Loading...
HomeMy WebLinkAboutWTR2700192(9) LIND AVENUE SW - SPECS #6 w-192 TYPICAL TRENCH Tp F fw h...ITrn64- N' ECW PLACED PIPE DIMENSIONS NAND PLACED SELECT aKFaL _ ROUND PIPE_ --} I1 Cogs DINEn310t19-wewss 95% PROCTOR I vv. nsln. b1 --- y. fw COMPACTION /� I Yssr�e aw.,,,w, a f I i Td. N6 I'gel VI tW. 1'w t'hl ._ ~_� CMP PIPE 11 �_I2 Q.,Q W 4•H 6 G I 15 0. IG G 66 Sw 80 40 I O I 1 4 P ]1 X d6 '�/ ./-� YJ_ _0.0§.P Ili 41 li 6 !6 41 Gt 4 0 OTS' 1 9 li G 42 46 f BEDDING (IF NECESiARY) -0 T : I 11 1 11 S21h 6o T3 _. rg 4a 42 U. 48 0105' 12 I6 iT 17 84 M nt LIMITS OF �K FILL PIPE -ARCHES n1NCNsKim-1w0i Inch46 4Wn,�w Oai� A R ti L M T SP^^_I w�s4 Nsyl 1"Tel. Nor. I"Tof 11/!'Tol. 2`Tol. 2'Td. 16 11 0.060" 16 4Vt �9 22 13 .000 16 I 51(l I 10 i 6 23 1 ?< 46 25 16 0 060'1 IG 1 6'4 1 111/t 1 6 26 42 52 1 22 1A D OTS 1 14 2 14 4 j 31'h 4A SA r36 22 O,MS:' 14 A44 14 6 3A'F. 62 TO AS 11 0.1o5" 11. 1o3/{ MV2 T55SI 41 75 bs so v o.1os' �x fill 20 5/A S4 Pa 103 SB ]G 0.105 12 14 26 10•.(f 6 96 11a 69 e0 O 105' 12 151k 21 10 TO I I 19O '12 4�13G' i0 11 2A Ix�/A 'tT 12A 14G CIRCULAR PIPE PIPE-ARCH O'0meitr Spon 3pfaX pi%to Nta36'4140111 lt.'4wi N�nlnuln lk�Ti Tenln l—_1' TYPICAL INSTALLATION O.dana.eaf4.a Iz'�oeiyz ae" i vs aa' CLLARANCf: ®ETWEEN PIPES-MULTIPLE INSTALLATI00 Le .0 4�I..k�w4wi j Tilt, .1 Pigs�j as M F+M.44r.1 SCCTION ON L Olt PIPE I - ENGINEER WILL SUPPLY CUT SHEETS FOR EACH CUL✓ERT, 2- ROUND 8 ARCH PIPE MAY BE INTERCHANGED ON APPROVAL OF ENGINEER STANDARD DETAIL 3- RELOCATION OF CULVERTS MAY BE REQUIRED AFTER DRAIN a CULVERT SETTLEMENT PERIOD sD Io PIPE ..1 301 UTILITY EASEMENT I STA. 0460 16"ie" C.I. TEE (MJ%FL) 8"G.V (FL KMJ) B B"■ 24" C I. V BOX The Mobil Di ' Service i5 an p B"NIPPLE IO LF B" Lap Split Into 6" and 7.." wl 6"■ 8X4„G"CI BLING(MJ) 2 TAP Z 6" REDUCER (MJ II SEB) services. The 6" service p wi: l connect to a foamite 0 W Ifi D.I. system and require a ,,.�; �.;•�-Z detector check ne ter and M UNDERGROUND a 3/4" Bypass Meter. t _ _ METER VAULT w h I T hk. 2" service will connect CD ( 1 2' D1Sr. METER to the pOtaDle water system ww O 6"DETECTOR CK and requires a 2" displace- �- ; _ _ _METER. . a ment meter. Both services shall be protected with a State Approved Reduced IY Z Pressure Backtlow Prevention w ~ Q '= Device (R.P.B.P.). ABOVE GROUNDI; RPBp DEVICE 1 VAULT 2" E RPBP the Contractor ;hall provide Lu I I DEVICES plans for below ground meter iv LL e I vault(s) and above ground XI u_ I R.P.B.P. vault(s). The w °D i R.P.B.P. vault (s) shall y 1 include insulation. Prop'-r w X drainage and locking V Lu 2" SERV.t_GE cover. i— v, 6"SERVICIE I I S �. MOBIL OIL SERVICE SPECIAL DETAIL SC-14 r M J �r I �l' _% T1� -j sw: zr" act � r CITY OVRENTON a pdQl #4 %*IMQ bSPARTMRNT W- �92 Proposed Water Main - Lirvi Ave. SW!'` from 5W 16TM 5T t. SW. 277" 5T. - DiisoMtO DAM 15-YA-71 i'hS A/rMOYttr r I Dr+[tT�...1 •r� r EXHIBIT "A" 'm mow t � � FF A• i h h1 . WKOWW. CO y i Of Wi w �41am f 9 } CA 4^AW a i ! AT. .. 1 1 fll�--~~~--� W- 192 Proposed z.+" Water Main 1 LING AVE. SW. from SW. 16th ST. to SW. 27th T. ► - S � F Y v. N BEGINNING OF FILE FILE TITLE n d S # Lv p«�. SP-19 PROTECTICN OF wRri.IC ANL I`RIVATE UTILITIES (Uont.) protection of public ...,0 private utilities. Location and dimersions sham on rho plans for existing rndergrouno facilities are in accordance with the best available infom-ation without urcoverirg and measuring. The Owner does not guarantce the a.Lze ar,d location of existing facilities. It £hall be, the Contractor's responsibility to contact the GAS COMPANY, TEIRPHONP COMPANY, POWER C011EM, and the REN'r'Ri WATER DEPARTMENT, OLYMPIC PIPELINE, CITY 0F, SEATTLE WATER DP.F],RTMENT, RE6TON ENGINEERING DLFARTMENT, for exact iocati,.ns of .heir respective -7 71. s. A1Fr, contact the CABLE TV COl:PANY if necessarv. SP-19 SCHEDULING OF WORK Section e.Ul of the Standard Specifications shall be deleted arc: th, ecllowina inser- tsd; Promptly after the award of the cortract, the Contractor shall submit for approval to the Engineer a progress sched.rle. From this information a progress schcd�, le diagram will be emitted, plotted. and a copy returned to the Contractor. Fayme.ht to the Contractor on anv estimate may b: h:'itaheld until sucr. - arhedulr has beer submitted and approved. Should it L !came evident at any time during construction that operationa will or may fall behind the schedule of this first oicg.am, the Contractor ahall, anon request, promptly submit revised schedules in the same form as specified herein; setting out operations, methods, and equipment, added labor tortes or working shifts, night work, etc., by which time lost will be mace up, and confer with the Engineer until ar. appro- ved modification of the original schedule has been secured. Further, 1Z at any time any portion of the accepted schedule is found tc conflict with the contract provisions it E' ill, upon request: be revised by the Contractor and work shall be performed in coml,.iance with the contract provisions. Payments of any further estimates to the Contractor after such request is made and until an approved modified schedule has been provided Ly the Contractor may be withheld. Execution of the work according to the accepted schedule of construction, or approved modifications thereof, is hereby made an obligation of the contract. 5P-20 CONSTRUCT12LCONVE'. NCE Prior to the start of construction the Engineer will call for a preconstruction confe ence. The Contractor and h4a subcontractors shall attend the preconstruction conference, the time, place, and date- to be determined after award of the contract. Subsequently a representative of the Contractcr will attend a weekly conference with the Owner's representative to re-iew Progress and discusi any problems that may ba incurred. SP-21 DISPUTES AND i..1TIGATIOK Any questions arising between the irspector and the Contractor or nit Superitendent or Foreman SL to the meanin, and intent of any part of the plans and upecirications shall be immedi J-ly broughr. to the attenti,n. of the Engineer and will be adjusted by hir.. i SP-14 WAGE SCHrOULE (Cunt.) �R or Statements of Intent on file with the Department of Labor and Industries as approved ky the Industrial Statistician. Affidavits of Wages Paid (S° 9843) are to be filed with the Sta .e Treasurex, or the Treasurer of the County or municipal corporation or other officer o. person charged with the custody and aisburserent of the State or ccrporate funds as the case may to and two (2) copies of each affidavit are to be filed with the Director of the Department of Labor and Industries, Attention: Industrial :relations Division, 1601 Second Avenue, Seattle. Whenever practical, affidavits pertinent to a particu- lar contract should be submitted as package. The Contractor shall also be requireo to read and execute the "Minimum wage Affidavit Form" as incorporated in this document. SI-15 STANDARD SPECIFICATIONS The Special Provisions hereinafter contained shall supersede coy provisions of the Standard Specifications in conflict therewith. The Standard Specifications a^r Municipal Pub7.ic Works Construct,on prepared by the Washington State Chapter of the Americar Public Works Association, 1969 "ditior., shall be hereinafter referred to as the "Standard Specifications" and said specifi- cations together with the laws of the State of Washington nd the Ordinances an3 Charter of the City of Renton, so far as applicable, are hereby included in these specifications as though q..oted ..n their entirety and shall apply except as aaended or superseded by these Special Provisions. A copy of these Standard Specifications is on file in the office of the Public Works Director, City Hall, Renton, Washington, where thev may be examined and consulted by any interested party. Wherever reference is made in the Standard Specifications to the Owner, such refer- ence shall be construed to mean the City of Renton, and where reference is made to the Engineer, such reference shall be constru?3 to mean the Pubic Works Director, City of Penton, or his duly authorized assistant or assistants. SF-16 MELD CHANGES. Any alterations or variances from the plans, except minor adjustments in the field to meet existinq conditions shall be req. _sted in writing and may not be instituted until approved by the Public Works Director or his representatives aciing spec(.flcally upon his instructions. In the event of disagreement of the necessity fir such changes, the Engineer's decision shall be final. Sp-l� FAILURE TO MEET jFECIFICATIONS In the event that any workmanship does not meet the r,-quirements or spcci.ficst ions, the City may have the option to accept such workmanship if the Engineer deans such acceptance to be in the best interest of tie City, prcvided the Cit, may .jegotiate payment of a lower unit price for said workmanship. SP-1B PROTECTION OF PUBLIC AND PRIVATE UTILITIES The Contractor shall conform to Section 5.09 of Standard Specifications in regar.l to Now,MMMMMMIMML�_ a w s „• ram, yP-12 NON-COI.LUSICN AFFIUAV.T The Contractor shall be required to execute a Non-Collueion Affidavit to satisfy the City t:tat the bid offered is genuine, is not sham or collusive, and in no respect or degree is made in the interest o' �n behalf of any person, firm, or corporation not named in tl. ;roposal containing such a bid. SF-13 NONDISCRIMINATION IN EMPLOYMENT Contracts for wort: under this proposal will obligate the Contractors and subcontrac- tors not to discriminate in employment oractices. SP-14 WAGE SCHEDULE The prevailing rate of wages to be paid to all workmen, laborers or mechanics employed in the performance of any part of -bis contract shall be in accordance with the provisions of Chapter 39.12 RCw, as amerded. The rules and regulations of the Department of Labor and Industries and the s-hedule of prevailing wage rates for the locality or localities where this contract w,11 be performed as determined by the Industrial Statistician of the Department of Labor and Industry are )y reference made a pact of this contract as though fully set forth herein. In.smuch as the Contractor will be held responsible for paying the prevailing wages, it ib imperative -hat all Contractors familiarize themselves with the current wage rates before sub:. -ting bids based on these specifications. In case any dispute arises as to what are the ;:revai.ling rates of wages for work of .•� a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State, and his decisions therein shall be final and conclusive and binding on all partic= involved in the dispute as provided for by R.C.W. 39.12.060 as amended. The Contractor., on or before the date of commencement of work, shall file a statemec: under oath with the Owr.er and with the Director of Labor and industries certifying the rate of hourly wage paid and to be paid each classification of laborers, workmen, or mechanics employed upon the work by the Contractor or subcontractor which shall be not less then the prevailing rate of wage. Such statement a.1 any supplemental statements which may be necessary shall be filed in accordance with the practices and procedures by the Department of Labor and Industries. Prior to commencing work, each Contractor and each and every subcontractor shall file -porn Statement of Intent {SF 9362) with the Owner and with the Department of ,nd industries as to the prevailing wage rate, including fringe benefits, for L classification to be utilized. The wage rates thus filed will be checked ag.. st t,,e prevailing wage rates as determined by the Industrial Statistician of th. iepartment of Labor and Industries. If the wage rates are correct, the Industrial Statistician will issue an acF mowledgement of approval to the Contractor and/or Sub- .xmtractor with a cope to the awarding agency ;owner) . If any incorrect wage rates re included, the Contractor and/or Subcontractor will be notified of the correct cotes by the Industrial Statistician and approval will be withheld until a correct statement is received. °ech voucher claim submitted by a Contractor for payment on a project estimate shall sate that nre+ai)inq wages have been paid in accordance with the prefiled otatenent SP-A SP-G7 SPECIAL UTILITY LIA81LITV AND PROPERTY DAMAGE INSURANCE (Cont.) of the bodily injuries to or death or two or more persons, in any one accident, and regular property damage liability insurance providing for a limit of not less than $500,000 for all damages to or destruction of property, in any ore accident, and, subject to that limit, a total (or aggregate) limit of not less than $1 ,000,000 for all damages to or destruc- tion of property during the policy period. A copy of the insurance policy, together with a copy of the endorsements naming the Olympic Pipeline Co. , the City of Seattle and City of Renton as additional insured, sh. I be provided to the City within a reasonable time after receiving notice of award of contract. PROOF OF CARRIAGE OF INSURANCE The Contractor shall furnish the City with satisfactory proof of carriage of the insurance required. SP-08 CERTIFICATION OF BIDDERS AFFIRMATIVE ACTION PLAN The Contractor must execute the Bidders Affirmative Action Plan Certifica- tion. Failure to execute this certificate will inval+date the bid. SF EgUAL EMPLOYMENT OPPORTUNITY AFFIDAVIT The Contractor shall be required to execute the "Certification by Proposed Contractor, Sub ntractor and Supplier Regarding Equal Employment Opportunity" form, as incorporated in this document. He shall also abide by all rules and regulations as required by the instructions of the aforementioned form. SP-10 FAIR PRACTICES POLICY The Contractor shall be required to read and abide by "The Summary of Fair Practices Policy of the City of Renton" as incorporated in this document. SP-11 AFFIRMATIVE ACTION PROGRAM The Contractor shall be required to read and abide by the City of Renton Affirmative Action Program as incorporated in this document. SF-3 f,VY� A� 1 SP-05 MATERIALS (Cont.) I pipe, landscaping and erosion control and all other special or necessar , materials to make a complete installation. SP-Ob PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE The Contractor shall obtain and keep in force during the term of the contract, public liability anal property damage insurance in companies and In fo.m to be approved by the City. Said insurance shall provide coverage to the Contractor , an, SL )ntractor perforning work provided by this contract, and the City. The City shall be named as an additional insured on said policy insofar as the work and obli- gations performed under the ^ontract are concerned. The coverage as provided shall protect against claims for personal injuries, Including accidental death, as well as claim; for property damages which may arise from any act or omission of the Con- tractor, or the subcontractor, ,r by anyone directly or indirectly employed by either of them. 1"i._ minimum policy limits of such insurance shall be as follows: Bodily iniury liability coverage with limits of not less than $100.000 for bodily injury, including accidental death, to any one person, and subject to that limit for each person, in an amount not less than S300,000 for each accident; and property damage coverage in an amount of not less t"in $50,000 for each accident. A copy of the insurance policy, together with a copy of the endorsement naming the City as an additional insured, shall be ,irovided to the City within a reasonable time after receiving notice of award of contract. PROOF OF CARRIAGE OF INSURANCE The Contractor shall furnish the City with satisfactory proof of rarriage of the insurance required. SP-07 SPECIAL UTILITY LIABILITY AND PROPERTY DAMAGE INSURANCE The Contrartor shall obtain and keep in force during construction where he parallels any drosses the Olympic Pipeline and crosses the City of Seattle trans- mission water main, special public liability and property damage insurance in companies and in 'orm to oe approved by the City. Said insurance shall provide coverage to th, Olympic Pipeline Company, the City of Seattle, ,he Contractor, any s-ibcontrac_or performing work provided by this contract, and the City. The Olympic Pipeline Co. , the City of Seattle, and the City of Renton shall be named as an additional insurea on said policy insofar as the work • J obligations perfor- med under the contract are concerned. Tf• coverage so provided shall protect against claims for property damages which ay arise from any act or omission of the Contractor, or the subcontractor, or by anyone directly or indirectly employed by either of them. The policy limits shall be not less than $500,000 for all damages arising out of the bodily injuries to or death of one person and, subject to that limit for each person, a total limit of not less than $I,000,COO for all damages arising cut SP-2 e. , SPECIAL PROVISIONS weq G i�NERAL PROVISIONS SF•-01 DESCRIPTION OF WORK The w -k to be performed under this contract consi.;tr of furnishing materials, e4uipment, tools, labor, and other w04K or itets incidental thereto and performing all work as required by the contract in accordance with the plans and spec`fica- tions and Standard Specifications, all of which ari made a part hereof. This improvement consists of furnishing and instAlliry approximately 1r30'eco tons of till, 24", 16" arid 12" Ductile Iron we_=ermains, drainage, restoration, and erosion control in Lind Ave. S.W. and S.W. 29th Street from S.W. lGth Street to the East Valley Highway. The project shall be completed in two phases. Sp-0" DATE OF BID OPENING Sealed bids will be received by the City of Renton, Washington, by filing with the City Clerk, City Hall, Renton, Washington, until 2:00 o'clock P.M. Pacific Standard Time, Wednesday, Nov. 6, 1974, and will be opened and publicly read aloud in the fourth floor conference room. SP-03 TIMF. OF COMPLETION The Contractor i expected to diligently prosecute the work to completion in all parts and requirements. The project shall be completed within one-hundred ninety (19C) working days from starting day of construe"-on. Frovided, however, ti,c' the City Council shall have the right upon -equest of the Utility Engineering Department, City of Renton, Washington, to extend the time of completion of said work.. No extension shall be valid unless the same be in writir- and accompanied by the written consent to such extension by the surety on the bond of the Contractor. Tune lost in reolacing improper work shall not furnish any grounds to tha Contractor for claimina an extension of time for the completion of the work, and Pall net release tt:e Contrac'or from damages or liabilities for failure to -Mplete the work within the time required. SP-04 STRUCTIGN DIRECTICN Th:n project shall be completed in two phases. Phase I starting location will be at the intersection of Lind Ave. S.W. and S.W. 16th st. and progress to the south of Mobil Oil facility; Sta. 38�52.49 Bk. Fhase II starting location will begin ek Sta. 38452.49 Sk or Sta. 0+00 AHD and progress to the south and east to the East Valley Highway. Phase FI embankment shall commence after Phase I is completed. SP-05 MATERIALS The Contractor shall supply all water pion, fittings, gate or butterfly valves, a nd valve boAes with their required accessories, concrete blocking, shackle rods where required, value markers, and all other materials necessary to make a complete water main installation. The Contractor shall also supply fill material, drainage SP-1 4 SPECIAL PROVISIONS N"y TABLE OF CONTENTS Page SP-1 SP-01 Description of Work SP-1 SP-02 Date of Bid Opening SP-1 SP-03 Time of Completion SP-1 SP-04 Construction Direction SP-1 SP-05 Materials SP-2 SP-O, Public Liability and Property Oavage Insurance SP- SP-07 Special utility Liability & Property Damage :nsuranGe SF__ Certification of Bidders Affirmative Action Plan SP SP-09 Equal Employment Opportunity Affidavit SP SP-10 Fair Practices PolicY SP- SP-11 Affirmative Action Program SP- SP-12 Non-Collusion Affidavit SP_ 5P-13 Non-Discrimination in Employment sP-14 Wage Schedule SP_ SP-15 Sta_,jard Spec!fir-ation> Sp- s P-16 Field Changes Sp- SP-17 Failure to Meet Specifications SP_ SP-18 Protec'ion of Public and Private Utilities SP- SP-19 Scheduling of Work SP_ SP-20 Construction Conference SP_ SP-21 Disputes and Litigation SP- SP-22 Subcontractors SP_ SP-23 C'iange Orders Sp_ s P-74 Surveys SP_ SP-25 Overtime Fiel4 Cngiceering SP_ sP-26 Hours of Work Sp_ SP-27 Public Convenience and Safety SP- SP-28 "'struction Sigris SP- SP-29 Removing Traffic and Street Signs SP_ SO-30 Construction Equipment SP- SP-31 Size, weight, load restrictions for motor vehicles SP- SP-32 Delivery Tickets Sp_ SP-33 Waste Site Se- SP-34 O++st and Mud Control Sp_ SP-35 Payment to the Contracto' SP_ SP-36 Liquidated Damages SP_ SP-37 Awarding of Contract CITY OF RENTON GENERAL INDEX AND TABLE OF CONTEN"iS TO CONTRACT DOCUMENTS Scope Call for Bads Vicinity Maps Instruction to Bidders General Index and Table of Contents Sum,ary of Fair Practices * Certification by Proposed Contractor, Subcontractor, and Supplier Regarding Equal Employment Opportunity * Certification of Bidders Affirmative Action Hai. * Certification of Equal Employment Opportunity Report * Ncn..-Collusion Affidavit Minimum Wage Affidavit .+ Bid Bond Form Special Provisions Table of Contents Special Provisions Technical Prnvisions Table of Contents Technical Provisions Standard Details Bond to City of R-nton n Proposal Form Schedule of Prices forms Agreement Construction Plans These documents must be executed prior to submittal of bid. .r INSTRUCTIONS TO BIDDERS 1 . Sealed bids for this proposal will be received by the City of Renton at the office of the R,._ntor, City Clerk, Renton City Hall, until 2:00 o'clock F.M., Wednesday, November 6, 1974. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early ez practicable. No proposal may be changed or withdrawn rfter the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2. The work to be done is shown cn the plans. Quantities are understood to be only approximate. Final payment will be based on field measurement of actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 3. Flans may be examined and copies obtained e � the Public Works Director's Office. Bidders shall satisfy themselves as to the local conditions by inspection of the s .e. 4. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. E >. The bid price shall be stated in terms of t' , units indicated and as to a total amount. In the event of errors, C,a unit price bid will govern. Illegible figures will invalidate the bid. 6. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 7. A certified check or satisfactory bid bond made payable without reserva- tion to the DIRECTOR OF FINANCE OF CITY OF RENTON in an MOLnt not less than 58 of the total amount bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should be fail, or refuse to do so, the check shall be forfeited to the Cit7 of Renton as liquidated damage for such failuce. S. bll bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particu- lar points. 9. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perforn the work. 20. Payment for this work will be made in Cash warrants. 11. All schedules must be completed in this proposal. Failure to fill in d/or complete all schedules will invalidate the bid. Y SW 16th ST FORMOST AUSI�N CO 3 N CITY W 4 EDWARDS O Z GULF _I PROJECT SITE $OLDEN GRAIN r a MOBIL 6 3 2 OLYMPIC 0 2 r w JJ Q 1 N N G w GLACIER PARK a S rY 29th ST. .C' ITv r,f W - 192 VICIN11 Y MAP R,fm �.,..,... .�, CALL FOR BIDS Sealed bid- will be received until 2:00 o'clock, Wednesday, November 6, 1974,. at the office of the City Clerk and publicly read aloud at 2:00 o'clock p.m., same day, in the Fourtn Floor Conference Room located at the Renton Municipal Building, 200 Mill Avenue South, for the furnishing and installation of approximately 160,000 tons of embankment material, 3500 l.f. of 24" Ductile Iron water main, 1225 l.f. of .lb" Ductile Iron water main, IC25 l.f. of 12" Ductile Iron water main and all appurtenances in Lind Ave. S.W. and S.W. 29th Street from S.W. 16th Street to the East Valley Highway. Bid proposals delivered in person will. be received only at the office of the City Clerk in the Renton Municipal Building. Bids received after the time fixed for opening will not be considered. Plans an•3 specifications may be obtained from the office of the Public Works Direr c,,r upon receipt of a deposit of $10.00 for each set plus $2.50 to .;over pos'.age if mailed. The mailing charge will not be refunded. The deposit will be forfeited, unless Plans and Specifications are returned in good condition thirty (30) days after date of bid opening. A certified check or bid bond in the amount of five (5) percent of the total amount of the bid must accompany each bid. Washington State Sales Tax shall be a separate bid item. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities in bidding. The City of Renton hereby notifies all bidders that minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on th, f race, co l::r, or ❑aticnal origin in consideration for an award. Bids will be considered invalid if the required " ert Llicction of Gi�.3dar's Affirmative Action Plan" has not been executed. The policy cf the City of Renton is to prmote anti afford equal treatment and service to all citizens and assure equal ermpi -nt opportunity based on ability and fitness to all persons regardless of race, creed, color, rational origin, sox, physical hanuicaps or age. This policy shall apply to every aspect of employment practices, employee treatment and public contact. Deloreseadity . rk Date of Publication: ,'ecord Chronicle October 2+rd and October 30th, 1914 Daily Journal of Commerce October 25th and November 1st, 1974 n M 1� W rc Y� SCOPE the scope of the Lind Ave. S.M. Water Main Project includes, in Phase I Development, the filling of a moderately swampy road bed with embank- ment material to a surcharged condition. This surcharged condition will ] be maintained for a minimum of two months and then removed to an estima- 1 ted road subgrade. T M s excess embankment will be placed in Phase 11 De- velopment pipeline right-of-way and at this time additional embankment material be placed on the area to a surcharged condition. This Phase 11 section will also remain the surcharged condition for a period of two months and then leveled to toe estimated road subgrade. The estimated water main material delivery time is approximately six months which coincides with the probably completion Gate of the embankment work. At this time the water main construction can proceed. Because this project has several funding sources, ail schedules most be filled out. The various schedules with the designations A and 8 are areas where oversizing of mains will be paid for by various developers and the City. Failure to complete all schedules will invalidate the bid. w, CITY OF RE1470N BID PROPOSAL AND SPECIFICATIONS WATER, PROJECT 9192 WATERMAIN INSTALLATION 1 for LIND AVE. S.W. The furnishing and ;nstailing of embankment material, and 24", 16" 1 and 12" Ductile Iron Water Mains In Lind Ave. S.W. and S.W. 29th St. from S.W. 16th Street to the East Valley Highway. Warren C. Gcnna Public Works J' LIND AVENUE SW - SPECS #6 (2)_ W-l 9 2 TS-10 CONCRETE VALVE VAULTS (Cont.) } ` E. Waterproofing of Vaults (cons.) ` 2. Installation (cunt. Backfilling shall not take place for thirty-six hours after application. If backfliling takes place within s .n days, the backfilling material adjacent to the waterproofed surface must be moist so as not to draw moisture from the waterproofing treatment. ll F. Steps f All concrete vaults shall have fiberglass steps irr-talled as directed by the Engineer. The fiberglass steps shall be reinforced with steel (Utility Products perma-step or approved equal.) rs-11 SAW CUTTING The Contractor shall saw cut existing >phait concrete pavement and cement concrete pavement where shown on the plans or as directed by the Engineer. The depth of the saw cut shall be a minimum of 1 112 inches for asphalt and 3 inches for concrete. , The method of saw cutting shall be approved by the Engineer. TS-12 PAVEMENT REMOVAL The contractor shall inform and satisfy himself as to the character, quantity, and distribution of all pavement removal. Removal of existing pavement shall cover all types and thicknesses of pavement. The contract price per lineal foot for "installa- tion of water main" shall include full compensation for cutting or line drilling, breaking and removing all types and thickness of pavement encountered in this project. t Nei thur separate nor extra payment of any kind will be made for storing, handling, l hauling or manipulation of removed pavement. i TS-13 TRENCH EXCAVATION, BEDDING AND BACKFILL I t A. General Trench excavation, backflll , foundation preparation and bedding for waterline and appurtenances shall be in accordance with the applicable provisions of Section 73, A.P.O.A. Standard Specifications, except as modified herein. B. Excavation The 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 any excavated material which is used for purposes other th these designated. Should the contractor excavate below the designated lines anP grades without prior approval, he shall replace such excavation with approved materials, in an app �d manner and f condition, at his own expense. t The engineer shall have complete control over the excavating, movi,,,, placing, and 7S-R , TS- 10 CONCRETE VALVE VAULTS (Cont.) • i O. Styrofoam All concrete valve vaults shall have the pipe openings water proofed and have com- pressed 1" styrofoam layer rammed into the annular space between water pipe and cuncrete vault. The styrofoam shall be inserted from the outside of the vault and waterproofing mortar shall be inserted from the inside of the vault Into the annular space. E. Waterproofing of Vaults I. Material All poured-in-place or precast concrete structures shall be wa terproofew with Zypex waterproofing material as manufactured by Zypex Chemicals (USA) or approved equal. 2. Installation A manufacturer's representative experienced in the application of Zypex will instruct the waterproofing applicator in the proper procedures for preparing the surfaces and applying Zypex material and will be at the job as required to see that all procedures are carried out strictly according to the manufacturer's directions. Zypex treatment must be kept constantly moist for at least three days after its application. The coating must be fully protected from sun, wind and frost. Contractor will conform with the manufacturer's specifications for all Phases of waterproofing treatment as the Engineer judges them applicable, including the following: a. Concrete surfaces to be waterproofed shall be examined for structural defects, such as cracks, honeycombing, rock pockets, etc , to be repaired in accordance with the Zypex specification mar al. b. Fo, n ties should not be excessively oiled. Fill in the tie holes with mortar of Zypex Modified. C. Surfaces must be clean and free of form scale, concrete ,aitance. excessive form oil , and other foreign matter. d. Surfaces to be waterproofed will not be subjected to curing com- pounds that will fill or sea! pours of concrete. e. Surfaces to be pro-moistened so 'hat the concrete is suitably absorbant prior to the waterproofing application and shall be damp, but not wet; at the time of application. f. Zypex application should take place as soon as pos;ib.e after the forns are stripped. (24-36 hours) - g. To the damp surface apply one coat of Zypex Concentrate at 1.5 pounds per square yard. h. The second coat at 1.5 pounds per square yard shall be ap�iied after the first coat has reached an initial set (approximate y MF'ilr sixty minutes) but tefore the first coat has dried. I. Light pre-watering +say be required between coats. TS-] TS-07 WATER PIPING MATERIALS, FITTINGS, VALVES, ETC. (Cont.) F. Fire Hydrants (Traditional Style) (L ont.) Standard 7 112 threads per inch and one 4" pumper nozzle with the new Seattle Pattern 6 threads per inch, 60' V. threads, O.D. thread-4.875 and root dlameter-4.6263, 1 1/4" pentagon operating nut and opening by turning counter clockwise (left). Hy- drants shall be constructed with mechanical joint connections inless otherwise specified in bid proposal description. Fire hydrants shall be of Traffic Type and provision shall be made for drainage of barrel to protect units from freezing. Fire hydrants shall be such length as to be suitable for installation with connections to piping in trencyes 3'6" deep unless otherwise specified. Fire hydrants shall be IOWA or approved equal. Approval must be obtained prior to bid opening. TS-08 ENCASEMENT (CASING) PIPE The portion of water main crossing over the Seattle Water Main shall be encased in a 36" Galvanized steel nestaLle casing pipe. The pipe shall be 16 Gage Galvanized steel pipe installed around the polyethylene encased 24" Ductile Iron water main. The 36" encasement pipe shall extend for 40 feet and will be sans filled after in- stallation is complete. TS-09 PLASTIC FILM PIPE ENCASEMENT All Ductile Iron water mains, fittings and valves, not in vaults, shall be encased IMII+ in Polyethylene Encasement. The Polyethylene shall prevent contact between the pipe and the bedding material , and shall be a loose 8 mill tube or sheet around fittingattaped in place around all pipes and appurtenances, or as otherwise specified by the engineer. The encasement materials, installation and taping methods shall meet or exceed A.W.W.A. C-105-72 Spe:iflcations. TS-10 CONCRETE VALVE VAULTS A. General Ali valves 12" and larger shall be installed in a precast or cast-in-place concrete vault. The vaults shall be grouted and sealed as detailed below. The valve vault tops shall be excentric lids. B. Precast Precast vaults shall be Standard 12" Cast Valve Chamber (Lundberg Concrete Co. In. , Tacoma) with 1-24" Additional Section (rather than the 12' Section) or 16" and 24" Butterfly Valve chamber, (Lundb,�rg Concrete Co. , Inc. , Tccoma #VC-20) with 1-24" Additional Section, or approved equal, The knock-outs shall be filled with a non- shrinking grout (Embeco of equal). c, Cast-In-Place Cast-in-place vault plans shall be supplied by the Contractor, and subject to approval and review by the Engineer. ' TS-6 TS-O/ WATER PIPING MATERIALS, FITTINGS, VALVES, ETC. (Cont.) °""�► B. Ductile Iron Pipe (cons.) through 24" pipe shall be 3/32" cement lined. The pipe joints shall conform to ASA Specifications A21. 11-1964 (AUWA C111-64). Pipe joints shall be rubber gasketed Push-On and/or Mechanical as required by the bid pro- posal description. Pipe thickness class shall be as required by the bid proposal description. C. Pipe Fittings Cast iron pipe fittings 4" through 12" shall be Class 250, as per NASI Specification A21. I0-1971 (AWWA CI10-71) . Cast iron pipe fittings 14" through 24" shall be Class 150 as per ANSI Specification A21. 10-1971 (AWWA CI10-71). Mechanical Joint fittings shall be as per ANSI Speciflc, .ion A21. 11-1964 (AWWA 1,I11-64). Flang,: joints shall be as per ANSI Specification A21.1D-1971 (AWWA CI10-71) and shall be in ae.cordance with ANSI a16.i , with 125 Pound Drilling Pattern. D. Gate Valves 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 uperating pressure of two hundred (200) pounds per square inch and shall conform to A.W.W.A. Specification C-500-•61 and any subsequent modification thereof. Each valve shall be "C" ring type, provided with a standard square operating nut, and shall open by turning counter clockwise (left). The valves shall be IOWA List 14, Mueller A-23E0, o. Kennedy. E. Butterfly Valves Butterfly valves shall be of the tight-closing, rubber-seat type, Class 1508, and meet the full requirements of A.W.W.A. Standard C504-70. Valve bodies shall be of Cast Iron ASTM A126 Class B, and with ends as indicated on the drawing. Valve disc shall be constructed of either alloy cast iron ASTM A436 Type I (NI-resist), or for valves above 12" for 200 psi leak-tight service shall be constructed of 316 stainless steel. Valve shafts shall be turned, ground and polished of 18-8 stainless steel , and shaft diameter must meet minimum requirements estab Ished by A.W.W.A. C504-70. Valve shall have bonded seats, molded in, vulcanized, and bonded to body with seat bond with- standing 75h' pull. Valve bearings shall be sleevetight, corrosion resistant and self-lubricatinv. Valve operator shall conform to AWWA C504-70 standards and shall be of the traveling nut tyoe designed for buried service. Valve shall close with a clock- wise rotation of the not. Operator components shall withstand an input torque of 300 feet pounds at the extreme operator positions without damage. Butterfly valves shall be Henry Pratt Groundhog or approved equal. Approval must be obta;ned prior to bid opening. F. Fire Hydrants (Trauitional Style) Fire Hydrants shall be Corey Type (opening with the pressure)conforming to AWWA C-504-64 with a 6" inlet and a minimum M.V.O. of 5", two 2 1/2" hose nozzles with National TS-5 swat TS-06 DRAIN AND CULVERT PIPE .MATERIAL AND INSTALLATION A. General Due to the, nature of the embankment installation, proper drainage will have to be maintained through and around said embankment. B. Culvert Material All drain and culvert pipe shall be galvanized steel or aluminum alloy corrugated pipe with dimensions, lengths and sizes as detailed in the plan: hd standard details. All material and installation practices shall conform to Section 60, A.P.W.A. "Standard Specifications". C. Culvert Installation The culvert pipes shall be installed in the embankment, with Installation and backfill methods conforming with those for Ductile Iron water pipe. The cut and grade sheets shall be supplied by the Engineer prior to installation of the drain/culvert pipes. Removal, relocation, lowering or raising or intercepting existing drain or culverts shall be incidental to the project. Because installation of the drain pipes is made prior to surcharging and settlement, after the set-. lement period and before the ductile iron water main installation, any sunken, disturbed or broken drain pipes will be relocated to their design depths and locations. The Contractor shall be responsible to maintain proper drainage through the drain/ culvert pipe. It shall be the contract. ishe responsibility to keep the drain pipes clean and serviceable during the lift of t contract. TS-07 WATER PIPING MATERIALS FITTINGS VALVE ETC A. General All pipe sizes as shown on the drawings, and as specified herein, are in reference to "nominal" diameter, unless otherwise indicated. One type of pipe as indicated below will be considered for this project. All pipe shall be fabricated to fit the plan shown 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 relocation or replacement of exist- ing piping is necessary during construction, materials used shall match the existing, subject to the approval of the Engr*.eer. AI ! pipe, valves, fittings, and specials shall be for water working pressure as describr-d in the following specifications and plans and shall conform to the require- ments of the 1 °cable sections of the A.P.W.A. Standard Specifications, as modified herein. B. Ductile Iron Pipe Ductile Iron Pipe shall conform to ANSI Specification A21.51-1965 (AWWA C-151-65) Grade 60-42-10. Ductile Iron Pipe shall be cement lined and sealed in accordance with ANSI Specifica- tion A21.4-19 (AWWA C104-]1), 4" through 12" pipe shall be 1/16" cement lined and 14" TS-4 TS-05 EMBANKMENT MATERIALS AND INSTALLATION (Cunt.) 3. Bank Run Sand and Gravel (cont.) occurring granular material from sources selected by the contractor. The source and quality of the material shall be subject to approval by the Engineer. C. Embankment or Fill Installation The Installation of the embankment material will entail two phases of development. 1. Phase I De�� The Contractor shall commence with Phase I Embankment first. The embank- ment will be filled to its surcharged elevation of +22.00 feet and main- tained for a minimum of 2 months. After this time. excess embankment materials will be removed to a subyrade elevation of +18.00 feet. The excess embankment will be removed to and placed in the Phase II Section after the necessary filter sand and gravel has been placed. 2. Phase It Development The Contractor shall continue with Phase II Embankment second. The em- bankment will be filled to its surcharged elevation of +22.00 feet and maintained for a minimum of 2 months. After this time, excess embankment materials will be removed to a subgrade elevation of +18.00 feet. The excess embankment material will be removed and disposed cf on City proper- ties adjoining the project site ,fire Station Site) or City right-of-way and easements on the project site. 4. Ditchin for Draina e be installed in the embankments, These ditches Drainage Ditches will shall be installed as specified in the Plans and as directed by the Engineer. Ditching shall be considered incidental shallthethe embankment in- stallation and no separate or further pay ment TS-3 TS-04 CLEARING AND GRUBBING (Cont.) Clearing and grubbing shall consist of removing logs and brush and cutting of all standing trees at ground. No attempt shall be made to remove stunts and the exist- ing grass and cattails shall remain. Clearing and grubbing shall be accomplished in accordance with the applicable provi- sions of Section 12 of the A.P.W.A. Standard Specifications exrept as otherwise provided herein. The limits for clearing and grubbing shall not go beyond the limits of the right-of-way or easements. TS-05 EMBANKMENT MATERIALS AND INSTALLATION A. General Embankment materials and installation shall be in accordance with the applicable provisions of Section 13 and 26, APWA Standard Specifications, except as modified herein. B. Embankment or Fill Material The embankment will consist of two principal components - bank-run sand and gravel and filter sand and gravel. The material placed below the water table and for at least 2 feet above the water table will he filter sand and gravel. The upper portions of the bill will be bank-run sand and gravel. 1. Embankment Compaction_ 44 Fill material which is placed under water will have an initial lift which extends :wo to three feet above the surface of the water. Subsequent fill wil be installed in lifts not exceeding 8 in=hes in thickness and compacted thoroughly. The initial lift of uncompacted fill placed over dry areas v."I1 be 2 feet in thickness. Subsequent lifts will be thoroughly compacted. The compaction of each layer shall conform with Method 8 of Section 13-3. IOE 3 of the Standard Specifications. The top (2) two feet of the embankment shall be compacted to at least (95) ninety- five percent of the maximum density per ASTM-0698-58T Method D. The layers in the lower ! Ifts shall be compacted to at least (90) ninety per- cent of the maximum density per ASTM-D698-58T Method D. All works related to the testing of the compaction, including proctor tests and compaction density tests, shall be by the contractor at his expense. Locatior and number of the tests shall be selected by the Engineer. 2. Filter Sand and Gravel Filter sand shall meet requirements as outlined in Section 13-3.10 8 2 of the Standard Specifications. Filter sand and gravel shall consist of crushed or natural occurring granular material from sources selected by the contractor or by Burlington Northern Railroad. The source and quality of the material shall be subject to approval by the Engineer. 3. Bank Run Sand and Gravel + ',elect trench or bank run sand and gravel shall meet requireme,,ts for bank- run gravel Class "A" as outlined in Section 26-2.01 of the Standard Specifications. Bank Run Class "A" ;hall consist of crushed or naturally TS-2 SPECIAL TECHNICAL PROVISICNS TS-01 GENERAL STATEMENT This section, Special Technical Provisions, is devoted to features of on-the-site conditions which are peculiar to the facilities to be constructed for W-192, L, - ' '... S.W. Arti0 es, ma- trials, operations, or methods mentioned herein or indicated on the drawings as tang required for the project shall be provided by the coot ,c tor, and form according to the condi- he shall provide each item mentioned or indicated and perform and provide therefore all necessary labor, tions stated in each operation prescrib equipment and incidentals necessary to make a complete and operable installation. No attempt has been made in these specifications or plans to segregate work covered by any trade or sub contract under one specification. Such segregation and estab- lishment of subcontract limits will be solely a matter of specific agreement between each contractor and his subcontractors, and shall not be based upon any Inclusion, segregation or arrangement in, or of, these specifications. The contractor and sub- ase is warned that work included in any subcontract may be divided contractor in each c between several general specifications, a�nclude work generald that each eovered by two i or morer sub- head of the technical specifications ica[ions ono subcontract. subcontracts or work in excess of any TS-02TS-02 SPECIFICATIONS # All work under this contract shall in general be performed in accordance with Construc the applicable provisions of "Standard `�ecificationA for Municipal Works cAssociation, and tion" prepared by the Washington [ate Chapter, in accordance with the requi,-aments of the City of Renton, except as otherwise amended, s. modified, or specifiecovered d these sSpecaalaTochn icala Provisions shalltbesperformed of work n�n ae ordance witeiCh the t requirements sp[on'fied in the requirementsA P W A Standard Specifications, and accorda City of '5-03 EXISTING UTILITIES If, in the prosecution of the work, it becomes neceofasimilary to r undergroundterrupt s structuresting , drainage, sewers, underdrains, conduit, utilities, or parts thereof, Cleo protecttandor sprovide temporary hall be ryle for,sery i cesn forhsame`akThel'ontractor shall precautions, ,hall at has own expense repair all damage to such facilities ors ructures due to his construction operations, to the satisfaction of the engineer. TS-04 CLEARING L GRUBBING ly to Pavement, or other stree ad Broad tionaces and shall beof Cut the^trenchth and i which will nimum h which will permit the proper allow passage of vehicular and pedestrian ruction• Ail pavement cuts shall be made as smooth, straight lines or to nearest construction joint, and shall be made with clean vertical faces. - ous and concrete pavements and utilities snail be conducted in of bitumin ,p,p,W,A, Standard Specifications, except as otherwise pro- accordance accordance with Section 52, vided herein, TS- I SPECIAL TECHNICAL PROVISIONS TABLE OF CONTENTS PAGE TS-01 General Statement TS-1 TS-02 Standard Specifications TS-1 TS-03 Existing Utilities TS-1 TS-04 Clearing and Grubbing TS-1 TS-05 Embankment, Materials and Installation TS-2 TS-06 Drain and Culvert Pipe Material and Installation TS-4 TS-07 Water Piping Material, Fitting, Valves, Etc. TS-4 TS-08 Encasement Pipe TS-6 TS-09 Plastic Film Pipe Encasement TS-6 TS-10 Concrete Valve Vault TS-15 TS-1) Saw Cutting TS-8 TS-12 Pavement Removal TS-9 TS-13 Trench Excavation, Bedding and Backfill TS-8 TS-i4 Water Pipe Installation TS-11 TS-15 Restoration of Surface TS-14 TS-16 Testing TS-15 TS-i) Disinfection TS-16 TS-.8 Roadway TS- 16 TS-19 Hydro-Seeding TS-16 TS-20 Mobil Oil Service TS-18 TS-21 Cleanup TS-20 TS-22 Measurement and Payment TS-20 Y 2P-32 DELIVERY ?ICRETS (Cont.) available, the inspector shall measure the truck volume ai certify as to its I ull load delivery. SP-33 WASTE SITE The Contractor shall conform to Section 4.06 of Standard SPecific•ations in regard to waste sites. The Contractor shall have the responsibility of obtaining his own waste site. All work included in this nection shall he considered to be incidental to other items of work and no further compensation will be made. The route taken to the waste site shall be maintained solely by the Contractor in a manner as described below: The Contractor shall be prepared to use water trucks, power sweepers, and related equipment as deemed .)ecessary by the Engineer to alleviate the problem of lost spoils along the route. Prompt restoration of the route is mandatory. SP-34 DUST AND MUD CONTROL The Contractor shall be responsible ff., controlling dust and mud within the project limits and on any street which is utilized by his equir .ient for the duration of the project. The Contractor shall be prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary by the Sngineer, to avoid crea- ting a nuisance. L Dust and mud control shall be considered as incidental to the project, and no compensation will be made for this section. Complci.nts on dust, mud or unsafe practices and/or property damage to private ownership will be transmitted to the Contractor and prompt action in correcting will be required. Written notice of correction of complaint items will be called for should repetitive complaints be received by the City. C F1-35 PAYMENT TO THE CONTRACTOR Payment to be made to the Cgntrae[Or will be made in the manner outlined in Section 9 of the Standard Specifications. Payments shall be made in Cash Warrants. Fr tial payments on estimates may be withheld until work progress schedules as described in Section .JP-19 .,f these special Provisions have been received and approved. f^e sP-36 LIQUIDATED DAMAGES Liquidated damages for failure to execute the contract as specified and in accord- ance with Section 8.08 of the standard Specifications will be assessed as follows: One Hundred Dollars (710C.00) per calendar day p y plus coat of inspection, supervi- sion, legal expense and court costs incurred beyond said date. The cost of additional inspection and supervision shall be an amount equal to actual salary cost, plus one hundred percent (100%) for overhead and other indirect expenses. SP-37 AWARDING Or CONTRACT Awarding of c ntract will be bauad on total sum of the Schedule of Prire . Prices 01 through Oft- Note: Either Alternate A or 9 may be used in Schedules . :, R3, N6 it. the final computation of the total sum. No partial bids will be accepted. S P-10 SF-2d cTiON -,Ic 14S The Contractor shall furnish and install construction signs which conform to current 1971 M.U.T.C.D. Sign No. W20-1, "ROAD CONSTRUCTION AHEAD", 36" x 36" or larger �1 diamond, black lettering on orange background. One (1) sign of the type menCiuned above will be posted at each street entering onto the project site. All co-struction and detour signing shall conform to part VI "Traffic Controls for Highway Constructi.:n and Maintenance Operations" of the Ma• ,al of Uniform Traffic Control Devices. SP-29REMOVING TRAFFIC AND STREET SIGNS The Contr- _or shall be responsible for maintaining all Traffic and street signs. In the e�U,,c it shall be necessa"y to remove a traffic or street sign, the Contractor shall unit.`y the Director of Public Works, City Municipal Building, City of Renton, ges made. en has said rarea n, for all being openctontraffic, themConttrractorkshall bnotifyy thetPublicdwoprio rksr to Director, ' ity Municipal Building, City of Renton, Washington, and obtain his appro- val of signing. SP-30 CONSTRUCTION EQUIPMENT Drivers of motor vehicles used in connection with the construction of repair work shall obey traffic rules posted for such location in the same manner and under the same restrictions as Provided for the drivers of private vehicles. SP-31 SIZE WEIGHT LOAD RESTRICTIONS FOR MOTOR VEHIC1.ES All motor vehicles of the Contractor, Subcontractors, and suppliers shall strictly adhere to Ch. 46.44 of the Motor Vehicle laws of the State of Washington (1967 Edi- tion and amendments thereof) in regard to size, reight, and loads of motor vehicles. payment will noe be made for any material that is delivered in excess of the legal weight for whicL, the hauling vehicle Xs licensed. Any gross violation of these regulations shall be reported to the affected law enforcement agent. The contractor is to furnish to the Engineer a listing of all haul vehicles used on this project, listing the vehicle number, license number, tare weight and licensed load limits. SP-32 DVLI_VERY TICKETS All delivery tickets that are required for the purpose of c^Iculating quantities for payment must be received by the Engineer at the time of dt _very. No payment will be made on tickets turned in after date of delivery of material. Payment made h do not gross weight,n tare eweightfo truck inumber, late and very tickets cinspector'ss a initials, material, scale certification shall be submitted as early in the project as possible.weighing station shall maintain a record of the trucks weighed, date and time Each , tare and gross weight and tyf-� of material. In isolated cases where scale weight is not SP-9 SP-25 OVEHT.,IIME FIELD ENGINEEPING r When the Contractor performs construction work over the accepted 8 hours per day or 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 $12.00 per hour. The City shall have the sole authority in determining the :.acessity of having the overtire inspection, and shall notify the Contractor of intent ana said costs will be deducted from monies due the Contractor on each monthly estimate. SP-26 HOURS UP WCRK The working hours for this project will be limited to week days during the period from 8:00 a.m. to 4:30 p.m., unless otherwise approved by the City. SP-27 PUBLIC CONVENIENCE AND SAFETY The Contractor shall, at his own expense, provide flagmen, shall furnish all signs, barricades, guards, .Onstruction warnings, and night lights in order t, protect the public at all times from injury as a result of his operations. if the Contractor should fail to maintain sufficient lights and barricades in the opinion of tt•e Engineer, the City shall have the right to provide these lights and barricades and deduct such costs from payments due the Contractor. A plan for traffic control must be sto-Anitted for the Engineer's approval before the beginning of construction. The Contractor shall maintain detour routes and other routes used by his equipment hauling materials to and from the area. Appropriate portions of Section 7.15 (APWA) Standard Specifications shall apply to this contract. In addition the following Special Provisions shall apply: 1. There shall be at all times reasonable access to and egress 17 Mm the business establishments and other properties adjacent to the prcject. 2. All road approaches and street connections shall be opened to traffic at the close of each work day. 3. Where hazardous conditions exist proper signing and barricadinq ,-,hali be provided as directed by the Engineer. Where designated by the Engineer, the signs and Barricades shall be supplemented by lanterns or flasher units during the hours of darkness. v. The Contractor shall notify the local fire and police departments in writing before th, begirning of his operations so that these agencies may reroute their emergent, vehicles around the construction zone. 5. Any asphalt concrete pavement, crushed surfacing gravel base, or water required for maintaining traffic during thu life of this contract shall be placed by the Contractor, immediately upon request by the Engineer in the amounts designated. All costs involved in the above shall be considered incidental to other costs of work involved and no further compensation will be made. sF-8 SP-21 DT.SPITRS AND 1,TTTGATTON (Coni.i f1 Failure on the part of the Engineer or his representatives to discover anr. cendaln or reject bad or inferior work shall not be construed as an acceptance of any such work or the part of the improvement in which the same may have occurred. To reduce disputes and litigation, it is further agreed by the parties h;:reto that the Engineer shall determine the quantity and quality of the several kinds of work embraced in theme improvements. tie shall decide all questions relative to the execu- tion of the work and the interpretation of the Plans and Specifications. In the event the Contractor is of the opinion he will be damaged by such inter reta- tion, he shall, within three ( 1 days, notify the Engineer and the City Clerk it writing of the anticipated nature and amount of the damage or damages. In the event an agreement cannot than be reached within three (3) days the City and the Contractor will each appoint an arbitrator and the two shall select a third. The decision of the majority of the arbitration board shall be binding upon both. parties and shall be delivered before any work is performed upon the feo:ure in question. The arbitration shall, be conducted in accordance with the statutes of the State Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by t. City and the Contractor unless it is the majority opinion that the Contractor's filing of the protest is capricious and without reasonable foundation. In the latter case, all costs shall lay be borne by the Contractor. �'�+'► The venue of any suit shall be in king County, Washington, and if the Contractor is a non-resident of tho State of Washington, he shall designate an agent, upon whom process may be served, before commencing work ur. 'er this contract. SP-22 SUBCONTRACTORS A list of subcontractors and suppliere that will be involved with this project sh.] be given to the Engineer for his review and approval immediately after notificatitr of low bidder stat,is. This list must be received by the Engineer before the con- tracts may be signed. SF-23 CHANGE ORDERS All additional work that requires cm",,nsation to the Contractor for items for which prices are not included in the contract or is at within the limits specified in APWA Standard Specifications, Sec. 4.03, shall require a written change order before work may be done. The Contractor shall be responsible for acquiring the necessary change orders that are required by anv of his subcontractors. SP-24 SURVEYS Section 5.06 of the Standard Specifications shall be ;meenued by the adc:ition of the foll.owirn sentence: "The Contractor shall notify the engineer a minimum of 4S hourp in advance of the need of surveys". SP-7 TS-22 MEASUREMENT AND PAYMENT (Cent.) 4011 F. Furnishing and Installing Water Pik The price per lineal foot for furnishing and installing of water pipe, size and quantity listed in the bid schedule, shall constitute full compensation for the water line, in place, complete, including: all pavement removal, excavation. trenching, backfill, foundation preparation, compac'ion, pipe, pipe laying id jointing; pipe blocking, special shackling and bracing, sheeting, shoring, and dewatering, fitting,connections to existing piping, all surface restoration exclud- ing crushed rock resurfacing, concrete and asphaltic concrete resurfacing. The price per lineal foot shal , also include all cost for furnishing and placement of Polyethylene pipe encasement as called out in T.S.-09• C. Furnishing and Installing Encasement Pipe T.re price per linear foot for furnishing and installing of casing pipe, size and quantity listed in the bid schedule, shall constitute full compensation for the casing pipe, in place, complete, including sand filling of casing pipe and all incidental work necessary for a complete installation. H. Furnishing and Installing Gate Valves 12" gate valve assemblies shall be measured and paid for at the applicable unit price per each, in place, complete, which shall constitute full compensation for valve, bypass valve, conc. vault, steps, and conc. valve marker and 8" gate valve asser olies, valve, valve box with extensions if necessary, and conc. valve marker; and all other necessary accessories for a complete installation. Also the price per each shall include all costs for materials and installetion of vault water- proofing as called out in T.S.-10 Section E of this document. 1. Furnishing and Installing Butterfly Valves I6" and 24" Butterfly vale assemblies shall be measureu and paid for at the applicable unit price per each, in place, complete, which shall constitute full compensation for valve, conc. vault, steps. conc. valve marker and all other nece- ssary accessories for a complete installation. Also the price per each shsll include all costs for materials aid installation of vault waterproofing as call�d out in T.S.-10 Section E of this document. J. Furnishing and installing Fire Hydrant Assemblies Fire hydrant assemblies shall be measured and paid for at the applicable unit price per each, in place, complete, which shall constitute full compensation for tee, valve, valve bo-, spool , fire hydrant, shackling, installation of blocking, bracing, drains, fittings, and all other necessary accessories for a complete installation. The price per each shall also include furnishing and installing of two fire hydrant guard posts painted white, and the painting of the fire hydrant to City specifica- tions. K. Furnishing and Installing of Fittings Furnishing and installing of fittings shall be incidental to the contract. TS-2i TS-20 MOBIL. OIL SERVICE (Cont.) E. Reduced Pressure Backflow, Prevention Devices (R.P.B.P.) (cont.) Research Foundation for Cross-Connection Control of the University of Southern Caiif- ornia. If the backflow preventers are to be used on fire lines, they must not only be fully approved by the Research Foundation for Cross-Connection Control of the University of Southern California, but also be approved by the Underwriters Laboratory, Inc. A list of State approved Cross-Connection Control Devices included in the Specifica- tions in the Standard Details. TS-21 CLEANUP During the time that the work is in progress, the contractor shall make every effort to maintain the site it a neat and orderly condition. All refuse, broken pipe, excess excavated ma tvrial, borken pavement, etc. , shall be removed as soon as practicable. Should the work not be maintained in a satisfactory condition, the engineer ma- cause the work to stop until the "cican-up" portion of the work has been done to the satisfaction of the owner and/or the engineer. TS-22 MEASUREMENT AND PAYMENT A. General Unit or lump sum bid prices for all Items shall include all costs for labor, equip- ment, material , testing, relocation and modifications to existing utilities, and all incidentals necessary to make the installation complete and operable. B. Clearing and Grubbing Clearing and grubbing of the project site shall be incidental to this contract.. C. Furnishing and Installing "Filter Sand and Gravel" Embankment Material The price per ton shall be full compensation for selecting, furnish, hauling and placing the material as outlined in Section 13-3. 10 B 2 of the Standard Specifications. No separate payment of any kind will be made for compacting, wetting, drying, water or processing of materials. D. Furnishing and Installing Bank Run Sand and Gravel Material The price per ton shall be full compensation for selecting the source, furnishing, hauling and placing the material as outlined in Section 26-2.01 of the Standard Specifications. No separate payment of any kind will be made for compacting, wetting, drying, ater of processing of materials. Also included in price per ton ,nail be any required ditching. E. Furnishing and Installing Draln and Culvert Pipe The price per lineal foot for furnishing, placing and adjusting if necessary the culvert pipe, size and quantity listed in the bid schedule, shall constitute full compensatirn for the drainage lines complete. "-20 TS-20 MOBIL OIL SERVICE(Cont.) B. vaults (coon,) 6" service vaults so as to have both 2" and 6" meters in one underground vault and both 2" and 6" RPBP devices in one above ground vailt. `k The underground meter vault(s) shall be treated with waterproofing 2ypex similar to valve vaults. The , ,ove ground RPBP vault(s) shall have adequate drains and insulation or heating. The vault(s) shall have adequate room for testing and repair and have a locked cover. (See Standard Details for a typical installation.) C. betector Check Meter The detector check meter shall be a 6" detector check meter and a 3/4" dis-lacemenc type meter on an external bypass. The external casing shall be made of grey gal- vanized cast iron thoroughly galvanized ins!de and outside. The valve domes and bottom cases shall be bolted together with radium plLted steel bolts and nuts. The detector check shall be a cowb'nation of an automatic compound lever valve in the nwin Tine and a bronze case disc meter on an external bypass connected to out- lets on either side of the valve casing by brass or bronze fittings. The external bypass shall have a gate valve on the inlet side of the bypass meter and a swing check valve on the outlet side which permits maintenance without shutting down the mainline. The mainline check valve shall have a rubber facing and the detector check must be fully approved by UL Laboratory, FM Laboratory and ULC Laboratory, The meter shall be a Mersey, or an approved equal. D. Displacement Type Meters The displacement 2" and 3/4" meters shall be cold water disc or piston type meters. All meters shall have an outer case with a separate measuring chamber ui which the disc operates. The outer case shall be of bronze composition. Pistons or discs shall be made of hard vulcanized rubber, smoothly machined, of the highest grade and of material having as nearly the same gravity of water as possible. They shalt be fitted accurately in the measuring chamber, shall operate smoothly and freely. Disc piston. shall consist of a Disc Plate and 2 Ball Halves and shall be equipped with a Thrust Roller and the measuring chamber slot._d accordingly. Pistons shall be one piece and may cr may not have a pilot. The division plate may be of stainless steel, brass, or rubber coated. All meters shall be provided with strainers. All meters shall operate under a working pressure of 150 psi without leakage, loss (if accuracy or damage. The meters shall be Hersey or Carlon or approved equal . Approval must be obtained prior to bid opening. E. Reduced Pressure Backflow Prevention Devices (R.P.B.P.) The R.P.B.P. devices s',all be both Washington State Department of Social and Health Services approved devices, both the 2" size and G" size. The devices shall be in accordance with the Washington State Regulations as approved on April 27, 1966. All nackflow, preventers must have received full approval by the TS-19 TS-19 MV DRO-SCCUING (Cent.) ,+wwMt D. Fertilizer Section 9-14.30) of the standard specifications is supplemented to include the following: A commercial fertilizer of the following formulation shall be furnished as Specified: All fertilizer shall be pre-mixed prior to bringing on the job. The fertilizer shall be applied at the rate of 500 pounds per acre. Available Soluble Total Nitrogen Phosphoric Acid Potash Lbss/Acre as N as P 2 0 5 as N20 : 18.4% *14$ r:14; 500 Not less than *60% of the total nitrogen shall be de-lved from ureaform or ureaformaldehyde. Final mix to contain not ss than `7.; �,' water insoluble nitrogen. label shall meet requirements of Washington Commen_ial Fertilizer Act. 'Guaranteed on label. E. Mulch Section 9-14.4 of the Standard Specifications is supplemented to include the following: Wood cellulose fiber shall be applied at a rate of 2,000 pounds per acre, or straw mulch shall be applied at the rate of 3 tons per acre. Stockpile Seeding - All stockpile areas where the material is expected to remain in place during the inclement months shall be seeded, fertilized, and mulched. TS-20 MOBIL OIL SERVICE A. General A special water service connection shall be made to serve the Mobil Oil Corpora- tion facility. The service shall comprise 2" potable water and 6" foam/fire water service, both protected by Reduced Pressure Backflow Prevention Devices (R.P.B.P. ). The 2" potable water service will have a 2" displm. meter and a 2" RPBP 'ievlce. The 6" form/(ire service will have a 6" Detector Check meter and a 6" RPBP uevice. B. Vaults The Contractor shall provide plans for the meter vault's) and RPDP vault(s) subject {� to review by the Engineer. The Contractor may have the option of providing sepa- rate meter vaults and RPBP vaults for the 2" and 6" services or combine the 2" and IS-tP TS- 19 HYDRO SEEDING (Cont.) Seeding shall not be done during windy weather or when the ground is frozen, excessively wet or otherwise untillable. An approved type, hydro seeder, which utilizes water as the carrying agent �. II be used. B. Application of Seed, Fertilizer and Mulch These materials shall be applied in two applications. The first application shall consist of seed and a non-toxic tracer. The second application shall consist of a homogenous mixture of fertilizer and wood cellulose fiber mulch. This mixture shall be uniformly appii�a over the seed. The second application of fertilizer of the same formulation and at the same rate as the initial application shall be applied 60 to 90 days after the initial appli- cation of fertilizer; however, the second application shall t applied only between March I and December 1. C. Material Seed Section 9-14.2 of the Standard Specifications is supplemented to include the following: A seed mixture of the following composition, proportion, and quality shall be applied at the rate of 100 pounds per acre: Kind and Variety Percent by Minimum Percent Minimum Percent of Seed in Mixture Weight Pure Seed of Sermination Colonial Sentgrass lot 9.ft 95% (Highland or Astoria) Red Fescur (Iliahee 4o% 39.M 90% Rainier or Permlawn) Perennial Rye 4o$ 3920.`i. 90$ White Dutch Clover lot 9.90r go% (Pre-Innoculated) Percent Weed Seed .502 Maximum Inert and Other Crop 1.407 Maximum TOTAL 100.00$ TS-ly TS-16 TESTING (Cont.) yr:+ C. Leakage Tests Leakage tests shall be made after the pressure test has been satisfactorily com- pleted on the new pipeline or concurrently with the pressure test. The hydrostatic pressure for the leakage test shall be equal to IGO psi. TS-17 DISINFECTION Disinfection of the new water system shall be required prior project and shall be in accordance with A.W.W,A, to completion of the Specification C601-54 and Section 74 of the A.p.W.A, Standard Specifications and shall meet the acceptance of the State of Washington Department of Health. The initial concentration of chlorine in the line shall be 50 parts per million and this solution shall be held for a period of 24 hours. Disinfection of the entire water system installed or disturbed under this contract, including pipe, pipe fittings, valves and appurtenances, is required to conform with the specifications stated herein. TS-la 8 ROADWAY A 10 foot wide roadway shall be furnished and installed atop the finished embank- ment, the complete length of the project. The roadway shall comprise a crushed rock surface course, 2 inches thick, installed i surfacing. n conformance with TS-15 crushed rock The crushed rock surface course (1 1/4" minus) shall meet the requirements as out- lined in Section 23 of the Standard Specifications. The Contractor shall select the source source "fines' are required by the Engineer, 5/8" minus crushed rock, meeting specifications, shall be used, in lieu of (I 1/4") at no change in )rice. The roadway shall be gra Jed, rolled and compacted as specified by the Engineer. Chain barricades shall be supplied at 4 points along the project to control access to the project site. The chain barricades plans shall be supplied by the contractor, subject to review by the Engineer, and shaii include a heavy galvanized chain opening across roadway. Four (4) "Best" locks shall be supplied by the cone actor, keyed to the City's "RE" Master. The control pc'nts shall be specified by the Engineer. TS-19 HYDRA-SEEDING A. General Hydro-seeding to control erosion will be required on this project. All disturbed areas, all embankments slopes and areas other than roadway surfaces shall be hydro- seeded. The hydro-seeding ;hall be performed after all settlement has taken place and after the water mains have been installed. The hydro-seeding materials and installation practices shall conform with Washington State Highway Commission "Washington 1974 Standard Specifications" Section 9-01 and 9-14 Roadside Seeding. The contractor shall notify the Engineer rot less than 24 hours in ad-.ance of any seeding operation and shall not begin the work until areas prepared for seeding have been approved. T5-16 .y, TS-15 RESTORATION OF SuRFACES (Cont.) �M F. Crushed Rock Surfacing Existing shoulders, and existing gravel surfaces shall be. resurfaced with crushed rock so that a minimum finished thickness of 4 inches Is ubtalned. The tinished surface shall match the slope, crown and grade of the existing surface. Materials and plac(ng shall be in accordance with the applicable provisions of Section 23, A.P.W.A. Standard Specifications except as modified herein, Ballast and maintena.ice rock will not be required. Crushed rock surfacing shall in all respects meet the requirements set forth in Section 23-2.01, A.P.W.A. Standard Specifications. Water shall be added during rolling operations as necessary to secure required compaction. The crushed rock may be spread in one layer and shall be adequately bladed and mixed to obtain even distribution of the rock. Alternate blading and rolling shall continue until the required finish surface and density is obtained. The crushed rock shall be compacted to at least 100 percent maximum dry density at optimum moisture content. water sf:ali be added as necessary during blading and rolling operations to obtain the required compaction. G. Temporary MC Cold Mix Asphalt MC Cold premixed asphaltic concrete shall be required in some areas for temporary patching on this project, where deemed necessary by the Engineer. TS-16 TESTING A. General Hydrostatic pressure and leakage tests on the new pipeline shall be made in accord- ance with applicable provisions of AWWA C600-54T or C603-64T and Section 74 of the A.P.W.A. Standard Specifications, except as modified herein, Ali equipment necessary to make the tests shall be furnished by the contractor, and the contractor shall conduct all tests under the supervision of the engineer. Any blow-off assemblies which may be required for testing shall be supplied by the Contractor. B. Pressure Test Prior to acceptance of the system, the installation shall be subjected to hydro- static pressure testing as follows - 8" water main p 300 psi , 12" water main � 250 psi , 16" water main Q 225 psi, and 24" water main p 200 psi. Any leaks or im- perfections developing under said pressure shall be remedied by the contractor before final ac-stance of the system. The contractor small provide all necessary equipment and shall perform all work connected with the tests and conduct said tests In the presence of a Utilities Department Inspector. Insofar as practical, tests Wyt shall be made with pipe Joints, fittings and valves exposed for Inspection, TS-15 TS-15 RESTORATION Of SURFACES A. General Roads, streets, driveways, shoulders and all other surfaced areas, removed, broken, caved, settle or otherwise damaged due to installation of the Improvements covered by this contract shall be repaired and resurfaced to match the existing pavement or landscaped area is set forth in these specifications. The ends and edges of the patched and resurfaced areas shall meet and match the existing surface and grade, and shali terminate in neat, even lines parallel to, and at right angles to the roadway. No piecemeal patching or repair will be allowed. Damaged, disturbed or otherwise affected areas as defined shall have edges of existing pavement trimmed back to provide clean, solid vertical faces, free from loose material. B. Areas to be Resurfaced 1. Existing asphaltic concrete surfaces shall be patched with asphaltic concrete over a crushed rock base course. 2. Existing shoulders and existing gravel surfaces shall be repaired with crushed rock surfacing. 3. Existing Portland cement concrete surface•; shall be repaired with Portland cement concrete to match the existing C. Private Driveways Private driveways, walks, and other surfaced areas shall be repaired, patched and < ? resurfaced as required for the type of surfacing encountered. D. Maximum Patching Width The maximum patching width in trench area will be 5 feet. Any patching done beyond this limit will be done at the Contractor's expense. E. Asphaltic Concrete Surfacing The finished patch shall provide a minimum thickness of 2 inches of asphaltic con- crete over 4 inches of crushed rock base course, Before placement of the asphaltic concrete patch, the base course material shall be shaped to the same section and slope as the finished grade and compacted to 100 per- cent maximum dry density at optimum moisture content as determined by Standard Proctor compaction test, ASTM Designation D696, Method D. The asphaltic concrete patch shall be placed over the base course so as to obtain a minimum thickness after compaction of 2 inches, and shall match existing surfacing. The asphaltic concrete shall be rolled and crossrolled to obtain thorough cumpac- tion. Base course material shall meet the requirements set fo-th herein for crushed rock surfacing. +F.+I Asphaltic concrete shall be hot plant-mix, conforming to Section 34, A.P.4.A. Stan- dard Specifications, Class B. Asphalt cement shall have a penetration of 65 - 100 and snail meet the requirements set forth in applicable provisions of Section 27, A.P.M.A. Standard Speclfications. TS-14 r TS-14 WATER PIPE INSTALI.ArION (font.) k G. Valves and Valve Chambers (cont.) The 12" gate valve assembly shall include - 12" Gate Valve (MJxMJ), I" Bypass 'Valve 45sembly, and a Precast Concrete Vault. The City of Renton Standard Detail for "Precast 12" Gat! Valve Chamber (Note modifications in TS-10) and the Standard Detail for the I" Bypass Valve Assembl, are bound in these specifications. T')e 16" and 24" Butterfly valve assembly shall include - Butterfly Valve and Precast Concrete Vault. The Standard Detail for the Precast Concrete Vault for a 24" Butterfly Valve (Note Modifications in TS-IO) are bound in these specifications, Valve chambers shall be in accordance with Section 76 of the A,P.W.A, Standard Specifications except as mod'fied by details bound in these sPecifications. All valves shall have concrete valve markers with distances clearly marked. The crncrete valve markers shall be Lundberg Concrete Pipe Co. , right-of-way markers State Highway desion or approved equal. H. Fire Hydrant Assemblies Fire Hydrant Assembly installation shall be in accordance with Section 77 of the A.P.W.A. Standard Specifications. The Fire Hydrant Assembly shall include: 6" L. I . Spool C. I. Tee (MJ x FL) , 6" Gate Valve (FLXMJ), (PE x PE), 5" MVO Fire Hydrant (MJ Connection Valve Box, and 3/4" Shackle Rod with accessories, and 2 concrete guard C. I' Gale 9 posts. The hydrant shall be fc - a 6 foot bury. Upon completion of the project, all fire hydrants shall be painted to City of Renton specifications and guard posts painted white. The City of Renton Standard Detail for hydrant assembly and hydrant guard posts is bound in these specifications. I . Connection to Existing and Structures Connections to existing piping and tie-ins are indicated on the drawings. The con- tractor most verify all existing piping, dimensions and elevations to assure proper fit. The contractor shall make all connections and tie-ins under the direction of the City of Renton Utilities Department. The contractor must also provide any specials required to make a satisfactory connection. The contractor shall be responsible for the protection of all existing piping and appurtenances during const-uction, and shall take care not to damage them or their protective coati•gs or impair the operation of the existing system In any way. TS-13 TS-144 WATER PIPE INSTALLATION (Cont.) `. SPECIAL I. General All free ends, bends, tees, laterals and any change in direction of piping shall be adequately braced, blocked or restrained to prevent movement from thrust by use of concrete thrust blocks where applicable and/or shackling 't (tie rods and a Joint harnesses). 2. Concrete Thrust Blocking General concrete thrust blocking shall be in accordance with Provision N1. 14 of Section 74, A.P.W.A. Standard Specifications. The Ci[Standard Detail for general b Renton locking is bound y of in these specifications. Thrust blocks shall be provided at all changes In direction of piping. Concrete thrust blocks must be poured against undisturbed ground. 3. Shackling Because of the embankment of fill condition of water line location shackling and/or special restraint methods will be required on this project. Where shackling is required, mechanical joint pipe and fittings will be used. Materials for shackle rod and bolts shall be a Car—Ten steel alley. 00 Approval of shackle rod material to installation. shall be obtained from the Engineer prior After the pipe has been joined, aligned and permanently bedded, the joints shall be drawn up to assure permanent water-tightness but not so tight as to prevent flexibility to allow for some movement caused by vibrations, expan- sion and contraction, and finally any further settlement of the embankment. Shackle rod, nut, and/or harnesses shall be painted or coated with cold- tar enamel solution. Special attention shall alsu be given to removal and/or covering of any sharp edges in the shackle rod so as to protect the polyethylene wrap which shall cover the entire installation. The number of bolts, and/or tie-rods required per joint, size of belts and locations shall be determined by the Contractor G reviewed by th„ fngineer. Any special restraint joints such as a lock-mechanical type joint pipe and/or fittings will require prior approval by the Engineer. Contractor shall also note plans for locations of areas where special �straint joints, other than those covered above, must be installed. G. Valves and Valve Chambers ---------------- Valve installation shall be in accordance with Section 75 of the A.P.W.A. Standard Specifications except as modified herein. 6" and 8" Gate Valves shall include an 8" x 24" cast Iron gate valve box and extensions if required by the Engineer. 7S-12 7S _13_ TRENCH EXCA VATI_ON,_BEDDING AND BACKFIL`ont.) F. Unsuitable Foundation Excavation All costs and ex en� e_ shall p " involved in displacement r removal of unsuitable materials be incidental ^u the embankment installation. Neither se 'lent of any kind will be made for storing, handling, unsuitable excavation. separate or extra pay- 9, hauling or ma r.ipulatlon of TS-1- 14 WATER PIPE INSTALLATION A. General Pipe installation shall be in accordance with Section 74 Of the A.P.W.A• Standard Specifications, except as modified herein. All buriel pipe shall be laid upon prepared foundation or bedding material s the bottom quadrant Is uniformly Supported throughout its entire length, as s ecl- f'cd in Section TRENCH o that EXCAVATION, BEDDING AND BACKFILL, p The average depth of cover for the water main ;hall be 4' shall be no greater than 48" unless soil conditions require it and the trench width At the end of each working day, It shall be required that the end of the water main be plugged, the trench backfilled traffic with temporary cold mix , compacted, and where necessary prepared for asphalt, if necessary. B. Laying anJ Join[ir Ductile or cast iron pipe and accessories shall be handled in such a assure delivery to the trench in sound undamaged condition. Particular taken not to injure the manner as to Pipe lining and coaling, care shall be Cutting of pipe shall be done in a neat, workmanlike manner with an approved type mechanical cutter without damage to the pipe. e Jointing shall be accomplished in accordance with manufacturer's recommendat tons. C. Plastic Film Pipe Encasement All pipe, fittings, valves and accessories shall be encased in Polyethylene wrap as per TS•U9 in this document. D. Encasementipe The 24" water main at Its intersection with the Seattle Water Main shall be encased in nestable steel casing as per TS-08 in this document. E. Bends and Deflection from straight line and grade, as required by vertical curves, horizontal curves and offset shall not exceed the maximum deflection per joint as recommended , r,•,,,,f by the pipe manufacturer. If the alignment requires deflection In excess of the maximum recommended, special bend, or a SLfficlent number of shorter lengths of Pipe shall be used to provide angular deflections within the limits sat forth. T,-il TS-13 TRENCH EXCAVATION BEDDING AND BACKFILL (Cont.) D. Trench Backfill and Compaction (coot.) 2. Initial Backfill (cont.) The locations of the tests shall be selected by the Engineer. If one or more tests do not meet the specifications as stated above, additional tests will be taken as requested by the Engineer at the Contractor's expense. 3• Subsequent Backfill All subsequent backfill under street and shoulder, areas shall be placed in lifts not exceeding 8 inches in loose depth, and each lift compacted to at least 95 percent of maximum density at optimum moisture content as determined by ASTM Designation 0698-5i'-. Method D. In-place density deter- mination shall be nade in accordance w,-.n ASTM Designation D1556-58T, except as otherwise approved by the Engineer. Testing for compactions in the improved areas shall be in accordance with the testing as stated in the section oo initial backfill. 4. Payment No separate or extra payment of any kind will be made for compaction, wet- ting, drying, water, or processing of materials, but shall be included in the applicable unit price paid for the waterline in place, comb ate. E. Select trench Backfill Select trench backfill for the pipe shall consist of crushed or naturally occurring granular material from sources :elected by the Contractor. The source and quality of the material shall be subject to approval by the Engineer. Select trench back- fill shall meet requirements for bank run gravel Class "B" as outlined In Section 26-2.01 of the Standard Specifications. The horizontal limits for measuring select trench backfill in place shall be the side of the excavation except no payment will be. made for material replaced outside of vertical planes, 1.0 feet outside of and parallel to the barrel of the pipe and not the bell or collar. Any excavation in excess of the above requirements shall be replaced with the native material or select trench backfill , as directed by the Engineer and at the Contrac- tor' s expense. A» The price per ton shall be full compensation for selecting the source, furnishing and placing the material as outlined in Section 26-2.01 of the Standard Specifications. F. Unsuitable Foundation Excavation Unsuitable material shall be excavated by the Contractor as directed by the Engineer to give the constructed embankment full bearing on solid ground. Old rills, or wastes, unstable materials including logs, stumps, pert and muck will be excavated dw when in the judgment if the Engineer these materials will impair the stability of the embankment. TS-10 TS-13 TRENCH EXCAVATION LcUDING AND BA;,K FILL (Cont.) 8 . Excavation (Cont,) disposition of all material , and shall deter,.Jne the suitability of material to be used as backfill. All unsuitable material shall be wasted as specified. Excavation of every description, classification and of whatever substances encountered within the limits of the project shall be performed to the lines and grades necessary for embankment pipe, bedding and structures, and as Indicated on the drawings. rem- porary drains and drainage ditches shall be Installed to intercept or direct surface water which may affect the promotion or condition of the work. All excavated mater- ials not meeting the requirements for backfill and all excess materials shall be wasted as specified. No separate or extra payment of any kind will be made for storing, handling, hauling or manipulation of excavated materials. C. Foundation Preparation and Bedding Foundation preparation shall be in accordance with the applicable provisions of Section 73, A.P.W.A. Standard Specifications, except that the bottom of the trench must be shaped to uniformly support the 'Ottom quadrant of the pipe throughout its entire length. In case unstable or unsuitable existing material is encountered at the trench bott the engineer may direct the use of borrow bedding material in accordance with om, Section 73.2.05 of the A.P.W.A. Standard Specifications. Wet trench conditions will not necessarily he considered as an indication of unstable conditions. The trench shall be de-watered and an inspection made by the Engineer to determine the suita- bility of the trench material. All costs fo, de-watering shall be the responsib, � of the Contractor. Bedding material shall he as required for Bank Run Gravel Borro. D. Trench Backfill and Compaction I. General Excavated materials that are free from mud, muck, organic matte' , broken bituminous surfacing, stones larger than 8 inches in dimension, and other debris, shall be used for backfill except where otherwise required. 2. Initial Backfill Special attention will be given to initial backfill because of the Polyethylene wrap on the water main, therefore extending to a plane at least 12 inches above the crown of the pipe Initial backfill shall be hand-placed, selected excavated material free from stones, hard lumps or other material harmful to the pipe. Initial backfill shall be placed around the olpe in layers not exceeding eight inches in depth ant each layer shall be thoroughly compacted by mechanical tampers to at least 95% of maxil,,um dry density at optimum moisture content as determined by Standard Proctor Compaction Test, ASTM Designation D698-58T, Method 0. All work related to the testing of the compaction, Including proctor tests and compaction tests shall bn taken nn the water trench areas. TS-9 SCHEDULE 28 OF PRICES (W-192) Lind Ave. SW - (STA 12+35 to STA 38-52.49) (NOTE: Unit prices for all items, all extensions, and total amo,.int of bid must be shown, Show unit prices in both words and figures and where con- flict occurs, the written or typed words shall prevail.) APPROX ID:.4TE UNIT IT QUANTITY UESCRIf'7'ION TOTAL PRICE PRICE 1 2,620 L.F. Furnish and Install 16" D.I. Coss al (T.J.) hater Pile in Polyethylene Encaseme%t $ $ Per Lineal loot (Wrr s�— (Figures) 2 40 L.F. Furnish and lnsta'i 30" Galy. St1. Nest.jle Caging, 16 GA flanged $tr hiveal Foo $ 5 3 6 EA Furnish and Install 16" Butterfly Valy>s (MJ) in Standard Conc. Vault $ $ $ Per Eac — 4 2 EA Furnish and Install 12" Gate Valves (MJ) in Standard Conc. Vault with 1" Bypass Valve Assemblies $ $ Per F'a ch _ — 3--- --- --. 5 5 EA Furnish. and Install 61, Gate Valves (FLxMJ) $ $ $ Per Each - 6 4 E, i,urnish and Install 5" MVO Corey 'Type, Fire hydrant, Assemblies (MJ) for 6 Ft. Bury $ $ s Per Each - 23,000 'TONS Furnish and Install "Filter Sand and Gravel" Embankment Material $ $ $ Per Ton ---- SCHEDULE 2A OF PRICES ^v (W-192) Lind Ave. SW - (STA 12+35 to STA 38+52,49) APPROXIMATE UNIT TOTAL ITEM QUANTITY DESCRIPTION PRICE PRICE 8 67,000 TONS Furnish and Install 'Bank R...i Sand and Gravel' Embankment Material Per Ton (Words) Figures 9 330 TONS Furnish and Install Crushed Rock Per Ton 10 6 Cu. Yds. Furnish and Install Concrete Blocking $ S $ Per Cubic Yard 11 150 LF Furnish and Install 29" x 18" Arch Corrugated Metal Drainage Pipe Per Lineal Foot 12 300 LF Furnish and Install ZS" x 16" Arch Corrugated Metal Drainage Pipe Per Lineal Foot 13 50 LF Furnish and Install 36" x 22" Arch Corrugated Metal Drainage Pipe Per Lineal Foot Subtotal S 5.3% Sales Tax ; TOTAL Schedule 2A E SCHEDULE 2A OF PRICES (W-192) Lind Ave. SW - (STA 12+35 to STA 38+52.49) (NOTE: Unit prices for all items, all extensions, and total amount of bid must be shown. Show unit prices in both words and figures and where con- flict occurs, the written or typed words shall prevail.) APPROXIMATE UNIT TOTAL M ITEM QUANTITY DESCRIPTIO,' PP.ICE PRICE 1 2,620 L.F. Furnish and install 2," U.I. Class M1 (T.J.) Water 'ipe, #°�� in Polyethylene Lncasenent "7 S $ Per Lineal Foot (K'ordsl (Figures) 40 L.F. Fbrn'sh and Install 36" Gal Stl. Nestable Casing, 16 GA, Flanged $ $ S 'I Per Lineal Foot 3 6 EA Furnish and Install 24" e� Butterfly Valves (M,1) in Stand Cone. Fault s s b Per Each 4 2 EA Furnish and Install 12" Gate Valves (MJ) in Stand Cone. Vault with I" Bypass Valve Assemblies S S S Per Each 5 5 EA Furnish and Install 6" Gate Valves (FLxMJ) S 5 S Per Each -- ^ 6 4 EA Furnish and Install 5" MVO Corey Type, Fire Hydrant Assemblies (W) for 6 Ft. Bury Per Each 7 23,000 TONS Furnish and Install "Filter Sand and Gravel" Embankment 'Mof Material Per Ton SCHEDULE 1 OF PRICES (W-192) Lind Ave. SW - (STA 0+17 t( STA 12+35) . #IAi'A APPROXIMATE UNIT TOTAL � - ITEM QUANTITY DESCRIPTION PRICE PRICE 8 2 Cu. Yd. Furnish and Install Concrete Blocking Y S $ Per Cubic Yard (Words) Figures 9 ISO L.F. Furnish and Install 29" x 18" Arch Corrugated Metal Drain- age Pipe Per Linea] : uot - Subtotal $ 5.3% Sales Tax $ TOTAL Schedule 1 $ SCHEDULE 1 OF PRICES (W-192) Lind Ave. SW - (STA 0.17 to STA 12-3S� (NOTE: Unit prices for all items, all extensions, and total ,:mount of bid must be shown. Show unit prices in both words and figures and where con- fLct occurs, the written or typed words shall prevail.) APPROXIMATE UNIT 'rOTAI 1"1_G1 QUANTITY DESCRIPTION PRICE IE.c PR 1 1,220 L.1', Furnish and Install 16" U.I. Class «1 (T.J.) Water Pipe, in Polyethylene Encasement y $ g Per Lineal Foot -(Words) (Figures] 2 1 LA Furnish and Install 12" Gate Valve (Md) in Standard Conc. Vault with 1" Bypass Valve Assembly f $ Per Each -- 3 2 EA furnish and Install 16" ` Butterfly Valve (MJ) in Standard Conc. Vault Per Lac----- 3 $ n 3 EA Furnish and Install 6" Gate Valves (FLxMJ) S 3 Per Eac 5 6,000 TONS Furnish and Install "Filter Sand and Gravel" Embankment Material I S ; Per Ton 6 17,000 '.JNS Furnish and Install "Bank hun Sand and Gravel" Embank- ment Material $ t S Per Ton 7 150 TONS iurnish and Install Crushed Rock ,r Ton In Reduced Pressure Backflow Prevention Device Vault Contractor to supply plans for above grc vid R.P.B.P. Vault. To be insulated and have an adequate drain 6" C. I . Nipple 6 L. F. 6" C. 1 . 90' Bend (MJ) 6" C. I . Nipple 6 L.F. 6" C. I . 90' Bend (MJ) 6" C. I . Nipple 2 L. F. 6" G.':. (MJxFL) (May be included with RPBP 'Device) 6" R.P.B.P. Device (FLxFL) (See State Specifications) 6" G.V. (FLxMJ) (May he included with RPBP Device) 6" C. I . Nipple 2 LF 6" C. I . 90' Bend (MJ) 6" C. I . Nipple 6 LF 6" C. I . 9o' Bend (MJ) 2" Galy. Pipe 6 L.F. 2" Galy. go' Bend (IP) 2" Galy. Pipe 6 L.F. 2" Galy. 90' Bend (IP) 2" Galy. Pipe 2 L.F. 2" G.V. (IF) (May be included with 1RP5P Device) 2" RPBP Device (IP x IP) 2" G.V. (IP) 2" Galy. Pipe - 2 L.F. 2" Galy. 90' Bend (IP) 2" Ga Iv. Pipe 6 LF 2" Galy. 90' Send (IP) 2" Galy. Pipe 2 L.F. _ 2" Galy. 90' Bend (IP) Connection to Existing Mains 6" Cl Nipple 6 LF 6" CI 90' Bend (MJ) 6" Cl Pipe 18' or to meet existing Steel Main 6" CI 90' Bend (MJ) 6" Cl Nipple 2 LF 6" Cl to STL Adapter 2"Galy. Pipe 25 LF or to meet existing 2" galv. water main 2" Galy. 90' Bend 2" Galy. Nipple 4" Iorg 2" Galy. Union lip) Note: This list of cwterial, is approximate only. It is Intended to be a guide only of what materials may be required and is not intended to be complete. SD-16 MOBIL OIL SERVICE SPECIAL DETAIL PARTS LIST From 16" Main Sta. 0+80 16" x 8" C. I . Tee (M� x FL) 8" G.V. (FL x MJ) 8" D. I. Nipple 10 LF 8" x 4" C. I . Tee (MJ) Blind - 2" Tap 8" x 6" L. I . Reducer (MJ x SEB) 6" C. I. Nipple 2 LF 2" Galy. pipe 3 LF 2" 90° Bend (IP) 4*4 2" Galv, Pipe 2 LF In Meter Vault Contractor to supply plans for meter vault Z" L 6" Meters may be together or in 2 separate vaults - vault to be treated with Zypex as any other valve vault 6" G.V. (MJ x FL) 6" C. I . Long Adapter (FL X PE) 6" Detector check (See Dec.Ck. Spec.) 6" C. I. Adpt. (FL X Bell) 6" G.v. (FL x MJ) Shackle Rods 2" G.V. (IP) 2" Displacement Meter (See Displmt. Meter Spec. ) 2" C.V. (IP) '%W 301 UTILITY EASEMENT ,TA 0.80 le".B" C.I.TEE (MJVL) 8 '6.V1r LSMJ) B e x2a" 'I V BOM The Mobil Oil Service IS an fJ B"NJPP ID Lf B tap split Into 6" and 2" u t^x4��CI TEE BLIND(MJ 2"TAF services. The 6" service Z B"x a REDUCER IMJSlB) 0 will Connect to a foamite O I_ system and requ)re e detector check meter and ; 4 a 1/4" Bypass Meter. UNDERGROUND n METER VAULT The 2" service wI II connect m I to the potable water system w ( I 2° DIBP. METER and requires a 2" displace- la�^—r I_ __ t B"O[TEMETER e ment meter. Both services ..- shall be protected with State Approved Reduced lit 2 Presscre Backflow, Pr-eventtolew Device (R.P.B.P J. 1- 2 a 48OVE GROUN' '$ RPBP DEVICE 1 �. l I "Pop rbe Contractor shall (pru+ide,2 a VAULT } DEVICES plans for below ground meter) a vault(%) and above groun6 Ilx a I R.P.B.P. vault(%). The Up LL p,P.B.P. vault(s) shall x Include insulation, proper w drainage and locking W 2" SERVICE cover. — — v B""IN"4" MOBIL OIL SERVICE SPECIAL DETAIL SD- IM SET AT GROUND SURFACE, 12. MIN 3''8• ELE 18 00 MIN J VAULT 3 MN MWLTCONSTRUCTION AND REINFORCING SHAL'_ BE •• ., 2A'MIN AS FOP LARGE VALVE 18' MIN. �' ' CHAMBER ELE 14,00' .':.: a �.. O 4 0 I 0 LID AND RING SHALL BE 0 O OL.'MPIC FNORY • 5822 • '. O O a.J WITH TYPE 0 LID OR EQUAL ' ' F24MIN. 1® MIN I I \\ PERMA -STEP LADDER WILL BE REQUIRED STANDARD DETAiI- .� FOR BUTTERFLY VALVE CHAMBER 16'9UP CAST-M-PLACE f NO, 4 OAR AT 6N O.C. _ N0 S BAR AT S" O C. ------ NO 3 BAR AT OPENING I i ��• 4'8" �47 BOX REINF 3- 3 1/4- 1/4 MESH 'MITM NO 4 BAR AT 12 VERT l'0" —+1 N0. 3 BAR AROUND ALL OPENINGS �_�-- SET AT GROUND SURFACE 40N 2+"DI� i,. - I r - 1 I ELE. I8.00' 6 1 i I W > 2ON STYROiOAM �' 4 ELE. 14.00' 0 o I o ' oo � 0 0 V. , _ . , y . - 6'0 STANDARD DETAIL NM' DIMENSIONS SHOWN ARE MINIMUM FOR fop 24 " BUTTERFLY VALVE, VALVE CHAMBER NO. VC- 20 ILUNMENG CONCRETE CO., INC., TACOMA), BUTT ER FLRECVALJE CHAMBER OR APPROVED EQUAL, PERMA - STEP LADDERS WILL BE REQUIRED SD-5 OLYMPIC FNDRY 12" Mw. CASTING - 5822 A WITH TYPE D LID OR EQUAL B• F ! LADDER IRON 2 � B" B.� 16 2' 24' BRICK PH R 3, B, GROUND LEVEL 1 M T/Alr 2 ALL COK Cl S(1 I/2") HOLE '. I' FIE I B_00 A 24 MN -SPACE ELE. 14.00 � I i i. 3/4" EXPA NSIQN JOINT MATERIAL S 0 FOR I T77-I }, .9oBAR5 1�4 6�FOR 4 CTS 50 SECTION A-A EXTRA BARS S • BARS 6"CTS. EXTRA BARS PERMA - STEP LADDERS WILL BE REQUIRED STANDARD DETAIL FOR LARGE VALVE CHAMBER CAST- IN- PLACE STANDARD DETAILS TABLE OF CONTENTS PAGE Standard Detail for I" ByPass 12" Gate Valve SD- I Standard Detail for Hydrant Assembly b Guard Posts SD-2 Standard Detail for Pre-Cast 12" G.V. Vault SD-9 Standard Detail for Cast-in-Place 12" G.V. SD-4 Standard Detail for Pie-Cast Butterfly Valve 'Vault $D-5 Standard Detail for Cast-in-Place Butterfly Valve Vault SD-6 Standard Detail for 1 1/2" and 2" Water Services SD-7 Standard Detail for Detector Check SD-8 Standard Detail for 2" Blow Off SD-9 Standard Detail for Drain and Culvert Pipe SO-10 Standard Detail for General Blocking SD-11 Mobil Oil Service SD-14 Mobil Oil Service Material List SO-15 Typical Installation of R.P. B.P. Device SD-17 Typical R.P.B.P. Device SD-IB Approved Cross Connection C� ,trol Devices SD-19 Pavement Patching SD-21 TS-22 MEASUREMENT AND PAYMENT (Cont.) L. Furnishing and Installing of Concrete Blocking Concrete blocking shall be measured and paid for at the applicable contract price, per cubic yard, payment of which shall constitute full compensation for furnishing the material ir, place, complete. M Furnishing and Installing of Select Trench Backfill Select backfill shall be measured and paid for at the applicable contract price, per ton, payment of which shall constitute full compensation for furnishing and install- ing the material , in place, complete. N. Furnishing and Installing MC Cold Mix Asphalt Furnishing and installing MC Cold Mix shall be incidental to this contract. 0. Resurfacing of Asphaltic Concrete and Cement Concrete Asphaltic concrete and cement concrete patching shall be measured and paid for at the applicable contract price, per square yard, payment of - Mich shall constitute full compensation for the resurfacing complete, including suugrade preparation, Pre- paration of and connection to existing pavements, base course, tack coat., finishing and all necessary incidental work. P. Crushed Rork Surfacing Material Crushed rock surfacing material shall be neasu-ed and paid for at the applicable contract price, per ton, payment of which shall constitute full compensation for furnishing and installing a 10' wide utility roadway surface, the length of the project and 4 chain barricades as called out in T.S.-18 of this document. 0. Furnishing and Installing Hero-Seeding The furnishing and installing of Hydro-Seeding as called out in T.S.-Ig of this document shall be incidental to Lhis contract. R. Furnishing a.,d installing Mobil Oil Service The price per lump sum for furnishing and irstalling the Mobil 011 Co. service shall be full compensation for 2" domestic meter, 6" detector check meter, 2" and 6" reduced pressure backflow prevention devices, underground vault or vaults for meters, above ground vault or vaults for the reduced pressure backflow prevention devices, all piping, valves, and all other necessary accessories for a complete installation as called out in T.S.-20 of this document. TS-22 TOTAL SCHEDULE Or: vkICEIL (W-19?1 Lind Ave. SW and SW 29th Stree- TOTAL SCHEDULE ;. TOTAL SCHEDULE 2A TOTAL SCHEDULE 34 TOTAL SCHEDULE 4 TOTAL SCHEDULE fi TOTAL SCHEDULE 6A TOTAL OF THE ABOVE SCHEDULES 3 u e 1 ADD1Ti0NA1 a(:HF,DItLr,S IN BID SCHEDULE 26 SCHEDULE 3R GCHEDUI,F 6B The undersigned hereby agrees Lo start construction work on this project if - awa,Jed him within ten (10) days and complete the work within 190 working days after starting construction. DATE: THI5 Day) SIGNED: 71 ' i.. . ADDRESS. SCHEDULE 6B OF PRICES (W-192) Mobil Oil Service Line - (STA 34.02) APPROXIMATE UNIT TOTAL I'IEiM QUANTITY DESCRIPTION PRICE PRICE 8 Lump Sum Furnish and Install Mobil Oil Co. Service Connection, Including Meters, Meter Vaults, Reduced Pressure Backflow Prevention Devices (R.P.B.P.U.), Above Ground R.P.B.P.D. Vault and Appurt nces $ $ $ Per Lump Sum (Words) (Figures) Subtotal $ 5.3% Sales Tax $ ')T?L Schedule 6B $ SCHEDULE 68 OF PRICES (W-192) Mobil Oil Service Line - (STA 34+02) (NOTE: Unit prices for all items, all extensions, 'and total amount of bid must be shown. Show unit prices in both words and figures and %here con- flict occurs, the written or typed words shall prevail.) APPROXIMATE UNIT TOTAL ITGM QUANTITY DESCRIPTION PRICE PRICE 1 500 L.F. Furnish and Install 12" D.I. Class a2 (T.J.) Water Pipe, in Polyethylene Encasement $ $ $ Per Lineal Foot (Words) (Figures) 2 1 EA Furnish and Install 12" Gate Valve (MJ) in Standard Conc. Vault with 1" F.ypass Valve Assembly f $ $ Per Each 3 1 EA Furnish and Install B" Gate Valve (MJ) Assembly S S S Per Each -- 4 2 EA Furnish and Install 5" MVO Fire Hydrant 4ssembly (,MJ) ,. For 4' Bury $ $ $ Per Each 5 25 TONS Furnish and Install Select Backfill Material Per Ton 6 65 Sq. Yds. Furnish and Install Asphaltic Street Restoration S $ S Per Square Yard 7 2 Cu. Yds. Furnish and Install Conc. Blocking Per Cubic Yard i,� SCHEDULE 6A OF PRICES (W-192) Mobil Oil Service Line - (STA 34+02) APPROXIMATE UNIT TOTAL ITEM QUANTITY _ DESCRIPTION PRICE PRICE 8 LUMP Sum Furnish and Install Mobil Oil Co. Service Connection, Including Meters, Meter Vaults, Reduced Pressure Back- fluw Prevention Devices (R.P.B. P.D.), Above Ground R.P.S.P.D. Vault and Appurtenances $ $ $ Per Lump Sum (Words) (Figures) S'�Ltotal S 5.3% Sales "i'ax $ TOTAL Schedule 6A «a x SCHEDULE 6A OF PRICES wy (W-192) Mobil Oil Service Line - (S'fA 34+02) (NOTE: Unit prices for all items, all extensions, and total amount of bid must be shown. Show unit prices in both words and figures and where con- flict occurs, the written or typed words shall prevail.) APPROXIMATE UNIT TOTAL ITEM QUANTITY _ DESCRIPTION PRICE PRICE 1 500 L.F. Furnish anJ Install 16" D.I . Class 01 (T.J.) Water Pipe in Polyethylene Encasement S $ $ Per Lineal Foot (Words) (Figures) 2 1 EA Furnish and Install 16" Butterfly Valve (MJ) in St. ndard Conc. Vault S $ $ Per Each 3 1 EA Furnish and Install B" Cate Valve (MJ) A,tcmbly Per Each 4 2 EA Furnish and Instal, 5" MVO Fire Hydrant Assembly CMJ) For 4' Bury $ _ b S Per Each 5 25 TONS Furnish and Install Select Backfill Material $ S $ Per Ton �-- ..... 6 65 Sq. Yds. Furnish and Install Asphaltic Street Restoration S $ $ Per Square Yard 7 2 Cu. Yds. Furnish and Install Conc. Blocking �a ,y Per Cubic Yards 7R� SCHEDULE 5 OF PRICES (W-192) Olympic Pipe Line Fire Main (STA 27+26.55) (NOTE: Unit prices for all items, all extensions, and total amount of bid must be shown. Show unit prices in both words and figures and where con- flict occurs, the written or typal words shall prevail.) APPROXIMATE ON IT TOTAL ITEM QUANTITY DESCRIPT ION PRICE PRICE 1 650 LF Furnish and Install 8" U.I. , Class 02, (T.J.) Water Pipe in Polyethyiene Encasement S $ S Per Lineal Pout (Words) (Figures) 2 1 EA Furni,n and Install 8" Gate Valve (FLxMJ) Assembly Per Each 3 1 EA Furnish and Install S" MVO Fire Hydrant Assembly (,MJ) S S S Per Each 4 2s IONS Furnish and Install Select Backfill Material Per "'on 5 1 Cu. Yds. Furnish and Install Cone. Blocking Materia: S $ S Per Cubic Yard- 6 22 Sq. Yds. Furnish and Install Asphaltic Stre Restoration $ _ $ Per Square Yard '— Subtotai $ 5.3% Sales Tax $ 70TAL Schedule 5 S .J SCHEDULE 4 OF PRICES (W-192) -W 29th Street - (STA 0+36 to STA 13+35) APPROXIMATE UNIT TOTAL ITEM QUANTITY DESCRIPTION PRICE- PRICE 8 1 Cu. Yd. Furnish and Install Concrete 8lockinR Per Cubic Yard (Words) (figures) 9 7 Sq. Yd. Furnish and Install Concrete Surface Restoration Per Square 'lard 10 50 L.F. Furnish and Install 29" s i8" Arch Corrugated Metal Drainage Pipe Per Lineal Foot Subtotal S 5.3% Sales Tax $ TOTAL Schedule 4 S SCHEDULE 4 OF PRICES (W-192) SW 29th Street - (STA 0+36 to 13+35) (NOTE: Unit prices for all items, all extensions, and total amount of bid must be shown. Show unit prices in both words and figures and where con- flict occurs, the written or typed words shall prevail.) APPROXIMATE UNIT 'TOTAL ITEM QUANTITY DESCRIPTION pRICE PRICE 1 1,220 L.F. Furnish and Install 12" D.l. , Class #2, (T.J.) Water Pipe in Polyethylene Encasement Per Lineal Foot (Words) (Figures) 2 80 L.F. Furnish and Install 12" D.I. , Class N2, (MJ) Water Pipe, in Polyethylene Encasement S Y Y Per Lineal Foot 3 4 EA Furnish and Install 12" Gate Valves (MJ) in Conc. Vaults with 1" By-Pass Assemblies Y s s Per Each 4 1 EA Furnish and Install 5" MVO Fire Hydrant Assenbly (FL) for 6' Bury Per Each 5 7,500 TONS Furnish and Install "Filter Sand and Gravel" Embankment Material Y Y Per Ton 6 22,000 TONS Furnish and Install 'Bank Run Sand and Crave!" Embankment Material Y $ 5 Per Ton 7 14 TONS Furnish and Install. Crushed Rock Per 'Ton SCHEDULE 3B OF PRICES (W-192) Lind Ave. SW - (STA 58+52,49 to STA 46*34) APPROXIMATE UNIT TOTAL ITEM QUANTITY DESCRIPTION PRICE PRICE 8 98 TONS Furnish and install Crushed Rock y $ S Per Ton (Words) (Figures) 9 2 Cu. Yds. Furnish and Install Concrete Blocking I _ 9 Per Cubic Yard 10 SO L.F. Furnish and Install 36" x 22" Arch Corrugated Metal Drainage Pipe $ S Per Lineal Foot Subtotal S 5.3. Sales Tax $ _ TOTAL Schedule 3B S a f" SCHEDULE 3B OF PRICES (W-192) Lind Ave. SW - (STA 38+52.49 to STA 46.34) (NOTE: Unit prices for all items, all extensions, and total amount of bid must be shown. Show unit prices in both words and figures and where con- flict occurs, the written or typed words shall prevail.) APPROXIMATE UNIT TO'JAL ITEM QUANTITY DESCRIPTION PRICE PRICE 1 700 L.F. Furnish and Install 12" U.I. , Class M2 (T.J.) Water Pipe in Polyethylene Encasement $ 5 igures) - Per Lineal oot (Words) (F 2 82 L.F. Furnish and Install 12" U.I. , Class #2, (FU) Water Pipe in Polyethylene Encasement Per Lineal Foot 3 1 EA Furnish and Install 12" Gate ! Valve (MJ) in Standard Conc. Vault with 1" Bypass Valve Assembly s s s Per Each 4 2 EA. Furnish and Install 6" Gate Valve (MJ) S $ S Per Each 5 1 EA Furnish and Install 5" MVO Fire Hydrant Assembly (43) 6' Bury 3 _ a 3 Per Each 6 4,500 'IONS Furnish and Install "Filter Sand and Gravel" Embankment Material ; Per Ton 7 13.000 TONS Furnish and Install "Bank Run Sand and Gravel" Embank- meat Material 5 S Per Ton SCHEDULE 3A OF PRICES (W-192) bind .Ave. SW - (STA 38-52.49 to STA 46+34) APPRORIMAII, UNIT TOTAL ITEM QUANTITY DESCRIPTION PRICE PRICE 8 98 TONS Furnish and Install Crushed Rock Per Ton (Words) Figures, 9 2 Cu. Yd. Furnish and Install Concrete Stocking Per Cubic Yard 10 50 L.F. Furnish and Install 36" x 22" Arch Corrugated Metal Drainage Pipe Per Lineal Foot Subtotal $ 5.3% Sales Tax $ TOTAL Schedule 3A $ :r SCHEDULE 3A OF PRICES (W-192) Lind Ave. SW - (STA 38+52.49 to STA 46.14) (NOTE: Unit prices for all items, all extensions, and total amount of bid must be shown. Show unit prices in both words and figures and where con- flict occurs, the written or typed words shall prevail.) APPROXIMATE UNIT TOTAL ITEM QUANTITY DESCRIPTION PRICE PRICE 1 700 L.F. furnish and Install 24" D.I . Class 01 (T.J.) Water Pipe in Polyethylene Encasement $ $ $ _ Per Lineal Foot (Words) (Fileres) 2 90 L.F. Furnish and Install 24" D.I. Class el, (M.J.) Water Pipe in Polyethylene Encasement Per Lineal Foot 3 1 EA Furnish and Install 24" Butterfly Valve (MU) in Stand- ard Conc. Vault $ $ --- $Per Each 4 2 EA Furnish and Install 6" Gate t[Hlves (FLxMJ) Per Each 5 1 EA Furnish and Install 5" MVO Fire Hydrant Assembly (,MJ) 6' Bury Per Lach 6 4,500 TONS Furnish and Install "Filter Sand and Gravel" Embankment Material Per Ton 7 13,000 TONS Furnish and Install "Bank Run Sand anJ Gravel" Embankment Material 1-01 $ $ $ Per Ton tY�� SC9EDULE 2B OF PRICES ^ a Lind Ave. SW - (STA 12+55 to STA 38+52.49) APPROXIMATE UNIT TOTAL ITEM QUANTITY DESCk,PTION PRICE PRICE 8 67,000 ':-ONS Furnish and Install 'Bank Rut. Sand and Gravel" Embankment Material $ $ Per Ton (Words) (Figures) 9 330 TONS Furnish and Install Crushed Rock Per Ton 10 6 Cu. Yds. Furnish and Install Concrete Blocking Per Cubic Yard 11 150 L.F. Furnish and Install 29" x 18" Arch Corrugated Metal Drainage Pipe $ Per Lineal Foot —' 12 300 L.F. Furnish and Instali 25" A 16" Arch Corrugated Metal Drainage Pipe $ PerLineal Foot - 13 50 L.F. Furnish and Install 36" x 22" A-ch Corrugated Metal Drainage Pipe Per Lineal'Foot Subtotal .'.3`e Sales Tax TOTAL Schedule 2L $ r y� t q, 1 - F 7 U i �.rsL .run M «MnR co - t +a[ee r Ilk 1 I LIND AVE SW aoo' I i EMBANKMENT TYPE 1 �" X-SECTION - -�— FROY STA.2+00 TO IHTf .b' 1 ILI \ 4 EMBANKMENT TYPE 4 Y-SECTION LIND AVE. S.W. TR+`r STA 3H5s 49 TO N.le N 1 Jt� NIAlE I i 4 HORIZONTAL SCALE •1•.10• nrre LsvLJ� VERTICA_ SCALE•P.S I ( `p1[xW4 ILML £as..SEW + •-.'� / + \\ EMBANKMF'. TYPE 5 ' /( f \ I EMBANKMENT TYPE 2 Y-SECTICN I Y. *. X-SECTION 1 /�' 1# - i:.. IFRor lYA Or•OO TO. IS+M fr �� Lx - .• tea- FROM 5TA.II+TS TO 20.10 ` ( „) "F t\ PHASE N PHASE I OLD PILL I/ S" IIAEIRS M 1 r Lo, C. A r LIT• 4 Y.LOe • I _ LCC[q 9.3[YgT LLYNM •p[[n /OfMi LIND AVE. S.W SW 29th ST r«u. susaiM tL[ •ao1 ' Ywu+s...ems.r.�nla n...«..n.II. Aa T— n �, =• _tip ^-�[ - \\ ' EMBANKMENT TYPE 3 s-SECTION w.yrsW,.r�.Ir i n...�.I,ll�w nlu.aehW mwl t \ L ' .� \ FROM 9 A 20470 TO ti w r»rLo a.../r nIn rr•[Wl,r Lr. xrn[ PHASE I } ♦ dii`.,.. O + raw n...I I -.wr.....wI. ' '� yLf �" �•f[„[,.�,x�' \, Lhn NrU.�.q•nH •[�p1«.R'Mn ... i �,. ,�a. ;$;gp• ` \\\ .. a«+.r..n�r.s...I«rl ....r... n..I•.. I...0 EMBANKMENT/ FILL DETMLS for"mj[ " M\wlJ r.Ir u I:II fv.M«11 W,.Ir. rill 11 • �• p. •.. r n ':,e•!OFyp@ � Y«I«x a.rlJ IarlY 5...,If aii1«.. --- I . -. . ­ roaL--. _.-�[Y_ p 5•.LI• - CITY OF RENTON ' a•r5c —^-- EMBANKMENT DE FAIL$ oE. \PTre«T ui walesu lrR TYPICAL X-SECTIONS L1N4 AVE4VE S W WATER MAINS FECT LIND AVE. S.W. mA *11 I , a0 c. •[[ ,Ynh1.aN.HIa I�w rOn•uH fIVYJI 1 [. ! .O1Nl! Niq h!a 2 I' rDA hN(Y!I . . `f Y1T! IM( 9% p'Ya0"n Y(YNY? IYJI rrOY Ni[11 Y.M .� a1 i cl 1a Not (R •• •.•\ V1IVt VYKL COYC W r W xa c. Dm ua.ru,an ••w R -•. .: � ! I..? .. I 1 s'..f( wlrf In.Yn I � 1 t'mhv- iYa,.1Lr 1 W hK w.DY.Y•(tl!1 •C. RYt NiI Y CI \W11r11 �V r•4 „ •Mr no.S. u.tr 11 rw.. a tour. NN[M. lA[ 1Y\KH( LIY( 1[r M'tl RJ)[1[f[II 1tW G.[ I �IN ua[rD 1( .0 Ko1[n • YrA MOBIL CIL SERVICE ' PLAN HORti ONTAL SCALE i' - 40' U.L oa 1'6 i Note. STA a COwYeeneYa s w ll [ ]Hc r (w gttn, Dr I. !R( DDNYf%n 1 LwD tK � I � r I 20 1 1 .p Y Nr RF4TOh - - !+00 4.00 3.00 2.00 1.00 ?.00 c lea. -•n.�rr_� LINO AVE 'ER MAINS vENT1CAL `OALE. 1'.3 I L'OIL SERVICE P _MOB, - „�-.— _TRAVERSE PROFILE - - - - -A[tti ^-- �T - -. e-T<a Rrw WIK'1 a'•I N I ( 9 OI..nl.an tl.nW E. 1,, Mf + 4(r WIN, V4AM,.( QV,f . ..... :-r a, I \ I ".%.. •( cave. nv L [y.I iu C IrT In n.rn\� aW. Nla I*alw �n<• nI leg a1IN,1:Ara es.t[. LIND AVE. S W. i e . .. Warw . - I / - /: � id � I • i a wnw ••u rI' rwl - tt I I _ 30' RAIL AD EASEMENT� —mub na[ NrQWMI '� I ' _-- T t _.r n'WTnl vurr n,.,m K.w W - I ' ¢.:W'n rn[N,.rl Lin xl.ao U`t.d`,l rl4� [y� 1c� nYN nrLr v wWi 1 y [Vv RN,t �. «_ L�Y}t'Sl i.�.. .. 1 J `\': .—[_—.—ra »•rcl r[r NLa[ W.w LanL[ owr 6 ( I • . W Wive lal[ap.n.,f W'MY-[ • ..--['M( --(a-.tr C l W•aaW ['NVR rN[ R•W MN. ,— i _ N.'Yc. CNMQ[1LYR1[na p.[0 ' s I j -`a .l YIKIIL[ QNT _ r. VO In aY.WRt L1[•i01Pw >\QIN tbr(QLt III• .O sn 'f av [Y.aA ___�•'__. .•.., ; ♦r.• _ , "i`' 1'— a1IAOwj WIT Q 'i.j l.:!(- �.-I .. L Ir. W ( NY n' an S (n i s i .. I-.. t_ t S,`.�. I['Qv v[uLl 1 n \ I � a 'T-oI Nlrrlta,l\ r I F„ a', y oLrrnc #nLx[[V [1-M Krli V •aVLi Iti ''� ,yt OLrYIf r.1•Lxt W®CI0.n11T lal�> NOTE.WESTERLY AO' OF LIND AVE Sit RIM W 00� y r.or .IW Inal to:ff N INIOY SW 19n ST TO SETTLE WATER MNN R/W a ccrC nr(•Wnr WIN. I i LIND AVE. EXT. a."TuNiYIW aL[rW tbTnLY [p.IIN pI pLYY#C 1 RIGHT OF WAY PLAN Ilralnt Ana ' rlaY In p.WpO I 23 HORIZONTAL SCALE•1-.a0' 22.C, 23'00 2.#CO 25.00 26100 21.00 -� .. 26.00 29100 3A:100 31+00 OO 33.00 ---------------- -- ------- - I � nr Yi OI le lrW N' eLTr#c n.aLYata li ( rattW [La 51T' l an [[HTL[ M' pC nr[lN( [i> IP.. IIII s a0'COIK a.i([ - 1 I[Or! Ill\LHIi[' I0 [L[ M[t ltarl( WIM. / 1 h[e. "['� "I' WIIL i0IT [M'An0 . .- / L_J _ 1[11ill YNII• rliM 1[Vt[, )� N[it N\a,.LgKo.Ml• [([G Nr[ QOTTW a\[ i 'S IIOr( pL I• / Cxa1IKL rILL n.tlOIFI I I[NM <>llFa 1Q W( (q0 rilL[a [ITtQ CON31,IXTgY 4 Af LOIIc 00AIW Ma C I T VERTICAL SCA:E•i'.S' .,aa' a[LouT[ LIND AVE. EXTi..' w- 192. .. . .. RIGHT OF WAY PROF!L F. LIND AVE S. WATER PAIN$ I g • MS{•iimINY0.1.IY NNa N'Vlt•tt .L _' ff' IYJI h. a rN{ . .• _. _ N 1 ~ � �e'{r.pl.•YJI YYI KY!IY%JI lyl.ta :r.N. /IIKCI,0.YEY/ � T�_ i 999 F- I Yc: KN IYJ1 SY It,T4 j"w"m pyy N w 1 • M I rlltl.'.-. tl'[Y. 41N \ rW.all M.NN � I ft'.4 RrtI!![ 1.. �� ,\'•i= 1 f... t-_� .r. ,/y . a _ �, / 1 E of {{!rA Two 3 If —� .�_�—_- �_ I i I �{ • Vf. !J D J W Yur CL I __t__—�_ i __-_- �\ _a • I 1 ..___— _—_ • • I a r Y �ftLIMOIIr '•M.VQ IYYI, 1 IH1 IN{M { tT�IY V WVIT j�tfYr!•Cr LNUIW EH.1{.{pN �.. .0 YTRT v1Ul IYA � lam. '�i•�!r'f�gCa.{[YIYYt1•NYI,h�It N{ yl t�{v 1i1v1Y.H {T{ •YfN N'<1 pOff IY,hy p1 ON! f-��G 1 KVN (tlJl inly hqY y v.yL rt.'{TtLr VYv!{IYIJ•W!n It.A It 10 �H i{lt�.l[[ w•RI •e NYLn 1 Y 3o I A{1Rf V n'RT {•{.• (R,YN )l.l{.)O StACt.a wary •{L t / a Itr{I wr[ uLl IMrL-arl{rY{ YaN unau II Jai N�� Ycr Kw wl calla Nn fl 0-te YI.[ { L• IVIV.f .Mt Ylgart 1-f�CI RM IYJI e{ti eI ft IYJ..aL)r{ t'.RR hRr ALLY! wl, f•r IR•YJ: �` P-10 YaY{ hrLl r wULl ••cl Kwaw i CHANNEL NOMEONTAL SCALE•1a•10' M°ZY--! ruTar[ Rrl .04.1 {rT{{I -.w..L' ;N av( LIND AVE ENT. M,TE WESTERLY 40 OF LIMO EyE 1. Ri W NOT EOUSN EJ f EAST I 4 RIGHT OF WAY DIH FROM S W IEIII ST TO SERVILE ►ATE* MYN P/W as IJIOO II•� 12t00 I3.00 1 14{00 I3400 1E000 17.00 le.00 ----- ly-`07 ---_._-- zo•oo its tm to __ xrc)arsc LrvlL a .tt e,• 1—O•- MIL . �• `��--- _________ .__ I _ R W 1 I 10 � mu [,a 0.7y'�P ' - w fr wflWl J 1i I _ 1 __r 3�'-•F.� I��Wrt1 YVIYLC[ --_ hYNINa /Y \ u.cn heal fe Nr !Y ur IrorY YY;t s"•er acr Rw la' rw E {b1rN tlt •eE'�: ry 11 1,, 1•r soh Ynocrrt j _ «a.[. WT.YWr vtlnc�•- SCALE= .�'I• 2 ; Q. c•wYq uu w Yca Y Lo n:o. ..a. •H .-ro vrflr.c•w t - -- CIt Y OF NE:N TTIM 1 oe^.. [vT or rpa•�P_ aY�Yk. i LIND AVE ENT. r—_-.,�:_. .....,_. ._._ - ^�'•"i EAST RIGHT OF WAY PROFILE _ Iw NS IND AVE S TER Mat - PROJECT --+ i wv tlttl+l.lfi r+c I: PHASE I — START — vow".w.wr — —._-`- --- -- a e96111 C011MUCTIOR sTA 007 �__ aaf a./rwlY a1a wa.a • � a � a'.:i L �a',�i ca0�1�1 aLo • •. a.m ��. 1 p'li; e-�e'c��r :,, wa.•./a .1. : 1:.' 'r 1 n � e l'e1 awcf 1rn $'- t�hfi'• 5 ! I F U NO AVE S.W. • f� tc�c•efet•u rn, c.a wn ma.wo � ir ZI 11.W:: N.a , f1-:Yo. i1fRLL..Lr L�141YrU.fq Y.•/ ` , 11Y 1.Y VIVLi KYh Y.y11R.141 `N1(CI TLa1W.R11Ta N0 IN'•L'u`\tL11yJ11 IM"m l I N�-N'L: mu."l: 1Hatl{Mil,/lyyl 0 a-C:Rw Y•. K014 •wlv! ILUMI J I IlTlnit pal mrn Ip yy1 lw 1rJ1 cc, 1 aL IYa r0caal W '1 I IO.uM FaL .v0{INT 1 xi'.) J Iao nrL1.an t I:':,4.'; � -•S'` i�",� �1"P t YRt •(lf21 a a 01 RH 1It"1. y f •' N Ym Yun t 1 i t `Sal HORIZONTAL SCALE -•ap' Ik. x ro w LIND AVE EXT. f � EAST RIGHT OF WAY PLAN Is. 0.00 1.00 2.n0 3.00 a.00 6.00 4.00 7.00 6100 5400 w.uo to is at W flYart - --- _---_—___—_—_SL i"b[Abe I 0 � - O W"TKAL SCAB%•I•.%- _ I - — Y p F R E h_T O—tr��' I�—r •w....h• R�,al.c �crfcf LIND AVE. EXT W 1 I EAST RIGHT OF WAY PROFILE LSaD AVE S W WATER Al GINS .• aL/ PRO JECT f � FRANK(R ,•e w «wW rrr n• EDWARDS in[ 4 � FOR POST Yt KfSSOM,INt �:. wr I R INO AMS.W. }r C'�.W M 1Rw(.T. lWC 06e 1I bRM r NIOIBiY lV( L I a ? GRLr' OIL camp. — CITY Of NEXTDN� r c. cP..r ..:i4.0i. . 0 r NF 0113i1N Cota'.n'Wcow 3 an. n•w r.i uoRrl Opt CORP I OLYYn}a mmukE CO. �i GLACIER pmm {MC i R2» •i roe* w �_ �5 ( I � 1 a :.� - tw.•u,wrr �a i W'.tYu aia «.er r..r X s f A n <r ira a.00 a+.. w.s D�=c» •i ron.i♦ ,nc '`A $ S) __.----�--� (I ` --� AVE S.w �y ! .l ACI[R PARK IMC �' ••• ..•+.n A W F4 I ••°'•.'r «;ifT {•r«.. ' YDLDER GRAIN YACAmaN1 Co ' 3 PHASE I PHASE I H I P ier TYnICAL ROADWAY 8 DITCH q _ i cavwrF V<a 1— w --•i %-SECTION l� I ��w. . W aY w p.w•.' Z .. IXC I.LL yT� / SCALE.I'•100' i EAST u.n+ r< w.n,{� 1n.Y:ilii-"w ____�.—�'♦�..i• we« «-n.{ RAtNACvE STPuCTURES 5 1 lO(ai -WAY ,,MAY. rwocr a n.. ----. f[ITY OF REN:JN� ! o[.anrrowr ur LWD AVE S.W. WATER YAMS Ic1OJE" T RrY S.W no ST. to E2N wnftm — w . - � .J...-,..: v1wM...Y JY.�yA+niv'•:�M�.Y.>v'a�a.�. .._..__- tt:r<� n[ r..•.rr,t+ar 30' SEATTLE PIPELINE—R/W a'el e lr r y[ 'I+l IYI c I I,ac t' rlpt y1J) [7 M'aJ. YILat eei 1 [ I aTew[ P-0 CrANNEL 0.tO{[ \ I en a.ae as+ [ Hero•+ a^SLuweu[ liw wt / _'—' i—• —~— -�`�•�� W ' i I4:1 T® (YLhI lit [r.t{M ` HORIZONTAL SCALE I••4o• I`} OLYMPIC PIPELINE SERVICE Ii rcl ; 1 Z PLAN 6+00 5F00 4+00 3+00 1+00 I+ff J • y, _ _ i• + sy.4 3-.. # ni..}.a.,i--► 4•�.-f,`.��ww,Y-swr•,af [,�S_. a4r*arc. -r i` a{etw{e[urn it # YO + �1rL ___________ • I I {[e r D 1 Q J I MTE1+ in IX CI[ -Kl p' — lE M[t E• •Y i 1 a _ ! .i I 4 b dr t ilJt _ _ —A CI TY JF RENTON `' Ci11a TMi{NT pi PUl1\IC 1I.01TlP �OfY` 1 1 VERTICAL SOLE Imo• !' SW OLYMPIC PIPELINE SERVICE ' LIND AVE SW WATER MAINS'R - TpAVERSE PPOF:LE ._ .. i{ i FORMOET M•KEEEOM.INC h ��• FRANN EONIIOE 401 r • I EYEAMfMEMT - •..e.nn .•+. f.ef I 7 TYPE E V/ BLIND AVE. S.W. �3 y ' k i Y � V .. i it E11LF OIL CORr. IVI mmommummmumE CITY OF RENTOM TYPE 3 _ pp THE AS , CO. i� !+— T.-}� p wI I EWAMRY"T 1 rY I RNEa0.10 KIWI a. go Ems*I KNEW r !PlCIAL �.. .. .ro n � " at. a.n aT•dam I SEATTLEMAN R`^• ••• I I Nino ALACIER PARK INC MONI OIL COIN OLY YPIC PIPELINE CO I au eHltq ap.'MeaH � ) � � sI TYPE �j kMEANKMENT TYPE ! , E Ma"KMENTc-- F I lit = r i , ° . y ,/ - 3t. _ LIN AVE S W �. II I I t I_ ! V) E ELACIER PARR INC '• n. u.. •• na�A E , E WAMRt�KT •y. GOLDEN GRAIN MACARONI CO S,p1•.,p e.m.N •••••••• PHASE I PHASE I ! _.0 ..+•. ....,.. EMBANKMENT TYPES REFER TO CROSS SECTIONAL PROFILES. SEE SHEET 6 FOR TYPICAL CROSS SECTIONS SCAM I•.Now. EAST VALLEY HIGHWAY EMBANKMENT FILL DFTAlLS u.•,. u. n.a.al� Y TT.Y.YfM9L -:fi _ ..��✓ • ' O. w.If-f .f1a` t _ _ clTr Of Rc++ro« F o[Fr RYNt4T 01 EnNIMFRIIN� W Ilt LING AVE.E.W WAMTFR MANE 040i(CT 3W IiIN ET N EMS Y.EEI ' sx w i IYlip �AI EOtl POST Yetl[SSON,IMC INM.a` PNYN( (YWAAPE 4N. 4 A 1 F t \\ • A. I F. ! L 1(, .Ii •,NY C , \�.._LIND AVE. S W If N S •tl antlr I O MILf OIL CORP. I OTY OF RENTON j . } SCHEDULE 1 yl N F u,snN :o.boo SCNEDULEI +�., I 2A ll 29 �. Y ! A I € MONL Oq CORP OLYMPIC PIPELINE Co ( I 6L ACI(R PARR IMC � I I I 1 I SCHEDULE SCHEDULE 3A 9 S6 6A 9 66 ` •• I SCHEDULE 1` I __._. i_ .]P•.At41gp uxPgr \ I I N. i SCHEDULE 4 I • -- - -- _ __ —. __ _ if LIN AVE S W 1 _- f N F GLACIER PARK INC. m .wN '. A y I of f '.uN,N.umN awwn GOLDEN GRAIN MACARONI CO. Nf�IN PHASE I PHASE I Tj •MAN NNw, SCHEDULE 2A moons—Z % SCALE I'• 100' If ,� EAST I HIGHWAY _i_=__ �•a B'D SCHEDULE INDEX .Tw. tl. w.F_, �• r `—Zitl C. i.T •• N-1l. CITY Of M[NTON ar vrrrttlr eP tNR.NWRRi" t W-Ist ` LINO AVE.S.W WATER MAPS PROJECT t F,w SM we 7! M EM VON opetwour /, 1 � � NwtIa1R �A. r ^r.w WrM.i�.a.,l(.. •• R+Iit "A?1R COWARDS 3R. 1 4�F FONYOST INNESSON•INC I M fI J N SHEET NO .0 I I SHEEr NO f CITY OF RENTON 1° - I 9" OIL OPP N I SHEET NO ! 44 INCOMES THE MISTIM CO � ' w. 0°'•° 4 SHEET MO III SHEET HID'Is F ` MOML OIL CORP OLYMPIC PIPELINE GO n tI + GLACIER PARK INC j- •,� r , ° j ' I• 1 SHEET NO12 I Isle! SAM p �� II LIN VE S w ♦` GLACIER PARR INC. n' w.»••. SNEET NO,ii n SHEET MO... r• .n r,MM i R r! n MINIMUM 41 GOLDEN GRAN O MACARONI C uw.w.•.rtM uMNan tt PHASE I PHASE : ' "ell inm »MRtl• ., w S •r n° ....» 11 SHEET N0.13 SCALE,I••100' EAST I -HKaNNU" 1 VICINITY MAP a CITY OR REN7014 OV,.1TMRNT Or RNOINR[RINR LINO AVE.S.W. WATER MA M I1118JIM - �. FrRr sr • r - -+--'^_-tv.,.-._. .- - .�� -.-+•t.�. .., 1 r ♦\♦\.\yi.c 2,t-'c�.a,_ s. ,.. ,;. . 'Yt�t+R . , . r..r ` .+ � � ' � f � 11 ` •.Ti _n1 y'r dw}_-1Y��`a+ ?1 � ( - 'K~ , Vrt� t spy �ILI J ♦ - ' • . F � ' At GENERAL VICINITY MAP ,?el••++r--.+�ir�waxea=+se>F, ,�. _. ,. ,. --- •. f4t�',� `._ ,�I: _ - ..,.,a - 'L� , PLAN INDEX 1 COVER SHEET :.,.» ;'�. ;�, . .. :Lt -_ A `.. \ fit\ / ��.._.� •. 2 PLAN INDEX P SEVERAL VICINITY MAPS +... - •r -, ♦\T• 3 f •\ r+�! ♦♦` 3t ' 3 VICINITY MAP 4 BID SCHEDULE INDEX - ctavF,•nVt -.- I .a:,' ,� \ -. tea fkE ,T, 5 EMBANKMENT FILL DE TAl1E _ .1ECt ._ r—� 6 EMBANKMENT / FILL DETAILS _ ' AREA r 7 DRAINAGE STRUCTURES B ROADWAY __ ��� -.+a rt'f 8 LIND AVE PLANS , STA 0+17 to IO+00 _ � ' 1 '` 9 �� •c .: LIND AVE PLANS , STA 10+00 to 22+00 'i . '1 _ �•' \ 10 LIND AVE PLAYS , STA 22+00 10 33400 ,,t , • ,'. j - � '` II �.. I I LIND AVE. PLANS, STA 33+00 to 44+50 I ' /" r. R % '• 12 LIND AVE. PLANS, STA. 44+50 to 46452.49 4t. i- I ILa..r ;•� B SW 29tn 7PLANS , STA 0+00 to 9+0G I i3 13 SW 29tfI 5T PLANS STA 8+00 t0 13+26.17 � 1 I 14 MOBIL OIL SERVICE PLAN i� - t—.,:• ..� --� 15 OLYMPIC PIPELINE SERVICE PLAN j i 1 ` , + CITY"Wl. I O RENTON .rw.wrrtr♦ es [rwtwYYwww' .roit. W2J 1 2 .ctotta..Kt +u wpw v l LIND AVE.SW *ATER MAM Y+ wtTw r.w• ftKYKugtry. 1 _ I.naJi Jtst t w rw 'to Iry Ytiltft t,OI...... WATER MAIN PR - 0 J E C T W 192 I � I � i ,f. - I . --- -- PROiEgT — •� ura_Tsi seat as z. ALt NOIC• N.CCd 41tN U.M 11. L I N D RVE . S .W. & S.W 2 9 t h ST. CITY OF MENTC)m OI�.xIY{Mr 01 iMOlNifflNf WARREN C. GONNASM , DIR. PUBLIC WORKS �.� -