharge to sanitary savers of 0' ;nated water not be ,
allowable, the Contractor shall dechlorinate th, .iuinfection water in
accordance with the City of Renton Standard 6rtail inch Jed to these
specifications. Under no circumstances shall chlorinated water be 1
discharged into storm drains, onto the ground, into ditches o,
wetlands.
74-2.14 CONCRETE BLOCKING ,
Provide concrete blocking at all fittings and horizonta'. or
vertical angles points. Conform to the Standaro Detail for General ,
Blockinq herein and the A.P.W.A. Standard Details for vertical blocks.
All fittings to be Mocked shill be wrapped with V1, Queen. Concrete
blacking shall be properly forme" wit' plywood or other acceptable
forming materials and shall not be poured around Joints. The forms '
shall be stripped prior to bah fi111ng. Shackle Rods, whr•e required,
shall be installed with She use of shackle lugs. All shackle rods
shall be 3/4-inch and shall be galvanized or coated with two coats of ,
asphalt varnish, Federal specification TT.V-Sla or J.A.N.0-450.
Shackle rod installation shall be in accordance with the Standard
Detail. '
74-3 MEASUREMENT AND PAYMENT
The price per linear foot for installing the water pipe, of size
and quantity listed in the bid schedule, shall constitute full ,
cc .ensation for the water line, in place, complete, including: all
pavement removal, excavation, trenching, nativo backfill, foundation
preparation, compaction, pipe, pipe layinq and iointitig, polyethylene ,
encasement, sheeting, shorinn, dewatering, connections to existing
pipe, furnishing and installing all fitting;, testing and disinfection
of the completed installation. The price for six-inch pipe shall ,
include shackle rods.
Concrete blocking shall be measured and paid for at the applicable
contract price, per cubic yard; pay it of which shall constitute tall ,
compensation for furnishing the materiel in place, complete. Deadman
blocking shall be paid for as "Cement Concrete Thrust Blocking",
Shackle rods shall be measured by the linear foot of shackle rod ,
installed. The unit contract price per linea^ foot for "3/4-inch
Shackle Rod" shall be full compensation for all labor, tools,
materials and equipment necessary or incidental to the shackle rod
installation. However, no separate payment will be made for shackle
rods installed on 6-inch pipe, as descr bee in Section 74-3, or in
Fire Hyorant Assemblies.
Wet taps for connections to existinq mairs shall be measured per each.
The unit contract price per each for "(Size) x (Size) Wet Tap" shall ,
be full compensation for all labor, tools, materials, and equipment
4.56
1
! necessary or incidental .0 the wet tap construction including the
tapping tee and valve, furnishing of the taF,ing machine, excavation
anii backfill, miscellanenus fittings, and testing.
! Service connections shall be measured per each. The unit contract
price per each for "Reconnect Existing Service" shalt be full
1 compensation for all labor, tools, materials, and equipment necessary
to relocate and reconnect an existing service to the main, including
remove and reset meters and meter boxes, furnish and install new water
service pipe and connect to existing water service pipe. This does
i not include a new service tao at the main, but does include a variable
length bf new service pipe, if required. The unit contract price pe-
each for "Retap Existing Service" shall be full compensation for all
! labor, tools, materials, and equipment ner•csary to recap and relocate
(if required) existing water service connection.
Any extra fitting, iue to field changes in the water system shall be
measured by the pound. The unit contract price per pound for "Extra
Fittings" shall be full compensation for all labor, tools, materials,
and equipment necessary or incidental to the installation of the extra
! fittings. Fayment for extra fittings shall only be allowed when field
conditions require the inclusion of fittings to make up the pipe in a
manner different from that shown in the o, awings.
!
1
!
i
!
1
1
1
1 * :1
r
SECTION 75 • VALVES FOR WATER MAINS r
75-1 DESCRIPTION r
Gates Valves (3" through 12")
Gate valves shall be cast iron body, non-rising stem, full bronze ,
mounted with double disc gates. All valves shall be designed for a
minimum water operating pressure of two hundred (200) pounds per
square inch and shall conform to AWWA Specification C-SOO-80 and any r
subsequent modification thereof. Each valve shall be "0" ring type,
provided with a standard square operating nut, and shall open by
turn-nq counter clockwise (left) and valves shall be iOWA List 14, r
Mueller A-2380, Pacific States, U.S. Metropolitan, Kennedy, or MLN.
The 12" gate wives shall be furnished with bypass valves and concrete r
vaults, and shall conform to the City of Renton Standard Plan Included
in these Specifications.
75•4.01 MEASUREMENT ANO PAYMENT r
Measurement for gate valves shall be per each. The unit contract
Price Per each for Ten-inch Gate Valve" shall be full compensation
for all labor, tools, materials, and equipment necessary or incidental r
to the installation, in place, complete for the valve and valve boxes,
and valve stem extension (if required), "Valve, Markers" shall be paid
for per each, r
the unit contract price per each for "12-inch Gate Valve, with Bypass,
with Vault" shall be full compensation for all labor, tools, r
materials, and equipment necessary or Incidental t0 the installation,
In place, for the valve, bypass valve, and vault.
r
r
r
r
r
r
a
0•SP
r
1
SECTION 76 VALVE CHAMBERS AND BOXES FOR WATER MAINS
76_1 DESCRIPTION
Valve Chambers and vaults shall be furnished and Installed where
valves are installed. Ten-inch gate valves shall be furnished with
standard valve boxes. Twelve-inch gate valves with bypass valves
shall be installed in precast concrete vaults in accordance with the
City of Renton Standard Detail.
I76.3.01 VALVE BOX EXTENSIONS
Where shown on the plans and as d'rected by the Engineer,
exist4ng valve Operating nuts and boxes shall be extended to match new
finished grade. Extensions shall be provided and installed in
accordance with ,he City of Renton Standard Plan for "Valve Operating
Nut Extersion Detail", included In these Specifications, and shall
provide not more than 36 inches between the top of the operating nut
and the finished surface.
76--4 MEASUREMENT A40 PAYMENT
No separate payment shall be made for valve boxes and vaults.
Parent for these items shall be included in the unit contract prices
' for "Ten-inch Gate Valve% "Twelve-inch Gate Valve, with Bypass, with
VauiL% described in Section 76.
am Valve operating nut extensions and valve box extensions shall be
M measured per each. The unit contract price per each for "Valve
Operating Nut Extensions" shall be full compensation for all labor,
tools, materials and egaipment necessary or incidental to the
furnishing and installing of the valve nut extensions snd valve box
extensions.
1
1
1
1
1
a-Sg
I
SECTION 11 - FIRE HYDRANTS ,
77-1 DESCRIPTION ,
Fire Hydrants shall be Corey Type (opening with the pressure) con.
forming to AMMA C-SO4-80 with a 6" inlet and a minimum M,V.O. of 5 two
1 1/2" hose nozzles with National Standard 7 1/2 threads Der inch and one
4" pumper nozzle with the new Seattle Pattern 6 threads per inch, 600 V.
threads, D.P. thread 4.875 and root diameter 4.61263. 1 1/4" Dentagon
operating nut and opening by turning counter clockwise (left). Hydrants ,
shall be constructed with mechanical joint or flanged connections as
specified on the plans and described below.
Fire hydrants shall be of traffic type anL provisions shall be made for
drainage of barrel to protect units from freezing. Fire hydrants shall
be of such length as to be suitable for installation with connections to
piping 1n trenches 4 112' deep unless Otherwise specified. Fire hydrants t
shall be IOWA, Pacific States or approved equal. Approval must be
obtained prior to bid opening.
Fire Hydrant Assemblies shall include: '
Type A - 6" Gate Valve (FL), S" MVO Fire Hydrant (FL Connection) ,
including riser, 8" x 74" C.I. Gste Valve Box, and Concrete
Blocking.
Type 8.1 - 5" MVO Fire Hydrant. (MJ Connection) including riser, 8" x '
24" C.I. Gate Valve Box, 3/4-inch Shackle Rods with Accessories,
and Concrete Blocking,
Type 8-2 - 6" Gate Valve (MJ), 5" MVO Fire Hydrant (MJ Connection) ,
including riser, 8" x 24" C.1. Gate Valve Box, 3/4-inch Shackle Rods
with accessories, and Concrete Blocking.
77-3 CONSTRUCTION DETAILS
77-3.01 SETTING HYDRANTS ,
All Of the hydrant assemblies shall be furnished with a
satisfactory extension riser to allow for a connection to a main up to
4,5 feet deep. The hydrant shall be set so the top flange of the riser is ,
a 0.3 foot minimum above adjacent curb elevation. Hydrants shall be set
no further than 1? feet from the face of the curb.
17-3.02C CAST IRON VALVE BOXES ,
Valves and valve boxes shall be set Such that the valve operating
nut is not more than 36" below finished grade, ,
4-60
77.3.02D LANE MARKER LJCATION IDENTIFICATION
Type 2 reflective lane markers shall be installed Ir accordance
with Section 44-9 of these Specifications to permanently identify
' hydrant locations from the street. Reflective faces of Tent, markers
Shall be blue both sides, and located as directed by the Engineer, with
one marker for each fire hydrant.
' 77-3.02E GUARD POSTS
Guard posts shall be installed at each hydrant location in
' accordance with the Standard Plan attached to these Specifications.
77-3.03 RELOCATING EXISTING HYDRANTS
Existing hydrants are shown on the plans, and require horizontal
end/or vertical adjustment to conform to raw street grades and
a'Igrment. For horizontal relocations, the Contractor shall install
additional 6-inch pipe with shackling, fittings, and thrust blocks. For
vertical relocations, the Contractor shall install vertical risers.
Existing auxiliary gate valves and valve boxes shall be extended where
required with City of Renton Standard Valve Operating Nut Extension to
' provide not more than 36 inches from finished grade to top of extended
operating nut. Valve box extensions shall be furnished with the
operating nut extension.
77-4 MEASUREMENT AND PAYMENT
77-4.1 FIRE HYDRANTS
Measurement for fire hydrants shall be per each. The unit contract
price per each for "Type ( ) Fire Hydrant Assembly" shall be full
' compensation for all labor, sus, materials, and equipment necessary or
incidental to the furnishing and installing the hydrant, riser,
auxiliary gate valve and valve boxes cif required), painting,
miscellaneous fittings, and concrete blocking.
1 77-4.2 LANE MARKERS
Lane markers for hydrant identification shall be paid for in
accordance with Section 44-9.
77-4.3 GUARD POSTS
Guard posts shall be measured per each. The unit contract price per
each for "Guard Posts" shall be full compensation for all labor, tools,
materials, and equipment necessary or incidental to the furnishing,
Placing, and painting of the quard posts.
77-4.4 RELOCATING EXISTING HYDRANTS
77-4.4A HORIZONTAL RELOCATION
Horizontal relocation of existing hydrants shall be paid for per
' linear foot of 6-inch shackled, mechanical joint, ductile iron pipe
actually installed in the relocation under the unit contract price per
linear foot for "6-inch Ductile Iron Water Main, Class 52, Shackled".
' 4-61
r
77-4_06 VERTICAL RELOCATION r
Vertical relocation shall be measured and paid for per vertical
foot of riser extension installed. The unit Contract price per vertical ,
foot for "Hydrant Vertical Extension" shall be full compensation for all
labor, toots, materials, and equipment necessary or incidental to
furnishing, installing, disassembling and reassembling of the hydrant r
assembly. Vertical extension of auxiliary gate valve operating nut, if
required, and the valve box shall be paid as described in Section
76-3.07.
r
r
r
r
r
r
1
r
r
r
r
c-er
r
r
' SECTION 79 - BLOW-OFF ASSE
r 79-1 DESCRIPTION
Temporary blow-off assemblies shall be ir, talled where shown on
the Plans, and shall conform to the City of Renton Standard Detail
r included in these Specifications. The temp,-ary blow-off asamblies
shall be measured per each, with no additional peynent for extra
length of 2" blow-off pipe. The unit contract price per each for
r 'Temporary 2-Inch Blow Assaiebly" shall be full compensation for all
labor, tools, materials and eguiament necessary or incidental to the
Installation of the blew-oft assembly, including length of 2-inch pipe
as required to fit.
r
r
r
1
r
r
r
r
r
r
r
r
r
r
SECTION 105 SANITARY SEWER LIFT STATION
105.1 G.%ERAL
The contractor shall furnish and Install One factory-built, automatil t
pumping station as maruf Actured by Smith 6 loveless, Lenexa. Kansas, or
equal, The station Sh ail be complete with all needed equipment
factory-instslled In a welded stool chamber with welded steel entrance tube '
and with laoder to provide access.
The princiial items of equipment shall include three vertical, '
clot€-coutled, motor.driven, non-xlog sewage pumps; valves; internal
pipe j; [antral control panel with C'rcuit breekers; motor "tartRs and au-
tomatic tumping level Con Lr,,11K; lighting; sump ;.camp•. me. . r driven
vertila. ir; pehumidifitr and all intern` wirir,,. '
IOb-2 OPERATING CONDITIONS
Each pump shall be capable of dtliV ering 780 GPM of raw, uncreened r
sewage against a total dynamic head of 12.6 feet, The maximum allowable
speed shall be P'x RPM, The minimum rated horsepower of ea_h pu',p rotor
shalt be 3 HP. ,
All openings and passages shall be large enough to permit the passage of a
sphere 3" in diameter end any trash or stringy material which can pass ,
through a a" house collection system. The anticipated Operating head range
is from 11.6 feet minimum to 16 fee, .aximum,
105-3 Ptdei CHAMBER ,
The station shall be built by the manutacturer in two major sections,
consisting of the pump Chanter and the required sectiOn(s) of entrance '
tube, for ease in shipment and handling, Those sections shall bs joined at
the job site be welding. The Held joint shall then be cleaned and heavily
coated with "Yersapox" epoxy resin, proviueo ty the manufacturer. ,
The standard pump station shell s its are 10'6" dia.
The Pump chamher shall contain all pumps and other equipment ono shall be a ,
vertical cylinder of circular cross-section with shell of 1/4" or heavier
stool plate, and nominal outside di water of 10 feet, 6 inches. The clear
heights Inside from ticor to tailing shall be 8 feet, 0 inches. Ind too
and bottom of the Cylinder shall be 31V thick structural grsoe steel
plate.
The pump chembet floor shall be reinforced from below with 8" or 10" deep '
structural steel beams. These beams shall be placed parallel to the suc-
tion lines and extend beyond the exterior of the punt t'hamber.
The pump chamber shall be reinforced oh the top with structural Steel beams '
of adequate size to support the weight of the overburden. lifting4 eyes a,!-
equal* to support the entire weight of the completed chamber shall be pro ,
vided ano welded to the structural beams and toe station head.
1
a-6a ,
A 20" diameter, $- minimum depth, %lnlp with wells cf 1/4" structur►1•grade
' steel shalt be provided in the position shown on tte drawing,
MWe the Cast iron suction and discharge lines past through the Station
' walls, they shall be reinforced with 1/4" thick Steel Sleeves, welded in.
side and out to the Station well, Tne space betwr%n the cast iron pipes
and the Steel sleeves Shall be packed tight with ptrtland Cement grout Con-
taining "Embeto' to prevent leakage. A sub-base mtde of 114" thi(.s steel
Plot* Or structural S11404% Shall be welded to the floor of the pump chamber
for each pump, A lifting loop shelf Of located on the ceiling over each
Pump $o a Dully or hoist can be attached for Service work.
lo6.4 EN'--RANCF Tt.tbt
The entrance tube than be provided in one or more sections at re-
quired and the diameter Shall be as Shown On the drawings. The entrance
tube shall be corittructeo of AST" A-36 structural trade steel plate. The
t length Shall be 60equ4te to place the cover Abdit the surrounding grouno as
shown on the drawing%. The "trance tube Shall be adequately stiffened and
the field Joints arranged So that the joint may be welded from the outside
of the tear witti all welding being performed in a down-hond position. The
' bottom of the tune shall to attached to An angle, shop welded to the head
Of the pump station. This field joint shall also be weldaalr In the
down-hand position, I" 'lifting loops %hall be provided dr, each Section of
entrance tube for harming and installation.
The entrance tubif cover shall be of floor glass reinforced plastic and
shall have a reflective color to reduce heat absorption, Tne Cover Shall
have A WSW* drip lip around the edge end 0411 be provided with a
weatherproof lock at tht D1n•timlLter type which can be opened from the in-
slice without a key, The lock shall be %elf-tocsing upon closing the 110.
' The fiber glass cover shall have two rung% .Mich torn an wittensior of the
access leader whom the cbv*r I$ latched in the open position. A latch
meth"ism shall be provided to keep the cover open under any normal load.
A vinyl gasket shall be provided on the top of the tube to Seal the Cover
and prutect the top edge of the entrance tuoe.
The atte%% ladder Shall have rungs of I" outside tllameter aluminum pipe
Spaced an It" Centers. The %Idol rills of the ladder Shall be 3" a 4"
rectangular Steel tubing which She" also Serte 4% air ducts for the sta-
tion ventilation System. The ladder rungs %hall be Installed between the
00e rills So that the suppurt of the operator 1% not depenoent upon a weld
in shear,
the 14dder Sections in the entrance tube shall be lined up accurately by
se It-aligning projections. ktOprene rubber sleeves shall be provided to
Seal the joint between the adjoining vent Sections.
' 106•S sk Whu
All steel Structural members shall to jolneo by electric arc welding
with welds of Adequate Section for the joint involved, steee required, to
exclude around water or for %truCturai reasons, such weld, shall Oe Corti".
WAS aria watertight.
4.66
105.6 MtOTfCTl0h AGAINST CORRG$ION
After welding, all inside and dutStdt Surfate% of the Structure Shalt ,
be blasted with Steel grit to remove rust, mill scale, weld 11a , etc. All
.Old Spatter and surface roughness not removed by blotting Shah be realdvec t
by grinding. Immodlately following cleaning, a single heavy inert coating
shell be factory-applie(J to all inside and outside surfaces prior to
shipment. This coating Shalt be of -Yer%Wx- epoay resin, especially for. ,
mulatto by Smith 6 Loveless for abrasion and corrosion resistance. The dry
Coating Shall Contain a minimum of 85R e003ty resin with the balance being
pigments and thlxolropic agents.
A touch-up kit S1,411 be provided for repair :f on) mars or scratches t
occurring during instal' ;l,n. Tait ,it f'm'1 , -.+: �. �
ins true t ions far Us^ .. t- all +, vltorl: wt c?� 1 1 vmpAliblt v'"h .ne ,
original coat ng, `a, ew i up % of+-g Shell Clnta, , ellniaa- of 85t
!poly resin,
A minimum of two 17-pound me gn estum anodes Shell be provided for cathodic �e
protection. The anodes shalt be provided with minimum 6" long insulated s
copper leads, copper IWgs shall be provided by the manufacturtr on Oppo-
site sides of the station for anode Connections.
A heavy synthetic rubble, mat shall be cemented to the ,cation floor in the
normal walkway area to protect the steel floor from abrasicn. ,
105.7 PIRYS
The pumps Shall to vertical, non-clog Sewage pumps Of heavy cavt iron ,
construction especially designed for the use of mechtnical seals. Ih order
to minlmltt seal wear Loused by lineal noYteenl Of the )heft, the Shaft
bearing nearett the pump impeller shall be locked in place so that end play ,
is limited to the clearance within the bearing. To minimize seal wear rt.
Salting from Shaft deflection in the mechanical seal cauSed by the radial
thrust of the pump, the shaft from the top Of th^ impeller to the upper ,
bearing Supporting the imoelltr shall have A minimum diameter of 1.718"
Tho bearing nearest the Impeller Shall be designed for the combined thrust
and radial load. The upper bearing shall be free to move lineally with the '
thermal tapanSIon of the shaft and Shall tarry only radial load%.
The shaft mall be a sallu stainless steel Shaft through the R^ And not-
tom bearing to eliminate Corrosion within the pump or the mechanical seal.
Removable Shaft Sletves will not be acceptable unless tilt solid shaft uncle,
the sleeve meets the sptCifled minimum diameter.
The pump impellers shall be of the tricld%ad tyype made of Close-grained cast
iron and shall be balonced. The impeller %hall fit on a tapered pump theft
end be keyed and Secured to the pump %halt by a stainless steel cap screw '
equipped with a hylock or other suitable self-toCking device. The impeller
Shall not be %Crewed or pinned to the motor pump shaft and shalt be readily
rmmavable without the US* of special tools. To prevent tilt buildup of
a-bf 1
' stringy materials, grit and other foreign particles around the pump Shaft,
Ali impellers less thin full diameter Shall be trimmmd inside the Impeller
Shroud. The shroud Shall remain full diameter ad that close minimum clear.
ance from Shroud to volute is maintained.
The motor Shall be atts hed to the pump volute by a One•pitCe Cast iron
adapter and backhead. Ina Pump Shall be arranged so that the rotating ale-
, men% tan easily be removed from the volute without ditconne[ting tilt seal
system or electrical wiring or disassembling the motor, impeller, backhiad
or seal. Any foreign object may be removed from tilt pump or Suction elbow
by rowO fng 6 bolt$ holding the rotating &SjWkly. Volute or suction elbow
' Clean-outs will not be an Acceptable substitute.
The pump Shaft shall be Sealed against leakage by a double mechanical Seal
Installed in a bronae Seat housing constructed in two sections with regis-
tored fit. The housing Shall be recessed into the pump backheed and
stcurtly fAstentd thereto with Stainless steal Cap Strews. The inside of
the teal hooting shall be tapered to facilitate the �+ plactment of the seal
061,4 The 1e61 shall be of douole carbon and ceruia construction with
,he mating surfaces tapped to a flatness tolerance of one light band. The
rutat+nq ceramics Shall be held in mating pox"ton with the stationary
Carbons by a Stainless steel spring. The seal housing with Assembled parts
snail be so constructed as to be readily removable from the shaft As a unit
And shall be provided with tapped Jackscrew opening% to assist in removing
it from the backhead.
The sail shall be Ortasurited and lubricated by water taken directly from
t the pnmp backhead through a filter to the Seal housing and introduced be•
tween the upper and lower sealing Surfaces. Tile filter Shall be of
COrrOtion-resistant materials and shall %cretn out all Solids larger than
50 m.;rons. The seal system shall contain a brass valve cunntcted near tilt
toy of the seal housing to permit the Witt of any Air trapped In tilt seal
unit. A manually operated orals valve shall alto be provided to want the
Pump volute.
The pump volute shall be of heavy. Cast iron construction, fret from
prOJKtlOAS that might Cause Cloggihd ,r interfere with the flow through
the pump.
The pump mall be supported by a heavy cast iron base with tour legs to
provide maximum rigidity And balance. In* height Shall be sufficient to
' permit the use of on increasing suction elbow which Shalt be provided when
the nominal pump SiaA it smaller than the suction line. The Suction And
discharge openings shall be flanged, faced and orilleo 125-pound American
standard.
10 -6 MOTORS
The pump motors Shall be vertical, solid theft, Spac14110 built NEMA
p-bats squirrel-c Age induction type, suitable for 3 phase, 60 cycle,
4OW01 Volt electric current. They shall have Lim F insulation, %uila-
bee for temperatures up to 115( C, but the winding tampersture Shall be
rtttrutttd to less thin 90" C. Tile motors Shall nave normal starting
t Orqut 400 tow st Arting currant, 4% SDK ffied for NFMA Design 6
4.67
characteristics. Tnel Shall be open drip-proof design with forced air cir. ,
culatton by inlegrel fan. Openings for ventilation shall be uniformly '
spaced around the motor frame. Leads Shall be tarminated in a Cast
COiinecton box and Shall be Clearly identified.
Tht motor% Shall have I,Iti ServiCe factor. The Service factor Shall be re. '
Steven for the owelt''S protection. The motors Shall not be overloaded be.
yond thrlr nomeplitt rating, at the design condition, nor it any head in ,
the Opwvting range a1 Specified under Operating Conditions.
The motor-pump shaft shall be Cantered, in rtlition to the motor base,
within .005•. The Shaft run.out Shall be limited to .003-. t
The Motor shaft Shall equal or exceed the diamter Specified under sewage
Pumps, it 411
the Impeller. pto reducemOverrhhungtload%, thetdimension from thetCenterlpf. ,
Of the lower bearing to the top of the impeller hub shall hot exceed b
bearing cap shall be provided for the bottom motor bearing, gearing
housings shall be provided with fitting% for lubrication at well AS purging ,
old lubricant.
The motor shall Of fitted with heavy lifting eyes, each capable of ,
Supporting the ent-ire weight of the pump and motor.
105-9 CONTpiil
The control equipment shall be muunt*d within a NEMA type 1, ,
dead-front enclosure, fabricated of Steel and reinforced as required, The
circuit breaker-motor starter section shall be provided with removable ,
covers, complete with suitable latching devices. All circuit breakers,
motor-starter reset buttons and pump control switch, shall he mounted so
that they are operable without opening the cabinet, the :Ow-voltage, auto- ,
matic pump control Section shall be provided with A hingtf ACcess door and
latch. It shall not be necessary to open this cabinet to, adjustment of
the pump level controllers The blower timer, humidistat Ana thermostat
shalt be mounted on the fact of the control section coor. A gqrounding-type
convenience duplex outlet shall be provided for Operation of volt AC
devices.
Thermal magnetic Air Circuit breaker% Shall be provided for branch disrun- 1
nett Service and over.currtnt protection of ♦Il motor, control and aw ilia-
ry circuits, Magnetic across-the-line ;tarters with uhder-voitegt release '
and Overload coils for each phase Shall be provided for each pump motor to
give protection against Single phasing. Each single-phase auxiliary motor
Shall be equipped with An over-current protection device, in addition to
its branch Circuit breaker, or shall be impedance protected. All Switches ,
%hall be labeled and a coded wiring dlagrMh shall be provided.
To control the Operation Of the pumps with variati01S of sewage level In ,
the wet well, an air bubbler System shall be provided, Complete with two
Air COmpro%tors, flow Indicator, bubbler line t0 the wet wall and a senti.
tivt pressure Switch for each pump. '
/-gg ,
The twu air comprtsuvs shell be of the close•couDled, oil-less type. Each
cOWOSSOr shall nave a mtnimum Capacity Of 0.2 Cubic feet Of free all, per
minute At 10 PSI. It shall incorporate a single.phase, 60 cycle, 116 volt,
drlp•proof, brushless-type, electric motor. A motor driven timer shall be
provided to eutometicaly Alternate the compressors every five minutes.
Wring And piping of the air compretsort shall be 10 arranged that ant
cQmPrtssur may be -*Omved withut removing the Other Camprtstor from
service, A switch shall be P1`0v10e0 to $elect either compressor for opera-
tion Or for alternation,
The pressure switches shall be of the mercury-tube type, with sensitive
' pressure elvhrents and independent high And low Ad4ustmentS for each pump.
The minimum differential shall be 18" of water,
' An automatic alternator with manual "ON-OFF" Switch shall be provided to
change the Sequence of operation of the pumps on the completion of each
punping cycle Provisions shall also be mAOe for the Pumps to operate In
Parallel, should the level in the wet well continue to rite above the
starting level for the low-level pump.
106.10 DEHUMIDIFIER AND VENTILATING BLOWER
' A dehumidifier a%sembly with hermetically sealIfa Freon refrigeration
type compressor, expansion toll, fan and condenser coil shalt be
furnished, it shall maintain the relative humidity of the air in the Pump
chamber low enough to prevent condensation on the walls.
The moisture removing capability of the dehumidifier shall vary with the
temperature Antl relative humidity within the station. The minimum capacity
rating at 80[ F. shall be 25 pints Per day At 90% humidity.
The dehumidifier Shall be controlled automatically by An adjustable
huMidlStat And low air temperature cutout with contacts of Adequate OApect-
ty for the dehumidlf ier motors.
' A ventilating hlower shall draw in Air And shall discharge it from the sta-
tion through a second Vent l 'te fanning the Other Side rail Of tht leader.
The squirrel cage, nigh-eff1, lency type blower shall be controlled by a
IS-minute cycle timer with a range of 0 to 100% as to provide essentially
continuous ventilation without exceeding the capabilities of the
dehumidifier.
When the entrance cover is raised, the lights And vedti Lating blower shall
be •urned on automatically by a spring-operated entrance switch mounted
1 ,lust under the cover, A manual switch shall be mounted in tilt %lot of the
duct just below the spring'operatla switch for operatlon of the lights and
ventilating blower with the cover closed, the steel vent lines shall hi,
suitable covers to Prevent the entrance Of rtih Or show and Screened
topeningS to prevent the entrance of rodents, birds or other foreign matter,
106.11 LIGHTS
tAdequate Hooting, consisting of a twin 40 watt Fluorescent Imtp fix-
ture Shall be provided for the convenience and Safety Of the operator,
' e-69
In* iighting shal's provide ilumination for all areas in in* station, The '
lighting shall to controlled by the spring-operated entrance switch and a '
Manuel twitch located at the top of the personnel entrance tube, The
tpring•operat*d switch shalt turn the lights an 44tonistically when the in.
trance lid is raised. The manual Switch Shall maint4ln the lighting Cir• ,
cult when the lid it closed in Inclement weather,
105.1. 56NP PUytP
A subaersible fume pump with close-coupled, varUcal motor %hall be
in%talleo in the %wlp. it $hall have a minimum Capacity of 1000 Gpw At de-
sign head, The design head this Dump w•1.) operate against 11 the %title
head from the sump to 3' below grade, plus allowance for pipe friction both
Inside and Outtlde the pump ch4im`er, A mechanical Seal on the Shaft shall
exclude water from the motor hou,ing.
The pump shell be Controlled out)mdticlll) by a built-in float switch, cap•
dole of operation On a 5" differential, It %hall discharge into the wet
well thorugh a 1.114" 941104niaaa steel pipe, with two check valves and 4 ,
gate valve within the Sump 014eaer, An enclosure of 1/4" 941vanized Steel
meSh %W l Surround the Sump And the Sump pump to keep out oebri%,
105-13 PIPING '
Pump tuction lines shell be 04, Class 150, plain end, cast trot, pipe,
Outside the punp chamber with bronze-fitted, double-diSC gAt* valve Insiur
the Chamber, fine discharge line from each pump Shall be /fitted with 4
bronze-fatted check 441vt and an ek oronse-fitted, 004bie-disc gate valve.
The check velvet Shell be of the $pring.toaded lever type so that the '
Clipper can be lifted to bdCk flush the pump and Suction line, Eignt.int,
straight-through 040 Valve% Shell nave %tl ill lesx Steel shaft with ,
man.lubritated 04Ck 4 glands. The (mmr, discharge pipe and the discharge
Outlet she)) of P", Class 150, plain enu, cast iron pipe.
The air bubbler ltne furnished by the station manufacturer It, the station '
shall be 1/i" nominal tubing, terminating in a titting in the entrance tube
to accept the 3/4" plptng extending to the wet well. An 40191e bracket
%hall be welded to the outside of the chamber, Just Over the bubbler line ,
connection, to receive • 3" A 3" x 1/4" angle brace to protect the bubbirr
line, A return Loup in the bubbler line shall be provided to protect thv
station from flooding and a valve %hall or provtdea to bleed off condens4ty '
aecuiuldtion in the Air bubbler System. All tttlei pipe in contact with the
%oil or with the %*wage shalt be ftelo•coatea with one cost of "Ver%apox"
epnxy resin After installation
10§-14 MIRING '
The pump station %hall be completely wired at the factory, exc*Ot foi ,
the power feeder lines, All wiring in the plmtp station Mall most the
requirements of the National Electrical Code and coded as imitated on the
Wirt
dimpprem. All wiring outsiaa the pane,) %hall be in conduit, except
for 115-Volt accessory Item% which Arm Movidta with connecting insulate, '
service cord by the manufacturer, The manufacturer shall provide conduit
4.7U
from the control panel across the c/ilin4, and up the entrance tube to it-
calve the feeder 111141. In* conduit Shall tormshate in a threaded cofauit
connection through tbe will of the entrance tube above ground level.
Accessory it"S Such at the sump pump, dehunidif ler and air compressor
Shall be plugged Onto pOlKiled, grounded Convenience outlets, located
close to their installed position so that Such items Can be readily removtd
and strvlc%J if nvue%%ery.
105.15 FACTORY TESTS
Tht completed Irma; station Shall be given an operational test of ail
equipment at the aa':tory to check for exeenlve vibration, for leaks in all
ping,y Or ;tea It ;red for correct operation of the automatic control system
and all auxiliary equipment. The pump suction and discharge lines shall be
u01ed to a rtit volr and the pumps Shall rtclrculatt water for a. Ita,t
uwv hour uhd^r Simulated Service Conditions. The automatic control thall
be adjusted to start and stop the Pumps at approximately the levels re-
quired by the JOO conditions.
105-1b SPARE PARTS
A Cnnplete rep`acenent pump shaft seal a%%vmbly Shall of Iur,ISned
with the lift staticn. The Span seal Shall be Securely fastened to the
' control panel and Shall include complete lnstollAtion instructions. A
%part volute yasktt shall be provided. A Spare ' lter cobs for the Seal
f Mae Shall alto be provided, in the saw Container 41 the puny shaft
Seal.
105.17 11111AUVION AND t1PERATIX 1NSTROVIM
Installation of the pump Chamber, entrance tube and related
appurtenances shall be done in accordance with written instructions provid-
td by the manufacturer, That* Instructions shall be delivered with the
%tat eon.
A eanren lent Maintenance and Operating In%tructioe Chart and Daily Maintt.
o nice and lnspeetton Record Chart, with ample room for recording daily
' ' tp*CtlOns Of the Pump Station shall of Securely Moulltd On the interior
.all of the m6IA pulp Chamber.
In addition to the Maintenance and Operating Chart, the manufacturer shall
futner provide two complete and detailed Operation and Maintenance
Manuals. TAOS manual Shell CAW, In addition to general operatiny
PrOCedures, the operation, maintenance and servicing procedures of the ma-
jor individual Components provided with the pump stattoa. Theme manual%
%hall be Shipped with the pump Station.
' a-al
the manufacturer shall forlhor provide the Services Of a factory-traineo ,
representative to perform thih♦1 start-up di the pump station and l0 in.
,
S trutt the owner'a op erating personnel in the Operation and maintenance of
the equipment provided by them,
!L:18 . UPERIEhCE MO WORAMAMSwap ,
The pump station shall pe the product of a manufacturer with a minimum
of five years of experience In the design and building of Such automatic, '
fectory-built, urground pump stations and all workmanship end material,
throughout ShaliWe
l tie Of the ill ghost quality,
105-19 MAKFACTURFO EOUIPMEAi '
In these SPOCillcations And on accompanying drawings there are '
specified and shown certain equipment and materials most Suitable for lilt
Seevict anticipated, This Is not done, however, to eliminate others equai-
l# as 91,00 and efficient. The Contractor shall prepare his bid on the ba.
$IS Of the particular equipment and materials specified for the purposes Of '
determining the low bid, Any Substitution of makes Other than those named
In the specifications will be COnsldered for one reason only; that the
equiPment proposed for substitution is superior or equal in construction" ,
andinr efficient., to that named in the specifications, antl that hfyyh quail.
I has Deer demonstrated by at least five years of service In Slmllar
,list I oil(If prior to the execution Of the Contract, tilt engineer's approval is ,
obtained (or alternate 1110POient, the contractor Shall, at his own expense.
MORO any Changes tli the structures, building, piping or electrical nr e, ,
nary to a(commldete the equipment, and if engineering is required du,
substitution of other material, the contr at for Shall provide his Ow,
""ring services, The i.unt•actor shall reimburse tilt, Engineer fur ti*r ,
Engineer's Cost in revlewinq substitution drawings and Specifications.
It will be assumed that tie cult to the contractor of tilt equipment
q
proposed to be Substituted is IeSS than the equipment named In the ,
spet'flt a tides anc if the substitution Is Approved. the contractor's bio
pricy Shall be reduced by an amount equal to the net savings.
Substitution of equipment Other than that Specified and shown will not be ,
COnsltlered after the execution of the contract,
Io5-tO CdAPMi— '
The Contractor shall guarantee the lift Station for One year from date
of formal acceptance by the City that the structurr and all equipment will '
be free from defects In design, material and workmanship.
Warranties and guarantees by the Suppliers of various components in lieu of ,
a Single Source resonsibillty by the Contractor will not be accepted. Tilt
Contractor shall be solely roWnsfole for the guarantee of the Station and
all components.
In the event a Component fails to perform as sWif led or is proven oefea- ,
tivo in service during the guarantee period, the Contractor shall
6.)1
r
provide a replacement part without cost to the owner, NO shall further
r provide, without Cost, Such labor as may be required t0 replace, repair or
modify major components such as the station structure, pumps, pump motors,
sewage piping manifold, etc.
rThe replacement or repair (including cost of parts and labor) of those
items normally Consumed in Servile, such as pump seals, fluorescent tubes,
oil, grease, e�: ,, shall be considered as part of routine maintenance anu
rstation upkavp.
105.21 EXISTING LIFT STATION SALVAGE
The proposed sanitary sewer lift station will replace an existing
small Smith and Loveless wet well mounted pump station. When the new lift
r station is completed and in operation, the Contractor shall salvage the
existirg lift station, and deliver it to the City of Renton raintenance
Yard. Salvage shall include the superstructure and cover, the suction and
discharge piPing, the float controls, and the Control panel,
Abanduneid piping leaving the wet well shall be plugged with concrete 12
inches deep or two pipe diameters, whichever is greater, into the pipe.
r The wet well walls shall be broken off to a minimum 3 feet below subgraoe,
and the remaining wet well shall be filled with bank Run Gravel Class B and
Compacted to 95%. Backfill snail be brought up to ad 4cent finished grade.
r105.22 I#ASUREMENT AND PAYMENT
ire lump sum contract price for 'Sanitary Sewer Lift Station" shall bt
r full compensation for all labor, tools, material and equipment necessary or
incidental to the construction of the lift station, including temporary
Piping to keep the gravity sewer in Lind Avenue in service and connected to
r the existing lift station during construction of the new lift station, and
salvage of the existing lift station as described in 105.21 above.
r
r
r
r
r
r
r
r 4.73
SECTION 106 EMERGENCY POWER GENERATOR
106-1 GENERAL
The Contractor shall furnish and deliver to the City of Renton Shops 1
one trailer mounteo emor99ency generator set. The generator shall be diesel
powered and radiator cooled, wirh a weather protective housing,
106-e EOUIOMENT SPECIFICATIONS 1
The engine generator set shall be 30 KW, 37.6 KVA, 60 cycles, 3 phase,
440 volts, manufactured by Onan meeting the following specifications: 1
Generator Set Model 30.0 00A-1SR
Cooling System RadtAor w/Fan 1
Fuel System Diesel
Weather Protective Mousing F1
Mounted Fuel Tank C7
A,C, Instrument Panel with: KI 1
Voltmeter
Ammeter
Frequency Meter 1
Running Time Meter
Voltage Adjusting Rheostat
Mounted Line Breaker K464 1
Mounted Cr+ttcal Muffler A484
Starting Batteries
Crouse Minds Receptacle (female) APp1048 1
The Engine Generator Set shall be furnished with 50 feet of Cable to
effect connection betwmen the generator and the power draw and 2 sets of 1
wiring diagrams and 2 copies of An operation and maintenance manual,
106.3 MEASUREMENT AND PAYMENT
The lump sum Contract amount for "Emergency Power Generator" shall be 1
full C0mpens6tt0n for furnishing and delivering the engine yeneratOr Set as
specified, or equal. 1
1
i
1
1
1
4.74
1
' SECTION 110 - SIGNAL AND STREET LIGHTING
I10-1 SCOPE OF WORK
110-1.1 TRAFFIC SIGNAL
The work to be performed by the Contractor shall consist of the
furnishing of material and installation of a complete master
supervised, full-actuated traffic signal at the intersection of Lind
Avenue S.W. at S.W. 16th Street within the city limits of the City of
Renton, King County, Washington,
The traffic signal will be a pole-and-mast-arm style with davit style
luminaire arms integral with the pole shafts. The work shall consist
of the furnish ng and installing of all materials and equipment
necessary to complete the traffic signal and other electrical systems
' as specified and attendant to the traffic signal system, all to
accordance with the plans, the Special Provisions, and the Standard
Specifications, all as further described herein, and in close
' con•ormity with the lines and grades shown on the plans.
Unless otherwise noted, the location of signal controller, signal
heads and all other appurtenances shown on the plans are approximate
and the exact location will be established oy the engineer to the
field.
The traffic signal system and requirements are more fully described
under Section 111, Traffic Si9nel. Payment for the traffic signal,
including the luminaires s assoc+eted with the fear traffi^ signal
' poles, peripheral equipment, tasting, and traffic control will be made
under Traffic Signal System, Complete", lump sun, as noted under
Section 112-19, Payment.
' 110-1.2 STREET LIGHTING SYSTEM
The work to be performed by the Contractor shall consist of the
furnishing of materials and Installation of a complete illumination
' sy-tern on S.W. 16th Street from Lind Avenue S.W. to the East Valley
Road, on the East Valley Road from S.W. 16th Street to S.W. alst
Street, on S.W. 19th Street from the East Valley Road to Raymond
' Avenue S.W., and on S.W. 27th Street from the East Valley Road to a
point approximately 1,50C feet west of the intersection of Lind Avenue
S.W. -- the approximate intersection of the proposed Valley Parkway.
' The Contractor shall furnish and install conduits, junction boxes,
light standard foundations, "Modified Type 0 Service Cabinets" and
electrical service cabinct(s) concrete foundations, and complete the
' street lighting system described herein along with all tests for
continuity and other tests as necessary and described or referenced
herein.
a-7c
110.1.3 PLANS AND SPECIFICATIONS ,
The Standard Specification for Road and Bridge and Construction,
published by the Washington State Department of Transportation, 1980,
hereinafter called the W.S.D.O.T. Standard Specifications, are the '
basic specifications for the signal and street lighting system
encompassed within this project.
All sections of the W.S.D.O.T. Standard Specifications applicable to
any and all parts of this project shall govern, except as specifically
modified in these co,itract documents and Special Provisions, and '
detail specifications.
Payments for all bid items will be made on the basis of the Quantity
units and prices bid, as shown by the proposal. '
Also Incorporated Into these specifications by reference, are:
!, Manual on Uniform Traffic Control Devices for Streets and '
Highways, 1971.
2. Washington State Sign Fabrication Manual. '
3. Standard Plans for Road and Bridge Construction, Publication
M21-01 (HD). ,
110-2 POWER SOURCES
Locations of power sources will be coordinated with Puget Sound ,
Power 6 Light. Locations described on these Plan Sheets ere
approximate and mmy be adjusted in the field to suit changed field
conditions. Unless otherwise noted, luminaire standards and appur-
tenances as detailed on the Plan Sheets and within these Special
Provisions are approximate and the exact location will be established
by the Engineer in the field.
110-3 TRENCH AND BACKFILL ,
The Contractor shall scpply trench is necessary for complete and '
proper installation of the signal and illumination conduit.
All trenches shall be backtilled in accordance with the applicable
portions of the Standard Specifications and the W.S.D.O.T. Standard ,
Specifications.
Trenching for conduit runs shall be done in a neat manner and the '
trench bottom shall be graded to provide a uniform grade, with a width
and depth as called out on the drawing or as directed by the Engineer.
No work shall be covered until it has been examined by the Enginee, . ,
Earth which fills around and over the conduit shall be free of rocks
greater Than two inches up to a depth of six inches.
When trenching is being accomplished within the sidewalk area, the t
backfill can be made with acceptable materials from the excavation and
4.76 '
1
' ahAlI be considered a necessary part of and incidental to the
t gcavation in accordance with the w.S.D.D.T. Standard Spaiflcations.
The tamping requ""ements for roadway backfil shall apply. Should
native materials bn unacceptable in the opinion of the Engineer, the
Contractor shall backfill with Bank Run Gravel Class "B" (Trench),
' when trenching is being accomplished within the roadway area, the top
12" shall be select trench backfill and shall consist of crushed or
naturally occurring granular material from sources selected by the
Contractor. The source and quality of the material shall be subject
to approval by the Engineer,
The City reserves the right to make additions or deletions to the
trenching welch prove necessary for the comptet•on of this project.
Trench xapth will be sufficient to allow 24" cover over the top
' conduit,
The minimum width for the trenches will be at the option of the
Contractor, Trench width will, however, be sufficient to that all of
the necessary conduit can be minimum cover be maintained. Irist al'ed within the specified depth and
' 110.3.1 MEAStPEMENT
measurement for Conduit Trench and Backfilt shall be by Me
linear foot.
Measurement for Bank Run Gravel Class "B" (Trench) shall be by the
ton,
' 111-3.2 PAYMENT
Payment will be made under;
1 (1) "Conduit Trench and Backfill," per linear foot,
(2) "Bank Run Gra,rl Class B (Trencn;" per ton.
The unit contract price for trench and backfill par linear foot shall
be full Compensit"" for eauvating, loading, hauling and otherwise
disposing of the native materials, #or beckfi111gq, for replacing and
tamping backfill material and native material and for the restoration
Of the trench at shown on the Plans or as directed by the Engineer,
III in accordance with the Plans, these Technical Provisions and the
Standard Plans and w.S.D.D.T. Specifications.
The unit contract price for Bang Run Gravel Class "B" (Trench) she)1
be full compensation for furnishing, placing, compacting and all labor
and equipment necessary to complete the backfill of conduit trenches,
or those areas where the Engineer has determined that native backfill
' I$ unacceptable and orders the use of Bank Rum Gravel Class "B"
(Trench).
a.»
110-4 CONCRETE FOUNDATiMS AND PDLE tOCAT(ONS
110-4.1 GENERAL '
Foundati,rs shall be in accordance With Section 8.20.3(4), as
modified below, The Contractor shall provide all materials for and
construct the foundations for traffic signal pones, traffic signal '
controller and light standards to the dimensions specified In Table 1
below and in KCOrdarce with 000licable provisions contained in the
W,S.D.O.T. Standard Specifications and Standard Plans J-6b and J-8. '
The #"char bolt circle shall match that of the pale to be installed
thereon.
All excess materials shall be removed from the constuction site and '
disposed of at the Contractors expense.
Concrete !hail be placed against undisturbed earth If possible. '
8efcre placing the concrete, the COntrKtor shall •block-out* the
%eCtial around any other underground utilities that lie In the
excavated base so that the concrete will not adhere to the utility '
line(s), Concrete foundations shill be troweled, brushed, edged and
finished in accordance with Section 6-02.3(14)A, Concrete shall be
promptly cleaned from the exposed portion of the anchor bolts and
conduit after placement. Foundations for all standards shall be Class ,
'C" Concrete and steel rebar shall be furnished and placed as shown on
the Standard Plans.
After A Curing period of two weeks, the Contractor may Instal) the '
traffic signal most am poles or luminaire poles, as applicable.
TA6LF I '
Pole Type Standard Plan Foundation
Reference Dimensions
Nast Anne Signal Pole J•8 )' x 3' sq. or dia.
(All mast arm lengths,
Traffic Signal Controller See Detail Sheet
(type P-1 i.abillet)
Light Standard J-id a' x 3" sg, or d1a. '
All concrete foundations shall he constricted In the manner specified ,
below:
(1) Where sidewalk or raised islands are to be constructed as a
Part of this PrO341Ct, the top Of the foundation %hall be ,
made flush with the top of the sidewalk or island.
(2i Where no sidewalks are to be installed, the grade for the '
top Of the foundation shall be #s specified by the Engineer,
d-T9
I
i All Concrete foundations shall be located by the Engineer in the
field.
Poles shall be installed so that the most arm is perpendicular to the
centerline of the roadway from which it is stationed, unless Otherwise
noted on the P1411 Or in the Construction Notes. The poles shall be
I install-, ,� leveling nuts and washers secured to the anchor bolts and
with 'Ockiny nuts and washers on the top of the base flange. The side
Of the Shaft opposite the load shall be plumbed by adjusting the
leveling nuts or as otherwise directed by the Engineer, The space
between the concrete base and the bottan of the pole flange Shall be
filled with dry pack mortar to Completely fill the space under the
flanggee and around the conduits any be neatly troweled to the contour
of the pole flange. A drain hole (l l2` 1) shall be inserted through
the mortar to provide drainage from the interior to the pole base and
be trimmed flush with the interior and exterior Surface of the mortar.
Dry pack mortar shall consist of a 1:3 mixture of cement and tine sand
with just enough water so that the mixture will stick together on
being molded into a ball by hand and will not exude free moisture when
SO p ossel.
110-4.2 MEASUREMENT
Measurement will be by thr unit for each type specified, complete
in place,
(1) Light Pole foundation _._,. par oath,
(2) Service Cabinet foundation a_ per each.
I10.4.3 PAYMENT
The unit Contract price, per each foundation, will be full
Compensation for all costs of labor, tools and materials for
excAVAtion and Complete installation in accnrdance with these
Technical P-ovlstons and Plans.
110-5 ALUMINUM POLES
110-5.1 GENERAL
All light standards furnished under this contract shall be spun
aluminum davit Style in accordance with Section 9-29.60), 9.29,6(1)A
and 9•?9.R(1)6 of the w,S,D,O.T. Standard Specifications, with these
Technical Provisions, and the Det Ail Sheet attached hereto.
11p•5,2 DESIGN
All ppo0les and davit arms shall be designed to support a street
lighting iuinaire with a minimum weight of SO lbs, and to withstand
Pressures caused by wind loads of 85 miles per hour with a gust factor
of 1,3.
All poles to be furnished shall maintain A minimum safety factor of
4,38 on yield Strength of weight load and 2,33 for basic wind preSure.
A11 materials furnished shall be In natural polished, aluminum .olor,
1
4-?4
I
110•S.j $HAFT$ '
The 0010 shaft shall be provided with a A" x 6" (minimum
dimensions) flush hand-hole near the base designed to prevent loss of '
Shaft strength and provided with a matching metal cover %#cured with
stainless steel screws or bolts. The hand-hole shall be located near
the base and on the Same side of the pole as the bracket arm, A ,
grounding nut or provision in hand-hole frame for accommodating a
threaded bolt for the purpose of attaching a grounding connector shall
be provided on the inside of the Shaft. After fabrication the shaft
shall here a mechanical strength of not less than the A per of the t
aluminum material utilized for the manufacture of the pole.
All shafts turnished for mounting heights of 35 and 00 feet shall be a t
round, tapered tube or may consist of a base section of round,
standard tube net greater than five (5) feet in length with a round
tapered tube permanently welded Atop this Section So that the five (5) '
foot section and fabricated joint shall be capable of resisting at
yield strength stress the bending moment of the round, tapered tube at
its yield strength stress. All joints shall be flush and provide an
even and clean profile. 1
110-5.4 ANCHOR BASE
A one-piece anchor base of adequate strength, shape and sue '
shall be secured to the lower end of the shaft so that the base shall
be capable of resisting at yield strength Stress the bending moment of
the Shaft at its yield strength Stress. '
The base shall be Provided with four Slotted or round holes to receive
the anchor bolts. Bolt cover(s) shall be provided with each pole. ,
110-5.5 ANCHOR BUTTS
F�. .,r high strength steel anchor bolts, each fitted with two ,
hexnuts and two flat washers, shall be furnished with the Dotes. Each
anchor bolt shall be furnished with the poles. Each anchor bolt shall
have an "L" bend c" minimum length at the bottom end and be threaded
6" minimum length at the top end. TWeaded ends, all nuts and washers ,
shall be hot-dip galvanized, The anchor bolts shall be capable of
resisting at yield strength stress the bending moment of the shaft at
its yield strength stress. '
110.5.6 MISCELLANEOUS HARDWARE
All hardware (bolts, nuts, screws and washers -- but not ,
Including anchor bolts) not otherwise specifically designated herein
shall be stainless steel,
a
110-5,7 gUMiNUM DAVIT ARMS '
All davit arms furnished under this contract shall be aluminum of
the sane temper utilized for the Doles described above and with the ,
Detail Sheet attached hereto.
a•R0
1
The davit style arm shall be dimensioned a-, noted on the Plan Sheets
and shall incorporate a $19" radius bend. The outer portion of the
arm shall be nearly horizontal to ! 2 degrees above horizontal and
shall be furnished with a 2" slipfitter with a maximum length of d" to
fit the luminaire Specified hereinafter.
The pole end of the single davit arm tube ihall be fastened securely
t0 the top of the Shaft producing a flush Joint with an even profile.
II10-S.8 MEASUREMENT
Measurement for Aluminum davit style poles shall be by the unit
contract price per each,
110-5.9 PAYMENT - ALLIMINlll POLES
Payment for aluminum davit style poles shall be by the unit
contract price, per each, and will be full compensation for all costs
Of labor, tools, materials for purchasing, receiving, Assembling, and
erecting the aluminum poles on Concrete foundations and adjustinq the
poles n the field for plumb and level, in accordance with these
Technical Provisions and Plans. Payment will be:
Aluminum Pole N, per each.
110-6 LUMINAIRES
110-6.1 GENERAL
The Contractor shall provide and install luminaires where
designated on the Plan Sheets and these Technical Provisions.
All luminaires shall be conventional coore head style and shall have
ovate type refractors (drop Ions) and shall conform to Section 9-29.1n
of the Standard Specifications. Luminaires and temps to be furnished
under this contract shall be the wattage indicated on Ma Plan Sheet<
and described below.
Luminaires to be ordered for this project are 150 watt and 2SO watt
sodium vapor with a 240 volt regulated ballast capable of a voltage
tolerance of ♦ 10% minimum.
110.6.2 BAIzLASTS
Section 949.9 of the M.S.D.O.T. Standard Specifications shall be
modified by the following:
Ballasts shall be 2e0 volt regulated output high power factor
units which will accePt a voltage reduction of 45% before lamp
dropout occurs. Ballasts shalt be pre-wired using "fast-on"
Pressure, clamp-type terminal%.
A-RI
110-6,3 LAMPS '
LOPS to oe furnished under this contract shall be 150 watt and
2SO wet sodium vapor with a 16,000 and 25,000 lumen minimum rating ,
respectively, The minimum rated life of the lamps shall be 24,D00
hours.
110-6.4 MEASUREMENT AND PAYMENT ,
Measurement and payment will be made under:
(1) "LID Luminaires, 150 watt, furnish and install", per each, ,
(2) "LID Luminaires, 2SD watt, furnish and inst411", per each,
The unit contract price, per each, Shall be full compensation for all '
waterial, labor, tools and equipment necessary to complete the work
Including the connection of all conductors and testing of the system.
110.7 CONDUIT '
110-7,1 GCNERAL
The Contractor shall provide and install all conduit and ,
necessary fittings at the locations noted on the plan sheets.
Conduit to be provided and installed shall be of two typus as ,
indicated below:
(11 Schedule 90, extra heavy wall PVC conforming to ASTM 4D1785- ,
67a, shall be used whenever conduit is to be placed under
the traveled portions of the roadway.
(2) Schedule 40, heavy wall PVC conforming to ASTM 002466-67, '
shall be used whenever the conduit is to be placed outside
or alongside the traveled portions of the roadway. ,
All joints shall be made with strict compliance � ) the manufacturer's
recommendations regarding cement used and enviromm,ntal conditions,
110.7.2 MEASUREMENT AND PAYMENT t
Measurement and payment for conduit will be by the linear foot
installed, as determined in the field at the time of construction, ,
Payment will be made under:
(1) "Conduit, Schedule 40, " per linear foot, '
(2) "Conduit, Schedule 90, " per linear foot,
4-82
1
110-8 JUNCTION BOXES (PULL BOXES)
110.8.1 GENERAL
' The Contractor %hail provide and install junction boxes of the
type and At the locations specified in the attached Plans ono Detail
Sheets.
' Junction boxes to be provided and installed for this Project shall be
Design 8 and Design C intermediate at Indicated on the Plans and shall
confom to N,S.D.O.T, Specifications, Standard Plans and Detail
Sheets.
The inscription on the covers of all junction boxes shall be as
indicated below:
(1) "Street Lighting" and "Traffic Signals" or "Lightinq" and
1 "Signals" -- all for street lighting circuits and o" or
more signal circuit functions (interconnect, loop detectors,
future signal conduit, vehicle and/or Pedestrian signal
' functions, service).
(2) "Traffic Signals" or "Signals" -- all used exclusively for
' one or more signal circuit functions (interconnect, loop
detectors, future signal conduit, vehicle and/or pedestrian
signal functions, service).
inscriptions on j-riction boxes performing the same function, i.e.,
street lighting, traffic signal, or both, shall be consistent through-
out the Project,
1 all junction boxes shall be installed in conformance with provisions
contained in the N.S.D.O.T, Standard Specifications and Standard Plan
J-0e,
1104.2 REASUREI4ENT AND PAYMENT
Measurement and payment will be at the unit price "per each" for
the type specified, complete and in place.
(1) "Design B Junction Box," per each.
(2) "Design C Intermediate Junction Box", per each.
The unit Contract price, per each, for junction boxeS %Mil be full
' compensation for furnishing same and for all costs of labor, material,
toots, and equipment necessary to provide and install the junction
boxes including excavation, backfillinq and compaction all in accord.
anct with the Plans, these Special Provisions, and the Standard Plans
' and M,S.O,O.T. Specifications.
1
r
110-9 CONDUCTORS I_kLPjNATjqN r
110.9.1 GENERAL
Mire conductors for the street lighting circuitry shall be ISM r
volt sing)* conductor, #8, Stranded, copper, Insulated with 5l64" Tlitl
grade plaStitit*d potyvinyt chloride compound or approved equal. The
wire conductor$ Inside the Street light standard from the Quick d11- r
connect fus* to the luatneire head shall be 600 volt tyro Conductor,
standard sea* 012 AMG, type Uf,
The Wirt conductor for the street lighting groundt,ig System shall be
600 volt single conductor #10. AiIG Stranded Gar* copuar,
110-9,2 REASUI NT AND PAVRENT r
P;anywlMt for coriduttli" • illuainition will be at the iM�t price,
per 1,OOD feet, PaymMt will be under;
(il 'Conductor - 1110iMtion 08 AwG", per J.OM linear feet, r
(2) "Condu^tor - 1110inetion 012 ANG", per 1,MO linear feet,
0) "641re ,round Mire #10 AWG% per 1.000 1inesr feet, r
The unit contract prices for conductors, site a/ noted, shall be full
cpmPenSation for furnlshinQ ono Installing all Conductor% and Supply
tng all labor, materials, toot% and equipatnt necessary and/or inti•
dental to the construction of the conaplett illun nation cable system.
The Contractor is advisM that this pay item shall also incluot all
tests to be conducted orusuant to Subsection 640,d(11i, All addi-
tional materials and labor, not Shown in the Plans or called fed
herein shall be provided in accordahcf with Section 8.20,4.
10- OFUES
}10-10.1 GENERA$
Fuse holders, Complete with fuse%, in the light standards sI,"
be A waterproof Quick disconnect type, SEC (or equal), w,ia
Installation In actordshce with Section 949.23 of the N.S.D,O.T.
Standard Sp#tif ic ations, '
310-10,2 NEASURCNENf AN0 ►Ayk1ENT
Reasurems"t *nd payment will be made at the unit Contract prlcr. ,
"Fuse Kits", per *ach,
The unit contract Price for "Fus* Ott", per each %hail be full '
compthsattar for furnishing act labor, materials, tools a+M #quiplment
necessary andfor incidental to the trAtalletlon of the fused Illumine-
tiph SySIOM and shall be cmpl*t#, '
r
r
11.0.11 SERVICE/CONTROL CABINET, TYPE "0" MODIFIED
110.11.1 SERVICE, GENERAL
The electrical services shall be Type "0" Modified 120/240 volt,
with appropriate number of lighting circuit breakers as Per service
datall ,. Service connections shall be connected at locations as noted
' on thv ,ans. The Contractor shill verily the service location and
Coordinate service activities with Puget Sound Power a Light Company.
' 110-4.2 SAFE WIRiNG LABELS
The Contractor Is advised that safe wiring labels required by the
State of Nashingtun, Department of Labor 9 Industries, shall apply on
' this prolect.
The street light contactor Cabinet shall have the following qualities:
' 1, Fabricated from cold rolled shoot steel, 12 gauge exterior,
14 gauge Interior, welded by wire-fed inert gas.
' 2. All welds to be ground smooth.
1, Mingo% Shall be Continuous Concealed piano type.
1 a. Mo Screws, rivets or bolts shall be visible outside the
enclosure,
S. The cabinet Shall have approximately dimensions as shown on
the detail sheet,
6. The finish on the cabinet shall be a factory prepared baked-
on enamel, white in color.
The following item shall be features in the light cabinet:
1. Main circuit breaker,
t P. Branch circuit breakers, (For number required, fee Service
Wail.)
t1. Utility plug (120 volt - 20 amp rated) with GFi.
a Lighting Control test switch (120 volt - 14 amp rated).
S. Cohtactors,
6. Photo-coil,
7. 7-day (solid state) time clocks.
1 A. Elapsed time motor (non-resettable - 99,999 hours).
9. Thormostat (e0 degrees F. closure),
t
1-BS
10. Strip heater 100 watt, ,
Refer to Section A-29.11(]) of the Standard Specifications for general
requirements. '
11C-11.3 PHOTO ELECTRIC CONTROL
The street light circuit shad be controlled by a combinaticx� ,
a photo-electric cell mounted on the nearest luminaire standard wit.n
remote control relays as per photo-electric detail on ties* Plans.
The photo cell to be furnished and wired into the luminairt es part of ,
this contract shall be an external plug-in device, rated to operate on
120/240 volts, 60 Hi, shalt be capable of controlling a lamp load of '
1,000 watts and shall be wired for master control,
110.11.4 LIGHT CONTROL UNiT
Shall be as shown in "Typical Service/Ctmtrol 11001" in these '
Plans.
110-11.9, SERVICE WIRING TO UTILITY POINT '
The service wiring between the service panel and the serving
utility vault and/or other service point as requested by the serving
utility shall be incidental t0 the unit contract price, "Service! '
"Control Cabinet, Type D - Per e+ch".
110-11.6 AS-BUILT DRAWINGS '
upon completion of the project, tt Contractor shall furnish "As-
Built" drawings in accordance with Section A-20,3(i7) of the
W,S.O,D,T. Standard Specifications. Preparation of "As-Built" draw- t
in9S shall be considered incidental to the other items of work for the
illumination system,
110-11,7 WOUREMENT AND PAYMENT '
Measurement and Payment shall be at the unit contract price,
"Service/Control Cabinet, Type D. par each" and shall be full common- t
cation for all •laments as specified under Subsection 8.20.% of the
103.0,0.T. Standard Specifications,
1
4.96
SECTION III TRAFFIC trarx
' 111-1 GENERAL REgglREMENTS
The work to be Performed by the Contractor shall consist of the Installs.
lion of a traffic Signal at the intersection of S,N. 16th Street and Lind
With &ftpttd
City of S Renton The
Controller Standards nAnd Shallhabel compaCompltible with the
City's NultisOnics matter, An interconnect conduit with pull win shall
be installed to the south approach of the existing Lind Avenue over.
crossing of Interstate 40S but no extension or interconnection will be
nguired at this time.
' The work shall include the furnishing and installation of the traft,,,
signal controller, cabinet, peripheral eguipmant, Induction loop detK•
tors, loop amplifiers, traffic Signal poles with mast arms, traffic A0C
' signal heeds with back plates, pedestrian signal heads with Pedestrian
Push-button%, signal pole mounted overhead high pressure Sodium vapor
luminaires meeting the requirements as described elsewhere in these
Special Provisions, providing electrical service to the traffic signal
System, and checking out the final system all in Accordance with these
Technical Provisions and the Standard Specification% for Road and Bridge
Construction published by the Washington Highway Commission, 1980 edi-
tion.Reon and,Construction
otherwise standards
ndic�ted,ll bSt Standard P lla thOst te%d published by the City
by the
Washington State Highway Commission, publication 1421-01(ND).
tThe entire signal system complete with detection, electrical Service,
And pole top mounted luminaires will be compensated at the lump sun
contract Price, "Traffic Signal System, Complete,,,
111-1 STANDARDS
' The traffic signal system shall be installed In accordance with
Subsection 8-20 and 9.29 of the W.S.D.O.T. Standard Specification%,
applicable Subsections, and the Standard Plans,
11#•2 FOUNDATIONS
Foundations %halt be in accordance with Section 8-20,3(4) except
the class 3 surface finish %Pecified therein shall be revised to Class 1.
111.3 CONDUIT
Subsection 8-20,3(S) shall be modified to Provide for the in/talls-
dessccribedlextic Conduitinstalled Auit. The %i part*Schedule"
the Signal system&hall%be
incidental to the lump sun contract Price,
' 111.4 SIGNAL HEADS
Signal heads, complete with back ')late$ and tunnel visors, shall be
Urovidid and installed in accordance with Section 9.29.16 And approPri.
ate subsections, Optically Pro9ramned i19qnnais will not be Provided.
Back plates %hall be lnstalled on all traffic signals, Traffic signal
4-87
heads shall be painted "Traffic Signal Yellow" in accordance with IN ,
City of Renton Standards.
Vehicular traffic signal mounting hardware will be the "Top Mount Plumb- '
i2fr" type as shown on Standard Plan J-6b,
111.E 51GRA4 HEADS " PEDESTRIAN ,
Neon grid pedestrian signal heads shall confurm to Subsection u_
29.20(2) except the display will be the international symbol,
111-6 PEDE$TRIAN PUSH-BUTTONS '
Pedestrian Push-buttons %Mll be in accordance with Subsection 9-
29.19. ,
111-7 TRAFFIC SIGNAL CONRICTORS. CABLE
All traffic signal conductors and cable shall be provided and '
installed in accordance with Subsection 9.29.3,
Detector "Home Run" conductors shall be Belden. Beldfoil 08720, or '
equal, with 014 ANG conductors, stranded (19 x 27). Cable shall have
Polyethylene insulated copper conductors, an aluminum polyester Wald,
a timed copper drO n wire and a chrome vinyl Jacket.
111-R GROUNDING OF_S(RV10E
The grounding of electrical service for the traffic signal system
shall be in accordance with state and local codes and the adopted Stan- '
dards of the serving utility, Puget Sound Powc•r 9 Light, This service
will include a ground rod, at an associated circuitry, At a minimum.
All service Peripheral materials shall be incidental to the lump sun t
contract bid price for the traffic signal system, The Contractor will
provide for all service cables and connections to the vault, as notrJ on '
the Plan Sheets.
111-A.1 GROUND - SIGNAL POLES
All poles shall be grounded, Grounding of the traffic signal system ,
shall be incidental to the lung Sun contract price.
111.9 JUNCTION BO E, '
Junction boxes associated with the traffic signal project shall be
Provided in accordance with standards previously describe (Section 110-
8). The cost of Junction boxes associated with the signal system shall '
be incidental tc the lump sun contract price.
111.10 VfMiCLE DETECTION
vehicle loops shall be installed in accordance with the Plans,
Standard ►late%, and Special Provisions, loop detection amplifiers
shall be in accordance with Subsection 9-29,18, 9.79.18(11, applicable
portions, and will he incidental to the lump sum contract price,
a-AA
;},1.11 .TRAFFIC MAS?ARM St6NAl pOIES
The Contractor shall provide and Install traffic signal mast am
0010% as Specified herein, Polls shall be Standard manufactured
catalog items and will be galvanized.
The mast arm p01e %Nil consist Of a round tapered Steel shaft, signal
t mast arm and attachment, street tight mast arm and attachment (where
specified), anchor Wits. nuts and washers, and associated pole
hardware.
' the length of most arm, height of pole and size, spacing of signals
an' Other appurtenances Shall be AS Shown in the Plans,
All parts shall be galvanized after fabrication per AST14 A-123, except
anchor bolts, nuts and washers shall be galvanized per ASTM A-151,
111.12 AS-BUILT DRAWINGS
Upon oompletlpn of the project, the Contractor shell furnish "As-
B01V drawings in accordance with sertion 8.20,)tiT1 of the
..S.D,O.T, Standard SDlCificati OMS. Preparation of "As-Built" draw-
IngS shall be considered incidental to the other items of work for the
Signal system.
1
S. i
1
C$6 TiON I11 TRAFFit 1161tAt 04TV611 1
W-1 GENERAL 1
The traffic signal ;ontroller to be furnished and irotailed shall
be an expandable six to tight phase, fully-artusted, volume dentity,
ewdular, solid state, digital-timing device, The writ shall Operate on 1
120 volt, 60 Cyett, single phast alternating current and Shall use the
power line frequency as a time base. The traffic signal controller shall
meet tha ryuiP""ts of the National Electrical Manufacturers Assotia• 1
tion (NMI Standard Publication No. TS 1.1976.
Components such as resistors, capacitors, diodes and transistors shalt
be lridividually replactable utilizing approved standard soldering tech- 1
piques. i1110grated circuits Shall be mounted in %ockstt and shall bw
easily replactole without soldering.
The traffic Signal controiler shall be capable of interfacing with tht 1
MultisOniC real time, master Computer. The controller shall be capable
of boas on-line operation (control by the Multisonit Matter Computer' 1
and standby Operation. The controller shall establish the sequence of
signal OhAtet, including overlaps, in conforTance with the Si0',ai Phas-
ing Diagram on the Plans,
l�,t•{ OPPIRATtONS 1
11?q,1 OM-LINE OPERATIDN 1
When Operating through the on-line master computer (Multisonic No%-
Serl the £ontroller shall be capable of operating tither in a fixed Lime
mode or in a fully-actuated mode with volume density on, each phase es ,
requirod. All clearance timing and pedestrian timing shill be acCom-
plished at the local intersection.
2• ,2 STAKly OPERAT,JN '
For the standby Operation, the traffic signal controller %hail
include All Circuitry required to Provide all timing and all function '
for signal operation in A fully-attuatad mode, Standby operation that'
automatically occur upon Opening of tntercomnect lines, FAilwrr Of cen-
tral matter computer, Or whin specified by the matter. The standby
operation shall follow and be coincidental in phate to that phase being t
displayed At the start Of staridby Operation. Transfer from computer
tu.^trvision shall not Call up a starting yellow.
112-3 CONTROLLER FVt1CTi0N5 1
All timing functions and input and output features for fully.
actuated, volumt•deMity operation shall be provided in Accordance with 1
NEMA Standard TS1.1976,
The controller %hall provide for setting each timing interval by meant of '
Positively Calibrated settings, The timing functions shall be on the
front of the controller unit. Timinq functions shall M color coded and
shall be easily identiffable.
A-9O
1
' U2-4 AWILIANY TRAFFIC SIGNAL CONTROL EOl11pMENT
W-4.1 FLASH UNIT
Flesh unit shall be a two ciet'it type, capable of switching lads
uD to 100 watts per Circuit alterr,attly at a rate of 60 flashes per
minute per circuit, plus or minus two flashes per minute. The nut shall
be Solid State,
W-4.2 FAIL SAFE uNIT
The fait sate unit shall monitor both the positive and negative
Portions of the A,C, sine wave for all green, amber and pedestrian walk
indications. The duration of a display of Conflicting indiciti pis shall
' not be long enough t0 be visible to motorists or pedestrians before the
monitor initiates flashing operation, There shall be a visual indicy-
lion that the monitor has pre-empted normal operation.
lie-4,11 -MRGENCY VENiCLE PRE-EMPTiON UNIT
Em4rWCy vehicle pre-emption shall be furnished either as $operate
units Or as modules that plug directly into the Controlle^ use. The
Pre-WOtion system operation shall be Compatible with the .Iri Company
"Iptitom" system which the CiTY Of RENT04 is currently using and shall be
capable of being activated by the same transmitters.
when a pre-400tior, detector detects in emergency vehicle, the phase
"lector shall hold the Controller in the required phase or advance
directly to that phase after Observing all clearances, The phase
selects shall hold the Controller in the poise selected until the
detector no longer detects the ~Oency vehicle, When the Phase
selector is responding to one detector, It shall not respond to any
' other detector until calls from the first detector are satisfied. The
prase selects shall have adjustable pulse rates for controller
advance and yellow advance on each phase. Indicator lights shall
t indicate Dow— on, signal being received, channel called, and advance
circuit ^.n atiom. Switches shall control sY%tom Power and simulate
detector all% fW each phase.
112-4, CONPUTER INTERFACE UNiT
interface Comeuntciticm devices shall be furnished either as
separate units oris modules that Dlug directly into the controller
case. The C Mlaunication devices shall be used for on-line computer
control of the intersection and shalt be capable of transmitting all
dett"Or and signal status information and receiving and decoding
' Command iMsmation from the computer all in conformance and within
the Capability of the Multisuiit matter computer unit and the
interconnect cables. In the event of loss Of signal from the master
computer, the Interface Common tcati an device shall crise the
controller to revert to standby operation, The Communications device
tMll employ the latest state-of-art encoding/decoding, multiplexing
' ttchnologi" in order to provide for the bi-directional communication
Of data and command information, between the master computer 4" the
inter4e ti0n.
4-q1
112-5 ACCESSORY EQUIPMENT_ t
112-5.1 VENT FAN
The cabinet shall have a filtered air intake ono a vent fan. The '
air intake filter shall be cpable of impeding foreign bodies, such as
dust, lint, etc. The rent fan shall be in the top of the cabinet and
thtmeostatically Controlled. 1
112-S.2 POWER SaiTCHES
There shall be a main power switch inside the cabinet that shalt
render all cortrol equipment electrically dead when turned off, There
shall be a Corti oller power switch that shall render the controller and
load switching devices electrically dead while maintaining flashing '
operation for purposes of changing controllers or teao switching
devices.
1IM—1 STOP T;K BYPASS SNITCH ,
There shall be a Switch in the cabinet identified as the stop time
bypass switch. If the intersection is placed on flashing operation ,
either by the flash Switch or the fail raft monitor, the controller shall
Immediately Stop time. The stop time bypass switch shall remove stop
time from the controller and permit normal Cycling operation while the
intersection remains in flashing operation, t
112-5.4 DETECTOR TEST SNITCH
Each vehicle and pedestrian phase shall have a momentary (spring
returnl detector test Switch. Who- depressed, the switch shall place a
call on its respective :Ignal phase.
112.5,E CONVENIENCE OUTLET fND LAMP SOCKET t
A convenience outlet protected with a ground interrupter and an
incandescent lamp socket shall be furnished in the main Cabinet. A door ,
switch for the lamp shall be provided. This Circuit shall he protected
by a circuit breaker rated at 20 amps,
112.5.6 A.C., INPUT LINE FILTERS ,
A Cornell-Dublltr radio interference filter NF 10801-1 JO amps or
equivalent shall be used to filter the A.C. powe•'. Additionally, all '
power Supplies shall have noise immunity from Other devices within the
cabinet.
112.5.7 SURGE PROTECTut (LIGHTNIN' ARRESTER)'
The controller shall have an input voltage surge protector that
Shall protect the rontroller Input from any voltage surges that could ,
damage the Controller or any of Its components.
112.5.8 FL(LO NIRiNG TERMINAL
There shell be a terminal strip for wiring in the controller cabs- t
net. The terminals shall be numbered in accoroance with the Schematic
4-92
Wiring Diagram on the plans. If a different numbering system is asod for
the cabinet wiring, then both numbers shall label each terminal and the
cabinet wiring Schematic drawings shall include the field wiring numbers
' where the terminal strip iS illustrated. A commun bus bar with a minimum
Of 15 terminals and a ground bar with a minimum of 6 terminals shall be
provided,
' 112-4,9 SCHEMATIC AND MANUALS
The controller cabinet shall have a waterproof envelope with a side
access attached to the inside of the cabinet door. At the time of
delivery the envelope shall have four complete sets of schematic and
manuals for all assemblies and sub-assemblies,
' 112-6 IDENTIFICATION
Every module or device shall have affixed thereto permanent name
tags or name plates stating the component's function within the com•
' Posite signal control system.
112-7 TRAFFIC SIGNAL CONTROLLER CABINET
112.7.1 GENERAL
A weatherproof type P-I outdoor cabinet shall be furnished and
' installed in accordance with WSDH Standard Plan d-6c and Detail Sheet.
The cabins, shall have a shelf or shelves of sufficlant Site to easily
house the traffic signal controller, auxiliary control eil ioment, and
' cabinet wiring without utililing the floor of the cabinet. The cabinet
shall be clean-cut in design and appearance, and shall have a metal etch
primer Nat under the finishing coat. Finish paint Shall be a durable
aluminum or hanmerton, gray, or similar in color, capable of preventing
! rust for at least five years. All manufacturer's wiring and field wirinq
i shall be neatly harnessed.
112-7,2 MAIN DOOR AND POLICE PANEi4.
The main door of the cabinet shall include a two Position bar stop
and shall be secured with a Corbin Type 2 lock, The main door shall also
' contain A Police door with a conventional police lock. Inside the police
panel there shall be a signal on-off switch which shall prohibit any
signal display in the fie d but will allow the control equipment to
' Operation when placed in the "off" position, A Second switch shall be
the Auto-Flash switch, When placed in the "Flash' position, Controller
power shall remain oo and controller shall Stop time dependent on switch
setting On the auxiliary panel described later,
' 112-7,7 AUXILIARY PANEL
The auxiliary panel shall contain in Auto-Flash switch which when
' Placed in the "Flash" position operates as the switch In the police Panel
except that it shall not stop time the controller. A second switch shalt
be a Controller Power On-off switch, A third switch shall be the Stop
Time switch and shall be a three position switch. One position shall
cause the contr011er to stop time when the Police Panel Flash Switch is
<-93
In the "Flash" position. The second position shall not stop time the '
controller with the police panel flash switch and the third position
%hall apply a constant Stop time command to the controller,
112.7.4 SAFETY MONITOR INTERLOCK DOOR SWITCH
A Safety Monitor interlock door switch shall be provided which will
allow the controller to function normally with the safety monitor ,
removed and the cabinet door open. When the door is closed with the
monitor removed, the intersactian shall be placed in a flashing opera-
tion, ,
11"-7.5 TELEPHONE JACK
A standard telephone Jack shall be provided in the cabinet for
the telephone receiver and transmitter for voice communications as
part of the communication system, The telephone Jack shill be wired
so that a telephone receiver and transmitter will operato using the ,
traffic signal interconnect cable. The telephone receiver and
transmitter need not be provided at this time.
112.7.6 TRAFFIC SIGNAL CONTROLLER ASSEMBLY TESTING ,
The traffic signal controller assemblies, including the traffic
signal controller, auxilia,y control equipment, and cabinet shall be ,
shop tested to the satisfaction Of the Engineer. Testing and check-
out of all timing circuits, phasing and signal operation shall be at
the City of Renton Signal Shop. The signal shop will make space
available to the Contractor for the required test demonstrations. The ,
Contractor shall assemble thr Cabinet and related signal Control
equipment ready for testing, A Complete demonstration by the
Contractor of all Integrated components satisfactorily functioning 1
Shall start the test period. Any malfunction shall stop the test
period until all parts are satisfactorily operating. The test shall
be extended until a minimum of 77 hours continuous satisfactory
performance of the entire integrated system has bean demonstrated. ,
The demonstration by the Contractor to the Engineer of all components
functioning properly shall not relieve the Contractor of any
responsibility relative to the proper functioning of all aforestated '
control gear when field Installed.
112-6 ILLMINATiON SYSTEM ON SIGNAL POLES '
Underground conductors for the 240 volt street illumination
circuit Shill be stranded copper, THW grade with 600 volt insulation
Of the Sites noted on the Plan% and Wiring Schedule%. Wire conductors ,
inside the Pole from the street light to the fuse holders shall be
copper 600 volt No. 12 A.W.G. Vc with ground.
Where splicinq of the street lighting circuit is to be made in the ,
Junction box, the Splice kit shalll consist of a pressure type device
where the connection of the wire to the kit is achieved by crimping or
by a compression hott. No twist-on type connectors shall be allowed, '
After the kit has been Installed, all exposed surfeces of wire vil sit
shall be covered with a clear epoxy to form a weter-tight seal.
Materials used for the splice kit shill be compatible with the wire
material,
4.94
Illumination on signal poles Sh l be incidental to the too sun contract
' price for sign!, system, t
' 112- UU, t�, ILIIIES
of the Standard SDacNicettons n nereDY suW1+•
section 1-07.17
.anted by the f011Owingt
It shall be the responsibility of the Contractor to contact the
utilities to the contract area to verify the location of the
utility's facilities, a nct
' --C&I7`- in Further,
less than 48 hours ino nFenci n9i1M alnte9A(6P2-546
other potential utilities In the Proximity shell oi0 be notified 1f not
covered by the "One-Call Utility Center".
Any damages or breaks to eaistinq utilities will be the retPonslbll/ty of
r% must be
the Contractor and must D! The Contractor's� + t���atIon 1 All 1% drtawn to Sub-
Inspected before covering. ificetions. This subsection email
section 1-01.14 of the Standard Spec
be amended to Incorporate the city of Renton.
112-10� LOCATION les, plus or minus
The Contractor shell adjust locations of Po
litits, if toat�eo cuts,itieseithetEngtnelr 5ha11 such
take DOIe floc Lionsfatithe
' request
std f the
Contractor
d pandeSuch revised locations will not altar the
' nkq FIEL__ TE__ sTINO
Before filial acceptancewi%, the Contractor Shell field tst% for cer the
installati eats and cornce ectinp thetfauits %hall be atothe Contractor's
!opens!.
11�12 MAppANTIEt AND GUARANTE to ES of
ranties
The Contractor shall furrendet him as atnpriaalhe y trade epractnton ice inny rconnet-
and/dr Guarantees acquired by
and/or
with the purchase of ary materials or items used in 1M construction
of the traffic signai and lighting s,%tem(s) included in this Drolect.
11Y•13___ CE AND DUALiT9 OF---OATERiALS
' Regulations and codes, standards, materials, end equipment 11sts
and drawings shall be in atcorda^ccatith Sections Co r ctorWill not Zbe
8.20.2(1) M the Standard Spat' The rdin lamp
required to submit letters n ro b%Vc tio^8 20 2(11�t an am o�l. g
socket positions as noted
4•%
112.11 TRAFFIC CONTROL ,
Al costs in connection with the protection of vehicular as well as
pedestrian traffic Shall be considered incidental to the other item
involved. ,
T riff it control Open at ion, to be used our ing Cons tr WC t i on of tnrs
project shall be in accordance with Section 1.01.23 of the W.S.D.O.T ,
Standard Specifications,
Traffic movement Shall be herein defined IS AMlYing to both vehicular
and Pedestrian traffic. Durinq all phases of construction, traffic '
mOrOw"t Shall be maintained as near normal as possible, Reasonable
access shall be maintained at all times to adjacent properties outside of
the right-of-ray line. All roadways will be open to traffic during peak '
traffic periods, 6:10 to 8:00 a.m. and 3:30 to 5:00 p.m,
112-16 EXISTING Ite'ROYEMENTS AND RESTORATION '
Further to the reguirvents Of Section 8-20.3(3), any existing or
newly constructed improvements, including (but not limited to) roadwry
Pavement and base material, concrete, r•irb, gutters and sidewalk, land- ,
SCAPing, underground utilities and earth grading that are disturbed by
the Contractor's operations shall be restored to their original condi.
Lion by the Contractor at his expense unless otherwilr agreed to by the
Engineer, Any unused or discarded debris shall be removed from the ,
DuhliC right-of-way Or adjacent Private property(,) before final accep-
tance.
1l?•11 TLRN ON - riGNAI ,
The CrnitractOr shall not turn on the signal system or part thereof
visible to any traveled roadway without the accompaniment Of the (ngi- '
moor Or his duly authorised repres Mtative. The Contractor or his duly
authorised repre,antative ,hall be present At such turn-on time, with
materials and tools necessary to correct any malfunctions which occur, '
All signal heads that re not operating shall have thr complete unit
covered in accordance with the M.U.T,C.D.
112.19 ilS-IUIIT DRAWINGS ,
Upon CO"Ittidn Of the Project, the Contractor Shall furnish "As•
built" drawings in accordance with Section 8-20,3(11) except for the COD
lighting revi%10n ported" of the project.
112.19 PAYMENT
Payment will be made, as Imrluded in the Proposal, under: 1
"Traffic Signal System, Complete". Lump Sun.
The lump tun C-ntract Price for "Traffic Signal SYStem, Complete" Shall ,
be made in accordance with Section 8.20.5, payment of the State of
Washington Standard Specifications for Road an Or dge ConstriiCtior, '
1900 aditlin,
e.96 '
' lKlude4 +n payment wilt be the furnishing of "As-built" plans in
accordance with Section 8-20,3(17) and providing all traffic control
which shall be incidental to the lump sun contract price, and providing
and Installing electrical service as noted elsewhere, refurbishing
emi sting condults which will be used for the traffic control system, and
all other elements associated with the implementation of the complete
traffic signal system including Testing and Turn-on,
1
t
a a'
1
� � �r � � � � s � � � � s r � � s � �
Standard Drawings
tq N{a.11.aya NF N RNw.w\NNie M roso Nw Va•r1
' lYwwr {N•w1 ew Rew. MNV*UNR N, waaa rx aNww w.. FIW NFMRN awYN<uY.ae..y Rw •a. Nnw'".at/wyN
w1 YF aa., N 11[�iyl{TN NNN Iw - 1t►`
...w wl NRraa w 'yNM N TwN ew1 w aw
wr M Nwwy aR YNI.w W!wn
Nt!lot, 1 MMY{NNN11
wixw\ NeRwYNpvw
1 }C.
U �
TYPICAL ft CTtON FOR CURS t GUTTER TV►F A
e wwawY.w.lw w� I...,..
Mau rtN N R"r...F.'.'
e%ft"t hyv{
• wwa
- I
1
."Oa�+utaa
Newt\Na reM M.NR.Rw y{ rypYNR.,yR wMMi1W11:a
•1y1RH{R lwaaMvMIM YhMCM WIMa yYe YN. I RIA.R
G.IF!{U FIM1MYYaw y.n. . .ri\
1 �' ffNtf#1. MBA rrrlcgl S[:c tut q i �
' �r.+uM�lr�• 1t �
a � 1a,r.N yleypwl �
1 w W i/•! Y
�y�.,� iwwwr+{ttt
+' 0 lulu •.n fir Niau.�w.�I.Wv re Fewi.w �ewaa+y\�..\.e w••. a.• ..Nanwl hN Mww at {{N\ w.!W{Y{ Mwu ►y FMNyTN..
aN. N Tw\ NYNN♦
e\aYe► Y .l.uwF Ctrr*t Conan{ Cuso a
' Iw@R,tr ww.l wiT Nyw.wywwn F am y.1e.�I yNyYe
\w1o.M iWM.IewNN<!N\ r'\t a{ y,w, I Gutt{t type A
eae,u.RAw .w..{.Rya MaraF{ N\.wry xwr Nl NhWYe F..wy w.Y�N f, Typ*'A_I"
{rNWrIa RW�w lwau y wlrNM .wY.�er.r aq ,
�tendw d PiQn No L
Pape Vtl 1
ONC O7M . emu ,
MATpML
N t t txa IMI M► 4 I lAs"A M Jam '
Ih" A ATAN" 1
1/♦2" i t• [XMNMOM MATtAMI ' —"—
Ih" A AT UOMT[
[COM Lm
w NIorM a MO[MMx ---
%t" gwasoM "up"
AT AOMTS lA t"a-ANAaM WTpUI ,
1/t•A N AOMI[
1/44/pT own
S" tiMMIMI "Allow IN•0 ,
R"A cum M TYIM ONLY
;240
i• •
NWtWMT At R[ rlMl[
t• /Ir
ipMDAAO C[M C011t CUM A AUNT C[M COMC CYIN A DUTT[A
OUTTtN
5tCT*N A- A ltCT10M 8.0 '
6[if11K NOTp t
TMAAS TOE SIOKWALA I; TO R 4.AC[O 4WOr hi CUM A MITTtA, TM AOIMT MULL N A
COLD NOUN t%IMAMOM WTtA,AL [MALL M FLACtO AT ALL AT'D • -CAS OF ALL CURB
WTNN/, AM IT MULL N ►LACtO AT tVtA1' FOURTH S=U%L[ AAML ,
THt CI ' Tt MIII FOR i10111ALPIS SMALL CONFOW TO TIN ROUA[M ST[ OF CLAW t II Iftl
TIN MAMMAI MAIM- SMALL St S 1/[•
CITY OR RENTON '
Mt-AATMFMT OF -Vi♦It w•AAA
TYPICAL SIDEWALK
DETAIL
Far►,_. . .�.�._.wa_
ALTERNATE I
t
tN114,41" JOINT
' [INNLON JOINT (TN.!
Q
f%NNSION JOINT ITTIU
MR V••
[spa#4 " JONIT -
r
SECTION A'A
' aty
/�T f ■PNM011 JOiM.
ALTERNATE 2
1 mwaoN Jo•rt ITt.I
t Vo ,
GENER NOTIS
'JOINtS JPnh p•rl ►. dye.. o .N.LI CITY OF R [ N T O N
a .. 6.•.y. Sr r1M.np n..r
••►•Nt N•NT The .u•.Ic VISITORS
"INCAETE con<nr, r.•u be r• .w Cie" 6., vIi Pon
INDUSTRIAL WAMMOUSIN6 DNcRgra T
oil .•rr•I.•• 1►.rl.n• c.I..w .•nw.1• SNOF11INS CENT[RS
PKICEDURES All .M ...II be n •.cr•frN.• with ••Ir♦ c" rw.__....__.._..... who sm
' 0.4.6 wIN .•..Ili.wrl.nr M .. •a..h• in r.w
ALTERNATE I
r—ts►ANs1oN JOINT IrT►1
r J�
EXPANSION JOINT I T'►1
r
Jew
EXPANSION JOINT�
txPANillSrN JOINT Irrrr
SAwCUT EXIST PAVEMENT 1 0'
MIN FROM OVTTER "NC("Ol
I" oowr SECTION I.. DROP
rp(1►► Or
SBTION A-A MVINt
"E.. P
^EXPANSION JOINTITY►1 LIP FINISHED
r0 I" RADIUS
A
ALTERNATE 2
y� I EXPANSION JOVNTITr►1
i
ti
'b'y 4
`1 r
GENERAL NOTES
JOINTS, JIMe @Ae11 be PNeee ee Mww I �•
#-,weer eI we tpvIN«
MATERIALS, sN«I ..I reu oenwle CITY OF RENTON
CCNCR[Tt skam be today emu t11-1/2) e" ePlreMel 9114101ttR,Ns DIVISION
P«Iwe eIeIIIeegnN STANDARD
PROCEDURE r«P.e,►aap.IMn+'.p w ew.p. w Saeculeer,My
ME AIVIeEMENT F« e«e.eN w'"Oel.rear ene Piet"60.40 ewne5 CEMENT CONC DRIVEWAY
►ArrtNr "comescal..eNwl..«,nNla...,M.,.,• assITI ocown DATE6-801'*'ai
DNA" «XD�-
Norr DRIVE LTs AMC a'T K■, SIN♦ALaS ARE 4" r"ICX AMROVEO
re
' 1t
�t
y
CAST IRON FRAME ♦ND COVER EXTENSION RING
Ot.we c r0uNORr we [�[t ON [Oua 67T+�3WTR IQ„-I
If
>�s `t
It
or CWlE9 INLET
{ ,
' '"'VoNE Ne Cl IS ON EQUAL pt...Towt Ne Co.,? on gQ"
1
CITY 0► RE NTON
' [NplNtt NINS DE..N,rt N,
SUNDeRD CATN pS,N i Cume a.I "
Deut�ee � Del.fi�W�nle Ne .._..
C.eaee gab Nab tT tNDa�,
_. _ _ ►revee .i
<, STORM MANHOLE
STORM TYPICAL DETAIL
NO SCALE
Getine Olr Idrf »••20
-��- or [quo,
-- Adjustment -it" Met
Cons
• --�{` --_- Precast Section
sNDs - ��" Deformed Bm
i
-- Ladder - standard Aluminum
or Galvanized 3Hei
;� --- - Yu Dye site-[t" 10.
tarter Fillet n H
• min .7r:�; �1, _. a ,•(.�,•,.� PrecasteaseStation of
cost In F eee
•"Min
CITY Or R[NTON
[Me1Meln-Ne eon Ant Mt N.
STORM MANHOLE
TYPICAL DETAIL
�•����TANOARO
PAINT LINE DETAILS
WHITE i
APPROACH LINE
--14- 0 -----15_0" .F' 9 0'_� �4„
SKIP YELLO \1 64
4
SOLID YELLOW -
1Y*
r
TWO-WAY LEFT _ TYRN LANE
SINSLE LANE ROADWAY
9,0 15,0" 9, 0"
a RATIO r ---`�
YEIIOW —�
MULTI-LANE ROADWAY
4 j 1�
YELLOW -- 14
„
LINES SEPARATING DIRECTIONAL FLOW
DETAIL •NEST
H
' •Yu1M•Nwr Y Y� ,.
' 11•N IIH•�M NN �• LYn\.NF•IY\I Yr•n LLY �.
��f Iq1\NII�N MH IMt. �1
IYN•\±F!•Yw RH•wl a
i ...aw1.1 r h•NN• w I(1�
rlwn YYI YIII•.x N!•HI •. •w.
nMl•r.N w rN• / �.
,W Fwl ewla r..�+.i Lita1L1lN,NY►. L ; ..
Y MN1 N"III MM - �. �i Y.rN t.� w • nn • rV nr SS``
� nMY IW F Y\.H I 11
NFL y1 NM MYNt
M � M!I! .r\1r'w rll.n Mlt W�YYH IY M
t .. tUlr NNYY WM,SIV\•Y YNxI a NMNr
!11 NMI NNN NY/1 . •W 1•.Nbal JN
Y Nr tlNNI
�1r 1•M IIYHO
(rN.l NNLI MMn 1\M,
N er Nwl
YM•L VM.IN nu
NY•IF 11 LIM •
I
1q IIYNF YF.W x N.NYIII NY•N Y•
..�\!`I NN NIA•14m YNY H Y�all Y,N rYrIM l
INY F p1ury{FI N4 M n Y \•1 I
_ % «
..tW.., .� ° 1Y 1':N."'I H�'F- li III'
YYh 1 , YN
77-
LNF•NM IW VY\YY NN N11Mwr �r
1Y II INM N MIW N IN
HYAYI N\IM•r r•M W tNN,nA n. ��11
M HN11 tlRH IM 1 J.r 1 �{.
H MN NIM•H{.. '.. I
M••J r1Y M 1Y1 nY h' GYM NM H N w
M.nI N N
a.
1 'a rM r NH,Yn•M'Y 11114,.II1.
1, I r rN IYY MNIh•<M N WN\YYI
YY YIN.HrY•
`MI•YI•Ip�HNaLNI N M. • ..� N
NI,r1Y M Mlhl
NNW tW p N\tl rY,}NI
YM Nx
P 1Y WATER StRVRE
F.N».,N ry L.r•a
NIMIINIII IMY . ..
,r wq,aYH
■ WATER STANDARD DETAIL
CITY Of RE.NTON
n0• N..� DEPARTMENT OF PUBLIC WORKS N.I,IM. YIN
TllRr. 6e.1LITIA HiE
.b 41Yi1 •YII •1 y1h1 ... '�.�• n w. �_
M A4yA 11 '_'
• N IM ,t ♦ 11
to Y r y
b Iw r r In • 1 •
IY A!A M • � � • • •. 1
' • .. .aw b n,rrlh aNw1n p p y.hr
• .. .n aMtM Y1•!1.NA•ql Mt
•••YrgY MMI r
� ,.0 .. ...ror6NM ••..o y.w MlMlb iNrW•wry. r ...
Nt 1.1 t
CAST ON was Tit ♦JOLT 'DUG-tW' NETAIM[A Cl AAI1
FETE NVOMANT AND"It 1A4.Vv
TIE A00 ATTACHMENTS
WATER STANDARD DETAIL
CITY OF RLNTON
.,• •„ ,,.rA DEPARTMENT OF PUB; IC WORKS MMAIM.M
1
1
PLAN
1 ..
iELEVATION ' ELEVATION ' ' •...
1
12" GATE VALUE INSTALLATION
1 �
i WATER STANDARD DETAIL
CITY OF RENTCN
�•" ro K•,� DEPARTMENT OF PUBLIC WORKS
I
]{ wgrM 1<YtlIW.yMi yya q\rW
IW.w tYMlq fWwnrlf IMMx
i MI.W N•d"MWi.Iwo ra
IM lWlq IrM N M WM<�1\
wOTR
� RIR tl M r N M rNW1Nr!n UM\
niyNrrM lllq 1N Iq\gMR lyyir
W Yl1ti[illffl fyl\MI Iy
y 1MMin^RW Y rwlyd\rY ynMHtl YW
PLAN {t W.n il\q\1rq MIW tH x\rINM
Na 4Nd M MMIX\ q rNr4r11 r\
rt OMIM rnM1H YM vi �rNxYA YYq�wl
pn N MIM
Y Nigl\-x r,
rirllry
v IIM«
Yal it rM �'.IN\rN M•eN M nllY�\rNl
n.n rnn u..yr •n. x �NVV{.NI WgIY N4•
y��t� �iavacc dMR T Yrld rMYYa tqt,l
MI fV[ NMr (It w♦ MR:y� YI
MRiM xM µu.'v
\rN1 \ Mdi-�L_ M W.(IY Ia yMl;dln
l}t ry Y4R 1 dN
IY\1. :EHW
+.agrY1.:Y•rt xt Wr((^ � �`f r+i IM rrt.•r•Ivl4 q0` I � NIaIrY\lYK MMr..iq W<dtR rt W•
MMrInI\V 1 MM ��r\n \\M .trl\'4.xr WVF
y f+r^Wi W
" ELEVAICs EIEMTgN
20'AND 24'
BUTTERFLY ALVE CHAMBER
WATER STANDARD DETAIL
CITY OF RENTON
DEPARTMENT OF PUBLIC WORKS
a.t aNnn W[,Ipr.w YNI..
wYYtN\N,l 4w.Yn[M Wa
RR,\l
f,h�!i,pp�IY a Xwr.r
1 MIIM I(Y,w
r(•�-- 7 —E
jI 000 a to DETECTOR CHECK
----^ n 4u1tw4iR rnl
(= mr.nwN ul
WnY.IwYn au[I I 1 J ,Iwl //
Y%a Wn tW. MIIR' l.ttm ,W%,... , . .r ri.r. \,.r
[.wNh wNw+Y. � n ..ln ..r p%e...Wt.IIII,[a iol• . M%MR..,
iml�NylM Nnl es wp, � ,MM%N,w.w
PLAN IV X I' DETECTOR CHECK erneiM Wl.Nn.,t RM wr\I.
Nnl Yi,-y r ,
MnW%.n I,t
M.e tip tY. iW,! A
_.f11N'X nN
. p9tw rYR,art 4%.IN[re 11 waR Vtl Tl % 1.1
Ym.-I.Y4iR N1n t0 ... NNI. .Ynn 1 I !"F , .
Ra,1 t p%IM Wc.Y,i...r ! Rl lM i1M
t. Y V tM.• �.�+�T—.�.
t1 MI To" Goa to DETECTOR ONEBK
, Ipul w,I n nr.�w w.Rr I.RI,Y
\ 1 ip•A.ml W% �.rill.Y Yr.o�N R•IPa Wt. �.[Y..NIYII M1,r.,11aiR W Y..[N
M.'.I...t ln,.l M►MM.N.IR tooh ,Ya
I f Vn, %.r1
4\.,Or M Np l,Y p .rY/MY♦
I i `f � � MtitW UY,w.n1 1 .�N 1\a Wttll lM tlYf X.XRn
WY41.
1. Mnl p w R , .'4pW.IN.91r yy.p NR ae Yyl Rlp,
' �Wu U.. 1MY. • M N N Ip+Y,i n N tnpi M"m ,
ram. I.R M Ofl Y YW:.w,Y MI.I~n IYMI,0W pYp
1 I VIM".V W NN �n+w.•YWYI w IRMI MMA aMM.
r �1 - .•
`rT \INfi 4111VF re.\WYIX tlNN MM.p
w 4MY„ %h M 4Rl.KM 1W,MY
IN W W�1 t.YlYp..,nh.plpn lIp y%
I
ELEVATION So X 1'DETECTOR CHECK
811 111 9 6"
FIRE DETECTOR CHECK AND METER ASSEMBLY
e WATER STANDARD DETAIL
' R CITY OF RENTON
DEPARTMENT OF PUBLIC WORKS YM.. .a
i
�r
{
�Ww!nYtYn Yp11 1.) ..wli
{n�.Y•n nw1 wn�N nNn�w
1� p•1'.1'•Y IW M1 TINY IMYq
\Y1Itn.\Y Nn-N
PLAN
. N\Y\rM\m.�M1 YYNII�
IM. r.Mu1.N \IWI
._.A
1 • Y I {nMl Yry. M�Xtl[ICI NN wN W.
� i�YXt N IW n NtlN � IqY\b Nt.wY N.IIYWI
.Mrtll �Y. YII\YI ! W NInR n0 fMY Yf1
I.1 Y 1' n O 1 11tliY\IYh b nl
NNN\IYI YIIr1t rYY , � V'Y I' •nrYl
t�t 11 nN l A Uw 4',. IIYU tM\�N Wnp.
pt\MY M11 YIMI\bXYwIrW In, 1
W��{�11 M.f. •� I 1�
�I
yE � 1W pY\P.N.411YN
P` L•1 ••._••_ V4\h1nM\W by 1MM\
jI p IIYWY IN 1 NXr IYYYXY
� NMN nh.W[YIYX w\
I�1 1MhX 1 Yl\YM� MNY Y\14Y ,
{ IW01 I PFYY..ly 1.NIPI UY.
LW\^ INI�\I NN{W.II NY \IYM1 1\.11
YM Yn.n N.nh.Y4 IVYNO '
IW M Y\YYY � Y\Y1 YN\\Mn{
1 NY+Y1 p 4Y\+1 Mnfp.N N1M
IY M NYt
f L[VAT ION t
6",a"S 3' COMPOUND METER SERVICE
1
WATER STANDARD DETAIL ,
CITY OF RENTON
M.ro�uu— DEPARTMENT OF PUBLIC WORKS N.n. .h• ,
' � -�� r .Y.n....b•bill
Y w1 Ns: rn.Ym IYI.n Ym. Lfd[.rU m l.M NY.�K
mw.r4N MYII b aa.Mw 4 . .✓. . w111rw1 4e Ir all nY.
YN MY a.l✓iV NY YM\MYYY r,N4y rw1111�11Y11. 1:111
aln.N Y 1 t MM tIM\:Y M V U va • r+
1 ^TI .YF� ` 1I � IlY rli[w R•Ytl...
l.'. � I.a.F MnT n. nRw.•
I 1'IY�... .. . ..mow,
A1: , , _ _A
w owl
I 1 �ab.Aa.W �. . 4.0 NnnY NY lMa N
I Y r W NN
T • M 1 WU AU.Yb YY1'Yx fNa 10.Ir YW pM�.y1.Y \�l IM
N N M a.tl.Y 1 Y mA IYT Ma,n r rw4 1'd l\M \M
i FT1. . tbhl^.� \n11{YY Yn nK xY1..1 al.xnl.A•W
\ • Cu..[ a.^ � PO n n.n.Y we lMa N ITMY Ne eMxv
wx+n,•a tw`a Yal l .:4F'iw+ Nf@fU Yn1Y NN M
waa•�r'an aa..�..� 1.1 e4rn F. on4n caw
.eau nn.•.nx ee✓. .N ra.rMl.a
►LAN
MT W.gNYrN aYY.:.
w�V
i Y'M IY11.ba.MT1.NYc4: IM.
NNtbwu�i.«c:�an•.a.Ma ul N ��, � i ..,-...,..._-.._.� i �
lmw N.cmK a.om.K...n �"+�..,'j r•-w...�
awn nN:aanwtra
fM-
IA
►pK.M.NM W 1
IVry.IY.4.,e 44 y
' END VIEW
10"K 1".B"E I"IS 8"X I" DOUBLE CHECK VALI E ASSEMBLY
' B" STANDPIPE WITH FOUR 2•1/2" NOZZLE
CROSS CONNECTION-BACKFLOW PROTECTION ASSEMBLY
WATER STANDARD DETAIL
CITY OF RENTON
' s. m I[al DEDARTMENT OF PUBLIC WORKS .. •. J
tW sel ww a•1••1•
'Wryr IM r�wi MU r1a lU►
a yy qh�rrrr XTf.p
rpa lyp M +X FII Y•'Nhr
4 M WI p pYl
I
• � l „r N.• p\ M.N Np<W!p
rp!N r�J
to 4
1' 1
J„• �I• ! R 1 rR rw .
—N • wl Xw1lYn nl arawa
1. !M N rw.l NNarJ�wh NI
IrlrR Mrrvl
SI I r: .0 Mp r1r1 NNW1.eµ N r•rl. yaNr
N•Mall Nyn r 1 �•��1 �,r . m rX FX. ♦ atlNW Y.rr Ip rwl N+r
•tpW 1 �W r^Mal. Nt Iptt N,p1.,n trXf°f N,••Y1•fpN•y
Yit.ii N aq,�.��R. � ' MI Wp N4r� rRa..INY\MM aR r!1.•.N
JIa•q t NF MN M\X ! rwu Ylr
PLAN
pNn w wx•. 1 1�
I
I
I
i 4
�F
N' m!nN Iw n Lwop 1:
' 1! Na Y J.R OlrpR!r•i1.•.. .n
Walk`.
......._.W •As�.J.Lem. '
....NIX aa•r•Nx'
ELEVATION ,
10"XI",a"X1"66"XI" DOUBLE CHECK VALVE ASSEMBLY
(CROSS CONNECTION NOT AT VAULT)
WATER STANDARD DETAIL
CITY Of RENTON
�0Y" _ DEPARTMENT OF PUNLIC WORKS
CONCRETE BLOCKING SIZING +ROCIDURE
M M,MwYwF w ry •
ME
alai CAO
M Y w W,•Y a+. i4�n M rY • • y rr..
FM •l,yY a1F
:ru�,•wW WY '
F.wF.•..M1�.•.n.aKr.N »w\w. w
1 IY•WI a'w 'Y rW w•YIM,4 M1FM r. �`
. .. At-41140
._mar
!
taxi�I . r'•.
lit' 61 NO M• SAW
.„e aw»» a-a ii44r ,�. •p ,ly};w. .. FIGURE 1
I M,ar YyN a»».r AN. .1.•'.w'w_.1_s.?;�—r•�,:,,�
+aFNa•W .M•• w.l,« MMt .OK CaM. 4"KAN tW SLIxa O
1 aaFa N aw»N lwrr A.wa.•La1C��-!it�i, `�- .., m Ys,TYWIO AM" ?I
' M'w~•' ,R•r l.rii r4111'N 1�n Wa„ Yt5 FnR'r
vou
' . . . a , 1 u• n ar ,F. . r
•Ft=r`• 1 N,w i 11,IY f,M \IM
Y I.' 1 AK wN wa.1 w tl t4.w•YIa w Y.YI( t N 14 . I •. '
N w
O^,. i
TARI t Z .'
' �. •��n.r••..,a,wl,y.l�ALif29e1•.t.#.1 ... ..� • ,,. ... ........
• 44 •
.r. •i vwa•N iF»»,�,•Fr a,yN•a\.e,.r f 0\M
•�F aNM
WATER STANDARD DETAIL
CITY OF RENTON
' DEPARTMENT OF PUBLIC WORKS .,.r.... ..
_ ,':yew xwy' lrirhh,'JFF..'�Y1hi.N
M 1 a.'•Yy.ey Y`N V VI xy,
u ••.Yn � � FyIU
• w. .
t
FI I�Yh
RAp d. �MJNyxY.,;IwM�.rq
..ax
FIR' HYDRANT OWRD pot YS eity�i
I •4nw J
.We 1 a j•.4"
Iw•T.x.WI�M Mh w� .
IYy 4 x�. ,AyxJw Y 4.l•�.M,'y
41••`�xf`tlf N � T_'
•ham"•Irt f4Y
IW�� .f. .•IN
fYf1Y.Y Yx.�y
SA'JNtlot,
r..IV.Ih Mx..y
• � ww FeY 4y.r
a... .,�.�J • JhN Iw•AJ xIR. J.NW_,..,,�.....r
1 _ �•yf.y 1�!YYJ �1 xN xY• •v14 y.t\
w'•r_..._-- �� �JYJ•J iMNYiy R i too"�rxY,44i; Oat
MMr..._ M yy1W wWw
F CU,T OR OCAT ON RI
l
». WATEnc STAtMAROTV OF DET 'L
x 41.1
UEpA1iM� OF PURL C N WORKS
r
r rp1 rN
NN wIM1 jY.h{Y
—
IN•Y
Y Y'NK " Y wYNFY CFI
INIrR Yr11N 1, INN Y YY�YI
r9'� tr{r�p1 FYI bN v {M
r PLAN
' .N Nql itl.11Y wp MI,
pw p NP ww N, pYYY
Y v Fmw.we rLw w
r rear{xYe p .
r YIN.FI.w
aN r rwww �
rNf(i
�IJ' r Yr. YYwY
rY rIiN11 it•M I
1/
{Y'YM p 4rN1
� NN1 NN.1 I • `; wIr1F1�r IIp•- _
rFIrN fV MNN INY NIe.
rEuwTroH
r
rTEMPORARY p• BLOW-OFF ASSEMBLY
r
r
r _
r WATER STANDARD DETAIL
CITY OF RENTON
r •m .�•' DEPARTMENT OF PUBLIC WORKS u•etwn, Na
GENERAL MISCELLANEOUS DETAILS
VALVE O►ERATINE NUT
EXTENSION DETAIL
In I{q IYI^
IIHI-
n
i�
i; � 1•RIM VY.
UYX.a Ywlb
1 In'an.Yfcwn
wnsntte W:n7aalt0.ru a+•v»..
t.'{blw w NYIY."It "Y..w
i Yb�rW»griYt to ryryf�fYN »ft+ll0
A III!M t OWtl.YMYa Yt 1\Ms,M 1! t t4•MIN 4iYfb'.
M w0 M wa
0t bI.NI., w Y N wY
Vry W,4k.ali� g.are..
F walnr. 11 wlVlll•Iu IAW It." SHOULGENERD
NOTES TXAT
n...wo 1„+� SXOULD SE OM ALL
WATER PLAN SETS
Y+tIL..lc4t.
f nI A.
114 W'Ib'..Y+Y.\•..NI.wI I.,ww0M.
VINE MARKER POST Iw s.lY n4 M Yai.a11fv4 wrw.W lY f.fM,.n1w M w
illl If.M'il W YYMNHw
ELEVATIONS 1 .'.fwn.Y.1.",I,waIIM wr w wYIMb w'1 411 Y IY
H I.YM'1a IAMI*-'IV»l W M'.\M IYT\III.,bN1.
.re'f
{r...Nb'Y.' y}M twR1 Ily\�rllb IT nN[YIYFY 1. N•.
1 r.ryy w Y.1 ISY VIAi1 f VA"11, M MI FII.\.1•Y b1YI r.•...
,\ �' 1. b M Y HtMI w Ylk...'t•4f MIM•4 A.tlnr
f. .
•. p 11IIN4,I N Y IN11Yr YYH NM,tN\ Xy
N I..Y YN'.1 11''M.Y M YTI w FI1.".1
Mt'Nnb. •n r'1ub Ibl 4 Y MYn4O Y N rnYN
MI' 1H\{ IY11i{.I.tIN�INMIM�YmM•��N��rN f W IYIr Y
N1Y W.10..M
...y1 MIY rMq.1!w .P YIY Yrn It IMM W W`f M n
1 1 xM Yru w p N fYM N M' �\N11rV 1»N 4w.
I �" . !tI N1M YM\WII Y YYby MW W in V41M'n YMMM..'n
IN w'I.IH M K w t' I WY.W W Y•MMIM!NH Y».wI N1 MIN w'Iww'r WYbM...',M rY•r
AAAQ.I i N W t.VAA NAW
\YNM\'M14.aPN'W.W MAI'h,M Yn.e.r11 Y Mr"Y
Y.Y M~M It*YNMNI.N
! II WIIMWN'IYr1YI I rYM4...VYwN nI WNM'I MI•'Ir
Y'N M 1N.Ib{tY11MIlY
NW*%I Ion 1 INI.14n.N MNN•I 1r,•w V NIIIIw.Iw
M.w11MN N w HV I!\
.gqMylkIyyw. ....IYerY.IW I R I�M'y+al.»I,`Wry 4 Y 4MI
MIR•'.4 Y YIAq�Ntk f1R.(�IMI k id !vr yYbvl.N b M.Nry YW Y�1 N1rAIV\Y b N•tI
fMi rl 1 n nI IMY\W YNbIb W SIN»II N Y Mw•M b IY IMMNV.Y:
>>a .• Y Y-\.»YNr N t14 YIIr
NIt�•ile f iq�■*�q.1i �y
!w^NMrWI 4 ry f1( bllrMlR 1, II M•�I M w M17W, MMib'iIV IMlttyve�II YI It Y�ilf'r
W. YIM){9»• Nl N1»F »Mry xp.YwNwn�Ifly
fR�qII1IIMpM IttTNF.q»U»pN4.1YGyYy11.N{�YR1 M wkWWM..1Y V �IMw MNIw 1M v IWi..y IT ayr.w lNia'V.rY M..I
•NI\MwIfI rum•. �
WATER STANDARD DETAIL
CITY OF RENTON
DEPARTMENT OF PUBLIC WORKS
DECHLORINATION
TMIATlRIR Placm AMOUNT OF CNOACA"ILLWIMQ
pwwwwwwbawawaaw whrwnwa ww.si�wew+d Mwwrw,�+a-.�Mnr.�.wwwwrmn«ews wn d.
APINUON"aft
h Mw dtl<Ow'anw eNlnwn M1wtMa wweawh+wea,saw+ dM1CMnw+WiM tNw� MrnrP�NMt'Rv,whwR r:.
MM1p wa Pw drtww++wN awwaae awawe Ne ba!^'ron nn *swrrwemM eunwNwwr wHMwwV.f.
YVe TwAswY ^d�YM\@(ew t'bnn:S[cr•+h\+.^'n M1 ew+n
Alcrvaa aer-woa bw
lAw 1
w.-+\rY wca ua+ wwr,at a aswn.,Yw,iy..,a.aeaws a twrrww wwa
arw��IMNPIe� NYl!'Vx1 C.ovwwp,e b M 1�OMM.d wwY'
hewnew aaw-eeoc wwt o+a tooa anon
Owtwa its swawl Asaws ItiWI
wYar
e„m...a Ae1w Aew+
Uo�uw+wsb Mwwa Amu• a.ta.
14'w IPe� INranyoroM' ldew tasMTM
q G: eq ev
w o• sw sw
14 et DY O.tl
M Ot ey 0Y
' Mwe Aw�wnn wyyn waN gytndhn'rOrwmn
MV Yu w OAp'H M lMMw6 MM1�!d• rnMOM
eNmoY dwe n yyy\d wtM 1Mwn Ygwwr M MMn M
� Ganw NM w sre b M Yla+srw Y�wa dwr h tewwx rw
aswaawr awes
1
6In- MIFPUYM
' 1�Ms11lM
tw w eawr arwaNwea um w«wawa e.mww.a M1 VIw www W ban'\
avkngas wN n•smlrww^I aW sM ssa^a w.N+m+.wn AM i!Nw
11lt+'y M1 iw'e0 a"•wnt d•wfMY+Men tYxvrt\Nt buh+ W as N t ll{N+/�a sYY4
Ille{Y ywNdutw+y(HµY 4 aM)V�h d waY•
� tw WYy��I.wt�as UM1w:mW'nMudhtMe+abN• a� w1w ll+�u.
+��ea[1fa M1iGwM+wl hO MrJaNWMbam MMwM etW \ b ;iby,
b MP'Hr�he XY'r:bw'NtmNWtl Yan Mw'wt
MhIMI M a eetwa'wawn tW'RM'aRe YMT mM w YO ue:. ..1F'a
�.. hbw Mews nest YxwwrylMWwm waMMMwMwNe•
'. wnmu'<awa•wwa w".b cMe.nupa lt+OyMR��M pN 1f \Fv 1 a w
'hwaeb Ml Mcwrw.+WN wM ew+MOMMro a nY'. vsmM14'W
PROC MftDw OMWWAM
I _
OwIY.V Mr '
an Mw=
i
WATER STANDARD DETAIL
tCITY OF RENTON
DEPARTMENT OF PUBLIC WORKS
t
i
.a.•«\ vw WI. � .1 r IM NwNI gllp
Y.INNn Y.N Mw�w
YYF wN 1 �►Nw•
\.NN
�•swot uwce ANp MALDYW uwEN
PLAN
Zl-
♦ ' Y.1. �.M11M\..M.IM\�w N11
.. a :M.rW..1•iaN M!N I.I N.i..
J
CONCRETE MKI(ING
ANGLE OF TEE Al MAIN OVER 25-
ELEVATWN «• 'S ««.N�m�.w yr�•u
«.wr av r t M.�Nwl
SIDE SEWER CONNECTION TO EXISTING MAIN
' ELEVATION
y s1NN
Ot1 1
TWICAL SIDE SEWER
ELEVATION
W K KWKA HATALLATKNE
SEWER STANDARD DETAIL
CITY OF RENTON
wo. le a..l DEPARTMENT OF PUBLIC WORK
=fi•Nr m '411��Irr1•YITI TM!MINI , wa•
1. Ypl .I •rM1 WN` 'Tfi.\NI 1. yr•r
Yh IP..wi •�•R l Nr«
M1�J y •a•IL'
/„ 1 TMi ab YM\xaa„
µ IIMT - , � N 1 �1.•rN
jj M In,M OW.M •� MrMF.PIP W l N �
i::i� IMh.W�•IYp. A wwwW1{w r._•,W N
' r M ury•.{li i !• MN•r s.N yNl x r M�
w lr Nrl IIm N•Ir N ra 1M1 ufi fy�.
i IXT4•'Yw W"F r W
'LAN .r 1 ,r Cl[ANQUT
DROP STRWTURE ym
film{w+,N.. warm IwnrNl Y Y a i w...,1,„,1
r-�•r11Wrr w.n a 4N.TI '
tN 1
+1 f r,en
tY ,y;r..T, t^•�f.I Nfi'Y{• .. rww
r, .I •, w NNIYNx _ _ .. '.. . •+.MIN�Ii
. f� � Yrn 1•rl. Y.
"tiSS}GIyRTZQ+.. ,.r.nr4l1•Nrfi•fi rwn. P•�'r'• LACr(SCR
SNQRl MANNOLf . . Tmk
L(SSTHAN 4''Q" DEEf y..
. •r- Yw•,r wr.
Yb xl
r ,_ - tlR(vM1N1. .N1 NOOaY
{ w nrlW
!wYrN ur -Ijl ••• rx N wn.
V• NM 1•rhY rlrxi wr la.a•Ir
• .r.\tMM Wk ♦••
'1 riwllWa IW+4�r whur \ •{. ' 1,.
+t rww.,Y 1Ni\M N w Y aYrM bb. I IMrb1
„I + ` fWW•11P11,lT
+A • . w,t rP1 u..4+.TIIr wx. Ixln PM ^0
...x,«'..,. � , . x•M.'•fi r„Lw Wc.nx.rW. vat/'axn law.* w41
4rN,aM • • ' j•'•'••� ' •• .ry yO FryA U`WiYlla nN Y4.M
«r.' w•it P I4f yl xlbT.
' '^!,'1� yyF'{ Yi . . ..u.V O.H W N M IW P'raf a �, { •' I trtYh
• _..�1� •`Y.Yw.IxIMVt W Na.WM `�I
•N MYI w1Wr.�xb��.{I.4w .IM IN\•Y •Y
4,�•\•1 Ai 1``tW YN11W
•N•h.4 Ixr N N11 rx w x . j :
' IaMthl.MM'.'a W.. I W,4r tWYT IN!W k MIr11 P rY � ` '�« u WN
fTANDAND MANNOLf N111' fi'"'{•4 w r wr\
lrN••tKYh TTPh fUFCM•11NCa}I rl h.
MINIMUM ;''Q' DE(► x�i`wwiwNapn
►I►[ 11[DDIN4 CLASSES
SEWER STANDARD DETAIL
CITY OF MENTON
DEPARTMENT Of PUBLIC WORKS
S WE
Calling�0irmp�c Fall,05920
or 0400,
Adjustment- 12"Mot
24„ '
Cone
19" ,
et Precast Section '
•il 4"Mm
- Srep{-e/4-Deformed Bar ,
4
7,Min 0 ,
I`
r
Max P"Mn•tI" I.O.
{ Ladder•Sfehdefd Alummum
of Galvanized Steel ,
{
Shelf
Mortar F,ner —� ,. ,
1_ r t Base Section or
Cost i
♦ /` Cost n Platt ,
d"Mm `
-all� 6 M,n
Ct TT Or II[hT pn
SANITARY MANHOLE
TYPICAL DETAIL '
.a{ If
/KI►tITTtO
\.1411 WALL SNACKS?
SS�N ALUM ALLOY \OSS-T•
"SRC LOCK\0lI
16-6
FLUSH IOINT
i
TA►[RID ALUM •Olt
[1\ WALL ALLOY t003- T\ 40 0"
orSATIN \ROUND ►INISH
I
SN&
i
11"to It"
SOLT CINCLt
N11"SRC ORLY \fl fJ/ K 1/t"Ot SOLT
ANCHOR \Olt\ WITH `/W a\Ovt fINISNtO!
NYft too WASNtNS '\\\III///
l oRAoc. �
S"00- ISI 6,0paOIt
�"�\"O►t NINE
/'w/COVtN ANO
GROUND IW' f/ • S SCN[wS URI
RS"
�....-\Op-?\ WITH SOIT _.__� _ LKTAIL
--44�- COWNS a sill \c11cw\ �. P. SKEET
STANDAhD 401 DAVIT POLE ..�+
IrSited as a IIIB /SLI►FITTIER
`\\ 4k70.D.
\.219 WALL BRACKET
\ ALUM. ALLOY 6063•T6
r^----- .VY'BNC LOCKBOLT
I OR 1B-a S. S.
FLUSH JOINT
0 D
TAPERED ALUM POLE
�219 WALL ALLOY 6063-TS 330"
f WIN GROUND FINISH
SHAFT
I I"TO 12"
BOLT CIRCLE
(4) 1"BNC GALV.STL.
ANCHOR BOLLS WITH Q 41/2"OF BOLT
NUTS AND WASHERS CABOVE FIN-
B"OD• 111 MANDHOLE 4 1f E GRADE
A'■G"OPENING
GROUND LUG — N✓COVER AND "-I
S S SCREWS 10.
I'6" BASE FLANGE ALLOY I
,6063-T6 WITH BOLT S �S
-4`+ COVERS6SS SCREWS -4— DETAIL
SHEET
STANDARD 35' DAVIT POLE
" qT..ri _ u f�l rr • ..' '�. c,n.r+..•+ u. crstr � I crcrslYr �
4' ` �y
i
/// YR..Y.tY lCO Ii!Cbfl YY p[t.11l
I T�, ( ryYMI�LI �r CltYL1
��_ � �r .ram_ ..... ..�.....w.....
v
_ � �rr�r��rw �y � lei w"r�....-- ram•
For, fOUMOAtIOM DIET
t OMtT
's — rns w ec.r. rese�e w {�fQ{
PM.& DETAILS F�Ib' '7•�°`r' V
JUNCTION BOX - DESIGN B"
5/16° GALV STEEL 1
COVER PLATE 1
(DIAMOND PmiTF.RN) I
I I
IB
A -B
N 1
--#�6 GALV WELDED WIRE LOOP 1
GALV. STEEL FRAME ANCHORED IN PLACE 1
(DtAMQND PATTERN) -�
.'J 1
SECTION A-A SECTION 8 8 ,
1
DETAIL SHEET _
JUNCTION 80X - DESIGN "Co !
INTERMEp1ATE __,_
1/2" GAI.V STEEL
COVER PLATE
DIAMOND PATTERN) 1 1
I
2a"
I
B
y
i.
fV
- i
•�M
s3 GALV WELDED WIRE LOOP
-- -- 3ALV STEEL FRAME ANCHORED IN PLACE --�
(DIAMOND PATTERN)
SECTION A-A SECTION 8 - 8
DETAIL_ SHEET
r L-5�
�
.e ct y.�_.n.r t.tea�a� �,,.�rr.,..•► r .. lGiL:`
,KY--
r
M y �r�A• �~' M COM[GSN.LYfwiit�
I w•�. ^�Y.�.�.
0� .,
i
_ FOR rouMoAnoe o[Tuce owe•
:...._r..r... �~ ----_l -•ram
CANTILEVER SIGNAL SUPPORT
.wY,_._..._._ ,,,_.�..r.rrr_._.r.... •��-=...ter.-.-�
_ _ _wTrrrr �ti♦r_ SM« Wr`�s♦M M1M.r MIr
. . ~_T.. •r rti..r w•r.r•rr.r_._r1
.. .r`Ir�s.r_r nr..-.:l.rl rr V..w .• •mow
•T..w�..r^ ram._w YY.^_ �nr lr_._r.
�r�.r ♦rr _rr Yr...ar.l w r_T fw.._ •�.n�ye'y�r�rMTI« SIr ,r�� rrnr.r.._Y�A Fl.'
TRAFFIC SIGNAL POLE
2" NPS PIPE TENON
END CAP TAPERED GALV. STEEL MAST ARM
' 2" PIP COUPLINGS
::;ll
7GUSSET B SIDE PLATE TAPERED
WELDED TO SHAFT GALV. STEEL
IPOLE SHAFT
"FLANGE PLATES
t
I ANOHOLE 4"m61/2"
WICOVER 9 S S SCREWS'
' BASE FLANGE W/BOLT COVERS 6 S.S SCREWS
SIGNAL POLE MAST ARM BOLT SIGNAL HD. MOUNTING LJMINAIRE LOCATION
' AI TYPE LENGTH CIRCLE LOCATION TAPE TG.HEIGHT CORNER
�� NTERSF.CTION DETAIL SHFET _
Q
nn
I
i1
e -
t
END CAP
77,EMAST- ARM
n
I!t PIGID CONDUIT DRAIN 4 - 3/4 X 16 ANCHOR BOLTS
,
N r r
r �
1 .
r r
SIDE ELZVATION
6H 27" IB,.
77
w�
1 -
r
a
o _
4 w o
•n\O W ?
e a x w
� o
u
.• „ I.,
4/ E z 4k
O � N
PLAN VIEW
P- 1 CONTROLLER BASE d CONDUIT DETAIL
nr re � ru. rr
TRAFFIC SIGNAL HEAD '
MOUNTING DETAILS '
'6} _ VARIABLE VARIABLE VARIABLE
`_ ....._.. .,_ MAST ARM LENGTH
PEDESTRIAN '
SIGNAL ND. t
B MOUNTING
MAST ARM
FILLET WELD I t
r TOP-MOUNT PLUMB12E0 f
r I r
POLE MOUNT
JUNCTION BOX
O I '
DETAIL SHEET
PEDESTRIAN PUSH BUTTON &
SIGN MOUNTING DETAILS
tl
' STEEL SIGNAL POLE ,
PEDESTRIAN CROSSING -7 PED. POLE OR PUSH
SIGNS `/ BUTTON POST .
-- -- -- WIRE ENTRANCE HOLE
PUSH BUTTON ASSEMBLY �, CHROME PLATED PLUNGER
1 1
' DRILL B TAP HOLES`
FOR MOUNTING
I
_i
1
1
' DETAIL SHEET _r
M
1
PEDESTRIAN SIGN DETAIL 1
4 f� _1
FCROSS f 1
PUSH 1
B,BUTTON N
WAIT FOR 1
WALK 1
SIGNAL 1
1
NuTE: 1
APPROPRIATE STREET NAMES 1
TO BE USED fOR CROSSING
1
DETAIL SHEET 1
I
INDUCTION
Loop ND DETAL�L'
I PARALLEL- PARALLEL LEAD-IN
SERIES-PgRA.
I � LEAD-IN
1 JB
U.
i
b V
1
1 J.B.
SERIES- c>
1PARALLEL LEAD-IN 4 3
r L a�
1 ~ �
1 : 3
a o
OP SPLICING 1 EPDXY ENVELOPE G DETAIL
( CLEAR )
1 I" I" Vr NE TAPELOY pgp INYLTECT tLEC.
LEAD-IN COATING VE
(SCOTCMKOTE;
ICABLE _
MFTAL TAPE LOOP MIRES
IS M I E L D`"'� —COMPRESSION on
Two LAYERS OF I SPLICING SOLDFR CONNECTION C"'POUND TAPE ONE
LAYER Of FRIC110N TAPE
DETAIL SHEET
INDUCTION LOOP DETAIL 1
q 1
1
�9
B 1
' 1
VAR . 1
X= �/e OF DEPTH FOR TAR FILLER 1
EACH TWISTED PAIR . POLYETHYLENE CORD
LOOP WIRES
'/i" SAND
1 1/2" + X rA" ,
NOTE A-A 1
TWIST EACH PAIR B-B
TURNS PER FOOT FROM NOTE: 1
PULL BOX TO END OF TURNS OF WIRE
LOOP. IN EACH LOOP AS 1
SHOWN ON )ETEC-
TOR SCHEDULE OR
AS D'RECTED BY 1
THE ENGINEER .
1
DETA SHFFT
1
� � � � � � � ■� � � � s � � s � � � �
A
Converse Ward Davis Dixon
OW1KI,n1QCon.ulbM,
1
t
GEOTECNNICAL INVESTIGATION
LID 310
' Renton, Nasnington
t
tConducted for:
Jones Associates, Inc.
I�
CNDD Project No. 7).5170-01
may 11, 1481
]Oo e�Ron..a.»Ww.•.
' a" ryp
P000mlr Wnn,rplM M"+
T.ieMare iM 7a5'�::�'
-1-
1.0 INTRODUCTION
This report presents the results of our grote4:hnic4l investigation for
the proposed roadway construction in Renton, Washington, The purpose of
our work was to determine :oil and pavement conditions and proviJe re-
commendations for site preparation and pavement design.
The &cape Of our work included field investigations, review of available
soils information, laboratory testing, engineering analyses and con-
7 sultation, and preparation of this report 4s described In our proposal
letter dated August 17, 1979. Our work on this protect was interrupted
for reasons described In yc0^ letter to us dated Novvnber 6, 1974.
2.0 PROJECT AND SITE DESCRIPTION
The proposed project area 's located west of SR-167, south of 1-405,
north of Southwest 41st Street and east of Longacres Racetrack in
' Renton, Washington. The roadways inv Olved in this investigation are
shown on the site and exploration plan, Drawing 1. The total length of
the project is about 2.8 miles.
The surrounding topography is flat with minor noticeable variations in
elevation due to existing roadway embankments and/or drainage ditches.
Areas of virgin ground appear to be either below water or in a saturated
condition much of the year. The existing vegetation in the project area
consists of wild grasses, a occasional alder, willow and cattails.
' Much of the general site area has been or is being developed. This
de.alopment appears to consist of up to six to eight feet of fill with
' subsenuent construction of light industrial buildings and pavement
areas
' The proposed construction will consist of the rolloving:
1. Widening existing roadways,
2. Constructing new roadways,
3. Raising grades to sufficiently place new pavement,
I, tonrre,r wue Drv,x Owen,Imp
2
4. Resurfacing existing paved areas,
S. installation of underground util 'ty lines, and
6. Insta-lation of stream culverts.
i
We understand that the proposed road construction will invo've widening
existing paved roadways along the East Talley road and Southwest 16th
Street. New roads will he constructed along the Southwest 19th and
Saithwast 27th Street alignment and will require as nudh a•, an eight to
tan foot raise in grade in some areas. All finished roadways will have
-'' three lanes and A width of 36 feet except for Southwest 2'th Street west
of Lind Avenue which will have four lanes and a width .f 44 feet. New
oadways will have a ten-foot shoulder on both sides of the roadway.
tWidened East Valley Road and Soutl:vest 16th Street will have rix-foot or
wider shoulder on each side of the roadway.
' We understand that buried gas, water storm drain and/or sanitary solve,
' lines either presently exist or are planned for various sections of the
proposed roadways. Tvo 20-inch diameter oil lines and a 60-inch diam-
eter City of Seattle water line currently pass beneath East Valley Road
at a; -oximately Stations 66+40 and 66+80, respectively. In addition,
two At. culverts will replace the existing culverts at the Springbrook
Creek Crossing at approximately Station 23.50 on Southwest 27th Street.
We understand that these will be corrugated metal arch culverts 114 feet
in length and 138 inch by 83 inch in crass section end installed at an
invert elevation of 3 to 4 feet.*
' A genvrai summary of existing and proposed utilities follows:
East valley Road
Storm Drain
ropes pse=or full length of roodw3y except between Stations
67.30 to 69+00.
Sant tar $ewer
x s ng ran beginning of project to Station 67.60.
Gas
t:Tsting from beginning of project to Station 5340,
`Reference elevation: City of Renton datum
Pelletal Wald eawa oiler.wK
-3-
Water
L M&TinS from beginning of project to Station 53+20 and Sta-
tions 67-20 to d0+00.
' Proposed from Stations 53+20 to 67+00 and Stations 80+00 to
Southwest 16th.
Southwest 16th Street
Storm Drain
ropote iror full length of roadway.
jSaroiptoyy__5. or
OZ7or7 ull length of roadway,
Gas
' Msting for full length of roadway.
Water
' Tr posed for full length of roadway.
Southwest 19tn Street
fStorm Drain
fro o—se Frrom beginning of roadway to Station 42+OC.
Saan�ni��t��aa�r�y Sewer1'roposedfrom beginning of roadway to Station 35+00.
. Water
1 1 r�sef4 from beginning of roadwa) to Station 29+10 and Sta-
tions 29+80 to 37+30.
Southwest 27tn Street
Storm Drain
ropes os�Tor full length of roadway,
Sanitary Sewer
111 R st ng from beginning of roadway to Station 33+00.
Water
Tr—op6sed for fnl, length of roadway.
During the course of our invest`gation we were provided the following
information!
iCon.*,.*,Vora Coeio Ouon.Me.
I * A
-4-
1. Aerial photograph of project area with project stationing.
Scale: 1 inch • 200 feet.
2. Project drawings titled "LID 314 Cross Sections" sheets 45
through SO.
3. Drawing titled "Springbrook Creek Culvert Detail."
t� 3.0 SUBSURFACE EXPLORATION AND LABORATORY TESTING PROGRAM
Our subsurface exploration program consisted of excavating 45 backhoe
test pits and drilling 15 bor1n9s with a rotary drill rig from August 8
through September 7, 1979 and reviewing additional existing subsurface
information obtained for 3ther projects in the project area. Numerous
peat probes were made along the proposed alignments to aid in defining
compressible soil thicknesses. Additional peat probes were performed on
' Febrwry 5, 1981 on Southwest 27th Street at the Springbrook Creek cul-
vert trossing. The Approximate locations of our borehole%, test pits
' and peat probes are shown on the Site and Exploration Plan, Drawing 1,
ir. addition to the approximate locations of subsurface explorations
performed by others.
Representative soil samples were obtained from the baring, in conjunc-
tion with performing penetration tests and grab samples were taken from
the test pits. The penetration test consists of driving a 2.4•inch I.D.
sampler with a 140-pound hammer falling freely for a distance of 30
inches. The number of hammer blows required to drive the sampler six
!� inches is recorded and are shown on the boring logs. The explorations
were observed on a full time basis by a geologist from our firm, who
made a log of the soils encountered, evaluated the difficulty of
drilling,/excavation and recovered soil samples. We have modified the
1 logs presented in Appendix A to reflect the results of laboratory
examinaticn and testing of the samples.
�1 deAMP'"We'd G.Na aRea.we
-5-
°eat probes consisted of manually pushing a one-foot long by one-inch
diameter sampler attached to Mroximately 1/2-inch diameter rods to
refusal . A specimen was usually retrieved from the tip of the sampler
for inspection. The difficulty or ease of probe penetration is an
Indication of the presence of soft cohesive or peaty soils.
The soil strata shown on the logs were observed at individual borings or
test pit locations. Actual conditions between the exploration locations
may vary from those showy on the Ions.
The laboratory testing program consisted of moisture density determi-
nations, grain size analyses, unconfined compression tests, Proctor
Compaction tests (ASTM D698-78), California Bearing Ratio tests (ASTM
D1883), and consolidation tests. The moisture density results are shown
on the logs and the consolidation test results, grain size analyses.
Proctor compaction tests California Bearing Ratio Tests, and and un-
confined compression tests are presented in Appendix B. The results of
our California bearing ratio tests and unconfined compression tests are
presented in Tab'# B-1.
We conducted a pavement survey by walking the alignment and observing
the condition of the existing roadway along East villey Road and S.W.
16th Street. The results of this survey are discussed in Section 5.0.
4.0 SUBSURFACE CONDITIONS
4.1 General
The site lies in what is generally referred to as the Kent Valley. Sub-
surface conditions typically include a relatively thick sequence of
recent alluvium consisting of loose to medium dense sands and silts with
local deposits of organic silts and peats. The soils generally grade
denser and with less organics with depth. Due to the nature of alluvial
' deposits, the soils generally exhibit considerable variations over short
distances both laterally and vertically.
Corovu N�.a Darn Dao0.Ine.
i6
Based on the borings and test pit information, the area appears to be
underlain by four general general soil units. These include:
1. Fill
Much of the area, particularly the existing roadway and
shoulder areas, are underlain by fill. The caaposition and
density of the fill encountered to our explorations was
quite variable and included dense sand and gravel, medium
dense silty sand and medium dense coal waste. The thick-
ness of the fill ranged from about ten feet to less than
one foot.
t2. Organic Soils
The natural soils encountered in much of the area consisted
Of soft organic silts and pests. The peats varied from
fibrous to fine—grained while .he organic silts ranged from
tslightly to highly organic. These organic soils were gen-
erally Soft to firm due to consolidation by the weight of
e the overlying fills. The thickness of the unit was quite
variable ranging from less than a foot to over eight feet.
' Comparison of the thicknesses of the organic soils encoun-
tered by the probes in virgin areas with that encountered
by the borings in fill areas indicated that the unit may
' have been compressed 12 to 36 inches by the weight of the
fill .
3. Loose Silts and Sands
Underlying the organics, we encountered a layer of loose to
medium dense silts and fine silty sands with local zones of
t organics and lenses of clean $44 and gravel. This unit
was also quite variable in thickness ranging from zero to
over ten feet.
1
4. Lower Sands
Underlying the organics and upper loose silts and fine
land%, all the borings encountered a stratum of medium
' dense granular soil generally consisting of medium to fine
cewwna rrue on naa,ma.
sand with some shells but locally grading to dense sand and
gravel. This unit extended below the depth of our deepest
boring at a depth of 52 feet.
i
4.2 alignment Stratigraphy
Based on the explorations, the general natural soil conditions (under
lying any existing fill and pavement) along the existing and proposed
roadways consist of the following (numbers indicate approximate thick-
ness of each deposit):
East Valley Road
a) Southwest 41st Street to Station 45+00
,■ 5 to 8 feet - peat and organic silt
1� 2 to 3 feet - loose silt underlain by sands
b) Station 45+00 to Station 60+00
R to 11 feet - peat and organic silt
3 to 5 feet - loose silt underlain by sands
t, c) Station 60+00 to Station 82+00
6 to 8 feet - peat and organic silt
4 to 5 feet sands
4 to 6 feet - loose silt underlain by sands
d) Station 82+00 to Station 90+00
` 10 to 12 feet - peat and organic underlain by sands
e) Station 90+00 to Station 94+08
4 to 6 feet - loose silt underlain by sands
Southwest 16th Street
a) Station 30+00 to Station 38+96 (East Valley Road)
4 to 6 feet - loose silt underlain by sands
C�
Southwest 19th Street
t a) Station 20+00 to Station 24+00
3 to 5 feet - loose silt underlain by sands
b) Station 24+00 to Station 25+00
3 to 5 feet - loose silts
6 to 8 feet - peat and organic silts underlain by sands
�, Ceera nM Wara DW4 DINn.Ina.
i
t) Station 2$a00 to 28e00
a to 6 feet - loose silt underlain by sands
d) Statior 28e00 to East Valley Road
10 to 12 feet - peat and organic silts underlain by
sands
Southwest 27th Street
al Station IC*00 to East Valley Road
a to 8 feet - peat anl organic silts
2 to a feet - loose silts underlain by sand
Springbrook Creak Culverts
tOur invtst,,G t(uIq indicate the area of the proposed Culverts
are underlain by about four to five feet of soft peat and
J Organic silts above sand. The elevation of the bottom of the
soft material is approximately elevation 0 to I with water
' elevations at about elevation 8.0 in the vicinity of the
existing and proposed Culverts.
0.3 Pavement and Fill Secttols
tThe existing fill embankments along the proposed and existing road
' alignments generally consisted of varying thicknesses of gravelly sand
or silty sand fill. We understand that this fill was placed on the site
from one to about 60 years ago. The East Valley Road and Southwest 16th
Street embankments were constructed about 60 years ago and have a sur-
f Farr covering of as�haltit concrete. The following is a general summary
of the age and thickness of existing embankments and pavement sections
based on our subsurface explorations:
East Valley Road
' Section 1 (Southwest 41 Street to Station 44a00)
a to 6 112 Inches - asphaltic Concrete (AC) and asphalt-
treated base (AT$)
' 2 to 8 inches - sand and gravel
3 1/2 to 6 inches - concrete
2 112 to A feet - silty And fill (glacial till fill)
reportedly placed approximately 60 year%
ago.
Callpge were Dale Dean.Ina.
-9-
Section 2 (Station 44+00 to Station 67+00)
4 1/2 to 5 1/2 inches - AC and ATE
3 to 6 1/2 Inches - sand and gravel
4 1/2 to 5 1/2 inches - concrete
2 1/2 to S feet - coal fill report*-+ly placed approximately
60 years ago bene4c11 paved roadway sec-
tion and four to seven feet of gravelly
sand fill adjacent to original roadway
embankment reportedly placed less than 60
years ago.
Section 3 (Station 67.00 to Station 94+00)
4 to 7 inrhtt - AC and ATB
I to 5 inttie,; - crushed rock
2 112 to 6 feet - sand and gravei fill reportedly placed
approxi-4tely 60 years ago.
Section 4 (Station )4+08 to Lind Avenue-Southwest i6th Street)
I incn -
3 inches -
crushed rock
5 inches - concrete
3 to 6 feet - sand and gravel fill reportedly placed ap-
proximately 60 years ago.
Southwest 19th Street
a) 5 to 10 feet - sand and gravel fill reported placed ap-
proximately 1 112 to 2 years ago.
Southwest 27th Street
a) Station IC-00 to Station 23+30
2 t0 6 feet - sand and gr av,-1 fill reportedly placed
approximately 5 to 10 years ago.
b) Station 23+30 to Station 33+10
4 to B feet - sand and gravel fill reportedly placed
approximately 2 years ago
c) Station 33.10 to Station 46+23
4 to 10 feet - sand and gravel fill reportedly placed
approximately 1 year ago.
4.4 Groundwater
■ Groundwater was generally observed in the test pits whi:h were excavated
in filled areas of the site. Groundwater levels at the time of our
explor4tions varied from 4 1/2 feet above to 7 feet below the present
�, Cenv+M w+ra owu an On.Mc
ettvatiun of the natural ground surface located beneath the fill. Large
arOAS or ponded groundwater and marshes were also observed at several
site locations, Groundwater conditions are dependent upon seasonal and
non-seasonal factors which may change and result In different conditions
at a later date.
S,0 PAVEMENT RECONNAISSANCE
'.rrelation was observed between pava", (ar L r ali.t and the various
•vomtnt sections determined in our Subsurface explorations. The
following correlations by section correspond to section designations
used above (paragraph 4.31 to describe embankment conditions along East
Valley Road and Southwest 16th Street.
Section 1 (Southwest 41st Street To Station 44+00)
Numerous refractive transverse and longitudinal tracking, in.
dicative of low strength, unstable subgrade soils, and un-
stable rocking and concrete slabs,
Section 2 (Station 44+00 to Station 67+00)
Some reflective transvers cracking at slab joints and occa-
sional longitudinal cracking indicative of local unstable
concrete slabs. Stnerally good pavement perto-ance with
isolated areas showlnp distress.
Section ] (Station 67e00 to Station 94v081
' Occasional minor cracking. Good pavement performance relat-
ing to the stable subgrade.
Section 4 (Southwest 16th Street: Lind Avenue to East Valley
Road)
1 Some transverse tracking due to refraction of concrete slab
joints was noted towards the east and Of this section. At
these cracks the thin asphalt overlays are deteriorating to
some extent. Good pavement performance in general. Suggests
stable subgrades and concrete panels.
eavenw WWII eevml Cook ewe.
6.0 ENGINEERING RCU M11ENDATIONS AND CONCLUSIONS
6.1 Surcharge Recommendations
In general the site 11 underlain by varying thicknesses of M ghly com-
pressible peat and organic silt. Although organic soils initially
exhibit relatively rapid rates of settlement from embankment loads,
long-term Creep or secondary settlements can exceed three to six inches
over a 20 year period. However, long term settlements can be minimized
by surcharging or temporary placing additional heights of fill above the
proposed final finished grades.
Our recommendations for surcharge are Intended to provide a suitable
subgrade for pavement and embankment sections, and buried utility lines
by minimizing settlements. The surcharge criteria was based on computa-
tions minimizing the post-surcharge settlement to less than two inches.
The actual settlement may be more or less than the theoretical value.
In February 1481, we provided you with our detailed surcharge criteria
and estimates Of total settlement for % cross sections along the pro-
posed alignment. In this report, we have only briefly summarized those
detailed recommendations. Our estimates of the elevation of the top of
surcharge shown on the detailed sections and in this report assumes in-
stantaneous placement of the fill before settlement begins and therefore
represents our estimste of the total thickness of new embankment and
1 surcharge fill, in order to verify subsurface conditions and establish
the field surcharge elevations, field observations will be required to
determine the percentage of tutal estimated settlements that occur dur-
1ng fill placement.
f; Our reconmondations for the total height of embankment and surcharge,
fill and the extent of surcharge are shown on the typical sections,
Drawings ? through 8. We have limited the extent of surcharge to the
outside edge of the new roadway shoulders to minimize fill quantities,
I, although additional settlements could be expected h; shoulder areas
during the life of the structure. However, sections of roadway with
buried utility lines beyond the outside edge of the new %boulders should
ConvvM wua Oero Daen.L,a.
1 be surcharged beyond the edge of the shoulders as shown on the typical
surcharge section, Drawing 2. A summary of our surcharge rec0mnsnda-
tions follows:
East Ya11ay Roed
Station 14.00 to Station 86+00
Height Of Surcharge approximately 1 1/2 to 3 feet on filled
areas beyond the existing road embankment. Estimated settle.
Monts on the Order of 1 to 2 feet.
Station 80•vN •o Starlet 4,a.00
Height of surcharge approximately 2 to 3 1/2 feet for fill on
virgin areas beyond the existing road embankment and approxi-
mately 1 112 feet on the existino roadway. Estimated settle-
i, Pent% Of 112 t0 2 feet On virgin areas and 0.2 feet beneath
the existing road.
Southwest 16th Street
Lind Avenue to Station 38*%
Height of surcharge approximately 0.3 to 0.5 feet for fill on
I' virgin areas beyond the existing road embankment. Estimated
settlement$ Of 0L3 to 0.5 feet.
•, Southwest 19th Street
Station 20+00 to Station 23+80
Height Of surcharge approximately 0.3 to 0.5 feet on roadway
and shoulders. Estimated settlements approximately 0.3 to 0.5
feet.
Station 23e80 to Station 25.3U
Height of surcharge approximately 5 to 6 feet on roadway and
t., shoulders. Estimated settlements approximately 3 to 3 1112
�7■ feet.
Station 25.30 to Station 30*00
Height of surcharge approximately 1 1/2 to 3 1/2 feet on road-
way and shoulders. Estimated settlements approximately 1 to 2
feet.
i' Genvxrp*old 0604 0non.Ina.
-13-
Station 30*00 to SUtidn 31.67
"eight of surcharge approximately • to 5 feet for fill on vir-
gin areas and 1 1/2 feet to 2 feet on existing road eMbank-
Montt. Estimated settlements tf approximately 3 to 3 1/2 feet
for fill on virgin areas and 0,3 to 0.5 feet for fill on
existing road embankment.
Station 31.87 to Station East valley Road
"eight Of surchargt approximately 6 to 7 feet for fill on vir-
gin areas beyond existing road tobankment, Estimated settle-
Monts approximately 3 to • feet.
Southwest . ?th Street
Station iO+Ou to Station 12-N
"eight of surcharge approximately 1 to 1 P2 feet for a raise
in finished grade greater than 112 foot. Estimated settle-
ments approximately 0.3 tc 0.5 feet.
' Station 12+00 to Station 23+37
"night of surcharge approximately I to 1 112 feet on existing
roan embankment and 3 to • feet for fill on virgin areas be-
yond existing road embankment, Estimated settlements approxi-
mately 0.2 fn 0.5 feet on existing road embankment and 1 1/2
' to 2 1/2 feet to virgin areas.
tStation 23437 to Station 32.18
14e1911t of surcharge .'proximately 3 to • feat on roadway and
Shoulders. Estimated settlements approximately 1 112 to 2 1/2
feet.
Station 32+10 to East valley Road
"eight of surcharge approximately 1 to 2 feet for final road-
way elevation greater than 1/2 foot above the existing road
elevation. "eight of surcharge approximately 2 to 3 feet for
fill On virgin areas beyond existing embankment. Estimated
settlements approximately 0.2 to 0.3 feet for filled afoot
Above existing road embankment and 1 to 1 1/2 feet in virgin
Arta%.
tea„red Wart Dave p`ua.Mw
-la-
we estimate ♦ surcMrye D♦r10d of Mree to five weeks baled On the
results of our laboratory tests and subsurface investigations. The
actual reouired surcharge period would be determined during construction
Lase. nn the Observed settlements of the surcharge.
We recommend that Settlement platforms be installed to monitor embank-
ment and surcharge settlements during surcharging, This Information
will be needed to determine when the surcharge period 1s Over, establish
the regui,od top of surcharge elevation, and verity Subsurface Condi-
t lions between explorations, we recommend that settlement platforms be
installed along the proposed roadway sections at tentative for"revs at
1 indicated in Table 1 Shawn below. The Rctual location of the platforms
should be determined In the Mid. The contractor should be made re-
sponsible for maintaining and replacing any damaged platforms. A sketch
showing ♦ typical settlement platform installation is shown on Drawing
0. The platforms should be set and in initial elevation measurement
1 made at the top of the riser pipe before any fill is placed. Additional
readings should be Rode at the time the fill is completed, and ♦pOrox-
1 imately once a week thereafter until the settlement period IS estab-
IIshed. The elevation measurements should `-� made by a surveyor experi-
1 anted in this type of work and using a ltvel accurate to the nearest
0.01 font. The readings should b+ referenced 'o a bench mark located
well away from the surcharged areas, we recommend the readings be
transmitted to us for analysis of Settlements and to advise when the
surcharges may be removed.
6,2 Pavement Recommendations
1 Consideration we% given to removal and/or pulverizing the existing pave-
1 memt. This would minimize the development of reflection cracking, pro-
vide a more uniform subgrade for the new pavement, and allow for a more
1 definitive identification and stabilization (through proofrolling) Of
soft subgrado areas. It is our understanding that due to cost factors,
the existing pavement will be Lett in place and not pulverized. In our
1 opinion, a stable pavement con be constructed without pulverization of
the existing pavemart. However, by eliminating pulverization, the new
1
1 Wa.e,ea were 0arw Okra..I e
TABLE 1
SETTLEMENT PLATFORM LOCATIONS
1. EAST PALLET ROAD
Platform
Number Station Offset
I 15000 28.0' Nat
2 19*M 28.0' Nest
r' 3 23*00 28.0' Nest
4 27�00 28.0' Nest
S 31,00 28.0' vest
' 6 3S+00 28.0' Nest
7 39.00 28.0' Nest
tA 43*00 28.0' Nest
9 47.00 28.0' Nest
10 51#00 28.0' Nat
11 5S+00 28.0' Nest
' 12 59.00 2A.0' Nest
13 0400 26.0' Nest
14 67+00 2S.0' East
l5 7i.00 28.0' Nest
16 81+00 28.0' Nest
17 83*00 2A.O' West
18 85+00 Centerline
19 87+00 Centerline
20 89+00 26.0' Nest
' 21 91400 26.0' West
22 92.50 24.0' South
23 94600 28.0' South
H. S.W. 16th STREET
Platform
Number Sta t n Offset
24 33400 20.0' North
2S 36+00 20.0' North
r
Table l (Cont'd)
III. S.W. 19th STREET
Platform
Number Station Offset
2b 10+00 Centerline
27 .2+50 Centerline
28 25+00 Centerline
29 27+60 Centerline
30 29+30 Centerline
31 31+00 Centerline
12 3340 15.0' North
33 36+00 15.0' North
34 38+50 15.O' North
35 41+00 15.0' North
IV. S.W. 27th STIEFT
' Platform
N.jmb_ er Station Offset
36 12+50 25.O' South
37 12+50 20.0' North
18 15+00 Centerline
34 1746 20.0' North
40 21+00 20.0' North
41 23+60 20.0' North
42 25+00 20.0' South
43 26+50 10.0' South
44 28+00 Centerline
r45 30+00 Centerline
46 34+60 Centerline
' 47 38+00 Centerllne
48 41+60 Centerline
49 42+50 Centerline
50 45+00 Centerline
bmor+W Pa Orb eh�n.In+
-15-
pavement will have a greater risk of developing reflective cracking and
local zones of pavement distress due to areas of poor subgrade not iden-
tified during proofrolling (pulverization allows a more positive iden-
Mtificotion of soft subgrade areas).
Consideration was also given to using a fabric such as (Petromat (Phil-
lips 66) between the old and new pavement to improve the performance of
the overlay. We believe that this procedure would slow the development
of reflection cracking and minimize deterioration of the subgrade once
cracks do develop by providing a barrier to Infiltration rf water. We
understand that due to cost facturs, a fabric will not be used. Several
alternate pavement sections of equivalent vehicle suprort capacity would
be suitable. Based on discussions with Jones Associates, the following
sections were developed:
1. Ove0 ey Over Existing Pavement
4" ACP Class B (minimum thicknes,; actual thickness May be
somewhat greater to satisfy grade requirements).
2. New Pavement (including widsring?
4 ACP Class 0
4 ATB
3 Crushed surfacing top course
Minimum B " Compacted Class F gravel
These recommendations are based on the results of our investigation and
�■ the following design datalconstruction requirements:
r, 1. An assurred design traffic index of 6.8 IState of Washing-
ton).
' 2. A design pavement life of 20 years.
' 3. A stable tubgrade prepared in accordance with the recom-
mendations Presented below 1n Section B.S.
eanr..q wa.e oaru orwn,me.
-ld-
Preparation of a stble subgrade (defined as the zone immediately under-
lying the bankrun gravel subbase material) is essential to the adequate
Performance 01 the new pavement. Paving over a soft/wet or otherwise
unstable %bgrade will probably result in rapid pavement deterioration
and future high maintenance Cost%. The Intent is t0 provide a sahgrade
capable of supporting a fully-loaded ten-wheel dump truck. We recommend
the following procedures:
1. Existing Pavement Areas
••' A discussed above in Section 5.0, the existing pavement
along East Valley Road from Station 44+00 to Southwest 41st
Street (Section 4) is in poor condition indicative of in
' unstable subgrade and/or unstable rocking concrete panels,
We recommend that this and other pavement areas which ap-
,' ar to be in poor condition be probfrolled with a iully-
loadO ten-wheel dump truck prior to placing the required
bankrun gravel. The proofro'ling should be observed by a
qualified 9e0technical engineer who will evaluate the sub-
' grade performance and recommend areas to be stabilized.
Stabilization would consist of removing the pavement and
' the underlying subbase and subgrade ani replacing with
offsite sand and gravel fill (see Section 6.5) placed in
eight-inch loose lifts and compacted to at least 95 percent
' of ASTM D15S7 maximum dry density. The required depth of
the excavation will have to be determined during construc-
tion by the geotechnical engineer based on the conditions
Of the soils. Alternatively if the ornblem is related to a
�■ rocking concrete panel , the concrete panel could be b.iken
k� and stabilized.
2. New Pavement
The majority Of the new pavement will be placed in rela-
tively thick compacted fill embankments, fill embankment
constructed as recommended below in Section 6.5, should
provide a firm stable pate, in some areas, such as the
CNw"ne wua Dun Duo".InC.
.17.
Shoulders of the existing roadways, the new pavement sec-
Lion will be placed on limited new fill or directly on old
fill. In those areas prior to filling, a qualified geo-
technical engineer should evaluate the subgrade conditions.
LL.. Poor subgrade areas, particularly in shallow fill areas,
MAY require Overexcavation and replacement with compacted
sand And gravel fill to provide adequate pavement support.
This can only be determined during construction based on
actual site conditions.
6.3 Springbrook Creek Culverts
We recommend that the organic soils be excavated from below and to a
lateral distance of four feet outside the proposed culvert locations.
Based on the results of our explorations, we estimate that there is some
two to four feet of organic toil below the invert elevation of the pro-
posed Culvert. Granular fill should be placed and compacted to the
underside of the culvert to provide a firm stable bedding. If this ma-
', terial is placed in the dry, granular fill as specified in Section 6.5
IS suitable; fill placed in the wet should be gravel at specified in
Section 6.5. After placing the culvert, granular fill should to placed
and compacted around and to at least two feet of above the culvert.
According to "Handbook of Steel Drainage and highway Construction Pro-
ducts," by A1SI. 1971, a minimum cover of two feet of Compacted fill is
required for HS 20 truck loading, The Contractor should have the re-
sponsibility Of providing additional cover during construction to avoid
damaging the culverts from heavy earth-moving or paving equipment. All
f■ fill should be compacted to at least 45 perca,,t of ASTM 01557 maxims^
1� dry dentity.
Since the Culvert will not be underlain by organic soil, the culvert can
be constructed either before or after surcharging the roadway ambank-
Mont. The method of construction is the responsibility of the contras.
tor. Excavation of the organics and placement of the bedding material
CA" probably be done tither in the wet with a clam shell or in the dry
by thoring and dewatering. Placement of the culvert ititlf will prob.
ably require shoring and dewatering,
Dawn»waN Dam Coen.wA,
-18-
6.4 placement and Bedding of utilities
Several differert conditions and criteria will be encountered In placing
utilities aleng the alignment. The general design and construction cri-
teria r1 these areas include:
1. Bedded Below Organic Soils:
In these areas the pipe can be bedded on the underlying
Irr sands.
Ir 2. Bedded within Two Foot of the Organic Soils: 1
In these areas, the organics should be excavated to the
underlying sands and backfilled with granular fill In the
dry or gravel in the wet, The pipe would then be bedded on
the fill.
3. Underlain By Vore Than Two Feet of organics:
In these areas, the organics should be excavated to a depth
' of two feet below the invert of the utility and backfilled
wilt, either granular fill in the dry or gravel in the wet.
In areas requiring surcharge, the utility should not be
Installed until the surcharge is removed. 'his may neces-
sitate placing fill and surcharge, removing surcharge, and
tr then excavating through the fill to Install the utility.
If the utility is placed prior to surcharging, excess
set-tlement of the utility will probably occur. The bedding
material should be compacted to at least 90 percent of IISTM
�■ 01657 maximum dry density.
Backftil above the pipe should consist na granular fill material placed
in layers not exceeding 8 inches loose measure and compacted to 90 per-
cent of ASTN D1557 maximum dry density to within three feet of the
finished pavement grade and to 95 percent within the finished pavement
grade.
Cwnnw WaN paN xMNN
-19-
Installation procedures for the utilities are the responsihility of the
contractor, We believe that the deeper utilities may require shoring
and dewatering,
6.5 Material and compaction Requirements
6.5.1 Embankment Fill
Fill to raise the grade to the underside of the pavement section or to
construct embankments should be placed in layers not exceeding eight
inches loose measure and compacted to at 1^ast 9a percent of 4STM D1557
maximum dry density to within three feet of finished pavement grade and
to q5 percent within three feet of finished pavement grade.
Fill placed in the dry should consist of well graded granular soil free
of organic end other objectionable material which contains no stones
greater than six inches and which can be properly compacted, Embankment
slopes should be no steeper than 2M:Iv (horizontal to vertical) and
I' protected from erosion.
During wet weather, fill containing more than about 15 percent silt will
be difficult to place and properly compact. In these conditions, we
recommend placing well-graded clean granular fill meeting the following
gradation limits:
I- U.S. Standard percent passing
{� Sieve Size by Dry Weight
'■ 2 112 inches 100
s� No. 4 25 - 100
No. 10 10 - 80
No. 40 0 - 35
No, 200 0 - 5
Cen.a.aa Wald pso,M,an.WC
-20-
6.5.i fill to be used In-the-wet
In some areas, the contractor may choose to place utility or culvert be-
dding material In-the-wet. Under these conditions we recommend that
either a 1 1/4 inch crushed rock or drain gravel be used. The drain
gravel should meet the following gradate n limits:
U.S. Standard Percent Passing
Sieve Size by Ory Metgnt
2 It2 inches gS - 100
No. 1/4 30 - 60
No. 8 20 - 50
No. 30 8 - 30
No. 50 1 - 12
No. 200 0 - 1.5
Surcharge should consist of earthfill weighing at least 120 pcf (pounds
per cubic foot) and placed of an elevation determined by the required
height of surcharge given In Section 6.1. The areal extent of surcharge
should be as shown on the typical sections. Drawings 2 through 8.
r
7.0 RECOMdENDATiONS FOR CONSTRUCTION OBSERVAT'ONS
We recommend that Converse Ward Davit Dixon, inc. be requested to review
the design, drawings and specifications and interpret the settlement
platform data to determine the surcharge performance. We bvll ve that
settlement platfo w installation, monitoring and interpretation of thr
data is essential to Droviding proper site preparation and an efficient
use of time and materials. In addition, we recommend that we be re-
tained during construction to observe the placement and compaction of
fills and pipe bedding and observe subgrade preparation.
1
0""M War#Dees axes,Me.
8.0 LIMITATIONS
This report has been prepared to all in the evaluation of the site and
to assist the civil engineering design of this project. Our conclusions
and re^ommendations have been prepared in accordance with generally ac•
copted professional engineering principles and practice. We make no
other warranty, either express or implied. Our conclusions are based on
the results of the field exploration and on our interpretation of sub-
surface conditions between and beyond the test pit or borings. If con-
ditions are encountered that appear to be different than those described
in this report, we should be notified so that we may review and verify
or modif- „r refommerdatbns,
Respectfully submitted, •,•N�•I,PFRs"v
w,...
CONVERSE HARD DSYtYIXON, INC. yc+t';•�wxa-a`* '.�ti�
Vincent J. Perrone fox..... •
liPro ct Engineer � / ) ale", lRLt'h4•'
Robert L. Plum
Principal Engineer
` 7..
� i ,� ► �r
tfssc : ..tHuo:.
D had ,d
i
i
fCaxton wua Darn Dwwn.lft
M•N t ,a )Oro° aP.Otl
tP-eaM hsY
ao.ao .Po on a- I w Implies,
t N h •aW i t ,+ .. ~
tV• n n•
weer i
H. ) a• rP•ea oo•oo so'oP 1. �� �
ia•
e t
H
i • •e•eP
to t— �—
.eaM
01
—^— — • r�
••1•y�a1
f P sin eo"six
' ywt of, ),
tloym ild Ave," 1. aprinpblook Crrxk
IarOP ya.)r
I. ow.it • PPI MI•a
400 o 400 Soo 1700 I
r
SCALE IN iEEt �wou .• a y,.
LUM .� ,I!
' 1• '• Indicolos approximate location of lost pit
Indicates apploxlmaU lowl'ul of boring +P \ r
IndiClpa approximate locahtln of hand peal pr Otte � a • • A A
' Number Indicates depth to refusal
Teat borings by eucknom As\omates from 'Office x•IOe0ean0•eleb"yet,OIIM+
Complex Foundation Investigation'. June, 1070 Iw,aN•Pwaw.l..•»•.I MM.Y• pM•
MYHM•.Me•1•\all\I !1 Oa11M vl 1 HINNi
• Test borings by "atl-Crowesr S Associate, from 'Lind Avenue
S W Soils end Foundation Investige0on', October 1077 �+�sEXPLORATION
Tut Pilo by"ert-CfOWNt a Associates t m rom'Revond Avenue SW SITE G P EXPLORA 1ION PL AN
Subaurtece Exploration and QotraChnical Engineering Study',March, 479 TvROPOM LK) 314 Use
•eNll wo
t Tut borings by Metropolitan EnguWars bom'Soila 79-5170-03
nn investigation for South Renl Trull SoWilr' p --. August. IOSS Renton. Washington MAY 1981
indicates also of studynw�«i t.9H ..fa Jones Associates. Inc.I
Cf �/�� .—.Jx,.Aep ,e�aIxon
roll"I Y.'1 i.in.iwn.i..� .n.ia�.1.1.•.iy.n��.... 'I..i ..... ":.� .nn .• . in. ...� nOi..r.n�.' •. �,i... .1.•.. .1.. VM..�V1\�Q��\VV{iVIS V,/•VPI dMlafl+Mf e1CPINxINi.N I.Wr...�' ry �
SUMMARY
•...e.,....8/29179 BORING NO. 1
bNIWrU. • Hw1`P ,q.eUrNN UN IM.yy NH..1 iFJ a
bW NNn,m YNlMnN grnaN rH NRaN VN�a1H N,N 1. a�
YN W`INNI R r1,H•qH.n..W.glNl N hW 1.1 N,. y'
IMUN rtt �. ...............M/NM,UN !.r•, .<H iNH .P..,4Mr,rN aR w.raw• ��• ���`^ .y
d •. aNVN,aM
0-9"04vement section.
1 (V) FILL (Sandy Gravel), w'th abundant coal fragments; 11.5
2 moist, mod, dense.
.... ...........................................3-3.3
s 3 SILT, mottled Drown and orange, abundant organic
-2.3
fragmt.,,s and fine roots.
4 -1-2 2
I _
.......................................
10 5 Sp .SAND, gray, fine to medium; moist, mad, dense. .5-9
grades..coarser with depth.
6 -------------------------- ZO-2 31
GP SANDY GRAVEL, gray, fine '.o coarse (to 1" dia.);
15 7, moist, dense, 11-29 31
v 23-2A 22
:. 0t SAND,gray,med. to fine with abundant.roots and •--- 5.8'7
----- --•- ---`-and stems, some pat with coarse
1L. %and and fine gravel;moist. L-75
red, dense.
' ,p SANDY GRAVEL, gray, fine to coarse (to 2" dia.); 4S-60 67
moist, very dense.
.,atom of drill hole at depth 26y•
;ompletau August 29. 1979.
a
i
a
tKenton, ■asronrt n '
for Jones associates, Inc.
ConverseMrdQatnaDtxon a.laeK Nac.aw,Hw n ,
gL1MMARY
soRING No. Z B ��
a1n••,...• 8129/79
irW M f� N 11M✓Na lay iMIY IiV.t2a�.:if M.•Nr ' �', �a
NW•iNr1.••.1.NWp'a.,N NNNa MS.W 411Nf "Co- t,,
'•t••• +a,,.,•�,
C •� waN,•N a.,....u.•..1. e.r..uN,.wN arf.a.aa1 4,CF '�i1
4
It • {.\N.aIO.
........ 0.8 , Davenent section. I
1 (GM) FILL (Sandy Gravel), brown. with sane silt, fine 38.4
to coarse eta 2"dia.);moist, 3p-6 76
dense to very dense.
s 63.5 79
3
--- ....-------
*........................... 12-1
I 4 ;LL (Silty Sand) gray with Some.
gravel 4 19-1
SM moist, med. dense. 9.5- 9
5
Pt PEAT, brown, fibrous, numerous small twigs a 5-6 ki
6 (up to 1").
' PEAT and ORGANIC SILT, brown to gray-brown, with A-4.5 7
I' 7 `t/MW past layers;very moist firm.-_-
y .. 6_12-
d SP SA;vO, black, fine to median; moist. dense. 15.31
occ. organic lsyers(lnm thick), 32.4
4 15-16' .
grades very dense. at 18'. ?4-
:o t _
tCLAYEY•SOD..gray, medium to coarse with little 13.13 13
i
11 gravel; moist, dense,
�h,, _grades.to SILTY SAN. ........
25 1;
GP SAhPY GRA*LL, gray. fine
nento coarse (to 2"dia.);
33' '
1 d I
6 W. sand layer at 30Y 72-SO 77
1" (hole Caving at bottom).
Bottom of drill hole at depth 31Y•
Completed August 29, 1979.
PRpPOSEO Llp 314 79-5170
pentonI Washington
+... ;ones MSSDtiate4, InC._
ConverseWardDavisDixon n..... arr.MwMN A-2
MSUM'AARV
11 0"' °"••'e 6/30179 S�yyrY BORING NO, j
�q�pin,••rµYN'.o m, ilNob�Nl�rynl p!Nl�Ml lr to �'Q 1
lot,
o ! • aur�lwr, �! � �L�.
58-12
GP FILL (Sandy Gravel), brown, with trace silt, fine
to Coarse (to 2" dia.%moist, 67.64
y very dense,
(grades to gray it 2- depth), 30.21 20
Pt PEAT, brown,'fib rOUs with-small twigs (t0`
wet, soft, 4-6-6 9 j
.................„�fe, FAT n 04 NiC SILT, •--" . 4.4.4 4
c •- -lit brown to It. brown, some
organic fibers within silt; 3-8.1
1 $P MO St to wet, soft.
SAND, black,fine to mad;moist, mild, dense t0 loose 14-8- 6
...........................................
............................••-••._.._.ML SANDY SILT, gray, very fine; moist, hard. 28-52 4y
' g grades to very Moist, stiff
at IN.. 2-7-7 E
10 ML SILT`, grayil19htIy organic, wet, soft
•-
grades to CLAYEY SILT. 1-]-I 1
t11 SC .CLAYEY SAND, gray, little•fine•gravel. abundant• 1-2-4
Shell fragments;moist loose to
12 '--Mod. dense. ................
GM $ANDY GRAVEL, gray with little silt, fine to 1 15 4
1) coarse (to 2"dia.},wet, very dense
49-33 34
j ~ !
Bottom Of drill hole it depth 315',
Completed August 30, 1979.
DpopmC LID 314
Renton, washington
for 1i0nr2 Avarti i"', , ;n,, 19.5171
ConverseW�1rdDmisDixon n«hrl,nelirawlunlah� 'y�•�~� �
A_3
MUMMA111ty
_
e.a�Y.u.Y O/31/19 �O1SIN0 NO. 4 �
r Y\w Yw•w u.Y.•p,N.pup. I.p,N Ypn ,p
,,pp m\1".1...N1 Y..00".. lu. 1
1.t p. W.
INM pN.Yb 'w" pap.vN4N4.
ovalOe, n.v.f roYO 011
- 1 .paVNnent Sect On
1 FILL (Coal), black, angular with abundant flat 14-1 It
and elongated fragments (to 3')
trace of red clinker flight- 1.7-
weight; moist, med. dense.
e
4 Pt PEAT, brown, fibrous with leaves, twigs and 1-7-. 4
roots(tu 1'9;very moist, soft.
10 5 PtiOL PEAT and ORGANIC SILT, tan, non-fibrous. light 1-2- 2
weight;very moist. soft.
6 ML SILT, gray with few organic fibres, massive 2-5- 5
(no bedding); moist, firm.
r— 15® grades coarser with depth,
.-_7 ..._ --.-'----- - ............... 3-5-1 .
i
SP SAND, black, medium to fine, numerous inclusions
8 of brown fibrous organics; 9.15. 8
zo 4 med. dense to dense.
ML SILT. brown-gray, with some organic fibres and
i is occ, shells, massive; moist,
10 soft. 1-1-1 i
i11 _- ----------------------------------------- 1.2- 5
SP,Sr
a0 I SP SAND, gray, fine to medium with tract-little 2-6.
silt, occ, shells; moist,
loose.
i.' 30', grades to fine to medium
1� with trace coarse and silt,
occ, organic fibres and wood
se 13 fragments; mod. dense. 0.7`
35' , numerous shells; dense.
aJ I. Bottom of drill hole at depth 41'\'.
Completed August 31, 1979.
t ec,,p:1tF tlf 314
.Y p w.
prntnn kash.ngtnn -. 79.9170
f,» Jonna A•kOCtdte�, inc.
® ConverseWard Davis Dixon r...... rnrne.Wb.0 A-4
SUMMARY page 1 of 2
¢.,r o•rl,1e 8/31179 0014ING NO. 5 a
' uB w.Nr..n,•+t ...........
.,rtnrN,u.. ... iSrNlNbtMq•t, ,q1♦
• twy„ q,NNrN•u.• uNNI NSw1 ♦�1 M�~ � ����om +p N111.,11 ,, , N N,N, ItMPNN IM WY,NW '•Q' �y`�!
• �•' tlty l,r01, 71
...............0-14", pavement section.
I FILL (Coal), black, angular with abundant flat 17.1 IS
2 and elongated fragments (to 3"), 8-8-
trace of red ckinker, 'tight.
S 3 weight; moist, mod. dense to loos -a• 2
a -Pt PEAT,.brown, fibrous with wood limbs (to 1") , with
some leaves, twigs, roots;mciat 1-1-2 a
to very moist, soft.
i ib 5 1-2.3
:S1lTs.Ql?IY�:ncbtjt ics_or beddfna__soft__._•__,-
6 ..5�. .SAfu'+.4rAy+.ttry-ifne trace organic fibres'moist
SP SAND, black, fine, no orgentcs, bedded. sense, 12-11 15
7 2" of gray-brown SILT at 13,11. 2-2-3
nL SILT, gray-brown, with some slight bedding and
trace organics; very moist, soft,
C+ 1-2-3
numerous organic fibres to the
extent of being ppckats/lenses
20 9 of peat, .7-7
becomes moist, purplish-gray at 19'
10 only ,tc. organic fibres, firm. 10-6. 1
` ll SP SAND, black, fine; wet, loose.
brcOmes gralr_at 25.c........... ''3-3
12 ML SiLT, gray-brown with trace organic fibres;
very moist to wet, loose. 1-1-1
.... ...........................................
30 13 /12"
SP SAND, gray fine to medium with occ, shells and 3/6"
organic fibres; vary moist to
1, wet, loose. 9_8
(grey silt at 31i1' in sample shoe) ,
33' , with numerous shells.
15 3S' , with trace silt, numerous 3•3.5
shells and trace crgenics.
I
t rnOR
Washington 79.6110
for Jones Associates, Inc.
' COnverseWard Davis Dixon OlOwl« twc•.•alan A-5
fUMMARY
Iunnn.w 8/J1l79 BORING No. rt a e 2 of 2
W VN•....Y , \M�N,,tN1.N\Y..\JI...1 1 • M..i1M I P
es.cY • yr ..\w,u.p,..1N t.\-...�.......\pa.p a�,w 1p\.n P �.
i 4D
(t SP SAND, grey\ fine to medium with trace coarse
end organics, some shells;
I. dense.
grades to mod. dense, a-s-
�, I
� g_g.
Bottom of drill hole at depth 51S'.
Completed August 31, 1979,
I'
> for Ong sdAssocitt -_ 4
for Janes Associate;, in... c
® Conve►seWardDavisDixon a•ebeMiPH COMUOM\ A —cl
.,...,,,,.. 8/)1r79 �t�111N0 NsQ. 6 ,�. �►
1.q Iw•+n.K NltYl N bt Nn•« qN N.N U.N S� t
rl«w,.« 1wYYw`1:aKNI•Nlw.ti.1K.C'.N. «.,N« 0,��
IM rI•I.l«!.•...,M.,p,,.,N..1 two..""
,N Na
Nilx r.x � MUIVK b.LrhI rY.,M.'Y NµN 4vnriN"lN1n .. i
N\ ♦ ♦ �1 7
pavtmtn sect on,
1 )0-2 28
2 ( ) FILL (Silty Sand), gray gretn/Drown mottled with 19-1
trace clay and little gravel
3 (to I"dia.t moist, vely dense. 3-6,
s
S pt P€A1, Drown, fibrous with leaves, twigs and roots 2-24
(to 111); very moist, soft.
I0 6 Pt/OL (with organic silt at 10". soft.) 1.3-4
7 e SP SA'i0, gray- very fine, trace organics moist,
-_' 3-4-4
loose,
M. �S1LT, gray,•tract of organic fib-ts, no bedding;�-
i
+s B .... --moist, soft, a p 9
9 SP SAND. black, fine with occ. organic fibres, twigs; 11-19 37
moist, loose.
18" grades to dense,
22' , very denser 25-1:5 5
med. den le. 1
Bottom of drill hole at depth 29' .
Completed August )l, 19M
I '
•wW 4r
' 'f9.51A3
' ConverseWard Davis Dixon ONIKMUIHC«NM MN A-1
' DMING 7 page 1 of 2
'OF
' ! j Htl1.N.da...h✓NHMCN NWN a,...4N,MFM\.b
..... ...... 0-14". pavement Sli.L tpq.
1 FILL (Silty Send), gray, occ. organic ire ntt 3-21 It
' O and gravel (to 9r'a-)1 mopne st to
2 ..yt7.5ng?it,_.td, dentt (14' to21,'1 -3•3
a Loose
3 pt PEAT, brown, fibrous with twigs (to y"); •6.5
.orb moist, soft. 1.2-� 5
(12 layer of completely
decomposed peat at 51-6y')
4 6 .2.o a
+o
6 -- •-•-•.....................I..............•• 1-1.1 7
2 Sp SAND. gray and black fine to vediumi moist, 0.12 20
mod. dense.
f: 1u,21 2�
i
9 (with fibrous organics in the .a 1
send)
sand grades finer with little
or no silt
25 1i-76 3o
4 ' .......................................
U 11 t( urEr SAND. gray fine to madiien with trace 5
fine gravel (to y"dia.) ,
abundant white Shell fragments,
otc. ov'rQhic fibres{ moist to
vo-y moi St. loose. i
medium dens!. i
a Ll
i
e^J7 ConverseWard Davis Dixon e•Nse\.aN CN»Wua\ A-8
SUMMARY
n++,aNY.n 9/al'9 BORING NO.
t.wi, .. ,q tlVN,. •v, nl ul,
y.Niq;• vl •. J ♦� •� `
Wi Y GRAVL,gray, fine to coarpe (to Vdia.) S).4 '•�
GP trace silt, abundant shell
fragments; ocist, very dense.
4
9Ottor Of drill hole at depth 5N' ,
Completed Wtoottr 4, 1979.
h
c�
y
' Renton, easamngtc" 79•S1M
for Joan Assotlates, tat.
r ConverseWardDavisDixon a..yaFl. ..•.w,..» A- 9
SUMM RY
9/4179 DOMINO NO,b
i.:iii:.,..1 f,•a•u. , nu,., f
'O[pw �O Ni w.tutlf• i NRN ieY •�li•f�• e• O
Y p NUIMy1., kYV i.t•..N lr •r1,, •q..n1, ' y
nt
............. ... ..... sett...
( � FILL (Silty Sand), gray, fine to medium with
trac- Med. .emit gavel- moist-` '--
s med, dense to loose,
? .PEAT, brown, fibrous with nwr ouS woody 4.2- -3
1 Pt fragments; very moist, Soft.
�( ......................................... 1.4 °
io b SM SILTY SAND, gray, fine with numerous organics; 2'3'
MMSt, loose.
SP SAND, gray and black, medium to fin%moiSt, dense.
Is with bCC. fine Sand and Silt.
layers (y" thick), and trace 13-14 N
organics.
Ito
I' -7-2
Bottom of drill hole at depth 21y.
r fompleted September 4, 1979.
Wootton
forfor
Jones Associates, Inc,
ConverseWardDaNISDIXOfla n. Nn`eurnw[Yo[.ui A_10
GUMMARY
l e.•\e".•.\a 9f 5/79 �oRiNa NO. 9
r•N t7„w\.w u\w,•,.,1 N\,N• .nN INN•N•,rN �!� \
,w• wnu•• 1N•+NN N71N•,w,�wrPue�Nf N,•NN V� ,
e�w �\\� iii,'ii,iMat„�r.'.;\.i�i•�N•a.,a\NIN\N w\ �',1 NN
Hr H N4h INNNNN AN.NNNt �y
0 .�+ �� ,,,ruin. O• •-���,
1 (SN) L (Silty Sand), brown, trace gravel (to Y'dla.), 18-50 1"
occ, pieces of steel , concrete
and blacktop; moist, dense to
2 mad. dense. 12-2 35
j s 15.3', concrete chunks.
3 6', wood fragments in cuttings, 14-12 12
5 Pt PEAT, brown, fibrous; very moist, soft. 9-8.7
It .............................
6 t/OL PEAT anu MANIC SILT,brown-tan, lightweight;- 1-1-2 4
7 _" - -" veiy moist, soft. -8.2
' SP SAND, gray to black, medium to fine; moist,
mod. donee.
8 thin beds of silt (1-2"thick) ? 3
and layer of organics(4" thick).
sand grades from fine sand and
� 9 silt to medium sand; loose 7.12. 9
„to dense,
20 .. ........................
10 ?-3
SILT and SAND, bedded sequence (approx, I" thick,
11 SM/Ml some 6-12" thick), fine sand, .3.3
' some organics throughout, occ,
shell fragments; moist, loose. _7_B
numarous shell fragments.
1-2-4
30 1012"
s5 SAND, grey t0 b'".k, medium to fine, trace coarse;
15 moist, donee. 12-15 8
Bottom of drill hole at deppth 361\'.
Completed September 5, 1979.
■ a.
ACi=C�`ED Lih 314 No
Rennin, Washington 79.5170
fo, Jones ASsor,atrs, ina, rIAM,we
ConverseWard Davis Dixon $WA$* N61 •.."n.nN A-f 1
sU MMA F7\
"It W'l t0 9/5/19 IMMING P:..
,.,, ,.+..o w. n I .., fu..u, N a f .1\a•,«•N,r rN d� ��` p
f..\NNqu., 11NIVM N\IM,yM\YM IYIb.� ,vy�� N\tqN vY 4•
•N Y•.b,Yv n \•N,NN. .vo.\ M� N,N�NN , um
KM\Y ♦�\I gHIM,e y.LY.U.NN NII tf, N,Yh UM,�Ntl vN b.gN• �.
Ian\ f 7•,
b I,.IY.I,ew
(SM) FILL (Silty Sand), brown, fine to medium with
trace gravel (to 3"dis ); 28-45 of
moist, dense,
s- (311-5', very gravelly) 17-27 2f
............... ...............•--------.. 10.5-
a Pt PEAT, brown, very fibrous with woody branches 1-2.2
(to r thick),twigs and roots;
ro 5 -__ .-very Mist, soft............... 1.1.2
6 ML CLAYEY SILT, gray, numerous roots, plastic; 1-2-4
7 very moist, soft. 6-lb- 6
........................................
15 Sp SAND, gray to black, fine to medium; moist,
g dense.
7-11. 3
20 grades coarser with depth. IS45 31
fine to medium , 8-38 58
1Uf drill hole at depth 26'-,' .
ieted September S. 1979.
1.
i
p. • 1
nvnton, Yasnrnq,un 79-5170
for Jonts A%MK%tfs, 1".
•4:
ConverseWard Davis Dixon O.ONIMNIICOMWIMI\ q 12
SUMMARY
9/ 61)9
043RING NO.
sulowtu 1
u11W�u. , . i1\!•w.N bl,NlgNHtbI VT.'"
FILL IN lr 1N BI a
rq MP...,•N INMrNI{Nln y.\YN INtN ttl
! tN N.1.\Nt lr r..\,N Nq\p,e•.M 1NINl M b„l V.l HU � ` �
M y'• I, n NUIYrIl1•\u,M•tNr yl 1,NrVl,NtlpOtl lYilMfN! .-
� •` st 77
O � l\IMNrOY !
FILL (Silty Sand), brown and tan with little
1 (SM) gravel (to 3"dia;; moist, 130 '
very dense.
rs grades to medium dense. 52-6 -67
3 35-21 13
4 .... .......................................... 12-S-
5 PEAT, brown, fibrous with woody branches (to
Pt 1" thick);soft,very moist. 3-2-3
c 6 with gray silt lenses (to
1 1" thick). 1!
]U..9;91..LrlF4.9L9i!Liti1l7p�5SaSDSi�._.._____
B CL SILTY ClAt,yray�trace•organicstPl�stit_moist�sof 1-I-2
is 9 PEAT, brown, fibrous with gray silt lenses
10 Pt................. (t0 1" thick), 1.2-2
11 SAND, gray to black, fine to medium, bedded in 12-14 14
SP 1-2" layers; moist, med. dense.
t0
i
t; 1% grades to very dense. 4_44 ad
Bottom of drill hole at depth 26�' .
Lompleted September 6, 1979.
4;
PROPOSED LID 314 .
Renton, Washington
�• .'.ra: associates, Inc.
® ConverseWardDavisDixon q_13
BUMMA v
!eY.{o.•.:..e 9/6l79 BORING No.
•n,{,ww,x,O, H{OV,r.,.N,N,..x V'wH C�`•
1 .•W Nu..�N �M{+x xi UNn�p,V,. �x,N n,N
N.,w YO .x w.PxNI tl NH,x.hN.,.N'M MpN{M�♦wl'`4 N.+ �ns
��.Y ,� +•A. NIPH'10y,IV,ry"NH H,x N.r..,1x'rHx IM.W.LU
` � {,N PhOY �� wl•�
J
I 1 Ss! `.L-P-S.yQ, rust and red, tine to medium; moist
loose to dense. 2.13 14
--------------------------
SA13, rust, fine to medium with trace fines; 10_
SP moist, loose. .3.4
-4.4
-J-2
r� t wet. •3-3
Color Change to gray-blaCk. -4-4
large wood fragments in Cuttings.
(sample Cut through 7" of wood.) �5-0
Bottom of drill hole at depth 21y.
Completed September 6, 1979.
I
I
e
!' nentL�. wa4",nSLon 79.6170
fer 40M A UMUtee, Iot,
(� ConverseWard Davis Dixon OMLCwMCHCO.WIU H A-14
' sUMMA r
„ 06,1110 ROVING NO, 114
1-4
9/6/79
,•q 1W J. • q\IN'1•.N NIr.N p '.l Ip•u u\V ,N �✓ 1•�
\�W1M.NI<INi,.1N«
' cl.•. el r: A NI1,.11 \I,.w.,,\yi�,NHuyq 11N�N\p b.,1 1N Nq �. ����;\
.11• + +�" NN 1N I..g1H �. � ��
1N.1\yw
SM 41.71 SAND, Irby, fine; mist,
1 .... ...................
3p SAND, brown, line to mbdium; moist, loose.
' .... ----------
...!.-----
............
..._......
5
sa u1Tr nano, brol,n, fine; moist, loos.. -4-4
1
t 3.4.2
5„ SAND, gray to black, fine to medium;
ngiSt, loose.
4 5-6•G
S �+•2-4
1 I
I
1� , 1 .?•75 40
�r bottom of drill hole at depth 31y'
Completed September 6\ 1979.
a
101 JOrts Ats"latts, Int.
ConversPWardDavisDixon GMK1nH'CeMulbnb q_15
SUMMARY
e.Ia a.waw q/T/Tq DOPING NO, IS
bNIWwH.N1 ., iN 1
UW VNy„N 11NIW.NS\\Y,ry\N Ybl•M N11a ivU Y.b.Y ��
i w•dwll,a..,,w• N.n.•N\MINI NZnN ,.1 Mu
I�; a�1� NIN NII i1\,=o,,.I.,iN W\p W,iIN,IrN IYINgN1 %��'
altCY.t,OY ,
q
FILL (Sandy Gravel), brown with Some silt;
(GM) very moist, dense to mad. dense. 0/6"
s grades gray, less gravelly
2 with trace organics. 6-21 is
3 grades sandier, 14-13 15
10 4 ........................................ 3 4
Pt PLAT, brown, fibrous with roots and branches;
6 very moist, soft.
1-2-3
17� Pt/Sp SAND)PEA1, black fine sand mixed with port,
branches (to 1" thick), wet,
7 fibre.
fibres to 1/1H„
.•.,-'- V.
20 .._.... .................. ...
SAND, black fine with silt pockets (to QDti' -2-1
depth); wet,
. .. ......................................
» g ` GR VELLY SAND, black, fine gravel (to 3/4" dia.) ; 3.27 32
1 j wet, very dense.
I
30 10 61,11 with some silt, 16-13 22
Kottom of drill hole at depth 31ar1,
Lompleted September 7, 19M
{tent0n, Watnu,�,ur 79.6170
for ,limas Aasotiatas, lot,
a
COnvetseWard Davis Dixon n\N1(Fnl\ptYMWIMII A-16
SUMMARY SWISS 10100
u•,ene.ao 9i 7179 BORING NO.14
•.,,•wYw,•w a Iw.w al wma , q,w na•N.. rn �! 1� ��
Ir,w Py„w L1N,Wn•a(w it,e Y•.Z wiUu NI i•W • p
NH• ,! HO W.tNNI N \W.•y...,. N.NN\\w 1'Ya.♦•\IN•
F I. � .y la Y,Ui\,NWUIrt•npwtlh•,NNONN IMYV.gIN d•! � `(,?V.
Itt♦ �� J !1T
FILL (Sand), brown fine to medium with trace
1 (SP) tilt; moist, med. dense to loose. 7_y_ 0
2
3-3'
ti 3
.......................................... ''.2
to PEAT, brown and gray mottled, fibrous
A Pt/OL with organic tilt: very .3-3
moist, soft.
I 5 '3"3
i.
t 6 t!L ' SILT -ra -wi;h tract Or a•�ics vfr moist ..ft. -2-1
a.9. Y.. 4....�..r.. a14-•-
SP SAND, black, fine with trace silt; wet, loose.
7 .. ........................................ .A-1
20 ML SIIT, Qray.-wet, stfff.
' d SAND, black, medium with trace fine;wet, loose 0-4-
SP to med. dense.
r 9 black, fine to medium with 4-1
little silt .
1 .... ...........................................
• - .
10 GP SANDYgRAY1L, gray subrounded, med. to coarse 2.34 50
sand, fine to coarse gravel
-..(,20...11e"_4J+-4.-Lraea.sllL:.._.._ .
wet, dense.
t Bottom of drill hole at depth 29' .
Completed September 7, 1979,
y-
for SonOs Associates, Inc.
�; ConverseWard Davis Dixon 6.011(eem61c,ntunam, A - 17
LOG OF TEST PIT NO. 1
Location, Elevation
Syurface Conditions
p.k DESCRIPTION REMARKS
1 5,7 1 __ ___________•_ 0" crushed ruck,
5.8 5 Gravel sub-base, natural
2 U.6 2 ............
33.9 3 FILL (coal mine waste), with abundant coal
3 .............e!Vc91:.......... ....... . .
SILT-, orange-tan, organic; stiff.
V_
4
5 bottom of test pit at a'.
lio groundwater encountered.
6 Completed August Za. 1979.
7
1 8
9
10
1 11
12
,i 13
14
15
Renton, ,,.;nington
for Jones associates, Inc, _
Converse\VardDavlsDlxon n. ,.^,,.:e.",•,,. A-18
LOG OF TEST PIT NO. 2
Location, Elevation
Surface Conditions
at OESCRIITION REMARKS '
.f
.. .._.. . - .._.__. �, r"A t.
Crushed rock.
?.4 1 FILL (Sandy Gravel), gray, trace silt moist,dense.
2 ... .......................................
FILL (Sandy Gravel) with trace clay; very dense,
3 moist.
4
5 .. --•............................•......-•----
37.6 Y FILL (Gravelly Sand) brown with trace silt.
6 ---.......-•••---------------- ------------
37.0 3 SILTY SAND. gray, tine; soft, wet.
9 .sotto, of test pit at death
10 o groundwater encountered.
■ Completed August 28. 1979,
■ 11
12
i
13
t I 14
Renton,..washinaon T9-S17D
for ;•ones associates. Inc.
+' COnverseAlardDaviSDixon a..ueaewMeawwe.�w A-19
�' I LOG OF TEST PIT N0. 3
Location Elevation
S rto' uu Conditions
t �
ER DESCRIPTION REMARKS
1 fill (Sandy Gravel), brain with tract silt;
mist, med. dens#,
grades pray,
1 y .........................................
SILT. gray: wet. sort,
� 6
gradts with v,fine to mad.
4lB 3 .. sand wiEh.$SQEn:............. .
' nt PEAT, brown, fibrous, fine roots and brancnu
8 (to 3"); wet, soft.
...... ...... .. .. .. .......................
6Z.6 r" 0RGA;1iC SILT, mottled brown and gray with
1Q Ul Oct. lenses of prat.
11 wet, soft.
12
�j 13
bottom of test pit at depth 121 .
14 Groundwater seepage encountered at depth 2 alai,,
Compltted August 20, 1979,
Poi.PI?CCi: L:D aii "O ,
t ppntpn, ;tafhfn.,to" 79�6ti0
for ,ores Associates, Inc,
' COnverSeWard Davis Dixon awH¢•"n Ca .NH^H A- 20
LOG OF T 'ST PIT
Location N0. 3A
rSurloee Conditions> Elevation
E DESCRIPTION
REMARKS
i 1 rlll (Sand ....
y Gravel), brown vrlth trace tilt Z to 6'dia. ; very dense e 'avrt
. IIIOtst.
.........
3 14.G grades r gar.
gotto" or test pit at depth yy.,
6 ',0 groundwater Mtel111LlMd,
'I^oleted August 28,
3
� 8
9
10
�I11
12
! 13
14
I5
E
inc, e•SI?0
COnverseWardDeVISD(xipn
eNNatweN c.,rYly„y itN.r 'Tj--�•_...
A-2 1
j Location LOG OF TEST PIT NO. 4
SuriaN Conditions E levatior
L
DESCRIPTION
E REMARKS
1 FILL (Gravelly Sand), brown with tract silt;
"ISt, mod, dense,
3 with $or* silt; wet, loose.
4
1 5
i
6
8 �ItT, TOttled pray with brown organics, fine
roots snd decayed branches;
firmn 9 . ............. wet"........
10 PEAT, brown fibrouS with lenses of gray SILT,
roots and branches (to ®"),
!) 12 _.
t _3 Bottom of test pit at depth Ill.
�roundwattr it"ga encOuntertd at depth
lv Loeplettd Augutt ?a, 1979.
15
Fenton, 46ahln,t6n
fpr JCnr, 4,e.. -tr9,_Inc, ig•51;,.
COnv'erseWardDavisDixon
t- -- ---- - _ A-22
LOG OF TEST PIT NOAA
■ Location- Elevat:on
!� surface Condihonr
aF DESCRIPTION REMARKS
. -
;� 1 Sw FILL (urevelly Send); W. dense, moist.
FILL (And), It. brown with trate gravel and silt,
5 Bottom of test Pit at depth 3'.
No groundwater entounterod.
6 Completed August 23, 1979.
7
B
i 9
10
11
12
!� 113
14
15
Le LID 314 ». .
Kenton, tashington 79.5170
For Jones Asso:+,rr.,
A-23
LOG OF TEST PIT NO. 5
Location) Elevatior
{Szurface Conoitione,
g Y ae Y DESCRIPTION REht4Rn5
7_'Asphalt; 3" crushed rock.
..............•.......
FILL (Gravelly Sand), Drown with trace silt
2 SW and gravel (to 4"dia. );
moist, mod, dense.
3
4 ...........................
5 grades gray.
6 -E19 1 ... ...................
pt PEAT, brown fibrous, roots and branches(to 2").
.............................
ORGANIC CLAYEY SILT, gray with some fibers;
a OL wet, soft.
9
lo-
11 410 ' SILTY SAND, gray, v.fine to fine sandiwet,
mad, dense.
12
�j 13
14 Bottom of test pit at depthl2' .
Groundwater encountered at ?It' (seepage) snd
15 at IOT.
Completed 1. Ust 28. 1979. C
l�
t PROPOSED LID 314
Renton, Washington 79-.."o
for JIn
E�i:
tConverseWard Davis Dixon Q,OIIf�O1C (OMYn�OM A_n4
�ot a,iafi LOG OF TEST PIT NO. g
r
Elevation
Surfocs Conditions,
v 10kill
DESCRIPTION plA11c� .,
.fi N
�` HS y:`d i i • 1. i''tllhNd �l`<A,
1 FILL (Gravelly Sand;, Drown with trace silt; - -
SW moist, dense.
2 ..........................
11.9 grades gray.
3 cobbles (to V dia. )
4
S . . . ..
DILL (Coal), dk. brOwn'td bleck...... ....��-�--
' 22.] S11 ••FILL (Sandy Silt), gray with trice organics, fine
roots; wet, soft.
8 00.8 4
PEAT, brown, fibrous witt fine roots and branches
y 3a,8 5 t; (to 3"). with interheds of
0L ORGA%IC SILT (tu 5"thick),
wet, soft,
10
1 ... ...........................................
11 GO.3 6 SILT, ray with trace organics, interbedded
12 "+L with fine sand )ayers.
f { 14 Bottom of test pit at depth 13'.
15 Groundwater %tapegge encountered at depth li'
Completed August 29, 1979,
Pietometer installed, slotted at depth 10-13'.
i forJon sAS%npton 79.5170
for Jones Assnciates,lnc.
f COnverseWard Davis Dixon o.a»aneo temaweN
A -25
tr,��:
LOG OF TEST PIT NO. 7
Location Elevation
Surface Conditions' N
DiSCRIRTION REMARs S
� N
' FILL (Grove y Sand), brown, with trace si' ,
1 �••'+ 1W Occ. branches; moist, dens r.
t Z ................
(Silty Sand),Groom with trace groves;
SM moist, very dense,
t4 .........................
grades Cray.
I' S .. ..... ___---_-- root laver III.
'.
i.i PEAT, tk, brown, fibrous with roots and branches -
6 (to 3"); very moist. Loft.
Oct. thin lenses of medium
% sand (to ." thick).
1 I 8 .._....grades wet,... ...............
9. OeGA'd( SILT, mottle) gray-brown layers, little
15; flne to tied, sand layers (to
to I• thitk) and v.fine roots;
--'^ wct,-soft'--
11 n Suro, gray, fine, wet, loose
�r 13 9cttom of test pit At depth III,'.
Groundwater sMpage encountered at depth i >-A'
14 torryletod August 29. 1979,
15 --
' -
na^Lori, uasningtan 79-y17J
fig.' book Atso:idt" , InC.
' Converse\fl'ardDavis Dixon ouNeennNe«wwM. A-26
1� LOG OF TEST PIT NO. 7A
1 Location- Elevation I
Surface Conditions
i se DESCRIrtION REMARKS
1 :il (Gravelly Sand), oro+sn,•fine to rta.send,
Z coarse Braves (to
___.,.a.----...fie«.motsL._
q Bottom or test pit at depth V.
'•� Broandwattr encountered.
5 —,�pleted August tB, 151n,
I �I
' 8
(� 9
10
11
�t 13
14
15
�Er40r, Lathtny t�t 7B-Bl]U
fnr Jorrs .astoriatet, Inc
ConverseWard Davis Dixon A-27
LOG OF TEST PIT NO. 8
i Locatiwl' Elevotion �
y , Surface Conditions'
DESCRIPTION RCMA'0'S
.1th trace Silt.
1
2
3
grades gray.
1 5
6 NO t wix Vitt.Wis.stR4'.vtt�)Q ft............ .
71:7a ;
PEAT, fibrous with interbeds of ORGANIC SILT;
1 wet, fort.
8
1 9 . ---....................... .............
10 SAND, pray fine; wet, loose.
12 oottom of test pit at depth
j 13 urouhdwator Seepage encountered at depth d',
Completed August 19. 1979.
14-
tl I 15
�1 6o,tc++, ..asningtun 19-`::J
?or Jones At%oclatel. Inc.
1 Converse\NardD.'livisDixon eauefebtleaeayMau A_28
TEST FIT NO. SA
Location Elevation-
' {Surface Conam.
pa ee B DOCRIPIION REMARKS
Tj" Asphalt, V crushed rock.
1 1Y.0 1 ( a _ 15;'i-concrete............... ...........
(ela w h,gtn11.
.��L�..I124�.Oftck;�iine, with somei yravil�
2 31.8 ` `Ill (Coal chips) dense, very moist.
3 �
4
bottom of test pit at depth 5'
Groundwater %tapegqe encountere" it
8 Completod August 29, 1979.
i
9 �
10
11
12
�s 13
14
15
�1 Kenton, 'wa sh ington 7F-yi%
1"r ;nne5 k:•nci:[Pt. Inc.
' Converse%VardDavis Dixon otewwwwoanaw " A-29
i
LOG OF TEST PIT NO, 9
Locations Elevation:
Surface Conditiml
.ae DESCRIPTION REMARKS
N
j SW FILL (Gravelly Sand), brawn-gray, with trace
silt and organics, branches
Z (to Z"), occ. lumber, Pricks
and concrete debris; moist, caving
red, dense. throughout
I, fill.
I 4
5 Ft =4t, brown fibrous, grading to PEATIORGAAIC
'90.7 1 S1 T, branches (to 1").
wet, soft,
7
7� a Pti
l OL
!� 9 414 ORG410C SILT, red-brown, roots and charred _ "
10 woos-�to I� _vet: soft: _
32.. SA:, Mack fine with trace silt and organics;
:
I� 12
g 13 Bottor of test Pit at depth 11'
Grou^cwater epage encountered at depth 4',
jQ GOmPloted Auy,st 30. 1979,
�i TS
' PRGVOSED l:0 31,
Renton, s:as+,ington
for doles ssociates Inc. 'v"i�'
Conver, � s;yr—
�e�'VarcfDav�sDlxan A-30
LOG OF TEST PIT N0, 5,%
Location, E Ievalion
Surface Conditions,
{ Y Y
gr ae DESCRIPTICN REM kRKS
d� N
a' aspnalt. '
............... .
1 .....................con .ete. (old nignway)
2 FILL (Gravelly Sand) v:ch trace silt.
FILL (Coal),
4 -- --
5
i) Bottom of test pit at depth 4',
No groundwater encountered.
7 Completed August 29, 1979.
r8
r 9
10
11
12
r` 13
14
15
PROMSED LID 314 °-V 1-
Renton, , .shington ;g•gl,,
for on,,_Associates, inc.
!' ti2 ConverseWaf dDaviSDixon O�pb<pmC�ICOMWYpI\ A-31
LOG OF TEST PIT N0. 10
■ Locotion Etevotion
Surfoce Conditions'
4
DESCRIPTION
REMARKS
1
FILL (Gravelly Sand), Srown-gray, trace silt
{� 2 and crgenits; moist, med. de•se.
f■
4
' S
357. 1 ...............................
PEAT, brown, very fibroux mat. -
Pt
-
grades non-fibrous, brown with
trace wood chips (to y"},
8 ..........................
g fibrous toyer,
grades to ORWO C SILT,gray and bro,.1m et,firm. I
14
11 ----._
1 SAVO, black, fine with trace silt; wet, loose.
ia 13 bottom of test pit at depth 0-,'.
&rounawater seepage encountered at depth 10,' .
14 3.4 gpm.
Completed August 29, 1919.
1 iS
fnr :nnP< t,55^iia`.PS, 19-517u
ConverseWard Davis Dixon WlNGwnit!!LlMylll�w A_JG
I LOG OF TEST PIT NO. 10A
Location Elevatlom
5ur}ac• Conditions
yl DESCRIPTION REMARKS
S..____._... rete, ----a-._: dense._ow moist.
1
; concrete, I; -19';') ta--- brown, Tin,.
r, i 2 Fill (Coal); med. dense, moist.
; 3
4 - - - ---------------- ------------------- .-_
�I 5
' 6 i,:,to, test pit at depth C,' .
7 ,roundnater seepage encountered at V Y.
Completed August 11-9, 1979.
8
9
10
11 l
12
13
I 1,
t 15
3
1� OIICI M6
tCOnverseWardDavtsDixon OIOIOC 0<NC0MYIUPII A-33
- ..
LOG OF TEST PIT NO. 11A
ILocotioe Elevation
I Surface Conditions
Y
ds 2 Y i DESCRIPTION REMARKS
1 Asphalt------
- - - G and -ravel— brown----_-----
1 (11'si6") concrete, i16-I&'s' sand, brown.
2 __`18 �3:,_jcoal_and g�aveli (23'L-26'p')sand a nd_yrave'
FILL (Coal), black.
1 y
Bottom of test pit at depth 3' .
5 No groundwater encountered.
Completed August J, 1979.
i I6
7
1 IE
I i9
110
'I 11
I 12
T3
'I I 115
2
u�,-;;^ .,asringtnn
f,;..
COnverseWardDaVISDlxon ^••"•^'• A-34
Location; LOG OF TEST PIT NO. 12
Surface Conditions Elevation
), 5 DESCRIPTION
t1 REMARKS
] FILI (Silty Sand), It. Drown, ffne will,
tine to coarse some
2 r2ot5 4n gravel, occ, fine
moist, lSg�4 etg debrj4L
3 med. dense.
grades to mottled gray-brown;
' I 4 moist. considerable
5 caving, 2.7',
6 grades gray;•wet,-loose.-
' ' 93.8 1 Pt PEAT,.mottled brown-gray, interla ___________-
Peat Ye red fibrous anu OR6luVIC SILT;wet.firni.
9 ......•------
10 Increasing and branches Pi to Content,
Der tent, roots
' (
11
i1 12
I� 13 '
ML SILT, gray and brown _
r1I 1firm. organics;
wet,
nRpoiSED Llp 314
for entOn, �rashingtdn
---n .'Ones Associa! eee
ts, inc, 7y.5178
ConversewardDaviS
Dixonxan owian.�tn ee.a u.�n v"4.q.
A-35
LOG OF TEST PIT NO. 12A
Location C levotion
Surface Conditions
f
� u
C c DESCRIPTION REMARKS
6,5 1 _ 5__Asphalt, 4.�;_-gravelly sand, Drown, fine to_coar
1 concrete, (15-17V)sand, clean fine to mec.
2 _A1rZ�').Elll:::coal'arid9?SveY."'"'""
37.1 2 FILL (Coal)
3
j,
4
5
Bottom pf test pit at depth 31.' .
t%o groundwater encountered.
6 Completed August 30, 1979.
i■■
8
9
� to i
11
y I 12
�r 13
14
r� 15
1}
..a51:,..3ton 79-5170
for Jones Associate", Inc.
ConverseWard Davis Dixon a..a.nn.. o..wn.m. A'36
LOG OF TEST PIT NO. 13
1 Location Elevation
Surface Conditions
?J � ss DESCRIPTION REMARKS
O E C N
FILL (Silty Sand), It. brown, v.fine to fine,
' with little fine to coarse
gravel, organics to 6" deptr�,
2 moist, med.dense.
3 ..........................
I, 4 grades gray; wet, loose.
5
(t 6 - -
It PEAT, dk. brown, fine and fibrous mixed, rocs
(to L"); wet, soft.
with lenses of ORGANfC S1L1,
mottled gray and brown with
trace organics (to '."); wet,
5 firm.
11 b S101 SAVG,black-fine, tr, or anics at 10Y
wef;meT dense.
4 12
Bottom of test pit at depth 11'.
yt 13 ' roundwater seepage encountered at depth 10.'
Completed August 31, 1979. I
14
r 15
r
for ;ones Associates, Inc. _
ConverselAlardDavlsDixon a.ai.<x.rcucarmwma _ _ A-37
LOG OF TEST PIT NO. 13A
Location
Surface Conditions Elevotion
e
DESCRIPTION REMARKS
C N
5.0 i - _ ".Asphalt. s A-q- --
1 (S','10") Sand, Drown, fine with some fine gravelidanse, Moist.
i'0 2 (10-l5'a")tondrete,Drown, fine
brown-gray with sole fine grave.
20-26" Coal and Gravel. "•
L 3 FILL (Crushed Coal).
5 Bottom Of test pit at depth 3'9",
6 Groundwater seepage encountered at 319".
Completed August 30, 1979,
r
i 8
9
10
I 11
12
1s 13
14
--------------------
' 15
i
' mea 4e
-pr,:Cn, na&f110',t LGtn
`or ,;Ones acso,fates, ' ' �g-51i0
CionvefseWard Davis Dixon
c..,,." ..___.... A-38
LOG OF TEST PIT NO. 14
Location
Elevation
j Surface Conditions
■ Y Y
2
ae � DESCRIPTION REMARKS
1 f1LL (Silty Said), it. brown, fine to mad. with
some gravel (to 3"dim.);
moist, Mad, dense.
2
4 ..........................
grav; very moist, med. drr:p.
5
6. s„ PEAT, brown, fibrous with roots and branches
39.0 2 dded with gray-
brownNMANIC�SILT; wet, soft.
� I8
SILT, gray with some lenses of sand (to ."c,
occ. V. fine organics; wets.
h 9
10 ..............................
grades tc SA%D. black, fine clean;
12
�j BMW-, of test p+t at deptt. 11' .
13 Groundwater sempage lntbun`.ered at depth 5'
14 Completed August 31, 19'9.
1 15
t?
tx .
for Jonas Assv,lates, Inc.
ConverseWardDavlsDlxon A 39
LOG OF TEST PIT NO. 14A
Elevation,
Location'
Surrace Conditions' REMARKS
DESCRIPTION
N
Alt
7.0 I '. ,ra cl.
1 (S�.g;-')Gravelly Send; Drown; ld'o-Ibrow ha t.--.
(30-15°)toncrete.(15-1d")Sand, dk brown fine with s
2 -3.5 Y FILL (Sandy Silt), brownwith some gravel.
3
5 nutto^, of test pit at depth
C ;Io groundwater encountered.
V .a pieted A4 st 30, 1979.
7
1� I
rjl 12
7
j 13
�I 14 -.-
15
i J_J I,�u
q-40
ConverseWardDavisDixon
Location: LOG OF TEST PIT NO. 15
Surtocs Conditions' Elwotiom
DESCRIPTION
REMARKS
1 FILL (Silty Sand) , brown, file
i S'f finelt to coarsegraveln
2 (tome
4")� root layer, J-6".
sl. Rpist, loose.
3
4
' I 5 --_--'• (Sand), gray,-fine t0 mad-•with so
to coarse gravel_ Rk fine
PEAT, .. - !'!fit_ loose, caving, q_S:.
i 6 gray and brown, fibrous (to y,), -
• •-_...•.•. -. wet.•soft._•__._..... _
J GL grapes to ORG"IC SILT, mottled gray and brown,
................trace fibers; wet, soft.
8 _ caving ,6_7y.
P grades to PEAT, gray and browri, fibrous (to ��
' 9 wet, soft,
10 01,1 3 .t• ..............
� _ SILTgrdy_-little sand, occ. Drenches;w-•_-`_--
11 Sa SAID, et. tinn_
I -- black, v,tine to tine,occ. branches
12 —'wTr,--r"Se,--- (to
s 13
Bottom of test Pit at depth I1'.
14 Groundwater seepa9a en countered et 5'
,
ConPleted August 31, countered
979.
15
e
Fenton. �;aslying ton NMI .
t`" ''nes Associates,
Inc. 79-51%
t40 C0 '9W8fd
DaviSC a.enen.iouewwru.
----
- �- A-41
LOG OF TEST PIT NO.15A
Location E lsvatwm
Surface Conditions'
4 O
DESCRIPTION REMARKS
1'�,__Asphalt. 6:'tonc.ete .............
..,
1 4.9 1 �(7,-Il")Sand and Gravel,brown, .-m, san , , gravel;
�1�:17„�.SQ^_Cr�SQ•. Q4n39a moiili._
2 12.1 z .._ __U?:�4"J.iia4,_blic�, ti.........ne.
15 r, 3 FILL (Silty Sand), brown-gray mottled, with trace
r 3 fine gravel; dense, moist.
I, 4- . .........................................
PEAii brown fibrous (to 2"); wet.
I, 6 Bottom of test pit at depth 41,'.
T I No groundwater encouniered.
Completed August 30, 1979,
I�
8
(t 9
10
�, 11
12
13
14
for Jones,Assnci,iites, Inc.
Corne►seWarciDa�ns�.xon o..wc.Mwd•www�M A-42
LOG OF TEST PIT NO, 16
` Location Elevation
Surface Conditions
JIR DESCRIPTION REMARKS
1 FILL (Silty Sand), brown with trace fine to
coarse gravel (to 4"); moist, caving, 0•31,'.
med, dense.
L
3
........................
4-I grades gray,
' S .. •................................. original ground
t4.4 1 nt PEAT, dk, brow,.. fine with some fibers, roots,
6 branchas (to I"), surface at III,'.
wet, fina, root mat.
. ............ .. .........ML SILT, gray, inor anic• moist, firm,
.. ...........................................
9 i SP SW, gray v, fine to fine; wet, mod. dense.
10 ----- ._
11 1 Bottom of test pit at depth 9141.
Caving Conditions encountered below 9,' .
12 -io groundwater encountered.
Completed September 4, 1979.
�j 13
14
1
' 15
l man a
for Jones 4ssociates, Inc,
ConverseWard Davis Dixon n.aNt�e.4ta..an,ab A-43
�� ..
LOG 0 TEST PIT N0. 16A
Location ElNeation•
Surface Conditions-
t.11' �te � DESCRIPTIC: REMARKS
1 4'r11'�1 Grave fy Sand. ..IIy-13" Concrete. .
hb::1""�.Sert4.0t.Arean..............
2 ral (Silty Sand) brown-gray mottled, tine with
trace tine gravel.
� 3
4 -
.. .... ....4:aaes 9W ................ .
PEAT, dk, brown with edme fibers; wet,
6
Intton of test pit at depth 418".
7 no groundwater encountered,
Completed August X, 1939.
1 8
10
11
12
i
13
I
14
'j
to, Jones Associates, inc.
ay wr
�- Convers®Ward Davis Dixon A-44
LOG OF TEST PIT NO. 17
Location Elevation
Surface Conditions _
Y
� .F Y DESCRIPTION REAAMRKS
1 'ILL. ;Sand), brown, fine to med, with little
gravel (to fine
Z roots (04" depth); moist,
loose.
3
4 ............................
5 gray; wet, loose,
- .......................................
6 .'15 1 —
PEAT, fibrous, roots and branches (to 2");
7 ''t we., soft.
' 8
9. grades to 0411M C SILT, gray and brown;
wet. Soft.
1 3 s SAMO ra , fine to red., trace silt, occ, fine
�I 11 rot 41'' 3see..�"'�
12 Bottom of test pit at depth IV,'.
r• 2 lj Groundwater seepage at 'LW.
(`'■ Completed August 31, 1979.
� 14
Tnr ;onvs :.xteca'e:. 1*t.
eConverse\Alar6 Davis Dixon d.Y»eh«.NCYwwn."" A-45
LOG OF TEST PIT N0. 17A
Location E Ievoiion
Surface Conditions
� 4
f 4 �
n�4, [ DFSC RIPTIQ Pd REMARKS
.o
s phal �.-'a cncre:e
' I 2 �-.� ) S c, Dlack�med with some gravel (;o
c-.4 2 (2J';'-4' ) FILL (SCty Sand), brown-gray mottled,
3 `ine with trace gravel (to 'i'dia,k
".nse, moist.
0 cobble at 3Y)
y
5
Bottom of test pit at depth 4' .
6 'o groundwater enoountered.
7 Completed August 31, 1979.
8
1 9
10
1 11.
12
�a 13
14
I, it 15
ConverseWa rd Davis Dixon A-46
LOG OF TEE PIT Ho, 18
l ocotion Elavotion
Surface Conditions
f i
DV:GIPTION REMARKS
A c
+ SAGJ, It. Crown, fir, with some fine to
coarse gravel (to 3y"dia.),
�A occ• concrete and organics
12" depth; slightly
3 moist, loose.
+� 4 increasing °;oisture content.
y 5 grades gray; wet, loose.
3.5 1
7 t PEAT, fine with titers as roots, bark and
branches (to 3/4"); wet, soft.
8
SILT, gray, occ. organics, branches;
10 DL wet, firm,
--- ------------------------•.-------
SArlp, gray, fine to medd ith little fine y-av_el
— ian�f �t aoe Or
wet, loose. yan�Ci as roots:
`
� a 13
1'
14 of test pit at depth I1 .
Groundwater
� Groundwater seepage at depth 111,
IL I 15 Completed August 31, 1979,
PR�Pi1SEU LID 314
Renton, Washington 79-5110
fir ,onCS A%societr<. Inc.
' Cononve�rs�eWaar�d Davis Dixon
\ q-47
�.-Il.�y +J�.rW.-,.IY•I•,r.yY T.t.anlY.r
may. -
LOG OF TEST PIT NO. 18A MWAMWMNM
Locotion
Surfoce Conditions Elevotion
DESCRIPTION
REMARKS
6.8 1 -Asphalt, 2'a" ATB, 0" Gravelly Sand, brown; med.
1 ftrm!,-,mr mg,i s;
(12-1T' Asphalt, (17-20° 1,1 '"
)-- i )�toncrete.
2 9,4 2 (2Oy-23") Silty Sand, black,v. f.,f,
23.8 J (23-27 ) Gravelly Sand, brown, fine; dense, wet.
(27-38") Sandy Silt, brown-gray mottled with trace
3 gravel (to 2").
4
5 GBottom of cou dwatereseepagest Pit aencountered at 21911.
6
Completed August 31, 1979.
7
i R
i, 9
i. 10
`� 11
1,I 12
�s 13
r,I 14
15
PROPOSED LID 314
Renton, Washington
_ for Jone> Associates, lu.
iConversekkardDaVISDlxon d.oi.o�ncatun,,,,,,„
��-�,-Wx ___. A-48
�v.
+, LOG OF TEST PIT NO. 19
Lc cotion E levation-
j Surfoce Conditions
f : ,
u
DESCRIPTION REMARKS
in
� p N
1 Fllt (Sand), brown, fine with some fine to
2 coarse gravel (to 4"dia.),
trace silt and organics as
fine roots; moist, loose to
tt j med. dense.
I' 4
5
grades----
-ray... -------
81.9 1 Pt PEAT, brown, with fine root fibers (to 1/8");
7 wet, soft.
9
42. i '
$ GL ORGANIC SILT, mprtled gray and brown• very moist,
__ _ firr_ . _ _ _
9 35.8 3 SF- - SANG, gray, very fine to finewith trace•to '
Sr' little silt; very moist, !pose
r- 10 — —. to_ Med. dense..
y 11 Bottom of test pit at depth 10'.
No groundwater encountered.
12 Completed August 31, 1979.
13
y 14
�t 15
V�
.,ova
�� (~enter, „a;hingt�r. 79-5170
for ,ones Associates, Inc.
r ConverseAard Davis Dixon p.etre eeapae.Wue,. A-49
Location LOG OF TES1 PIT N0. 19A
■ Surface onditione EIbvotion
■ $p 3� .
DESCRIPTION
r REMARKS
1s:_AioQeI1 ,A"a"_AI@...
Gravel JX Sand Crown f..�
Z CQ4Cle[Q•_ 4Caye1 to 7_t tl $e, noiat.
Saatl, blauI%-.m, with tittle fine ravel
Orown, f;--- h trace With trace gravel to 4
Bottom of test Pit
5 0 groundwater enccuttered.depth2 8 ,
'O"Pleted August 31, 1979.
1
8
9
10
I 11
12
�r 13
I lq I
� I
115
1; I
14
aentonfor , +ashington ,..,.. ,
erseWardDawSD1xon
%9-Sl?J
Conv
A -60
i
LOG OF TEST PIT NO. 20
iLocation, Elevation
iSurface Conditions
i iQAIR
Y DESCRIPTION REMARkS
& k
i ] i :,L i5ilty Sand;, cr,awn, fine with some gravel
and Oct. debris; slightly
1 2-1 moist, dense.
3 moist 1 ----••-•-•••----•-
4 very motet, gray.
5- caving conditions
encountered, I
i 3-S' depth.
' I 6 .................. ..........................
7 149. 1
PEAT, brown with some fibers layers; wet.
--- --------------------------------------------
9
S1L7, gray with occ. organic inclusions;
]Q - -- - very moist, firm.
11 SA!1U, blaci ,y71;' with trees sitt,wet, loose
1 112
Bottom of test pit at depth 11'.
i 13 Groundwater seepa;e at depth 10','.
Completed September 1, 1979.
14
15
�t I`
} ( i
Fenton, sasninitoe 79.5170
!� Conve, --A'Vard Dav-:3 Dixon q-g
LOG OF TEST PIT V0. 21 I
Location Elevation
Surface Conditions
DESCRIPTION REMARKS
cc �
. �,ty Sandi, mcttled drown and Cray,
fine with some tine to'coarse
' I gravel end occ. organics
2 as branches and debris:
moist, dense.
� 4
' � 5
6 .............. ........................
96.J i
PLAT, mottled brown and gray with lenses of
organic silt t3wett, film),
branches (to 5 );
8
' 9 SILT, gray with trace organics: very moist, firm.
1� . ..........................................
SEED, black, fine, trace silt; wet, loose.
I 11
' I Bottom at test pit at depth 101,'.
12 Groundwater seepage encountered at depth 10'
Completed September 1, 1979.
14
's 13
i I is
1�
�y
RentsRen tc
EO t10 3t�
n, ,:a shinatdn
!nc.
Converse\rk DavisDlxon d.<,.r,, . ..,.n..,. q--52
LOG OF TEST PIT NO. 22
Location E levotion
Surface Conditions-
:
g DESCRIPTION REMARKS
1 F :L,. ((Silty Sand), brown, fine with some
fine to coarse gravel;
2 moist, med. dens:.
Caving eondit ie•
3 encountered,
1'a - 5' depth.
4
5
6
7
----------------------------
1' PEAT, brown, fibrous; wet.
I' 3 rt
I� 10
11 ................................ ..
yl 12 SILT, gray with occ. organics as inclusions;
wet, firm.
13
�■�I 14
Backhoe excavation to depth 11'.
Refusal of hand probe at 15' in black fine sand.
Groundwater seepage encountered at 7�,
D Comp`eted September 1, 1979.
PR;'uLsEO .1D 314 n.n
Fenten, yashrngton 79.0170
ConverseWaraDavc Dixon o..r«.Ma.re«wvewa A-53
LOG OF TEST PIT NO. 23
Locution Elevation,
Surface Conditions'
� Y
{ Y 2 8 DESCRIPTION REMARKS
'EAT, brown, fibrous material, fine roots (to
1 '."); very moist, soft.
SZ.9 1 r't
2
ry `... ••..---...... I...........
r 15
r6 : ML SILT, gray, trace organics; wet, soft.
7 ..........................................
r iD, black, fine trace silt_wet, loose.
8
Bottom of test pit at depth 8'.
Groundwater seepage encountered at depth 3' .
10 Completed September 1, 1979,
11
�t 113
14
15 -J
Renton, Washington 79-b1-
for ,ones Associainc, Inc.
ConverseWardOavlsDlxon A-54
C1.:1frT. -'-.'�.."a:..�"'w
LOG OF TEST PIT NO. 24
Loemion Elevation
Surface Conditions
Y Y
P ee DESCRIPTION REMARKS
FILL (Silty Sand), Drown, fine with trace fin_
1 sr. gravel , occ. coarse gravel , trace
Organics as fine roots; slightly
2 moist, med. dense.
4 51.2 1 Pt/ PEAT and ORG;,!4C SILT, mottled gray and brow,.
OL moist, firm.
5 (fibrous peat lense at 5,' ,
fibers <2").
6 --------------------------.._
8 SILT, gray with trace organics;
wet, Soft.
9
10 Sil SA'QD black_-fin e trace silt;,wet,med dense:
12 Bottom of test pit at depth 10�t'.
Groundwater seepage encountered at ID' .
13 Comple'ed September 1, 1979.
14
15
�. HYIt,MB
Ren wu, Washington 7%5170
for .;ones Associates, Inc. _
mM�W
ConverseWard Davis Dixon A-55
r
I
S LOG
locf;on, IF TEST PIT
r N0. 25
urtooce Conditions- Elegya R non
c � DESCRIFi1pN
r 1 REMARK,�
Z )Said:, Grown. fine with
fine t
to race s
3 dia,) co 9raveltto and
vlry 1o05e.
■ 4
■ 5
- -- ��
8 cotton
Standinof test pit at d!Pth
1 9 :.anplettd NSeP.en1 depth S'y,.
ber 6, 1979,
10
I 11
1 � 12
It 13
I 14
�( 15
x
a i
' .o� sso;inP
C� 't
ConverseblrardD
on deepcwmeer CenewNeN
A-gg
LOG OF TEST PIT „0. 26
Location Elevation
' Surface Conditions'
f
n,r :s DESCRIPTION REM S.AR�
F:L: iuravelly Sand), brown, fine with little
silt and occ, cobbles (to 6"did.); '
2 occ. organics as fine roots
(<1/B"), and concrete debris;
3 moist, loose to med. dense.
' organics more abundant below
4
5
.....................................
2 •_ .
ML SILT, mottled gray and brown witn sane
$ organics as decayed and v,—y
fine roots.
' 9
10
- - -- - . . •- .-
11 SA"a, gray, very fine; wet, loose.
12
a 13
Bottom of test pit at depth 13�1.
�I 15 Groundwater seepage encountered at 101;'. _
Completed September 3, 1979.
r
}
• h
,4asring.to❑
fl net Zssx sates, ln--
ConverseWard Davis C A-57
r
r LOG OF TEST PIT N0. 27
Location
Elevation
rSurface Cond•tions
]' v
iEiDESCRIPTION REMARKS
I
;Sandi. Drcwn, fine with tract silt and
fine to coarse gravel (to 2"diaJ;
I I
moist, loose tC n*d, dense,
I
4
i
5
6
r8 MLI SILT, mottled brown and gray with Some organics,
aS t in branches and roots;
9. moist, stiff,
10
12 ,It. •_51LT, gray-with trace organic inclusions; -.
wet, firm.
13
15 Bottom of test �,t at depth 14'.
No groundwater encountered.
Completed September 4, 1979. _
r� 1
ConverseWardDavISDixon �ecnnieal C�m�n�eb
�. �. .. A-58
LOG OF TEST PIT NO. 28 .
Location' Elevation
Surface Conditions'
f u
� 4
DESCRIPTION REMARKS
Ii
ORGANIC SILT, brown with gray layers of silt,
1 73 6 l trace fine organics; slightly IIII
moist, firm,
2
3
...................... .....................
4 SILT, gray with trace organics as inclusions
5 ,• and occ. branches; wet, stiff.
7 --------------------------------------------
SAND, gray, fine with occ. organics;
._ _ _.. _. ...� very moist, loose. _
9
to f3ct[om of test pit at depth 8' .
Groundwater seepage encountered at depth C,' .
Completed September- 4, 1979.
11
12
�r 13
14
I�I
er-W�' nas"n'Itin
for ;ones Associates, Inc.
' k i'onverse%%IardDavISDIxon o.n ,anecaca..mu.o A-59
k LOG OF TEST FIT NO. 29
Location; Elevation
Surface Condiflons
4 O _
$ DESCRIPTION REMARKS
1 SAND,black fine, with trace organics; roots to
slightly moist, mod, dens.
2
3 -SILT, Drown and gray mottled, some layersof
4 S1 2 1Lj orgaincs; moist, stiff.
Pt
r „' � gray with trace organics and thin fine
ML Sand lenses (to 1"), moist,
-tiff.
8
a SAND, black, fine with trace silt; wet,
loose to med. dense.
11
I? Bottom of test pit at depth 10'.
Groundwater encountered at depth 914'.
Lompieted September 4, 1979.
�j 13
15
1�
t j
1�pn;Un, .,a slin�tun
for .ones Assecistrsxinc•
ConverseWard Davis Dixon a..»...»ae«wi A-60
0 - M
LOG OF TEST PIT NO. 30
Location Elevation
Surface Conditions'
f Z
= u $ DESCRIPTION REMARKS
o c
Y Sand and Gravel ; brown, f,-m. .
1 2" Asphalt
(7-22") Sand and Gravel;hrown f.-m, w/little silt.
2 F1Ll (Coal thlps)
3 -- — -- i
4 Bottom of test pit at depth 2> ' (30").
NO groundwater enCountered.
5 Completed September a, 1979.
6
1
8
9
10
11
11
13
14
15
F
Fenton, BW,ington 19-o)7o
fc Jones associates, Inc.
CornerseWardDavtsDixon ««..nA,.. :.,,. .,,. q-61
'AG OF TEST PIT N0. 31
Location Elevation
Surface Conditions
f � S
c c :aF' � DESCRIPTION REMARKS
FILL (Gravelly Sand) with little silt, gravel
to 3", brown; moist, very
dense.
30.E �- --- ----'.._..."'---
FILL (Sand) mottled FILL (Coal), with
brown and gray with some silty sand;
little gravel ; moist, dense.
moist.
dense._
I
1 I Bottom of test pit at depth 50" (411 1
No groundwater encountered.
1 Completed September 4, 1979.
k
1�
FPn(p. , "do in..•,LOn 79.5170
for J@'vC At"0C atr' ,lnC_
COnverseWardDavisDlxci oubeaea� tM�wwew A-62
I '* :j
TABLE 8-1
c ne on,finrd Compre siton test Results
Natural
Depth Water Shear
Sor'ng Sample in Content Strensth
N Imber Numoer 5011 DlScripti0n feet (Percent) (psf)
4 4 brown fibrous peat 6 112 255.9 450
4 6 gray, wet, fine 12 36.4 SOO
sandy Silt
5 4 brown, fibrous peat 7 1/2 249.2 392
d 5 brown, fibrous peat 7 1/2 565.1 6.2
1�; 7 gray, wet organic 12 46.6 413
Silt
C41ifOrnia Bearing Ratio Test Results
Remolded Dry Remolded
Boring or Density Niter Content C8P
Test Pit Sample SO Des,riftion (pcf) (Percent) Value
TP-13A 3 Coal (fill) 59,2 28.4 38•
59.2 30.0 13
58.0 32.0 6
59.5 35.8 7
' 47.8, 40.0 U.5
TP-I'A 2 Mottled brown and 112.8 17,4 66
pray fine sandy 110.7 12,0 23
' silt with trace 107.4 14.8 4'
gravel (till) 102.4 21.9 8
'Note: Sample not soaked
' ieerrru Ward Onu Onee IrK
t MY — SiiT— — — — —sw
1t* OMw
s•RF an PROM■ 7ro 24P 1 R U6 to 60 78 10
118
illi � li �Y III I
z
fill I �; I IIIII
IIIIi i Ilfll
W
Z »
• Test Pit 5. SAW)e 1 — - - - —
(3vl[ I `: SIZE DISTRIBUTION CHART
• lest Pit 12A, iaaple Z - pw,ft
79-SUO-�3
• lest Pit 17A, SaWle Z for rJaws
.:
Test Pit I9A, Sawle 3 CoryverseWa►dl) w Dxon .w«n. .ceM .., B-1
LOAD IN KIPS PER SQUARE FO01
♦i 0E 0.3 e.S
U
10 Boring 4, Sample S, Depth as,
S Moisture content;
before e18.5:
e after • 319,?,
Dry Density 13 p f
20 Description; PEA
f �
i • ram.—........—... •._1..1 y'�..: �+ � .u`.
1 1
i y
1 .. � spy .. ♦ M...�
1 O i •_ ' 1 ' , 1 a•fiI Wr�.
. a i
1
l ••M �i• M .1 1..,'
1 y .».»
C O N S O L I D A T t O N T E S T S
Q PkUPOUI) LID 314
Perton. Washington
:nMs Assoctatex, Inc.
Converse WardDavlsDtxon Q.C,.Cnnl<.I(pn,yll.e„ 8-2
LOAD IN RIPS PER SOUARa rDOT
D a,t 0.7 2( 30 as
r 2 _
y;
«.
""...,... � •=[�,,, '{-'7•-•� " Boring 5, Sample S. Depth 17y' �
b + + ^ Moisture Content:
*'. before • 92.2. ;-
b ' after • 79.0% 2
Dry Density 6 pcf
» ,; Description: ORGANIC SILT w/PEAT
HE
10
■ W �y W
W 13lb-
14.
a ?Kw«
11
d i
I1
i
we K S. {
N } O L 1 7 A l 1 0 N T E S T S
,
ConverseWard Davis Dlron D..L,�nt.,D.n,.O.e„ B_3
t � CITY OF RENTON
� Plan Molders list
PROJECT: EAST VALLEY RMD - L.T.D. 0314 910 DATE: April M 1
PRICE:_ S7S.00 * $5.00 Postage PLACE: 4TM Floor Conference RA. TIME: 2:00 P.M.
-' DMT DATE BITE _ATE"MIC
NAME _ PAID ISSUED RETURREO REFUNDEO
t 1. Oonald L. Reedshl Uri-State Construction] 171,011 2 j v —_-
959 i th N,E. _
_ Bellevue MA 98004 _
_4� 257D
$75_00 3-24-
' 2._ 519na} Electra. Inc �2
9012 South 206th street
Rent NA 98031
872-7177
9.^ Willi ty rangn_T S3.niSCYGS.I4R,1DL._
_.M._UAh IL N.E.. P_0._9"-An-
Auburn NA QAw2
--, 6370 624-294]
4. Universal Utility. Contractors, Inc. Ma
_M?94.1plMjLNA 98072
■ . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . .
■� 6_ Gary Msrlino constructionCc, %71"00
912E loth Avenue South
Seattle NA 98106
r762-9125
. . . . . . . . . . . . . . . . . . . . . . .
' G. Associated Sand 4 Gravel 176r.00 3'tS-tt
63N Glenwood Avenue
' Everett NA 98201
' CITY OF RENTON
Plan Haldors Litt
I PROJECT: EAST VALLEY ROAD . L.I.O. 0114 BtO 11ATE: 11yr11 21. 19
►RICE: $?$.DO • MOD Potagl rLACE: ITN Floor Coi,grMcf P TUFF: 2:00 P.N.
tPAID ISSNIEO RETURNED REFUNDED
■f GBad1 SRCt14 Swirl. Inc. _ 1i S•00
■ P.O. bx 11009 _
Uc2n wA Wi
BI8-2J71 ^ .r
�. N.O. Fowler Inc. . . . ' ' • . • , • ULK 3-U412 ---
P.O. Box 160
__N116vu6 W 98009
746-8400 _
P.O, bx 8W60
' Tukwila WA Alm
SIS-3200
10. Sijnl!1.t,l control Srsttrns. Snc. S7S.00 3.26-82
Mth Ave. N.E.
_.RR19990.Iid 98052 _
886-7443
1_Robison Construction. Inc. ----
.,,,�,Q,, agll_5799
Kent Yk 96031
tlS3i1S1
. . . . . . . . . . . . . . . . . . . . . . . .
Frank Colueelo Construction n- SIS•Ml 336.0
960 mitr�„11l1L youth
s..e�i1 wA 9Btle
. . . . . . . . . . . . . . . . . . . . . . .
CI TV OF RENTON
►Ran Nolden E14t
PIg J:_ LAST VALLEY ROAD - E.I.D. #314 110 GATE: "1 21- 1
PRICE: STI-DO a SS.00 Pott!4e PEACE: 4TN Floor Conference ft. TIME: 2:00 P.O.
-1m5w
DATE PLANS DATE CKICK
rapt PAID ISSuto miluRNIO REFUM0E0
,3—R.L. 1111a_.fra�a)L-_ >L -M 3.26.92
9215 Eeot a Wa Soutn
' Seattle MA V 11_
722.4900
`4. L/ety signet 5yat4wtl. InC. ' _, S�,�l.. 1.2q•B1 y_f..J�• �_
7002 220th S.M.
�NountLks Terrace MA 98043
�6. NI-! /ne_A aft Parino Co. lnc_ _ . . 575,00 3-29-12
Seattle NA 96108 -
.-. . . . . . . . . . . . . . .
16. Westcoast Electric Co. o1 Wsh,. in(,
14250 6/th_soutn�� -_^:M
RMt MA 960]1
-2S1.43S0� - -. . . . . . . . . . . . .
t7._.GVAO Construction Inc. _ "0.00 3.29.42
_.P.9, 'it._- __..-..._--_.-
Woodinville WA MU22
H]•1971
. . . . . . . . . . . . . . . . . . . . . . . .
1! rthrest,yl c,, ins_ W.00 3.29.42
17410 S.W_ 6��e lven•..
_ a34-4351 ,
CITY Of AtMTOM
P_IM Molders Mll
"WICT: EAST "UtY ROAM - L.I.D. 0314 110 DATE: April 27,
►QICtl $71.00 a $1.00 ►osu" PLACE: ON floor C"toraact FA, TIME.-2:00 P.M. _
MA1t1 __�_r PAID ISSUED AETUIKD WOOED_
19. West Coast Construction Co., Inc. S7S•QO ]-]0-87 __ T_
P.o_Box 419
Woodinville WA 9R072
. . . . . . . . . . .
1. M•A. S�3ale1 Inc. Await Dlvlslm
P.O. Bpi 119050
' Tukwila MR sales
S75.0150
�1. Rivere A GrNn_ Ir,� %75_00 1-10-B2
...,n Molop Aft-_ suit' it
trtoft WA UM
MUM _
�. �O,Orto Construction Co„ Inc. S75_.00 "ItI2
7266 Secpnd Avenue South
Settle WA 9A101
23. Pacific Water Wprks Sully CO., tnc, ULM j•s1.97
iP__0_71os 3SI5 ,,,,,,_ �—
_Seattlt WA 96124
�._Wt4on'AseM1t Paving o. •,Ihc,__. 576.00 7.3�-02
P.O. ba M3
Redswnd WA 960S2
685,A777
, . . . . . . . . . . . . . . . . .
M-
CITI Of ol.'97001
►)jft "olden List
►OOKCT: EAST YALLEv ROAD - D.I.O. 0316 _ tll0 DATE: ADr11 27.
►DICE: SYS-00 • MOO ►oata" PLACE: eTM f199r Confer nc ._TIME:_ 2:00 ►,M.
_�_ -----�i�UNT_�'—II11TE- '�ATE�IL7➢IS'
NAfI[ PAID_ ISSUEO_uTUMM 0 _�AEfIMO[D
western Ptlllttp Supply Co, $80,00 4-1-82 _
P.O. 60a 3524
tSeattle MA 98176
�6. Carl T, Madsen, inc. ' $s0_00 4-1-et
1929 Tacoma Avenue So,
AComa MA 98402 _--
3s3-45A6 _
L7. tlDl, tnc' 375. 3 41-2.62
12020 S.E. 32nd St, —
.1llevue " moo'
746-677j�-
' . . . . . . . . . . . l.. . . . . . . . .
Dundn C�natruetinn 1eo,00 A•2-62 _�
2100 tioctrte Ave,
eelltnahem HA 96226 _
' ri3-6207
Rine l'noet rust tun ruy �� ��
vou-ral tlaY, MA Ye00]
. . . . . . . . . . . . . . . . . . . . . . .
m. ]tce feet Cu, 125.00
f4�,ie .26 QgA7�
CITT 0► MMTM
flaillam-un
PMKCT: 114T VALLRY "a . L,1.0, 0314
MICK: 176.00 • 16.00 b6q 010 DAMALUAL
r1D1 f1W gftt r_ On�O yTll[1 2:00 ►.N
r71. ► US IIEI�IMIWF
►eel)lc Unlon Netel p v
r _ 7720 •n■ - lo■ 27i0 �0 —il`,/111 .�._� �_... ..
Lo 6 r,h
All N
--------------
AJLJN2
. . . . . . . . . .
r1liiSiX`1..-1f1{iLJI i�� "4tba2 � N
r . . . . . . . . . . . . .
b, Ny_—�......��oc.
c. Oonncc st.
(S0) 619-6210
r . . . . . . . . . . . . . . .
M CITY Of AENTON
►1�N HoI d.r. _lltt
!•�IECh EAST VALLEY DOAD - I.I.D. 0314 _DID DATE: bHl M
MICE: t79.00 . s6.00 ftsu" PLACE: 4TN r7oor Con? "Cl Pa. TINEI JIM P.M.
e _N PAID Iss1KD IKTUMID R[Fw ED
77. ten" srttM+r. inc, U M 411t/12 _.
nirkl.nd W eYnu
At1.t t m
. . . . . . . . . . . . . . . . . . . . . . . .
]1, l l fl Contro.torr. lnc. rs•00 4�2 __
' ,met-eeta
T.1 _F.o Concrtte rin•
►.11. Don tub
Tecom AAA 46A44
_ US-6D66
,AO. _ Tho YlI*aon C„V' *'nx •ice • • • • WAW
' y 26720 isth Avenue goy
_rederol Way 4A w00'1
41. 0rS Inc, coner+l "otraclorn 1173.00 4-13_-u
__�._...
�. 100u6 pth Aw, . Y.M.
_r+d+P+1 wpr MA 9W70s
.-�r614-A4S7 W
' Aty Th+ Autt n Cv+n.nv s71.00 4-20-62 .�_._.
600 Southwest 16th Street
1 6entun VA. SAWS%
. . . . . . . . . . . . . . . . . . . . . . .
t
♦AF Me. C �y�y
• ITt w nf/. o
j]N NdOn'f.-Mil
►11DJECTt EAST VAUD AM - E.I.O. 0314 010 DAR: ►Ib 1 U
' ttliCEt $16.00 • SS.00 to6L" KXE:.9M FIIW C"t9rr- % Tioct-1-001—PA-
NOTOA"F"1 11"1C7 iTt olm
11AK PA10 ISSUED KTUMMO AIFMO
roMr•l Yqy YA IMI
4fi^i104 '
Al , M��r on9[ructlon , --
1613 1111A Aft. N.S.
tolliwo W 4600!
6�l-0169
. . . . . . .. . . . . . . . . . . . . . . . .
0. 1WIt1•onics 4-.22-62
6466 li•rr■ Court
hullo CA 2456%
06111 All-Iwo ten Cile, jy0,1•let.enA
, r6 "I"Jo 1.mnle f.i
1,0. sot 94%
It nt NA 94031
812 I6Ao
. . . . . . . . . . . . . . . . . . . . . . . .
47, �krntnn Cunct•t• products, lnc. _ 37}.W 4 21-42
MtnAve., i Ratter
_ Menton WA 9W47
iSD-llll
' LOAD IN WI*S Pt•SOUAet foot
O.a c a LO ] ] i0 ]f ap ao
-....k._'1
6 . .._ -
1.4
Boring 1, $Volr S. Depth 8.10, 1
12 -: Moisture Content:
before • 349.21 ..
11 -'�: *_ After . 266.1%
. _ ..._.�. Dry Density 16 pCf -
� - Oestrirtion: PEAT
16
M µ
f
»r :z r=
C O N S O L I D A T 1 0 N T t • T •
e, '.r• ,.,?rd5 Associates. Ina:.
GonverseWardDavlsDixon a»..h.,.. c.•..«.M, g_4
2 � ~. bors�. 3M�1��f 6,plptn•gy' u. ..•,
Moisture Content:
before , 134.4%
after • 107.5%
d Dry Density - 17 ptf i
•\ Detcrlptton: PEAT w/CLAYEY S►li
1004
' a
18 i
W M w
•1
t }
...y.�4y..
In
I11 y�T'•1 N• « �w4.1 .y4+M N4 ♦ }~v » YV�M • {
�� Niy� •�«N' i
2 i� Wrt-.M•Ww�w.LL wu.�«�•T«.. YM1. • � VM
v{ 4 4 »N
110.
1 �� "'• « uNM+4w A f •4 Y j
e AI♦ ,• lI4 .TQn N ,� • T111R
C O N S O l I D A T 1 O N T E S T S
1 ConverseWard Davis Dixon g_5
ENDING
OFFILE
Ll 1) 314
-0-0 34m —
j3ZLo
I �