Loading...
HomeMy WebLinkAboutWTR2700355 UNION AVE N. E. � � � W-355 10. The reyu; red "PRESSURE TEST" has been taken by At a pressure of PSI , for _ minutes, on The test: Failed Passed Comments II . The required "PURITY TEST" has been taken by ✓ On Date of Reply Failed Passed Comments - 12. Is there an Easement required? If so, give dates for: Preliminary Submitted Recorded F,. And Pecorded Humber � r 13. This Project included "z 'm'Z A LF of 12 L'J" Watermain n 2.1 f3 CS cs G 'r CT Q TL, Abe �• And Ib" Gate Valves $ Gate Valves r N _ �+ Gate Valves and Gate Valves, And all miscellaneous accessories for a total value of $ Also, 3 Size 57 aket'OLdAS type hOQLy / Fire Hydrants for a total value of $ - F„s'. Nyc+rc''"'E EA F� ✓ 14. The transfer or "Bill of Sale" is in; Preliminary Submitted Recorded �form.The recorded number 15. This project information was sent to the Utility Dept. for recording on _and taken !nto "plant" on 16. What drawings does the Water Shop have on File. Preliminary As-Built ✓ f..a Form Completed on City of Renton / 1 Utility Department Project Form 1 , Water Project Date Project No. given 2. Project Description and location t,1rJl te- ►VG 4 �A 3. Developer's Name Ct4z oIRas,(ds— (If City check Address ——' °sus Phone N Engineer's Name p V ACLU T (If City check M' Address / Phone N Contractor's Name �..�� kcs,.4 � -/4p (If City check ) Address 9 Phone 8 4, Is there an ACTIVE Late-Comers Agreement in the project area? If so, give File Name KJ J Recording Date And Number 5. The Utility Department Work Order Numbers on this project are as follows: 6. Mhat plans have been submitted? Preliminary As-Built ?. Has an Estimate been Prepared for Project If so, give Date rrepared And Total Amount of Estimate 8. Is there to be a Late-Comers Agreement on this project $ C,4y If so, give dates for; Preliminary Submitted Recorded and Recorded Number 9. Date of "Start of Construction" Date of "Completion"_ c BEGINNING OF FILE FILE TITLE -''SAS - )ri1� nri Avo A) E IMTIFICATIoN OF NONDISCRIMUTION IN EN 1,010M The bidder represents that he /7 has, =has not, participated In .i previous contract or subcontract subject to either the equal opyort.:nity clause ':e7roir �x the clause contained in Section 301 rX Eze�;u`:ve Order that he /-7 has, har not, filed all required compliance rvportsj and that represexitations i.idicating sutuissir:, of required compliance reports, signed by pxopmed sub- contract�rs will be obtained prior to subcontract awards. TITLE _ DAM _ ;The rbove representation need not be sutedtted in connection with contracts or subcontracts which are exwVp from the clause.) D 1.F 14.43 t. • .. 110N - 00LLUSI0N A ✓ I STATE OF WASHINGTON ) ) :OUNTV OF ) being duly sworn, deposes and says that he is the identical per- son who submitted the foregoing proposal or bid, and that such bid is ger,,;,c and not sham or collusive cr made in the interest or on behalf of any person not herein named, and further, that the deponent has not directly induced or solicited ziy other Bid- der on the foregoing work or ego'pmert to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner scught by collusion to secure to himse.'f or to any other person any advantage over other Biddc, or Bidders. SIGN HERE: Subscribed and sworn before me this _ _day of ^_ , 19 WiAVY-TURL C IN AND FO THE STATE nF RESIDING AT THEREIN. r f 1 BOND TO THE CITY OF R.ENTON KNOW ALL HEN BY THESE PRE TENTS: That we, the undersigned as principa , and corporation organized and existing under t e 'awe o the State o as a surety corpor- ation, and qualified un., the laws of the State of Washington to become surety upon bonds of contractors with municipal corocrations, as surety are jointly and severally held and firmly bound to the City of Re-ton in the penal sum of $ for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators , personal representati,es, as the case may be. This obligation is entered nto in pursuance of the statutes of the state of Washington, the Ordinance of the City of Renton. Date? at , Washington, this _ day of 19 Nevertheless, the conditions of the above obi :gation are such that: WHEREAS, ..nder and pvrsuart to Ordinance for Resolution) No. 2295 providing for whi�'ch contract is reTer eed to herein and is made a part hereof as tough attached hereto) , and WHEREAS, the said principal has accepted, or is about to accept, the said contract, end undertake to perform the work therein provided for in the manner and wil"in the time set forth; NOW, THEREFORE, if the said shall faithfully perform all of the provisions of said contract in the manner a,l 7 th- in the time therein sut forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers. mechanics, subcontractors and material , mt:., and all persons who shall supply sai4 principal or subcontractors with provisions and supplies for Cie carry,ng on of said work, and shall hold said City of Renton harm- loss from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal , or any subcontractor in the performance of said work, and shall indemnifyand hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or per- formed undo, said contract within a period of one year after its acceptance thereof by the City of Rer:,,n, then and in that event this obligation shall be void; but otherwise It shall be and remain in full force and e'fect. A►PROH40 as o legality: Approved: 'r i Ali BID BIND FM .Herewith find deposit in the form of a certified check, cashiers check, cash, bid Nnd in the amount of $ which amount is not leas than five pe,pat of the total bid. Sign Hero ■ IsBr BM Know All. Men by These Presents: That we, jas Principal, and_ ,as Surety, are held en. firmly bound unto the City of Renton, as Obligee, in the penal sum of Dollars, for the payment of wnich the Priic?.pal and the qL aty bind themselves, their heirs, executors, adm_niatrators, successors and assigns, jointly and severally, by these . reconts. The condition of ' " obligation is such that if the Obligee shall make any award tL the Principal for according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with tb ,erms of said prof: sal or bid and award and shall give bond for the faithful per- forma-.oa thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obliges the penal amount of the deposit specified in the call for bids, then this obligation et.all be null and void; otherwise it shall be and remain in full force and effect and :he Surety r`au forthwith pay and forfeit to ti Obligee, as penalty and liquidated damlf;es, the amount of this bond. SIGNM, SEALED AND DATED THIS DAY OF , 19 Principal Surety 19, Received return of deposit in the sum of $ 1 .0 SCHEDULE OF PRICES UNION AVE. H.E. Page 4 1Note: Unit prices for all items, all extensions and total emunt of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) ITEM APPROx. I ITEM WITH UNIT PRICED BID UNIT PRICES AMOUNT NO. QUANTITY Unit Frzces G be written in words) DOLLARS CTS. DOLLARS CTS. 37 275 8" Concrete San. Sewer, Pipe Lin. Feet Per Lin. Foot 38 66 8" Nxtile C.I . San. Sewer Pipe b _ Lin. Feet Per Lin. Foot 39 50 Furnish 6 Place Bedding Gravel S __ ions Per Ton 40 3 48" Dia. Sanitary Manhole Only Per Each 4- 2,031 Install 12" C.I. Water Pipe f (Material Furnished) Lin. Feet Per L.F. 4? I 80 Install 8" and 6" C.I. Water Pipe (Material Furnished) S - Lin. Feet Per L.F. 43 3 — Install Fire Hydrant (Fire Hydrant Assembly Furnished) Each Per Each 44 I 5 $oncrete Blocking I I - SCHEDULE OF PRIES UNION AVE. N.E. Page 3 (Note: Unit prices for .ill items, all extensions and total amount of bid must be show:.. Show unit prices in both words and :iqurea and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. I ITEM WITH UNIT PRICED BIC UNIT PRICE AMOUNT NO. QUANTITY d✓n/t Prices to be wri,cen in Words! DOLI*.RS CTS. DOLLARS CTS. 25 19 Adjust Ex. rlannoles Only Per Each 26 10 Connection to Ex. Catch Basin or Manhole S Only Per Each 27 10 Concrete Steps f Lin. Feet Per Lin. Foot 28 200 Rock Retaining Wall Tons Per Ton 29 450 Filler Material for fining Walls (2-112" Crush .) Tons Per Ton 30 53 Relocate Mailboxes Only Per Ee.:n 31 36 Mail Box Posts S _ Only Per Each 32 30 Adjust Valve CaseT= S Only PP- Each 33 Y Monument Case and Cover $ Only Per Each 34 7 Adjust Monument Case Only Per Each 35 60 Adjust Water Meter Boxes Only Per Each 36 450 Top Soil f Cu. Yds. Per Cu. Yd. l� 4 SCHEDULE OF PRICES UNION AVE. N.E. Page 2 (Note: Unat prices for dil item, all extensions and total amount of bid mist be shown. Show writ prices in both words and figures and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY Unit Prices to be written in words DOI.Ir.RS CTS. DOLLARS CTS. 13 11,000 Cement Conc. Curb S Gutter — in.Feet Per Lineal Foot 14 S,S00 Cement Concrete Sidewalk Sq. Yds. Per Sq. Yd. 15 320 Cement Concrete uriveway s ! Sq. Yds. Per Sq. Yd. 16 162 Asphaltic Concrete Uri veway $ — -- Sq. ids. Per Sq. Yd. 17 160 Saw Cutting Lin.Feet Per Lin. foot 18 100 12" Concrete Pipe in Flace Lin.Feet Per Lin. Foot 19 700 8" Concrete Pipe in Place Lin.Feet Per -in. Foot 2O 25 6" Concrete Pipe in Place Lin.Feet Per Lin. Foot 21 1 48" Uia. Storm 3nholes Only Per Each 22 lb Catch Basins, Type I Only Per Each 23 9 Curb Inlets Type IV Only Per Each 24 11 Relocate Ex. Catch Basin or Curb Inlet � Only Per Each � w z"-t s SCHOULE OF PRICES UNION AVE. N.E. Page 1 (Note: Unit prices for all item, all extensions and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. I ITEM WITH JNIT PRICED BID UNIT PRICE AMOUNT NO. I QUANTITY U1,1t Prices tc be written in words DOLLARS CTS. DOLLARS CTS. i Lump Sum Mobilizati,, Lump Sum 2 Lump Sum Clearing & Grubbing — Lump Sum 3 I23,000 Unclassified Excavation Cu. Yds. Per—�Y-4 4 10,000 dank Nun Gravel , Class "B" S Tons Per fibre- --- ---- 5 500 M Water —� Gallons Per M Gallons 6 600 Select Trench Backfill Tons Per Ton 7,000 Crasned Surfacing Course (1-1/4") ' 4 --- — Tons Per ton B S,OOU Aspnalt Treate .aye, Class "G" Tons Per Ton 9 5,000 Asphaltir Concrete, Class "B" �® Tons Per Ton 70 100 Misr. Asphaltic Concrete, Class "B" Tons Per Ton 11 140 Asphaltic Concrete Cu bing Lin.Feet Per Linpil Foot 12 55 Asphaltic Concrete Sidwaik s — Sq. Yds. Per Sq. Yd. f PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGTON Gentlemen: The undersigned hereby certif that has examined the site of the proposed work and ha read anf-fl:orougTily un erstand the plans, specifications and contract governing the work embraced in thisimprovement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can he completed with the money available, in accordance with the said plans, specifications and contract and the following schedula of rates and prices: (Note: Unit prices for all items, all extensions, a=total amount of bid should be shown. Show unit prices both in writing and in figures.) Signature Address Names of Members o� Partnership: OR Name of President of Corporation, _ a Name of Secretary of Corporation. Corporation Organized under the laws of _ With Main Office in State of Washington at i !nstructions to Bidders i . Sealed bids for Proposal will be received by the City c" Renton at the City Clerk's office in City Hall until _ 2:00 P.M. April 29, 1971 _ At this time the bids will be publicly opened and read after which the bids will be considered and the award made as soon as practical . No proposal may be chenged or withdr?vn after the time sat for receiving bids. Proposals shall be suumitted on the forms attached hereto. 2. The work to be done is shown on the plans. Quantities are understood to be only appr'iximate. Final payment will be based on field ineasurerent of actual quantities and at the unit price bid. The City reserves the right to add to or eliminate portions of the work as deemed necessary. 3. Plans may be examined and cooies outained at the City Engineer's office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. Work along highways must be in conformance with the applicable County or State regulations. 4. The biu price for any item must inclade the performance of all work and the furnishing of all material necessary for completion of that item as described in the specifications. Where alternate material is bid. the bidder shall fully describe the material proposed, either in the bid proposal or supplementary letter attached to the proposal. 5. The bid price shall be stated in terms of the units indicated and as a total amount. In the event of errors, the unit price bid will govern. Illegible figures will in- validate the bid. 6. The right is reserved to reject any 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 reservations to the TREASURER OF CITY OF RENTON in an amount not less than 5% of the total amount bid shall accompany a ch 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 notics of intention to award contract. Should ne fail , or refuse to do so, the check si.all be forfeitAd to the City of Renton as liquidated damage for such failure. 8. All bids :oust a self-explanatory. uu opportunity will be offered for oral explanation except as the City may request further information on particular points. 9. The bidder shall , on request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 10. Payments for this work wily oe in Cash Warrants r Scope of Work ■ The work involved under the terms of this d.uument shall be performed under the conditions of the contract to construct approximately 1 .1 miles of principal arterial on existing union mvenue N.E. from N.E. 4th Street to Sunset Boulevara N.E. The existing paving will be removed and replaced with a 44 foot wide roaaway complete with cement concrete curbs and gutter, cement concrete sidewalKs, storm drainage, sanitary sewers, water mains and related facilities, asphaltic concrete having, rock retaining walls, utility adjustments, driveway adjustments, slope treatment, and related work, This project is to be completed in conformity with the specificau ons and the plans wnic'n are herewith made a part of t,ie Contract Docwnents. i CITY OF P,ENTON CALL FOR BIDS Scaled bids will be received until 2:00 o'clock P.M. , April 29, 1971 , at the office of the City Clerk and will be opened and publicly read aloud at 2:00 o'clock P.M. , same day, in the 1st Floor Conference Room, City of Renton Municipal Building, 200 Mill Avenue South, for the improvement o' UNION AVENUE N.E. FROM N.E. 4TH STREET TO SUNSET BOULEVARD N.E. • 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. The successful bidder will be required to adhere to the general require- ments and covenants contained in the "Standard Specifications for Municipal Public Works Construction," 1969 Edition, as prepared by the Washington State Chapter of the American Public Works 4ssociati3n. The work to be performed will include furnishing of all necessary labor, materials, and equipment, and performing all work requi •ed for paving with asphalt concrete pavement; including construction of cement concrete curb and gutter, cement concrete sidewalks, drainage facilities and street lighting and such other work as may be necessarv, all in ac;ordance with the plans and specifications. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Approved plans an6 specifications and form of contract documents may be obtained at the office of the City Engineer at the Municipal Building, Renton, Washington, for a deposit of $10.00 for each se' The deposit will to re- funded upon return of the Plans and Specifications in good condition within thirty days after bid opening. All items in this contract are a part of the construction of a public road improvement as defined in Rule 171 , issued by the Excise Tax Division of the Tax Commission of the State of Washington, and the Owner is exempt from the payment of sales tax on all items. The Contractor shall include in his unit bid prices any c mpensating tax that must be paid. See Section 7.09 of the Standard Specifications. A certified check or bid bond in the ,.mount of five l6) percent of the total amount of each bid must as impany euh bid waGfi— Fn ffa^res�ia ep-uetyty `I Date of 1st Publication: April 14, 1971 Date of 2nd Publication: April 21 , 1971 Published in the Dailv Journal of Commerce: l 15, 1971 April 22, 1971 1111111 oil c f WATek � PRWCC,T �♦ )�) i ENGINEERING DEPARTMENT 'I Bid Praposal and Specifications 1 +for Street Improvements to UNION AVE. N.E. N.E. 4th St . to Sunset Blvd. N.E. ' I For%ard Thrust Project CITY EN(.i1 NEER'9 OFFICE RE;tiTO V.WA8HI1Vu .•..KI.t N:IL.W .pI1M1. �/..M�.. � • � I 1 T UNION AVE N E W-3 5 5 Page 7 Special Provisions (font.) 1-22 OI�PUTLS ANU LITIGATION Any questions arising between the Inspector and the Contractor or his Superintendent or Foreman as to the meaning and intent of any part of the plans and specifications shall be immediately brought to the atten- tion of the Lhgineer and will be adjusted by him. Failure on Uie part of the City Engineer or his representative to discover and condemn or reject bad or Inferior work or materials shall not be construed as an acceptance of any such work or material, or the pert of the improvewLnt in which the same may have ueen used. To prevent disputes and licigatioh, it is further agreed by the parties hereto that the City engineer shall determine the quantity and quality of the several kings of work embraced in these improvements. He shall decide all questions i-:lative to the execution o' the work and the inter- pretation of the Plans and Specificatums. In the event the Contractor is of the opinion he will be damaged by such interpretation, he shall, within three (3) days, notify the City Engineer and the City Clerk in writing of the anticipated nature and amount of the damage or damages. In the event an agreement cannot then be reached within three (3) days the city and the Contractor will each appoint an ar)Itrator 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 anv work is performed upon the feature in question. The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the majority opir that the Contractor's filing of the protest is capricious and without red>onable foundation. In the latter case, a11 costs snall oe borne by the Contractor. The venue of any suit shall be in ding County, Washington, and if the Contractor is a non-resident of the State of Washington, he shall desig- nate an agent, upon whom process may be served, before commencing work under this contract. 1-Z3 WAGE SCHEDULE The prevailing rate of wages to be paid to all workmen, laborers or mechanics employea in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCM, as amended. The rules and regulations of the Uepartment of Labor and Industries and the schedule of prevailing wage rates for the loca; . ty or localities where this contract will be performed ds determined by the le 'ustrial Statistician of the uepartment of Labor and Industrie,, are by reference made a part of tnis contract as though fumy set forth herei � k 1 Page 6 Special Provisions (Cunt. ) 1-18 WASTE SITE The Contractor shall conform to Section 4.C6 of Standard Specifications in regard to waste sites. Tne Contractor shall have the responsibility of obtaining his awn waste site. All work included in this section shall be considered to be incidental to other ;tems 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 m,ontrartor snail ue prepared to use water trucks, power sweepers, and related equipment as deemed necessary by the City Engineer to alleviate the problem of lost spoils along the route. Prompt restoration of the route is mandatory. 1-19 DUST ANu N41D CONTROL The Contractor shall be responsible for controlling dust and mud within the project limits aid on any street which is utilized by his equipment for the duration of the project. The Ccntractor shall be prepared to use watering trucks, power sweepers and other pieces of equipment as deemed necessary by the Engineer, to avoid creating a nuisance. Dust and mud control • all be considered as incidental to the project, and no compensation will oe made for this section. Complaints 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 ,alled for should repetitive complaints be received by the city. 1-20 STATE SALES TAX The items in this contract which are a part of the construction if a public Excise TaxdDivision oft o1 ject Stateaofdefined in Rule Washington, aareleexemptsued fromb he the payment of sales tax. The Contractor shall include in his unit bid prices any compensating tax that must be paid. See Section 7.09 of the Standard Specifications. 1-21 PAYMENT TO THE CONTRACTOR Payments to be made to the Contractor will be made in the manner outlined in Section 9 of the Standard Specifications. Payments shall be made in Cash Warrants. Partial payments on estimates may be withheld until work rogress schedules as described in Section 1-16 of these special provisions gas been received and approved. 1 � ti Pays 6 Special Provisions (Cunt.) 1-14 PROJECT CONSTRUCTION AMU luENTIFICATiON SIGNS (Cont.) All construction and detour signing shall conform to Part V "Traffic Controls for Highway Construction and Maintenance Operations" of the Manual of Uniform Traffic Control Devices. The cost of furnishing and placing all construction and identification signs shall be considerea d5 incidental to the project and no further compensation will be made. 1-15 REMOVI111a TkAFFIC ANU STREET SIGNS The Contractor shall be responsiole for maintaining all traffic and street signs. In the event it shall be necessary to remove a traffic or street sign, the Contractor shall notify the City Engineer, City Halt, City of Renton, Washington, for all changes nude. When the work has been completed, and prior to said area being open to traffic, the Contractor shall notify the City Engineer, City Hall, City of Benton, Washington, and obtain his approval of signing. 1-16 SCHEUULIN� OF WORK Section 8.01 of the Standard Specifications shall be deleted and the following Inserted: Promptly after the award of the contract, the Contractor shall submit for approval to the Engineer, a progress schedule on a form furnished by the City. From this information a progress schedule diagram will be computed, plotted and a copy returned to the Contractor. Payment to the Contractor on any estimate may be withheld ur,til such a schedule has been submitted and approved. Should it becone evident at any time during construction that operations will or may fall behind the schedule of this first program, the Contractor shall , upon request, promptly submit revised schedules in the same form as specified herein; setting out operations, methods, and equipment added labor forces or working shifts, night work, etc., by which time lost will be made up, and confer with the Engineer until an approved modification of the original schedule has been secured. Further, if at any time any portion of the accepted schedule is found to conflict with the contract provisions, it shall , upon request, be revised by the Contractor and the work shall be performed in cumpliance 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 by the Contractor may be withheld. Execution of the work according to the accepted schedule of construction, or approved modifications thereof, is hereuy made an obliga- tion of the contract. 1-i7 HOURS OF WORK The working hours for this project will be limited to week days during the period from 8:00 A.M. to 5:00 P.M. , unless otherwise approved by the City. ,f W J Page 4 Special Provisions (Gont.) 1-11 PU6LIC CONVENIENCE ANO SAFETY The Contractor shall, a, ois own expense, provide flagmen, shall furnish all signs, barricades, gcards, construction warnings, and night lights in order to protect the publi, at al. times from injury as a result of his operations. if the Contract ,.- should fail to maintain sufficient lights and barricades in the opinion of the Engineer, the City shall have the right to provide these 'igbts and Larricades and deduct such costs from payments due the Contractor. A plan for traffic control must be submitted for the Engineer's approval uefore the ceginning of construction. The Contractor shall maintain detour routes end other routes usea by nis equipment hauling materials to and from tale a:aI. attention is directeu to applicable portions of Section 7.15 of the Standard Specifications. In addition the following special provisions shaii apply: A. Two-way traffic and pedestrian access will be maintained as directed uy the Engineer. b. Local police and fire departments shall be notified, in writing, prior to construction. C. Access and egress to local residents shall be maintained at all times. u. Adequate protection for school children attending Honeydew Elementary School shall be provided during school hours. All costs involved in tyre above shall be considered incidental to other costs of work involved and no further compensation will be made. 1.13 CONSTRUCTION EOUINENT urivers of motor vehicles used in connection with the construction or 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. 1-14 PROJECT CONSTkUCTIG,4 Attu IDENTIFICATION SIGNS The Contractor snall furnish and install a Project Identification Sign on each end of the project one (1) week in advance of construction. The sign shall conform to the Specifications as per attached sheet. CONSTRUCTION Sl:viS The Contractor shall furnish and install construction signs which conform to current City of Renton Sign I. T-36 "CAUTION, CONSTRUCTION AHEAD," 24"x24" diamond, black lettering on yellow background. We (1) sign of the type mentioned auove will oe posted at eacii street entering onto the project site. a Page 3 Special Provisions (Cont.) 1-7 OkLkk OF PRECEDENCE Where conflicting information as to specifications is found in the "Standard Specifications," Plans and Special Provisions, the Plans shall hold over the "Standard Specifications" and the Special Provisions shall ■ hold over both t+ie Plans and "Standard Specifications." 1-8 FIELD CHA46ES Any alterations cr variances from the plans, except minor adjustments in the field to meet existing conditions snall be requested in writing and may not be instituted until approved by the City Engineer or his repre- sentatives acting specifically upon his instructions. In the event of disagreement of the necessity of such changes, the Engineer's decision shall be final. 1-9 FAILUkE TO MEET SHLIFICATIONS In the event tnat any material or workmanship does not meet the requirements or specifications, the City may have the option to accept such material or workmanship if the City Engineer deems such acceptance to be in the best interest of the City, provided, the city may negotiate payment of a lower unit price for said material or workmanship. 1-10 PROTECTION OF PUBLIC VJu PkIVATE UTILITIES The Lontractor shall conform to Section 5.09 of Standard Specifications in regard to protection of public and private utilities. Location and dimensions sl;own on the plans for existing underground facilities are in accordance with the nest available information without uncovering and measuring. The Owner does not guarantee the size and location of existing facilities. It shall be the Contractor's respons. ,ility to contact the GAS COMPANY, 11E1 1MV°a1Y TE'EPHONE COMPANY SEATTLE WATER DEPARTMENT ANU KEfiTUN W .k D filTtThi�lT for exact ocations o t eir respec ve u—ndergrouna u57t TMMs. 1-11 RELOCATION OR ADJUSTMENT OF EXISTING UTILITIES BY OTHERS The Contractor shall conform to Section 5.08 of Standard Specifications in regard to moving or aojustme;;t of public and private utilities. The Contractor shall notify tke interested public and private utility in ample time to make necessary adjustments. It should be noted that there will be major lowering of utilities in Union Avenue N.E. between N.E. 4tn Street to N.E. 6th Street. It will be the Lontractor's responsibility to coordinate the lowering of all utilities witn the construction of the road. rY { fi'..'fyYi r 4rt� xw - " r * f ky, Pe Page 2 Special Provisions (Cont.) 1-4 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE (Cont.) shall be named as an additional insured on said policy insofar as the work and obligations performed under the contract are concerned. The coverage so provided shall protect against claims for personal injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of cne Contractor, or the subcontractor, or by anyone directly or indirectly employed by either of them. ■ The minimum policy limits of such insurance shall be as follows: Bodily injury liability coverage with limits of f"ot less than $100,000 for bodily injury, incluuing accidental death, to any one person, and subject to that limit for each person, in an amount not less than $300,000 for each accident; and property damage coverage in an amount of not less than $50,O,J 'or earn accident. A copy of the insurance policy, together with a copy of the endorsement naming the City as an additional insured, shall 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. 1-5 NONUISCRIMINATIJW IN EMPLOYMENT Contracts for work under this proposal will obligate the Contractors and subcontractors not to discriminate in employment practices. 1-6 STAVUARD SPECIFICATIONS The Special Provisions hereinafter contained shall supersede any provisions of the Standard Specifications in conflict therewith. The Standard Specifications for Municipal Public Works Construction prepared by the Washington State Chapter of the American Public Works Association, 1969 Edition, shall be hereinafter referred to as the "Standard Specifications" and said specifications together with the laws of the State of Washington and the Ordinances and Charter of the City of Renton, so far as applicable, are hereby included in these specifications as though quotod in their entirety and shall appiy except as anrenoed it superseded by these Special Provisions. A copy of these Standard Specifications is on file in the office of the City Engineer, City Hall , Renton, Washington, where they may be examined and consulted by any interested party. Wherever reference is maue in the Standard Specification, to the Owner, such reference shall be con;+rued to mean the City of Renton, and where reference is made to the Engineer, such reference shall be construed to mean the Lity Engineer, City of Renton, or his duly authorized assistant or assistants. :4 SPECIAL PROVISIONS SECTION I GENERAL PROVISIONS 1-1 UESCRIPTION OF WORK The worK to oe performed under this contract consists of furnishing materials, equipment, tools, labor, and other work or items inci- dental thereto (excepting any materials, equipment, utilities or service, if any, specified nerein to be furnished by the City or Others) , and performing all work as reouired by the contract in accordance with plans and specifications and Standard Specifica- tions, all of which are made a part hereof. Said improvements include excavation and grading of roadway section, asphalt concrete pavement, cement concrete curb and gutter, cernent concrete sidewalk, storm drain, sanitary sewers, water main installa- tion and related facilities. 1-2 uATc OF bIU OPENING Sealed uids will be received by the Licy of entun, Washington, by filing with the City Clerk, City Hall , Renton, Washington, until 2:UO o'clock P.M. Pacific Daylight Time, April 29, 1971 , and will be opened and publicly read aloud. 1-3 TIME OF LuMPLETIOil The Lontractor is expected to diligently prosecute the work to completion in all parts and requirements. The project shall be completed within one hundred fifty (15U) calendar days excluding the day of starting. Provided, however, that the City Council shall have the right upon request of the Engineering Uepartment, Lity of Renton, Washington, to extend the time of completion of said work. No extension shall be valid unless the same oe in writing and accompanied by the written consent to such extension by the surety on the bond of the Contractor. Time lost in replacing improper work or material shall rot furnisn any grounds to the Contractor for claiming an extension of time for the completion of the work, and shall not release the C mtractor from damages or liabilities for failure to complete the work within the time required. 1-4 PUBLIC LIMILITY AND PROPERTY DAMAGE INSURMCE Tte Contractor shall obtain and keep in force during the term of tie contract, public liability and property damage insurance in companies and in form to be apprmved by the City. Said insurance stall provide coverage to the Contractor, any subcontractor per- fcruring work provided oy this contract, and the City. The City ' �WMi�lilllY CO4TRACTOR'S ES,IMATEU SCHEDULE OF WORK ESTIMATE ESTIMATE OF ESTIMATE OF ACTIVITY DESCRIPTION DURATION STARTING DATE COMPLETION DATE Clearing & Grubbing kemoval of Existing r.oauway Cutting or Filling to .iuugrade installation of Sanitary Sewers and Mannoles Installation of Watermain Installation of Curb Inlets and Catch Basins Crushed Rock to Suugrade Adjus: Storm Lines and Nanholes Adjust Sanitary Sewer rianholes Adjust Survey Monuments Construct Curbs & Gutters Construct Sidewalks ATB to Roadway Surface Asphalt Paving to Roadway Adjust Uriveways to i,atui Adjust Water Pieter ucxes Project Clean-up No partial payments will be made until this schedule is submitted and approved by the Engineer. i Page 4 responsibility for faulty materials or workmanship. The Contractor shall he under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the gate of final acceptance of the work, unless ,nger period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof. (4) The Contractor and each sub-contractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, satimates, records and miscellaneous data pertaining to the contract as may be re- quested by the Sity from time to time. (10) The Contractor shall furnish a :>urety bond or bonds as security for the faithful performance of the contract, including the payment of all persons and fires performing labor on the construction project under this contract or furnishing materials in connection with this contract; said bond to be in the full amount of the Contract Price as specified in Paragraph 11. The surety or sureties on such bond or bonds must be duly licensed as a surety in the SCAte of Washington. (11) The total amvmt of this contract is the sum of which includes Washington State Sales Tax. Payuents will be made to :ontractor as specified in the "general conditions" of this contract. IN WITNESS WHEREOF, the City has caused these pr. 4ents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above written. CONTRACTOR CITY OF RENTON --- --.—�. Mayor ATTEST:______ City Clerk 1 Page 7 said contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and seful therein. (4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies .vallable to the City. (S) The Contractor shall hold and save the City and Its officers, agents, servants, and employees harmless from any and •11 liability of any nature or kind, including all costs and legal expense incurred by reason of any work on the contract to be performed hereunder, and for, or on account of any patented or unpatented invention, process, article or rppllance manufactured for use in the performance of the contract, including its use by the City, unless otherwise speciflcal3.y stipulated in this Contract. (6) Any notice from one party to the other party under the contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party . Any such notice as heretofore specified rhall be given by personal delivery thereof or by depositing same in the United States Mail, postage prepaid and registered. (7) The Contractor shall commence performance of the contract on the day of , 19_, and shall complete the full performance of the contract not later than 150 calendar days from said date of commencement. For each and every day of delay after the day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sus of Two hundred dollars ($200.00) as liquidated damages for each such day, which shall be paid by the Contractor to the City. (9) Neither the final certificate of payment nor any provision in the con— tract nor partial or entire use of any installation provided for by this contract shall relieve the Contractor of liability in respect to any express warrant.es or 1 Page 2 (a) This agreement (b) Instruction to bidders (c) Bid proposal (d) General conditions (a) Specifications (f) Maps and plal:s (g) Bid (h) Advertibement for bide (1) Special contract provisions, if any f3) If the Cuntracto refuses or fails to prosecute the work or any part thereof, with such diligence as will Insure its completion within the time specified in this contract, or any extension in writing thereof, nr fails to complete said vo•k within such time, u• t, the Contractor shall be adjudged a bankrupt, or if he should sake ■ general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's Insolvency, or if he or any of his sub-contractors should violate any of the provisions of this contract, the City my then serve written notice upon his and his surety of its latentlon to terminate the contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the contract shall cease and satisfactory arrangement for the correction thereof be made, this contract, sha'_1, upon the expiration of said ten (10) day period, cease and determine in eery respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contrac- tor mud the surety shall have the right to take over and perform the contract, provided hwever, that if the surety within fifteen (15), days after the serving upon it of such notice of termination does not.Zerform the contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself say take over the work under the contract and prosecute the rise to completion by contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess , cost or other damage* occasioned the City thereby. In such event the City if it so elects my, without liability for so doing, take possession of aid utilize in completing t THIS AGREEMENT, made and entered into this _ day of , 19T1 by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and , hereinafter referred to as "CONTRACTOR". W J T N E S S E T H: (1) The Contractor shall within the time stipulated, (to-wit: within 150 calendar days from date of execution hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all if the labor, materials, appliances, machines, tools equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and in- stallation work in a workmanlike manner, in connection with the City's Project (identified as No. ) for Improvement by constructs"� and installation of: Curb ailiL4tltter, sidewalks, asphalt paylna. storm sewers, _sanitary{ewers, installing_N4,termains and such other work as may be necessary, all in accordance with plans and specifications in Union Ave. NE from NE 4th St. to Sunset Blvd. _ All the foregoing shall be performed, furnished, constructed, Installed, and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and the other documents hereinafter enumerated. It is agreed and stipulated that said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction and installation be pereormed and completeA to the satisfaction and approval of the City's Engineer ae being In such conformity with the plans, specifications and all requirements of the Contract. (2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of thin agreement, consists of the following documents all of which are component parts of sail Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached: l tr; d�� MINIMUM WAGE AFFIDAVIT FORM City of Renton $1 COINTy OK I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour for each classification of laborers, workmen, or mechanics, as indicated unon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work: and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein i^ true to my knowledge and belief. CONTRACTOR Subscribed and sworn to Fefoie me on this day of 19 Notary Public in and for the State o Washington Residing at � t Page 9 Technical Provisions (Cont.) Z-22 SACKED CONCRETE Concrete for sacked concrete shall r:e 4 (1-1/2) concrete c•)nforrning to applicable portions of Section 37 of the SU jard Specifications. Sacks shall be made of at least 10 ounce uurlap and shall be approximately 19-1/Z inches by 36 inches measured inside the seams when the sack is laid flat. Sound reclaimed sacks may be used. The sacks sr,all be filled with wet concrete loosely placed so as to leave room for folding at the top. The fold snall be just enough to retain the cmurete at the time of placing. Une cubic `oot of concrete shall be places in each sack. Immediately after being filled with con- crete, the sacks snail De placed and lightly trampled to cause them to con Wra to the slope ano aojacert sacks in place. The sacks shalt be placeu in tiers anu rows to form a solid blanket at least one (1) foot thick. Not score tnan four (4) vertical courses of sacks shall be placeu in any tier until the initial set has taken place in the first course of any such tier. Dry sack mixes will not be permitted for sacked concrete. Sacked concrete shall be cured by sprinkling with a fine spray of water every two hours during the daytime for a period of three drys. The unit price .yid for each sack shall be full compensation for all labor, equipment, materials , and all incidental costs necessary for emplacement of sack cement. 2-23 SACK RIPRAP Sacked concrete as described in Section 2-20 of the Special Provisions will be used for the sack riprap. The unit price for sacked concrete will be complete compensation for all labor, materials, ano all incidental costs incurred in using sacked concrete as sack riprap. 2-24 PEMOVAL Of E%ISTING CATCH BASINS .AND CURB INIETS Existing catch Dasins or curb inlets as shown on the plans or as directed Dy the Engineer shall oe rem -wed by oetheds conforming to Section 63-�.07 of the Standard Specifications. All salvageable inaterial shall become the property of the Owner, This material snail be delivered to the City Yard. The price bid for removing catch basins or c;:rb inlets shall be included in the unit price per cubic yard for Unclasssfied Excavation and no further compensation snail be made for salvaging material per Section 1-7 SALVAGE. WIN Page 8 Technical Provisions (Cont.) 2-19 GALVANIZED CORRDGATF" METAL PIPE 36" Corrugated mecai pipe :hall conform to Section 60 of the Standard Specifications. The pipe snall ue 16 gauge, and the corrugation dimensions shall be 2-2/3" x 1/2". I The band shall be the "Rod and Lug" type. The band shall meet the specifications as outlined in Section 60-3.U2 of the Standard Specifications. The unit biu price per lineal foot corrugated metal pipe 36" shall be fuli compensation for all lator, equipment, materials, (including bands) and all incidental costs necessary to furnish and place corrugated metal pipe 36" diameter. 2-2U CATCH BASICS, LILETS Catch basins and inlets small conform to Section 64 of the Standard Specifications and Standard Plan No. 47, 48, 49, 50, 51 and 52 except as modified herein. Cast iron Frame and covers snail oe Olympia Foundry No. 5435 or approved , 1 . Catch Basin ,ype I shall oe Graystone No. CB-15 or approved equal. Catch Basin Type II snall be Graystone No. C8-19 or approved equal. " Curb Inlets Type IV shall be Graystone No. CB-17 or approved equal . A minimun, of one course of B" aide brick shall be placed unoer the frame for adjusting. The location of catch basins and inlets shall be staked in the field by the Engineer. The unit price bid per each oasin and inlet shall w full compensation for all labor, equipment, materials, including adjusting to final grade, and All incidental costs necessary for furnishing and placing the Catch Basin Type I, Catch Basin Type II, and Inlets Type IV. 2-21 ADJUST MANHULE Adjusting manholes to finish grade shall be accomplished by methods that conform to Section 53-4.01 of th_ Standard Specifications. The bid price per each shall be full compensation for all labor, materials, equipment, and all incidental costs necessary to adjust manhole. , Page 7 Technical Provisions (Cont.) 2-17 CONCRETE PIPE 'r Concrete pipe shall ba furnished and installeo in accordance with Sections 60, ul and 66 of the Stanuard Specifications except as modified herein. Non-reinforced concrete pipe shall conform to A.S.T.M. designation C-14R, Taoie I1 (extra strength) except as otherwise provided. Joints shall be manufacturea for use of Brant ruober gaskets or equal. Fittings shall oe of the sane material and class as the pipe. Four (41) inches of oedding material shall be required under all concrete pipe. bedding ma�erial shall be the same material as described in Section L-o of these special provisions. Section 61-3.0b shall include the following: The hand-placed backfill arouna the pipe and to a point six inches above the crown shall be foot- tamped until it is unyielding. Tne remaining backfill, whether native material or select oackfill , shall oe mechanically tamped with hand-operated mechanical or pneumatic tampers. All excavation, placing of pipe, and backfilling shall be done in accordance with State of Wasnington Safety Standards for Construction Work, Part C, of the latest edition. The unit price did per linear foot shall constitute complete compensation for all labor, material tools, and equipment necessary fo- its complete installation; including excavation, placing of pipe, connecting to existing storm line, and mechanically tamping the backfill material. No further compensation will ue made. 2-18 KANN0LES Manholes shall conform to Section b3 of the Standard Specifications and the Stano.rd urawing as per these Special Provisions except as modified herein. Manhole c.uvers siiall be Olympia Foundry No. 5920 7" depth, Style C, or approved equal . The location of manholes shall be staked in the field by the Engineer. A minimum of one (I) course of a" wide crick shall be placed under the frame for adjusting. The bid price for manholes shall be full compensation for all labor, equipment, materials, including adjusting frame to final grade, and all incidental co. necessary for furnishing and placing manholes. , 1 } Page 6 Technical Provisions (Cant, 2-13 CEMENT CONCRETE URIVEWWAY (Cont.) Material shall be standard 14 day rlass 5 (1-1/2) Portland cement concrete six (b) inches thick. The unit price bid per square yard for cement concrete driveway shall be full compensation for all labor, equipment, materials and all incidental costs necessary for furnishing and placing cement concrete driveway. 2.14 ASPHALT CONCRETE DRIVEWAY REPLACEMENT Asphalt concrete driveway replacement shall be used for all asphalt driveways. The material shall conform to Section 34 of the Standard Specificatio,.s. The unit price bid per square yard for asphalt concrete driveway replacement shall be full compensation for all labor, equipment, materials including 2" Class "B" asphalt, four (4) inches of 1-1/4 inch (-) crushed surfacing, compacting the subgrade, and all incidental costs necessary for furnishing and replacing asphalt concrete driveway replacement. 2-15 WORK ON PRIVATE PROPERTY The Contractor will be solely responsible for all work done on private property in connection with adjusting existing driveways and sidewalks to meet new street grades. The Engineer will obtain any necessary Rights of Entry Agreements that may be necessary and the Contractor will refrain from performing such work until so ordered by the Engineer. The Rights of Entry shall not relieve the Contractor from normal liability obligations. The unit trice per cubic yard as included in Section 2-3 UNCLASSIFIED EXCAVATIOW shall constitute complete compensation for materials excavated from driveway and sidewalk areas on private property. 2-16 SAW CUTTING The Contractor shall saw cut existing asphalt concrete pavement and cement concrete pavement where shown on tree plans or as directed by the Engineer. the oeptn of the saw cut shall be a minimum of 1-112 inches and such additional deptn as may be required to effect a uniform break. The method of saw cutting si.a.l be approved by the r.ngineer. The unit price per linear foot for saw cutting shall be Tull compensation ,✓ for all labor, materials, equipment and incidentals necessary for the compaction of the work as specified. Where methods of breaking other than saw cutting are utili?ed the saw cutting payment shall not be charged, 1 3 y' 'n Page 5 Technical Provisions (Cont.) 2-10 ASPHALT CONCRETE CLASS "B" (1) spnalt concrete Class "B" snall be in accordance with Section of the Stanaard Specifications except that joints between suc. —Ava layers of asphalt concrete shall be laterally offset a minimum of twelve (12) inches. • (2) An Asphalt tack coat (SS-1-) shall be placed in accordance with Section 34 of the Standard Specifications. The tack coat shall be applied to all existing pavement surfaces, asphalt or cement a and between successive layers of dsphalt concrete pavement. The tack coat snall oe considered as incidental to the cost of the asphalt concrete. (3) Asphalt concrete pavement Class "B" shall be used in layers of 1-1/2 inch each. (4) All incidental asphalt concrete shall be paid for at the unit price Did per ton for asphalt concrete "Class B." 2-11 CEMENT CONCRETE CCkB Mt) GUTTER Cement concrete curo and gutter shall be constructed in accordance with Section 4U of the �tanoard Specifications and shall conform in shape to Standard Plan No. 1 except that it shall be constructed of 14 day Class 5 (1-1/2) Portland cement concrete. Law cur, poureo in front of driveway and alley returns may be poured with the curb. Payment shall be measured and paid for as cement concrete curt, and gutter . The unit price per linear foot for cement concrete curb and gutter shall oe full compensation for all labor, equipment, naterials and incidental costs necessary for the furnishing and placing cement concrete curb. 2-12 CEMENT CONCRETE SIDEWALK Cement concrete sidewalk shall be type "B" and shall a constructed in strict compliance with Section 42 of the Standard Specifications and as shown on plans. The unit price per square yard for cement concrete sidewalk shall be full compensation for all labor, equipment, materials and incidental costs necessary for the furnishing and placing of cement concrete sidewalk. 2-13 CEMENT CONLhTE DkIVEMAY Cement concrete driveway snall oe constructed where an existing cement concrete driveway is being replaced, at all driveway openings where a new sidewalk is being constructed adjacent to the curb and where directed by the Engineer. Tney shall of constructed in accordance with the plan. „a Page 4 Technical Provisions (Cont.) 2-9 ASPHALT TREATED BASE (Cone.) The asphalt treated base snall be a hot bituminous plant mix material. The material shall ue made in conformance with Sections 34-3.03, 34-3.03B, 34-3.04, 34-3.05 and 34-3.06 of the Standard Specifications. The asphalt cement shall be a paving grade asphalt 3.1 -100 penetration. Los Angeles Wear, buU Revolutions, A.S.T.M. Designation C131 40% Maxi inum. Sand equivalent (Section ',) 35% minimum. The aggregate for asphalt treated base shall meet the following test requirements: The mineral aggregates, when combined in the designated proportions and mixed with asphalt cement of the proper grade and quality, shall meet the following requirements: Stabilometer value (Section 6) 20 min. Coliesiometer value (Section 6) 50 min. Modified immersion compression test, % retained strength (Section 6) 70 min. The materials of which the asphalt treated ease is composed shalt meet the following gracing and proportioning requirements. The percentage of aggregates refer to the complete dry mix. The percentage of asphalt refers to the complete bituminous mix. All percentages are uy weight. Passing 2" square sieve 100% Passing 1/2" square sieve 56%-100% Passing 1/4" square sieve 40%-78% Passing U.S. No. 1U sieve 22%-57% Passing U.S. No. 40 sieve 8%-32% Passing U.S Wo.200 sieve 2%- 9% Asphalt (% of Total Mixture) 2.5%-4.52 (The exact percentage of asph It to be determined by the Engineer) The unit price bid per ton for asphalt treated base shall be full compen- sation for all laoor, equipment, materials, and all incidental costs necessary for furnishing and placing the asphalt treated base. , SO 4 Page 3 Technical Provisions (Cont.) 2-6 GRAVEL FOR PIPE BE'JDING - Class 8 Gravel for pipe Deciding (pea grave) shall have I" % passing the U.S. Standard 3/4 inch opening and not more than 3% will pass the U.S. No. 200 (wet sieve) , 0-8% will pass the U.S. No. 8 sieve and 95-100% will pass the U.S. Standard 3/8 inch ooenino_ with a minimum sand equivalent of 50. Pipe uedding material shall be 4" deep. The bid price for bedding gravel per ton in place shall be full compen- sation for selecting, transporting, implacement, and compacting the bedding gravel. iio further compensation will be made. 2-1 SELECT TRENCH BACKFILL Select trench backfill for the pipe shall consist of crushed or naturally occurring granular materiG' from sources selected by the Contractor. The source and quality of the r,terial shall be subject to approval by the Engineer. Select trencn o -kfill shall meet requirements for bank run gravel Class "B" as outlined 'n Section 26-2.01 of the Standard Specifica- tions. The norizontal limits for measuring select trench backfill ii place shall be the side of the excavation except no paynient will be made for material replaced outside of vertical planes, 2.5 feet outside of and parallel to the Darrel of the pipe and not the bell or collar. Any !xcavation in excess of the above requirements shall be replaced with the native material or select trencn Dackfill, as directed by the Engineer and at the Contractor's expense. The price per ton shall be full compensation of selecting the source, furnishing and placing the material as outlined in Section 26-2.01 of the Standara Specifications. 2-8 CRUSHCU SURFACING CGUkSE 1-1 4" Crushed surfacing course, (1-1/4"; , shall meet the requirements as out- lined in Section 23 of the Standara Specifications. The Contractor shall select the source, but the source and q.:ality snall be approved by The Ennggineer. Where additional fines are required the Engineer may require 5/8" - meeting specifications at no extre cost. The price per ton of crushed surfacing shall be full compensation for all incidental costs necessary for furnishing and placing crushed surfacing, (1-1/4"). 2-9 ASPHALT TREATED BASE The asphalt treated base shall be placed in one lift and to a compacted deptn as shown on the plans. Tne material shall be placed with an approved paving machine employing those methods described in Section 34-3.U1, 34-3.06 and 34-3.09 of the Standard Specifications. a Page 2 Technical Provisions (Cont.) 2-3 UNCLASSIFIED EXCAVATION The price per cubic yard shall constitute complete compensation for materials excavated from the roadway and use for roadway fill or wasted, whicnever is determined by the Engineer. The location for any waste disposal to be as specified in Section 1-18. Asphalt concrete, asphalt and cement concrete driveway, sidewalk and driveway excavations, cement concrete curb and gutter, cement sidewalk and existing drainage shall be considered as part of the roadway excavdtion and will be included in the unit bid price for unclassified excavation. Any excavation beyond the limits shown on the drawings, unless ordered by the Engineer in writing, snall not be paid for. Payment quantities will be determined from cross sections made by the Engineers before excavation. Records of the Engineers will be availabl,. for inspection by the Contractor. 2-4 BANK RUN GRAVEL "CLASS B" Bank Run Gravel "Class B" shall conform to Section 26-2 of the Standard Specifications and shall be used where shown on the plans and where directeo by the Engineer. Bank kun Gravel shall be compacted to 90% density, The unit price bid per ton for Bank Run Gravel "Class 0" shall be full compensation for all labor, equipment, materials, including compaction and all incidental costs necessary for furnishing and placing Bank Run Gravel "Class B." MECNIWICAL TAMPING Mechanical tamping shall consist of hand-operated mechanical or pneumatic tampers as outlined in Section 15-2.01A of the Standard Specifications and shall Lie required where called for in these specifications, on the plans, and where directed by the Engineer. Mechanical tamping shall be considered as incidental to the construction and all cost thereof shall be included by the Contractor in other pay items within this contract. No further compensation shall be made. 2-5 WATER Water shall be acquired and placed in strict compliance with Section 16 of the Standard Specifications. The unit price bid per thousand (M) gallons of water shall be full compen- sation for furnishing all labor, materials, equipment ane doing all the work incidental to furnishing, hauling and applying water as specified and/or called for by the Engineer. r nOAu I!-PWVEMLHT TECHNICAL PROVISIONS SECTION II TECHNICAL PROVISIONS ■ 2-1 MOLILiZATION This )id item snail provide compensation for costs incurred by the Contractor for moving equipment to the job site, securing suitable storage areas, providing a field office if desired, providing sanitary facilities for the workmen, rotating equipment during the project, and removing all equipment and facilities from the project area upon completion. The lump sum bia for mobilization shall be full compensation for all labor ano equipment, and all other costs necessary for the Contrar.- tor to perform mobilization as specified. Partial payment for this item will be paid only when the Engineer determines that sufficient progress of the project warrants such payment. 2-2 CLEAkING ANO GRUBBING The lump sum bid for this item shall constitute complete compen- sation for all labor and equipment required to remove from the site all such items as frees, brush and items of a similar nature which must be removed in order to construct the new facilities to the design grade and cross section as well as complete compensation for all labor and equipment required to remov from the site all crush, roots, stumps and debris. The disposal of all material snail be the complete responsibility of the Contractor. Any sal- vageable material shall be the property of the Owner and shall, upon removal, be immediately loaded and hauled to the Owners designated yard and there shall be carefully unloaded and neatly stacked or stored in the area designated. The disposal of inflammable material such as trees, stumps, brush, etc., snail be the responsibility of the Contractor. There shall be no burning on the job site. The Contractor shall oe responsible for all arrangements, maintenance, and clean up of all disposal sites required for tree disposal of all inflammable and other waste material. There will oe no payment for overhaul for any bid item or portion thereof in these contracts. Nil bid items either dealing directly with, or implying movement of, any material to or from the project area )r in the project area itself, are hereby understood to in- F clut full payment for all movement of material. The u.. price bid for clearing and grubbing shall include all costs or labor, equipment and all incidental costs in connection With clearing and grubbing. s s Page 11 Special Provisions (Cont.) 1-32 FIELD OFFICE (Cont.) Sanitation facilities should be provided in the area of the field office to conform with Section 7.22 of the Standard Specifications. All expenses incurred in supplying a field office and sanitatiuh facilities shall be considered incidental to the project and no further compensation shall oe made. 1-33 LIQUIuATEu uMAGES Liquidated damages for failure to execute the contract as specified and in accordance with Section 6.08 of the Standard Specifications will be assessed as follows: Two Hundred Dollars (b200.00) per calendar day plus cost of inspection, supervision, legal expense and court cost! incurred beyond said date. The cost of additional inspection and super- vision shall be an amount equal to actual salary cost, plus one hundred percent (1004) for overnead and other indirect expenses. 1-34 AWARUINU OF CONTRACT Awarding of contract will oe based on total sum of all schedules of prices. No partial aids will oe accepted. Page 10 Special Provisions (Cont.) 1 .27 SIZE, WEIGHT, LOAD RESTRICTIONS FOR MOTOR VEHICLES (Cont.) The contractor is to furnish to the City Engineer a listing of all haul �+ vehicles used on this project, listing the vehicle number, license ^ nun.-.er, tare weight and licensed load limits. 1-28 SUBCUNTRACTORS iviU SUPPLIERS A list of subcontractors and suppliers that will be involved with this project srall ue given to the Engineer for his review and approval immediately after the contract has been awarded. This list !mist be received oy the Engineer before the contracts my be signed. 1-29 CHANGE ORDERS All additional work that requires compensation to the Contractor for items that prices are not included in the contract shall require a written change order before work may oe done. .ne Contractor Shall be responsiule for acquiring the necessary change orders that are required by any of his subcontractors. 1-30 SALVAGE All salvage material as noted on the plans and taken from any of the discarded facilities snall, at the Engineer's discretion, be carefully salvaged and delivered to the City Yard. Any cost incurred in salvaging and delivering such items shall be considered incidental to the project and no compensation will be m:;de. 1-31 CONSTRUCTION CONFERENCE Prior to the start of construction the Engineer will call for a pre-construction conference. The Contractor and h's Subcontractors shall attend the pre-construction conference, the time, place and date to be determined after awarwance of the contract. Subsequently a representative of the Contractor will attend a weekly conference with the Owner's representative *o review progress and discuss any problems that may be incurred. 1-32 FIELU OFFICE The Contractor shall provide a field office with heat, lights, and telephone in a central location on the job site for the use of the Engineer. The field office should ue of sufficient size to accommodate the inspector and one or two additional personnel; so as to discuss the plans or problems that might arise during construction. i r Page 9 Special Provisions (Cont. ) 1-23 WAGE SCHEDULE (Cont.) to be filed with the Director of the Department of Labor and Industries, Attention: Industrial Relations Divisior, 1601 Second Avenue, Seattle. Whenever practicable, affidavits pertaining to a particular contract should be submitted as a package. 1-24 SURVEYS Section 5.06 of the Standard Specifications shall be amended by the addition of the following sentence: "The Contractor shall notify the Engineer a minimum of 48 hours in advance of the need of surveys." 1-25 OVERTIME FIELD ENGINEERING When the Contractor performs construction work over the 6ccepted 8 hours Par 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 necessity of hav'-,o the overtime inspection, and shall notify the Contractor of intent and said costs will be deducted from monies due the Contractor on each monthly estimate. 1-26 DELIVERY TICKETS All delivery tickets that are required for the purpose of calculating quantities for payment must be received by the Engineer at the time of delivery. No payment will be made on tickets turned in after date of delivery of material . Payment will not be made for delivery tickets which do not show type of material , gross weight, tare weight, truck number, date, and inspector's initials. Scale certification shall be subm?tied as early in the project as possible. Each weighing station shall maintain a record of the trucks weighed, date and time, tare and gross night and type of material . In isolated cases where scale weight is not available, the inspector shall measure the truck volume and certify as to its full load delivery. 1-27 SIZE, WEIGHT, LOAD RESTRICTIONS FOR MOTOR VEHICLES 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 Edition and amendments thereof) in regard to size, weight, and loads of motor vehicles. Payment will not be made for any material that is delivered in excess of the legal weight for which the vehicie is licensed. Any gross violation of these regulations shall be reported to the affected law enforcement agent. � L Page 8 Special Provisions (Gont.) 1-23 WAGE SCHEDULE (Cont.) Inasmuch as the Contractor will be held responsible for paying the pre- vailing wages, it ii imperative that all Contractors familiarize themselves with the current wage rates before submitting bids based on these specifica- tions. In case any dispute arises as to wnat are the prevailing rates of wages for work of a similar natura 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 ana conclusive and binding on all parties involved in the dispute as provided for by k.C.W. 39.12.06u, as amended. The Contractor, on or before the date of commencement of work, shall file a statement under oath witn the Owner and with the Director of Labor and Industries certifying the rate of hourly wage paid and to be paid each classification of laborers, wcrkmen, or mechanics employed upon the work by the Contractor or subcontractor which shall be not less than the pre- vailing rate of wage. Such statement and any supplemental statements which may be necessary shall be filed in accordance with the practices and pro- cedures by the Department of Labor and Industries. Prior to commencing work, each Contractor and each and every subcontractor shall file a sworn Statement of Intent (SF 9882) with the Owner and with the Department of Labor and Industries as to the prevailing wage rate, including fringe benefits, for each job classification to be utilized. The wage rates thus filed will be cnecked against the prevailing wage rates as determined by the Industrial Statistician of the Department of Labor ana Industries. If the wage rates are correct, the Industrial Statistician will issue an acknowledgment of approval to the Contractor and/vr Subcontractor with a copy to the awarding agency (Owner). If any incorrect wage rates are included, the Contractor and/or Subcontractor will be notified of the correct rates by the Industrial Statistician and approval will be withheld until a correct statement is received. Each voucher claim submitted by a Contractor for payment on a project estimate shall state that prevailing wages have been paid in accordance with the prefiled Statement or Statements of Intent on file with the Department of Labor and industries as approved by the Industrial Statistician. Affidavits of Wages Paid (SF 9843) are to be filed with the State Treasurer, or the Treasurer of the county or municipal corporation or other officer or person charged with the custody and disbursement of the state or cor- porate funds as the case may be and two (2) copies of each affidavit are F' - wr.7Ek r��rtd � r ! AvE NF Avc N.r• -7 M y IV r, _ r 7 i r . CITY OF RENTON 3 GREEN '-- --FORWARD THRUST LETTERS BLACK 2 LETTERS -.--._--._....___.ARTERIAL _ 2:� ��CON___S__T_ __R__ U___C___T__ I.ON 24 f 4' -l CITY OF RENTON FORWARD THRUST FUNDS; - ,, $ 0009000 ___; 2„ __ JACK E WILSON CITY ENGINEER s1 6„ -GREEN BORDER BLACK LETTERS 2' GROUNO --4 t LENGTH OF 6° PIPE (FT.) 0 50 100 150 200 250 3300 350 400 �1 0 0 20 40 59 1 79 99 119 1 139 158 50 35 55 ?5 l 114 134 154 174 176 100 '0 90 F I10 1301 150 169 187 186 184 tl 150 106 125 145 165 185 195 193 191 189 • (nl 200 14i 161 180 200 202 199 197 195 1 193 • OI 250 F2:1 76 196 214 209 205 202 200 198 196 300 1 220 215 2t1 208 205 202 2001 196 =i 350 1227 221 217 213 1 210 207 205 202' 201 Z) 40C 227 : 222 218 214 211 209 206 204 202 J LIJ LENGTH OF 6° PIPE (FT.) 0 50 100 150 200 250 300 350 400 20 0 59 7S 99 119 139 158 50 51 5 75 95 114 134 154 174 192 190 U�j 100 I10 13T 15C 169 ' 189 209 210 ; 207 , 203 a' 150 165 185 205 224� 233 227 222 217 214 O 200 220' 240 257 2481241 235 230 225 222 250 275! 271 261 253 247 241 236 232 1 228 Oi 300 283 , 273 264 257 251 , 246 , 241 237 '233 T1 350 ' 283 274 267 260 254 249 245 241 237 LI 400 2631 275 269 263 257 252 1248 244 2411 W�J PROCEDURE: A Pressure Of 35 PSI Is Attained And CITY OF RENTON Left For 1 he Required Seconds From The Proper Table. The MaKlmurn Drop In Pressure Is I PS 1 For The kequved Time AIR TEST TAB" _E ENGINEERING DEPORTMENT r Pape M Standard Drawings Ti'" number YeW L._� y� y� to bl 1' Yd. l• 37� )t K � of 1 A r A Y >O ►, _ _ r n 0 Sns.Y l'/i ouwrmy Tv pe'q Ja.nfa{' is cc Type 'a ' I nmf„r•n 's to Va >, : .t�. �/! wEj�Fwpenfwn other.. •t a rRt fad b. i Jeint `a r N 1 •' I .A - f -_ 4 Is Trpe A Te,[YRnfd Edge SzcTw:+ A-A •>• S'dv.,olL,. Sec teen B-6 ( General Notes .-" gate aH uhllty pales,ineter bd.e_ .(nln4y_th.0( dummy •,o.nts mall be as sho»n above, efc,in sidewalk area Shall have TMv Jnnfs shoo olte uY pwced 1,1 !be sidewalk 1""',joint material (full depth) SecTWn oT ar�vewoyy f alley returns as pioceo around thtm before shown on Stondord vlonsns 7 to IS All Joints placing concrete. Shall oe titan ( *aged with on edger having a +'Radws, uomis shall oe i wsh «�rh fne f'ri"beci surface. Fermi %hall be ether «ooa s.%tefiand Shall meer' all ,enivirements of they* -apec,f.,ur,ons. Con`re tY.•.>no�l bt class V.oudv•e.;>Gfer furthar roautremants for forms, %Orin sening,ploc.hq,fmish�ng t .rwy o.No, Sc..% shoji be as outl,ned �n these Spea t.cd+wns. F /� _POymonf Cement Concrete Tyke'A',CamenF Cencrt#e 5de walk, per pua 'e vmrd. Sidewalk �Ty pe B,Cemanl Concrete S>de wulK par 94u into yard TyPe.A. 8 TYPe 8 I I �TVp¢ 4,jh.ckenea Edge for S�d*wa.r, par lima'faat Standard Plan No'14 ( S:andard Ura+crngs Page 223 Variable Private Valk e 1 Curb 6" Thick ',. Both Sides of Steps m > Property Line Private Valk City Sidewalk E Curb P L A N 1 4' R Private Vaik 1/4 Slope 6-a4 Bars �4„R S E C i I O N GENERAL NOTES : Steps shall be 4 '-0" wide , curb to curb , plus 6" curbs on each side . 12" Cement concrete shall be class 6(3/4) trowel finish . Slope to Drain Number of steps shall suit individual condi - tions , with tread and riser dimensions to suit the grade . Do not scale Risers she II be S" nin . J" max . , tread shall be min. II" max . 12". PAYMENT "Cement Concrete Steps" , per lineal foot including curbs , and shall be full compen- CEMENT CONCRETE STEPS sition for furnishing all tools , materials , equiptment and lab<.r, including all exca- vatior necessary (jr the completion of steps . Standard Plan No. 33 S'- O" � Z"THRO. GAL.V. STL. PIPE I TACK WELD ■ Z'SCREwED GAL-V. CAP /z.-Iq00s,CREwp-D -j - STEE'_ FLANGE TOP VIEW SIDE VIEW MAIL. BOX POST DETAIL NOTE : TACK WELDS SHALL Be MADE BY AN EXPERIENCED WELDER 6 EACH wELD SHALL BE GROvr.ID E. a3U1=FEO TO A SMOOTH SURFACE Ir THEN PAINT COMPLETE POST WITH ONE (I) COAT OF M@TAL PRIMER E ONE (1) COAT OF ALUMINUM PAINT .PER SECTION IICb-ZOZT OF APWA STANDARD SP�FICATIONS. 3. , rI r 1 MA.I box LL O. J 0 ix 1 / Iw z < / v 0 i oie" L Z vvov 3UPP0f[T(NOTE 2) %l A • e • • . ^ 4 0 Z.O.. 'a • j FCA Qa. Z I It QEQO 3 s9• �03 TYPICAL MAIL BOX _ a INSTALLATION DETAIL DETAIL OF AbDI'rIONAL. CONCRETE ' SIDEWALK A"T MAIL BOX LOCATIONS NOTE'S CITY OF RFNTON RNOINERRINO DEPARTMENT 1. MAXIMUM OF 'THREE_ t 3) MAIL BOXES STANDARD MAIL BOX ON ONE POST POST E INSTALLATION 2 Z`•r'"NOT REOD FOR SINGE MAID. SOX DETAILS. taONfd. _ w•Ta ��tai_I._•P..� 8 "- Page 16 Technical Provisions (Cont.) 2-42 RESTORATION OF PRIVATE PROPERTY Restoration of private property shall include top soil , grass seed (if required) , shrubbery replanting, ;na all private appurtenances restored to location and condition if so disturbed according to the plans and directed by the Engineer. 2-43 SPECIAL ACCGJNT • The funds in this account are to be drawn upon to cover special items as ordered by the Engineer, such as plant removal , lawn removal , fence adjustment, special slope contouring, special drainage connections, lawn reseeding, landscaping, special cleanup and other items not covered by unit bid price. 2-44 FINISHING AND CLEANUP Finishing and cleanup shall be performed in st-ict compliance with Sections 57 and 68 of Standard Specifications. � ti a9 Pape 15 Technical Provisions (Cont.) 2-37 MONUMENT, CASE AiU COVER (Cont.) The bid price per each shall, be full compensation of all labor, equip- ment, materials, including adjusting case and cover to final grade, and all incidental costs necessary for furnishing, delivering, and installing monument, case, and cover, 2-38 ADJUST MONUMENT CASE Adjusting monument case to new grade shall be accomplished by 1%thods ■ conforming to Section 53-4.03 of the standard Specifications. The bid price per each shall be full compensation of all labor, equipment, materials and all incidental costs necessary for adjusting monument case. 2-39 ADJUST WATER METEF BOXES The bid price per each shall be full compensation for all labor, materials, equipment and incidental costs necessary to adjust, water meter boxes to finish grade. Arj adjustment of meter will be done by the WATER DEPARTMENT. 2-40 BLUCK PRECAST TRAFFIC CURL CLASS II "TYPE A" Construction of traffic islands shall conform to Section 45 of the Standard Specifications and Standard Plan No. 26 Type "A" Block. Painting of the traffic island curb shall be required. Paint and painting shall be in accordance with Section 116, of the Standard Specifications. Painting of traffic curb shall be considered incidental to the job and the Contractor is directed to consider this in his price per lineal foot of curb. 2-41 TOP SOiL Top soil shall conform with Section 55-2.01 of the Standard Specifications. Immediately prior to placing top soil , the surface area upon which it is to be placed shall be cleaned of objectionable matter, leveled, raked, and compacted so as to provide a well-shaped and uniform appearance. Top soil shall be placed as directed by the Engineer. It shall be leveled, raked, and compacted so as to provide a well-shaped and uniform appearance. The unit contract price per cubic yard for "Top Soil" shall be 'ull compen- sation for the furnishing, hauling and placing of the soil in accordance with the specifications, whether it be for the full depth upon any area or an additional quantity required where removal and replacement of top soil resulted in a deficiency. i Page 14 Taduiical Provisions (Cant.) 2-34 RELOCATION OF MAILBOXES (Cont.) The Contractor will furnish all necessary material (lumber, lag screws, nail:) that will be required. All metal fittings snall be galvanized. New mailbox posts shall be paid for as a separate item. The unit bid price per each mailbox shall be full compensation for all labor, equipment, material, and all incidental costs necessary to relocate mailboxes. No payment will be made until after final relocation of mailboxes has been completed. 2-35 F.AILBDX POSTS Mailbox posts shall be galvanized steel pipe with threaded fittings as per City of Renton Standard Drawing as contained in these special pro- visions. After installation is com,, leted, the mailbox post shall be painted witr, one (1) coat of metal primer and one (1) coat of aluminum pairt as specified in Section 116-202T. Mailbox posts shall be installed as directed by the Engineer. (Note that more than one mailbox may be installed per post and that separate compensation is being given for the relocation of mailboxes. The installea mailbox shall be in true alignment, on proper grade, and plumb. The unit, bid price for each post shall be full compensation for all labor, equipment, material, and all incidental costs necessary to furnish and install mailbox post per Standard Detail as contained in these special provisions. 2-36 ADJUST VALVE CASE Adjusting valve case to grade shall oe accomplished by methods conforming to Section 53-4.04 of the Standard Specifications. The unit bid price per each for adjusting valve cases shall be full compensation for all labor, equipment, materials, and all incidental costs necessary for adjusting valve cases. 2-37 MONUMENT, CASE AND COVER The Contractor Stull furnish, deliver to the project site, and install concrete monuments complete with case and cover as outlined in Section 50 of Standard Details. The case and cover shall be State of 'Washington Standard Pattern. 1 i Page 13 Technical Provisions (Cont, 2-32 WATER MAIN REPLACEMENT (Cont.) removing of this abandoned main shall be considered incidental to the project and no further compensation will be made. The abandoned material, removed because of grade changes, shall be removed from the job site immediately. The Lontrartor shall be required to maintain drainage from his excavations. PAYMENT The unit price bid per linear foot for installing each size of C.I. Pipe shall be full compensation for all labor, tools, equipment and incidentals necessary to install the pipe and fittings furnished by the City. This includes the loading, delivery of material, unloading, excavation, placing of pipe, and mechanical tamping of backfill material. No further compensation shall be made. Select trench backfill shall be paid for as a separate bid item. Ina unit bid price per each "Fire Hydrant Assem.,ly - Installed" shall be :omplete compensation for all labor, tools, equipment and incidentals required to install a fire h. drant furnished by the City. Installation of "Fire Hydrant Assembly" shall be per enclosed detail. No further compensation shall be made. The unit bid price per each cubic yard of concrete blocking shall be full compensation for labor, material, and incidentals required to furnish and install concrete blocking. All costs fcr disposing of abandoned pipe shall be absorbed in the unit bid price for the installing of new watermain. Contractor to supply disposal site. All cost for disposing of excess and rejected material shall be absorbed in the unit price bid for the furnishing and installing of select back- fill. Contractor to supply disposal site. 2-33 COORUIHATION OF WATER MAIN AND SERVICE REPLACEMENT IN UNION AVE. N.E. Because of the various problems that will be encountered in the replacing of water mains and services in Union Avenue N.E. it shall be imperative that the Contractor coordinate all of its work with the City. The Lity Water Department shall have an inspector on the project during this portion of construction who will advise the Contractor of the necessary work that will have to be done to maintain service. 2-34 RELOCATION OF MAILBOXES The Contractor will remove and relocate all mailboxes that are affected by the street improvement project as per City of Renton Standard Detail as contained in these special provisions. This will include any necessary temporary relocation that is required. 1 r Page 12 Technical Provisions (Cont.) 2-32 WATER MAIN REPLACEMENT The Water Main Replacement on Union Avenue N.E. from N.E. 4th Street to N.E. 7th Street shall take place to facilitate the new grades that are proposed for Union Avenue A.E. The water main replacement shall be con- structed in two phases; Pnase 1 prior to grading and Phase II after grading has been completed. PHASE I: Phase I snall be from Station 21 + 49 (N.E. 7th Street) to Station 6 + 6U (approximate N.E. 5th Street). Upon completion of the installation of Phase I this portion shall be pressure tested and purified and upon acceptance of the new installation by the City, City forces will relocate the existing services to the new main, make necessary tie-ins to the existing mein, and then abandon the old main. PHASE II: Pnase I1, from Stations 6 + 50 (approximate N.E. 5th Street) to Station 1 + 18 (N.E. 4th Street), shall be installed after additional street grading has occurred. (The old main will be abandoned prior to grading.) Upon completion, of this portion the main shall ue pressure tested and purified and upon acceptance of this new installation by the City, City forces will make necessary tie-ins to existing mains. The Contractor should take note of the required cover over the main as noted on the construction plans. All materials except concrete necessary for blocking or select backfill material will be furnished by the City. (All fittings and accessories will be picked up at the City Water Shop and the water pipe at the Highlands Reservoir, N.E. i2th Street and Olympia Avenue N.E. , by the Contractor). Ail expenses incurred by the Contractor for loading, delivery of m' -01, and unloading shall be considered incidental to the project and no er compensation shall be given. Tie-ins to existing water mains shall be done by the City of Renton Water Uepartment in areas noted on plans. All construction must conform with Division M4 of the Standard Specifica- tions. The flushing of tnc new water mains during the purification and testingg in Phase I and Pnase 11 shall be done at the app oximate Station 6 + 50 into the existing drainage channel on the east side of the street. Prior to the abandonment of the existing water mains, existing hydrants shall be removed by City forces. The existing water main snall be abandoned in place only after all ser- vices and connections to existing mains have been connected to the new wain. The abandoned main will oe removed only in locations where it becowes necessary t-ecause of grade changes. Any costs incurred in the a x w.=r? i ,r Page it Technical Provisions (Cont.) 2-28 HOCK. RETAINING WALLS (Cont.) Each row of rocks shall ue well seated in the rock below and bedded by nand tamping the cackfill material so as to provide a stable condition for the entire wall . The unit bid price per ton of rock shall be full compensation for furnishing all tools, materials, equipmer.' and labor including all ■ excavation necessary to construct a rock retaining wall. 2-29 FILTER mATERIAL FUR RETAINING WALLS Filter materiel for rock retaining walls shall be crushed rock (2-112" minus) conforming to specifications for base course as outlined in Section 23-2.01 of the Standard Specifications. The unit bid price per tun for filter material shall be full compensation for all labor, material, and incidentals incurred in furnishing and placing filter material as per plans. No further compensation shall be made. 2-30 RELOLATION OF EXISTING CATCH BASINS ;r•tracwr shall relocate eristing catch basins as per plans or as Ed by the Engineer. ,tie or.' . bid price per each "Catch Basin Relocated" shall be full com- pensat,on for all labor, material, and incidentals required to relocate eristing catch basins including all necessary connections. No further compensation shall be made. 2-31 SANITARY SEWER The Contractor shall install 6" sanitary sewer where shown on the plans and directeb by the Engineer. The sewers shall comply to Section 62 of the Standard Specifications. The cement concrete pipe shall comply with Section 2-17 of these provisions. All connections to the existing sanitary sewer shall have to be done by grafting the new sewer to the existing sanitary sewc, manhole. It is imperative that the new pipe is mode to fit and the .pening is grouted in a workmanlike manner. The unit bid price pe• linear toot shall constitute full compensation for all labor, material , tools and equipment necessary for its complete installati .,; including excavation, placing of pipe, connection to existing sanitary sewer, and mechanically tamping the backfill material. No further compensation will be made. Page 10 Technical Provisions ;Cont.) 2-25 CONCRETE PLuuS Concrete plugs small ue installed as shown on Flans per Standard Specifications, Item 62, with grouting to form a permanent seal. Installation of the plugs shall oe considered incidental to the project and no compensation will be made. 2-26 LONA CI M6 TO EAISTItiG CATCH 8ASD6 OR MANHOLES Where snown on the plans, new drain pipes shall be connected to existing catch oasins and mannoles. The Contractor shall be re- quired to break into the structure, snape the new pipe to fit and re- grout the openin3 in a workmanlike manner. Where directed by the Engineer additional cnannelizdtuon will de required. Tne unit price did for eacn pipe connection to an existing catch uasin and manhole small de full compensation for all labor, equipment, material , excavation, and all incidental costs necessary to connect new drain pipes to existing catch basins and manholes. 2-27 INSTALLATION OF CONCRETE STEPS Wnere snown on plans oar directed by Engineer the Contractor shall install cement concrete steps conforming to Section 38 of the Standard Specifica- tions and Standard Plan 33. Handrails as shown in Standard plan 32 shall be installeu when shown on the plans or directed by the Engineer. Tne bid price per lineal foot snall be full compensation for furnishing all tools, materials, equipment and lauor including all excavation necessary for the completion of cement concrete steps. 2-28 R, CK NETAIWIhti WALLS Nock retaining walls snail ue constructed where shown in the plans or where directed by the Engineer. Rock retaining walls shall be con- structed of two-man and three-man rocxs ranging uniformly in size from 300 to 600 pounds and eUU to 1 ,[OU pounds respectively. The rock material shall be riard, sound, durable rock free from segre- gation, seams, cracks or other defects tending to destroy its resistance to weather. The retaining wall shall oe started b excavatin not less tnan o inches or more than foot in de th oe ow the si ewa. su ra e `F in excavation sections Or not e55 than nC eS or more than 00f In dept a ow the existing ground level in embankment sections. Extreme care small ue exercised by the Contractor in all operations so that there is a minimum of disturbance to private property. Rock selection and placement shall oe such that at least 80 percent of the exposed face of the wall is rock. i 1 iM f i r - L8F6Z lrls u ik 3!y and .vci�fi Z� t r� } /a£t t13,t3� - r , >b A LA h✓DO N w.4 TER /7Ri%Y o"J UN/e"V Ile /►cE'- /toR covrT/c.r-am ,a ci A. r—r ANC GRNr�cLA wP'i}r//Ek - Coa G- Y'C.L6A7t /Yla7t !/�1c 5 ciSCD L"1Y,7x r4- r�i4�tnR �',,vc Crams r r X 3 !eLYS iygcN - SET i" 7.r. Att No re Av R P,PJ v,.,rl NRt� AT fvTVTC D-;Td Gf6'S w r a I . ALA Ay tv STA, 06t9? ; - /Z"mj-- G,<"f. ✓r?t of ':� S'rA oatas, TQf ti L" fin^e v�e vE rr 6 Al- 4TJ4Pt0it o,iE rLoR rarvRE PF'av/S�b^J LaN a T✓. Sr£c/_ M:7ii�/ atF /< 'CI w� ri r'. n _- v' Y. r8 � '�a G 2/-7i a Tc ry+ E T/E / v a v vq'rE C 1, 3'�� . o v uti/o ro ve „U y✓Ne re �. i rsrALc Asow c'Y c/ry FaF cer ,4 con,TOO.n � ro n€CY r r/ATt:'R/y)C.S U1SF� - WO, �Zrly i IVor4 - Con T� t;7oR < 1/.� Iir• < /rY foKreg Ca v�-�c'F �1Ra rf S rtA ? > 7/ rri s'rA t 37 1 _-ram lNsrntCE17 .C�'r ��Ty t2"i7:� arATt-fi. PlRiN [��- ro.QGk$ S7"4 - CaF/r1tN�.�'�� j/r, Its%ram" rf.J. to Li.D S1FdvF A s 3u,�T of c r sn .i Al �r z r~ Al I LA/-301 EQu/p;nEr✓F'- r fit ; E fi Hop f - I �H^ i> l G (i f4 l N f C 1 MA"T F�ii1 L:: '✓SEA— �.✓. O. JSI� ._; '.� � �4: ✓^'heLE T'o F'tAf, S7ATI0N , M, A� PAS * yroFS Y'oA> i t j >, C v , i r Z NE 12rN .5'C r io NJ GAT£ VALVE Ati3 o" c 71 �14 vat TF I i F" 'p G..j 4 ,.. } ..a 'f; �a3f' � F6 ,x�; '�{s .��3 c _ `v�i� �._ �• �, r-� ..• t- ' N . d �.� a -y.— r is S✓ °�o •S N��L� (T ~H J) 1 1. J e.V,� �,ti n Z� J� 4' �1, 1W- � _. __. - -- - i�- - - - - - - y'�' �•3N err! -NoiNh >( GI =K� I� _ . - - -�s --z� � N- C � _�. LL 41, • t Ave ` 4 cr4 p;... . c . E n.=•_; i I •� 1 Ilf , Ry lit Q ,4NIe,N APE Sfq i3 t3/ c,z PYRE- r � O,JJ ,DRftsFq G�av�af 1 R I I U Cy 04 V Y4iY 4 � l'iya �� �•�[w'h ey� t 4� j'Y � �}` •,: a_' t Ms� ✓n �✓ t1Y. v � �ppA _ � 1 sd"^4` Skvf, GATE VA I- is `V j r {r ,z• Cr. w.�re,t ��.n;Ar 1' C�Rpo RBI Teo ti 5'aA L_. .�... + � ' �nt v ��.,n • � P .- a.. irk' P�tueF p£vr'i:.. z .f I 4t�k t 2Ih j"Qry vti'llDi vV �'d7TVW//t)/ 3��X$' NN1iDy./ i '� �roery/1 at _ f i I i d CE6 ass I aI� G i s N� ;l i P S ?- 71 To NEui /{ 7r /vz . CRC;.✓. u�,c. � 2sat ' �t• :. II /NOKAry ??vc- E f; r (r R V H A c I A BA R 1 w1/Q /14 r Yi Al v I-Z wo. 2Sf 111 r� n NoTe;- C^k4E�j) 7e .. £ 5�r✓r a Zoc..n7af01v Qf TP/A,F� �/NHS { AGAR p^IIl 0f/LL Jo LbU., 1GI, &V.4' 7' E v .. A/,'kr f' C ;b , n D I ro /YA KC �XIS'r�NG gCONNecT�dN ! YO rVIE ,v "ArCP J°t A:.•/ op., ate•. AVE Kf, AND N.6 GRc.,V- WO. 2�2rc hloRpr/ .BRfl'ove CrRa NAG LA BTZric E N/dFHErFR--�Q/4 .` Akt7S-PART P1A�£RLAts vS Eu-- l.✓.0 .7,i/v JC VAL.vE .y oY T np O a L y i NeTE - r r e YEFC , 'ArE 4 MAI�v j PASSES I+W AE A' /-•' Cp •.rcR ESE' ToRry C./ ,vE p Go CsAK ., , a jh tjk r�( n _ oC -- ---M t j } 1 W i TO /IAI�F �cOn:r;f rI/n,•,/ ?e NFw N . w A ER MArp,I A rVN/O I+,, �VE II iE�• AND W, - �t-0"A44A 1 /1.irE'p/A�s vs�p - V-7, 23fv 1m �r4 Gx /2" /y„a; S��.jl •'' Ems.-- `�"�? � '�� i AC 3 0144 AIR w a co J D rewsPalr� _ cAa�r 6ry WE", clisE OF ✓&ION AL•E � u , Ns tFG EP1/n^-:E' Ij� 7/F 51d)t &r AC LE r Fk"C4�•F+"r".: G�GA;rF vA4vr ,Ic E',. :`+Y "I ,j TIL:,<. .' `E 'Of'f M/i ?" •vRp• '.. t'eK 3cHno[. I ti ti /,Z.�.." _ < . . ., �. XR T• 3C ABA"Dov�D 26 SLEEVZr SNORT LENr..ThrS T - wnR?F,a TO ,h q7C h1 ' U LfFT /N ptA ` V� } ` e To eyAK c +Co To A N.D r).E ' r w.d. 23"26a GREW - hr VA R UR. 6REJOy ALLA /YA fER/A tyt` VS E G - it I i I Na I£ — Gfj�7-x3f1n 4n'pElt /2 ; S%a!r�_) a k I ti3 q t vrA Zr.t z9 a PRar [ivf ,/ Wit- 44 IYJ, 9;s^Bt"MAS rfjj;Novt cAZZ E pr,tYe 'aP - M.� K 4£ PWfOW AVE ,NE. �S /I GCS, vr'LX F1r9.N a' s .SN. To FtEG OGR TB "',�" �vV,21 TAk ne-r'E2 AA/D %Tf",;; vfgE" Fb,e f/o ry QYll f-'Ur .rGlYoo G. � R U,V(orJ A Nib Mo✓AN /YC d6 o.' CI-A �c 4 li Cool WJ § . ) y 6I U u:(J P `^e V rr f Y tD.;: ' 'z Tj j4, 1 Y M1 x L(� ��yy w d•n. Boy AI.L e- ;L : E /,, 7 Z./J) — M ovE' S1�� 1�+1Ch: ANC Orr pRovF x,y 6'ra z8'7k-00 J,fa �, fw SCHOOc- W A E R Af uK/tN AvE tom• w ra 1 AS ?U,-7j Tlft ocAr 13*1V nF ?" wnrC ' hFTER t w At NEW /�_• WAT cI•+AphlhN La4R$!•vK'. ` 4 ER is r� �NcX �- wAftrr . r TO 7Nq F✓ .Ofy ,J.«_. .+.,.9 ! K• rot'S i^. UNInN AVE N.E. "� �� W-355 ,3lv'?S el 1o^' , '7�XSW a/o1eVQ'V •,9 1 -7jXlW San-IVA 31Vo w7 -C �aXSN 931 -9 x„C7 � i . 6E�9S VtS -15 1 2' -7/ RA/N o N fC7wk'ry /.Zrif Ali, f sN No. p{eiro Fofe Ouyl GREW- r 'or 1"ZIeH:AR17S ��r e.,';v�, we'l r/ 4 r'7— h'EAVYRaNLf /62 /'F'cT 7yro�J wA7!'R /yA//V /2" *a Ne r;r YA rRYMoef fo uAp4o6 �Riliair i ♦ 1 R: ti h �1x y h 4 vvoTE— c"Pct 711 rr, c., /'IAA ry . 1t✓-TA44e,U '4,WP jW7- As ME% 7 rN ScNao: six'•. . s f ✓Srn r£ •1 1,, L•VOA;f;/ Alf � ti :max^f✓ �_° _'x„r'� )L7i6,41 \ 1 - — Ta )nY worNrS ( ' 1 c I -.Dols e/ .Ifl4 I A ti > '7. {ri,' ldr�a, a I �► a 1J LU � L 7d�trh! J�ts.� 12 .� C� ,► A S rq, ,75 /`Ts' UN/o A/ Aw- �l rn GnM/C6 �E NY✓R�a .J7 /N,r, '"�G G�1 tilt' G REW- .wo. 2S24 NiE"EYE N/L4 1 9 MA- CRr aL$ USC..f) W.O .o?.S/'f .. P.,r c.[ y rr 3�y, -r RED yl��,, r!t LJaG tfi (,ut f I , . _ . ,S' L�r. � , -,. . I -- _ /V �Y{. 'yaiVM j� Z'1 � �— � � —� �. 4Ti(tM� 3� sbfs£ vsS sr^ .dry+75� NYDRIv/✓r CoH�lCEy�EIj C PAP,MAN r1 ox M N $R v4.k r j anr& VAI, I OK L{iK ; �J.�•.JF hurt I �1 l3 „i,'c s�l3N -77 lO 1' n ♦.a 3nY4,�3avn WTirb& 3/1 r`3ii-auc� .1��vkQtiN frL<6'C �115 — y r! NEi ZTH �NEw- w,o, � S2C L'Xvice i i C.I. LV "� Li/1717/ i ♦ 1 ,r y �"�-_ ,ss _---_� z e„�� arasc3�Q � - d>^ M1L dN _ _ _ _ __ _ _" _ _ 'C i2 1 Z• I? `� 2 T, ( 7`a /yAKL� i- 11�7'iv6- CorvG�rvn;j �� 1( , 1O Ne"w.l i1 � r vbRirl: aN lgNJor✓,•1 vC Lft S�"•. $, :(r � CR : +r{E�, ". }✓_ , � G n lY�t7 Ar.,V?/AG � t✓.��E � ._ i �V.0, 2�. ve-��r.r, f' y ' oK L u+4 h i i F.._.07� : r� „Z7 rAl ..9 � i a Or�� r1S' I i 1 S � fi Y 3(o7t*.7 _^1 I _ VNS_N AVE NE4- —�- -- i 11 f-T CC WA'tE-A �'lR�n/ � 1 r-. j � � � _... _RLn�on SficFir�,y Cehle� dtJecf�r✓ ,/v,, E. sr 3 let / QG•/ Af fIeed xM. p"Ve ic,/• All- fee- - _... Mev'c�♦ b • �.tf � f yx G' Re:. 2 s3"Fe hJs t y" G. x WAr17' //A/N ON U/:,rDN iIVr N,.E e 6g w n H& yr t _ � a CHAP 17AN— ,t?AK. iR N 0 lt4 N — A�',/1 RT W F'4TH4•i't SUA,'"y •4 . a� v / 96' VIA R - � /� /!1/�^'�,.5 �"/,�" �✓� �� ail 9 �?�.- Ilk f N it d• � {. ..•45. I a � L •ter ,. I �y wt ti q Y i fo , . \\ c- f . - � �aA�p m c %2� : ayayd .rz : Q,4 r wzz . *� � �% � z / , � & < � ± a • . . =t* . . � � \ / a y \� > y y y� . f . / »\ � � y \§> \ � § ) ! .... Wes ... `�r CA "4- C .l h Z/y !TYTen/ , ;P/P!Fry a / 6 G.V, � / — 6 (f✓. ... , V i , � ' i � , a,�i �.* r a`". y 5� 1 � i;fir ` n ° r' �� ��. i r 7ax_c�,l A9-,9 � --�,�`— -sc+9F b1,5- fr .�,.__ _-- --------_.� \1 �o � ` � �'--^�� Cy 'A W � � M ^ 7.lXrN -n9 ..9 � � � 7�'X nl+r .ass .�aC-,a. °� � S6t�' vt� �� ` ' 4-5-7/ uh-3o/ /3" C.Z, wwArFk PVA/gr ON (/m/aN AYE -- _ Nk. 4A4 rui6L A/ /•7 LN rVe t9�irnFNr- M.pro G4E �- u7 fr C JKE W- Iy r N/t H[ Yc /! /rc Leea /20rzA N 3// CtE7 / 2"ClrrroNWArth' /1A✓,v rr }'ARPL P/T R 0 A✓ 2" X Sc" rEF /asXFL GArF JA4-1/E NJ-x fL / — `t' If'/Nrr CsASt('FT •r1 � . G" (;ATE ✓At.vt `.. PAp r*A. m T X FL /G" - - +")c 3 AYAcN G et rs Rriva (r uAvrs kA4v,- eon eorroryg /Vole Ga0.(i QAC�'flkrL t{ ti y, t i n_ 7i xru kol avQy ..9 7iXrN WAD .,i 71 •A'� .1 ,r iNvuQ,cN roe I � ti Ph v w hb 4— N- 9-6-T/ w-3ot VNiovy .l QEtw['EIV i.2t// Nn tE. 4 Avi Eyfli!nE r✓t�_ ' He I7o D-a fc CA ✓ D.N,4 c CHAPM r✓ SRUCE Oaf N/EME7ER 11c� LEoD � ' "`,��,w�,bs: HotAhl � j A r W FryT ^ d ' � r 307 fErt /4"U" /ftN WATE),' /'�rX TEF NJ-)( FL X J' /YAc N Zo L-S Is \. v i E '� w^7Elt /�y prlcH t +fit-•-- -. __ � _.. _. � _ _ __ �1N10N AVE NE_. _ � _ l �r a 12"ri m r3r PHJA FL to 4 t,*zF vnLve- FL 2 - - �yarvc YyEw SC M�� "fTFR $oX f'r i �f 7-,'1 12.''C:I. wrq>•El2 yft,.vJ v '✓,�/�c,v rq✓F NE /'1 oP,ro C`S.S CaEv 9v yp 39 \ c 1J CR E'w - CHANH,i N/EMEYF/Z 1?/i(i c..lr HoR.4N f�vHALL.,, y ,fr'i r'is'oUR HALLf . . E'/C / R l",q m o t f+044?,r w EA r8 I've 7RlALS US["33- y , P-t fE�'r /2"Cr,. rrron/ •,,r,are;c - <' - C" GGArE ✓AL VE'S - FL Z - CrArE ✓ALvE• PoX L'or,-avS 6Y4 " /VEDuCEIt H:Jr xFE. 6" AA.APTbR /is x FL Zo IA It'{7.t P/r IfVA/ No rF- k r . •r' y t p Ati. Y 'K1 r 'rC ne //p , UlApjy AN U � PNrCiP( /10PAA/ DFr Ali I r44 fE"All rT 'ta'✓ rli�F— //'^i`FET C,S o/f'E /-3` YYToiv /�[ u.i 1 A'aAC SyARI t i� At 9n H//.r/ olAreIt rASLIF /ice 7//1 - ARCA r rtcvNA wArER) y, 1 q h UN/C.v A vE 'VoC, h CT /VAIN' v.I FL n� rrY re A' A4L F , r r h } �MiL/,Ps NiE ^-f e,M /-I l� r c L r If!F'IC R .. w.«ADS nc Le oz M ' I ! HEAv t Y RA/iti 271 Seivey r 1tnrF 4- vse.se.0 wa, /- /z" x 6''Tci'' n.r xf� IQ X FL �Z Y�7QJ5 V E U.:r I to MS �1 /-sir Prr 32vtJ ire cr f�lee Na I-, VCRYt urLoNby V1t<i/ iN f/�f Nwr` Yp REC.HLt I faAI . 4 � o ` i1 2 Ave maxFLR HJXTL JMJy FL 1-2 A '7 PFF To 3.25 .7/ WATER A'yNin, nni Uiv /a1 ` No, To I'-Clt' No L' r + act- n IVICM4r6P At LE' .1 %-ova: act r+ BA k ,4 R i R rcHA,RDS WEAN/fER -7 ,SUNNY P7Ar[RYA4S t^S£j — W.O, .2d/ft J X J� '3l;t Y.3 /7A}c P SI Z 7-S 8 X2 Y4 4Us L'nY i o F! A .A. r!_ �" c.oRP sraP 1" GALV cAIp .'t4g FEET /.Z" rrraN YA -a D-5 01 r Kti ✓ wnrtq MNN ra rows �t�tD Nif' ! yo rF OA) 4"ir ."r118 pvT vF Gr' Cn i,. 4AN. ccA Loti n:(-c rear. Pr1.LfED vrLDER Z"Cr.tS MRin in I j Il Hj..00 1 _ CtJV AP T. r � � t d xPh t7 U {� a ✓E- 4 C,45E.' aft G Raw 4 OF I � i r�•cf. JirE,.r WEw TNF...Xi — h'a;iv , t wi,yiU ,STo/ y /YS FEE r w /;z " Q L O y Y ro n. y x 6 MrX 're- F r r X3 , Le.X Ea�rai> c Nn7F �— WORKE.L a Z vi a /2 C T C.rTln' !7A �y W t4 i � x " 3 <9- 71 '^ w•'TL"R /f/I,iv oN {„v�eN �C•F N� L�F7'YIdFN f�✓. Irr Fx/r ar- c-s9 C 7 4fE(.✓_ � L C Nnd PjAN eA/{Cu ,e \�j3 N/C,yErER CrR�NRC� � rYo Rely All c RIc rtn Kos wa1T/I Eet PG?2rgi1.S of Rn,iv —9✓.(v hArER/At5 vsE.7 _ _ ;. . `r`f s'ccr /l, C.F f/acN Wq 7C(t r1A(IV j - NJ/C rG j J"av W-41" X -3 Pi,c rs [Got rs v / — /.Z" l-';ArC vAc v£ )&I(- X f L / — 6-4r4 v^c.,v/r Bon Gury PCfrC 3 ' C9 K Lu Nor4r- p s/cn �•.,rt7e /YA,A/ to CLEA It;' o �1- /YA De-A TAP A' - /7TW tF (/,vioA/ FO riSC FLR RCc.NGgRIii•MT,oN yr' i '61> SfARrCD .$fA JY LJ r 57A 39t78 Gl!- fLX FL rI7JC fG ^L!?P'GR-T —N -� x hb y sr^R Sq St a I �f sr� 3ynso rs' rfE ho Xr,� $^ GATE i ALve -- FG V �" AaL+PTiR FL X/YJ 2 ry OT" TC Sc ALC 3-� -7/ u' 30/ /2" W117C9 yAlev ory vrv/a/v A�C/uE• tSCr✓✓srd /ZNo t `Ft'* A/e HarTc C N!✓ 11✓roP n, c1Sf FO{o Dv vo 1 C Rf�✓— CNRYPrA,/ BAR& uR /V/G.fEYC-/t Cr INN NA LC-A Mort '4N i wG.ATHCR - O✓ERc qsr .r RA//V MArER/AL,I Us E� - W-U. Z„f7 y} r ' - 1( /;X„ xB , lEE yJ' XFL `Arc ✓AL.✓F r ' ADAPTOR Ml X FL :2 3" R/AVC� rArlrE)'S oe f" /Y A C-N I.'a c r's ✓,. OoA S/C C 4r {fc ✓ r /03 FEEr /Z"C, rYro ✓ WAtci' HA n 3c 7/ Nc rF - /t�1VL--' Tn R�'Ho✓B /2" c� ,,.�Rt-n gra R y DRA//V AS wC co,vr/NvE/ il: /r /S /A/ SAME DIM& vi- 3^/ i 42" nr t/ /Z ro,d/l t' i �qu�wnE.vr_ - � q CA.S C'. GRc ti — ry N � N r¢ roE PA AWO R A w E.4 TN E."R _ S4/n/N y RUN s i rtoPF_ , >c r✓ SrtRm 4/ tif . Ovk lP17rl�r � I yE:ti yE y w,,l r t SN. t o raCE ir'74AY/6N . ti W Page 12 (Technical Provisions Cont.) 2-32 WATER MAIN REPLACEMENT The Water Main Replacement on Union .Avenue N.E. from N.E. 4th Street to N.E. 7th Street shall take place to facilitate the new grades that are proposed for Union Avenue N.E. The water main replacement shall be con- structed in two phases; Phase I prior to grading and Phase II after grading has been completed. PHASE I: Phase I shall be from Station 21 + 49 (N.E. 7th Street to Station 6 + 50 (Approximate N.E. Sth Street) . Upon completion of the installation of Phase I this portion shall be pressure tested and purified and upon acceptance cf the new installation ' y the City, City forces will relocate the existing services to the new main, make necessary tie-ins to the existing main, and tnen abandon the old main. PHASE I1: Phase il, from Stations 6 +50 (Approximate N.E. Sth Street) to Station 1 + 18 (N.E. tth Street), shall be installed after additional street grading has occurel. (The old main will be abandoned prior to grading.) Upon completion of this portion the main shall be pressure tested and purified and upon ozeeptance of this new installa+ion by the City, City forces will make necessary tie-ins to existing mains. The Contractor should take note of the required cover over the main as noted on the construction plans. All materials except concrete necessary for blocking or select backfill material will be furnished by the City. (All fittings and ac:.essories will be picked up at the City Water Shop and the water pipe at the Highlands Re=ervoir-N.E. 12th Street and Olympia Ave. N.E.-by the Contractor.) All expenses incurred by the Contractor for loading, delivery of material, and unloading shall be considered incidental to the project and no further compensation shall be given. Tie-ins to existing water mains shall be done by the City of Renton Water Department in areas noted on plans. All construction must conform with Division B4 of the Standard Specific-tion. The flushing of the new water mains during the purification and testing in Phase I and Phase II shall be done at the approximate Station 6 - E0 into the existing drainage channel on the east side of the street. Prior to the abandonment of the r,,'.ti:;^a water mains, existing hydrants shall be removed by City forces. (17T OF RENTON -UTH IES DEPT. TREASURER'S STUB 200 Mill Avenue So., Renton, W.shing}un 99065 RENTON UTILITIES DEPT. Phone 215-ZS27 LLEAS RETURN THIS STUB WITH RE2MT1'ANCE MAKE CHECKS PAYABLE TO CITY TREASURER DATE Bert 17, 19-,1 i00 Mill Avenue .,o., Renton, Washington 98055 SUNDRY SALES BILL N" 3101 SUNDRY SALES BILL N2 310 t r r City of Renton City of Renton Engineerin Dept., Engineering Dept., L L AMOUNT DUE 77.67 wo 2532 I to adjust and reconnect to new main services on Union Ave., between 4th N and 12th N.E. Union Ave., 14. E. project i i Labor $ 3,747 61 27% fringe 1,011 85 - nat'1 2,297 85 Equip 1,54E 44 - f 10% O/H 374 76 S 9,917 67 - }nk 1 ' r i l S.S.BILL N'_ 3101 i ► s CITY OF RQITON— UTUJ= DFW. . TREASURER'S STUB 200 Mdl Anmae So.. Renton, Weshington 99055 RENTON UTILITIES DEPT. Phone 235.2627 PLEASE RETURN THIS STW WITH REMITTANCE MAKE CHECKS PAYABLE TO CITY TREASJRER DATE Sept. 17, 1971 200 MiH Avenue Se., Renton, Washington 98055 SUNDRY SALES BILLN 3095 SUNDRY SALES BILL N2 3095 u f �— City of Renton City of Renton Encineerina Dept., Enaineerin9 Dept., L AMOUNT DUE $ "30.43 VO 2550 Additional work on services in Onion Ave., ncrth of 4th :forth Later $ 312 59 27♦ Benefit 94 39 mat'1 124 313 Evip 73 1 10% O/H 31 L,5 $ 630 143 r s.s.iuLL N' 3095 t a UNION AVE. L. E . BID TABULATION SHT. 2 Cee�o• p D.L. PAa.Coos. Tw-STwre lien CausT. w•o Twnr Meas 56T .•w•' AJ 6f UJrt Gn u o oe 25•v0 So.oo /0.7/ 25.00 Zo•eo 40 00 30.e0 J So oo Go.eb 50.06 50.oe [A.+. Caar IG�+.e Sn.oa be.oa 4S co 1.70 �, � Gu m Zf.eo ZS•oe 40•0o 1 •7 35.e0 30•ee 3e.ee 38 ao i Jad; 00 IS.00 zo.oe zo oo pJJ. llkh gnu 8 eo ZO•e0 30.ea 7.45 3° S,00 b�So 13.77 G.�e b•e a 7•00 /000 Tep Sei.( C. yJ. S'oe 7.1 S 9,ee B.So G�37 9�00 'G.ec T•oe IO�oe oo 8" ^,+.c S.P•« '...� �ml (n.ze /e•oe 6 0o S.Sq 8.ao 8-00 $. i. go 20•co 4•0o rdSl /0•00 13.5e Ihco tO.00 g" .C•f• l.(`c 1,:. 5of s.00 So 3.93 S.00 4.00 fa oe 5.00 3cdd.�Gr..t T+� 4•00 4 400.00 5eo.00 bee co 340." 4576.ew :25"on Scaoo SSo 00 48'Sw+ 44. 1J• Eo Z.so 2•957 2.00 1.40 Z co 3.eo 3So 5•00 G Iau 12"C.I. O� {»+ 3.00 Ise S.or S6S �•70 4So 2.04 2.00 Inz el sit.,c4. '�ad' 7S.00 IZo.00 ISo co lo.s r,..N'� en 7S•oo I o•o0 3oe.ee Io8•lt ISo.cc y o ce gc•ao loo.eo cw.yol. 4i.ee Ao.oe So.oe 4D.ge SOoo 3 .� (• e 750.0o JOee.60 ZBSo.ec IZbe.eo S00,60 loom-w 1,060,m IOee•eo r0000.eo IOcoe.co �O eoo.00 L.S /ocao.00 10cco.0of0oco. eo fooe°.°° fOooa.co 1 S 1 UNION AVE. N. E . BID TABULATION S,HT. L.D.L. qLe.C.4. Lf-31Jt Cwl.. %,C..d. W_Z.Als} M.n S! T pvq. rJcan Mclo llia�ro L_S• 11190.ZS 3Soo.0e 17-oo.eo 4S700o JooO.eo teemoo 3ooa to L-56040 Cim 9 6r„6. LS. 404o.co 1000000 87 Co.oa 5200.00 13000.00 bsoo.oc 14 oco.0o 17300.00 CrcI. E:Oa/ C.. U. 075 /.00 / 00 1.60 /.So 1.00 1-So 7.6o l� (0revel 8 Te.. o,tS Fos' 1110 /.63 /.VS / eo I eo / S0 lUa{t.- 40.4 2.00 9.00 400 S.So 4•oo a-oe 6.00 S.ve Selu1. R .l �111 Te eo 1.00 1,Zs 1.33 /- Zf l•So 3.70 2-3e �'/4•('reock T. 3.(L 3.3e 3.55 3-ZGQ 3 75 3.70 4.zo 3.2s AT3 C(ass'G" Te. 7.o9 700 7.06 J8/ 1.0b 7.co 9s A;#Wf Cba 13 7o. 9.vo 8.zs 8.3S 8 zs 9 so p t4 17r.Qspl.. .. Toe, Zo cc zs.oe za..se 3G Z-0•to Z4.oe 1.0.00 14-0e Arl.Cu'b"'9 L" 1.37 1.00 Z.co I L7 1.5o /•0e 1.00 I•so AsIsL. SidewJ4 St.Ud. 4.46 5-no 5.00 3.5/ J.So 4 50 4.ss 3.73' Cont.'_'.rbiny l:. G.t1 I.9S 2.e0 Z.Jo 1199 1.90 2•/0 Z•zo 2.11 Cewe• $�eddk gq 4d. 4 25 5.50 4 To 5*.S6 5.So 4 SS 6.15 S.GS CteC. Dewy. 9q.u,�. ':.o0 8.00 6.94 G.00 S•SS 7.be 1-So Rt1l.-Dr.,y . $tVd. 4 sr s. -o S.co 3.0 3•So 4 So 4 50 4•o0 Sa. C.41e.q :..Co.} 4.e0 1.00 1.60 e.W J.00 1•So 9.1•eo 4.00 12• Cae. py. L: t4 570 3.70 Loa 6 G8 G.eo 1e. 00 o •oe 9 •ace.94. 1..L6J 4.18 'ea Sso 5.10 S.00 7.00 8•eo Y.9e b" Ceuc• pi l:..Fe,} 5 43 S•oa 6 ae 6.40 4 7.G,•e0 1.oe G•4? 0' ST, MA eu 400.00 560.00 6S0.00 ZB3.7.s 45o.e0 3oo•oe 1,0.00 Soo.00 ('o}.l 1 td 176.00 Z25,m ZZ5100 " 77.70 2-Se.00 180.00 3oo.e6 Z.35.eo C'..b IAle( M 138 0o 175.00 Zoe.oe 114 74 17S.e0 14e.eo 240 oe 190.x Re 6<,k '2 q-Qi. e. Sc.uo l40.00 /SS.to 4Z•7o ICO.00 7S.eo 160•eo 104,00 ea 4s.oe SO•oe /0a.00 zS.so TS•oa 40.e0 85•00 Ioe.00 2s.ee 75'•oe I To.oo 28 SG So.ae 27.00 7o.no l0o�aa 4o.eo 40.00 40.06 316t 25.00 46.ee 40.00 32eo IZ.SO /S.00 73eo I ".00 Zo.ao Lz.eo 11.06 Z'�eCr• f:OM » 3.45 4.00 4-So 2.49 I.00 4.00 T.eo S.00 R.le.a. ryl6ev S.oe /O.Oo 7-So 26.00 7 So /o.ae 1Z.eo 10. 00 Rb'•I vow Pqf e. 7-6.00 400 16 So 20.40 /o.o0 2s.oa Zz.00 zo.oc kn t�J° ><lvrsN orrzcs MW September 16. 2971 To: Bert Menenrl Met Greco Crew subject* Union Avenue below is listed by work Order, the costs incurred b,y the utill.tiu Dort. on the Union Ave., Froject: w0 2514 - Material for all Of Union Ave., N. E. fu.rniahed the Contractor and saterial installed by City rorces 4194' 12" Tyton 47 9" C.I. ` 101 6" C.I. S Hydrauto Plus Gate rhlvao and all iccaaooties S Total $ 45,056.88 R i w0 2526 - InoW lat:on of 12" wain in Union ;ve.. ri.8. from N.E ath i to N.S. 7th - work by City Forces labor t equip )plus 150 O/H chg on labr) Total 5,995.03 w0 1532 - Rates and reconnect services to now Yin on Union Ave., betwn 4th N and 12th N.E. 1274 benefit chq)included (10% O/H chq Notarial, labor G Squip Total 9,997.11 NO 2550 - Additional work to adjust services on Union Ave., North of 4th N.S. lroject 4256 Nat'l, Labor o equip Jul (5S 9 3070) 3,081.16 Fug 630.$) Total 3,713.69 r�TyOrr Grand Total $ 63,761.17 EMGiwftk�py��) crave City of Renton, Utility Dept. PRESSURE TEST FORM rrtt v Water Project Name of Project 4yr G a� /l/J n This test was taken by on At a pressure of % c i) PSI, for 7 minutes, r eJ 1hO test "Failed" " x^+ i on _ ", Passed" on ,rr �e . Comments: r t i 1 LDL LAND DEV. CO. oex! .• o ro to! .o.law • t-» s • • I529 West Ve+IpY Hywy N, AuDurn,wo i UNION AVE. N.E..-F.T. 33 Street improvements,cures,gutters, • �'P'L. L•.! D... G. o„.- Sf EtFomE� - uuert LEU • lOVu ,f,J„ __ fj• _• � �o ,; , on - sidewalks, storm dro:noge, sanitary _ �'!t-�I c„t c„ . � CAG 1806- 71 sewers wotermoin installation. >•_ r N.E. 4th ST —SUNSET BLVD ��r SCM4C t C � .t, ., ........... ENGINEERING llEP+RTmE. w ,_ s c iE• MAY JUHE Y AUGUST SEPTEMBER OCTOBER • WEEK iU ;, u - M081LIZATION .075 17,790 } V CLEARING AND c _. - -- - - t GRUBBING 01T 4,040 I I _ REMOVAL OF i EXISTING ROADWAY .076 17,690 i CUT OR FILL - -- TO SUBGRADE -013 3,000 =- } INSTALLATION Of 025 5,922 —rt , ' I SANITARY SEWERS ' INSTALLATION OF WATERMAINS •025 5,980 - i INSTALLATION OF .022 STOP C.I.s AND C.B.s ' PLACE CRUSHED ROCK ON SUBGRADE_ .096 22,620 _ � � - INSTALL STORM 024 5,632 t{ LINES ADJUST SAN SEWER MANHOLES •008 1,805 ADJUST SURVEY MONUMENTS f•001 275 } t } I- CONSTRUCT CURB ----r-- AND GUTTERS .092 21,642 4 + { {} CONSTRUCT SIDEWALKS 100 23,620 { j AT TO ROADWAY SURFACE - 150 35,450 ' ASPHALT PAVING N8 44 TO ROADWAY 000 ADJUST f PAVE - I -- DRIVEWAYS .011 2,515 l a. CONSTRUCT 017 4,052 ROCKERIES ADJUST WATER METER BOXES .003 TBO 4 MISC. ITEMS a .061 14,305 CLEAN-UP - -- - --- - - _ TOTALS t.00 =236,5J-4 — �" SNTEE-GFFIOE MEMO TO: Bert McHenry DATE February 22. 1972 _ euCM: Ron Olsen RE: dater Frojects 'W-301 and a-355 Union Avenue N.E. Due to the widening and repaving of Union Avenue X.E. from N.E. 4th Street to N.F. 12th Street the Utility Department was required to V relocate or lower the existing " steel water main. The existing water main was installed in two portions,2600 L.F. in 1955 and 2660 L.F. 1n 1957; the life expectancy of steel water main being approximately 25 years. The average life of the existing, 8" main in Union Avenue N.E. is 15 years, leaving 10 years of use still available. If this main was replaced in like size the cost would have been approximately $44,429.00. This main was replaced in a 12" water main It a cost of $63,761,12. The betterment involved would be approximately ,19,132.00. The old main still had 40% life expectancy which would represent $17,772 .00 of the approximate cost of R new 8" water main . The street project paid $19,436.21 toward the installtior of the new 12" w= ter main in Union. Avenue, which represents a gain of approximately 41 ,665 .00 by the City Utility Department. 0 Hon Olsen 1 INTEP OFFICE MEMO September 16, 1971 TO: Bert McHenry From: Grace Crow Subject: Union Avenue Below is listed by Work Order, the costs incurred by the Utilities Dept. on the Union Ave., Frojert: --- WO 2514 - Material for all of Union Ave., N. E. furnished the Contractor and material installed by City Forces 4194' 12" Tyton 47 8" C.I. - 101 6" C.I. 5 Hydrants plus Gate Valves And all accessories Total S 45,056.88 7rj WO 2526 - Installation of 12" main in Union Ave., N.E. from N.E Bth , to N.E. ,Ul- Work by City Forces Labor 6 Equip (plus 15% O/H chg on labr) Total 5,995.03 WO 2532 - Raise And reconnect services tn new main on Union Ave., betwn 4th N and 12th N.E. (27% benefit chg)included (10i O/H chg Material, Labor & Equip Total 8,997.52 WO 2550 - Additional work to adjust services on Union Ave., North of 4th N.E. Project #256 wat'l, Labor c equip .`ul (SS 4 3070) 3,081.16 Aug 630.53 Total. 3,711.69 Grand Total 6 // /$ 6761.12 44/G 1 !r, z "L �s c/ C.! s s v tttul\\\ 7r'F+ /'or'�+Y+d✓d�/ "T�i.- ..i s 7' �>v o�.x c. T <�.>,o ., �v e •"vE /'!Y'w I.�7' r rr] fr4a f r .r d3 dr>v rya t.r>,r.> f ryPr'r SS,l�. f'r r/ .... AID ITEM ; Q"fstity , Unit Aliat TOTAL. WATER MAIN INSTALLATION 3 J 41 I16TCl-)- 12.E WnTL12 �,� T- L)NE Ali. re.RN) 2o25 L'F z.& SOff 2.50 42 lmsrAL- Io' 18-WArtauNt (MAT'LF,ncNJ -74rSL.r S•bS 432.Z2 s_ 43 104tTNLL Fle& NYDRAJT (1Wn"L hint)...) 3 om4 75.00 ZZ500 44 C r-*re &ocs-mo (Fiat tio,vss) 9 202.50 3S AD.JJrsr Luok,*G /kkree Rows Sre ow v 8•00 44B.«> 32 ADjL*r WAT6G VALVE (2ASC-% 33eNcv /o.oD 33000 9 6 iJGWN E VLaCf S�s.Kr%R.VKN ancKF/cL 17.15 ro n. 1.00 27.1S J0° 67Z7. 37 I as. _ SANIrn RY SEWEK 1NSTR ELATION ' n 34A IusT^cc 4" �)ar,ce C. /. P.Ic 1 Z9 air: 773 989.44 37 leosrwc,- L°" ( ma. S'Au.SEwaa Res= 270.54,E 6.26 N,98.74 38 1&)S vM44 13' D rlce P /. P.vF 96.5<.F 080 1139,70 �/ ' 40 �f8 SNU)T*Kv lM)r0.'"0-6= 400.0o I(oOJ.00 39 Iva ,,#j t PcAce Rtoo)Nc 6�a)wrc 20200 'Tors L. 4 5628.88- CO 11 ADeirTmauT OM Ex. bn+u. SAW" /JGrSMr+O-J L.S. Soo.m 6-60.00 $e Jv 25 i1 h J2 II 31 a3 N 35 3� S. Je 3e e i September 21 , 1971 MEMORANDUM To: Bert H. McHenry, Assistant City Engineer From: Ron E. lensen, Engineering Specialist Subject: Union Avenue N.E. Water and Sanitary Sewer Costs ------------------------------------- --------------------------------- Per your request of 9-20-71, 1 have prepared a cost breakdown of the Union Avenue N.E. street project costs that apply directly to the installation of water mains and sanitary sewers installed by the prime contractor. This does not include any material or labor furnished by the City either prior to or during construction. Ron E—.—�ensen Engineering Department REJ:sn t FILE FILE FILE FILE FILE UNION AVENUE N.E. FILE SUBJECT: ;later Facilities' Adjustment and Replacement - Union Ave. N.E. As the Union Avenua project encompassed extensive cutting, filling, and wider.ir.,3 which disrupted the water facilities on that street, the following costs were incurred by Union Avenue N.E. project. (1) Work Order 2532 38,997.52 'dater Utility Work Order 2550 3,711.69 " This amount will be billed against the Union Avenue N.E. street construction project by the 'dater Utility for the additional work to adjust services including material , labor, equipment, benefit charge and overhead. In addition the Union Avenue N.E. project provided the following: (1 ) $ 1acem$�t 80 12" Main froiaN.E. 4th to N E. 7th at the cost of (2) Adjustment and placenent of sanitarya sewer ost facilities at of t6128.00. Material and equipment providad by the Water Utility for the overall project included costs from Work Order 2514 in the amount of $45,056.88 and Work Order 12526 in the amount of $5,995.03. The work and costs incurred by this street project and charged against the street project are acceptable. The participation and contribution of work and material provided by the Water Utility more than compensates for any betterment or improvement incurred in increasing the pipe size from 8" co 12". Originally an 8" main was in use throughout the full length of the project which was in acceptable shape to continue in use for the next 20 years without re- placement. However, the street project disrupted the pipe location and forced the required replacement. Work on the pipe replacerru"L comcmencedprior to construction overall of street ualproject t in order to prevont unnecessary delaying h ;!ork. _ .Y > BERT H. McHENRY, Assistant City Engineer Y 'r 1 '.t • • • r r OF FILE FILE TITLE J i ENDING ,l jr to i P ♦ r u INTER-OFFICE MLMO ?ei,. Srd, 1971 'IC): Bert 11. Mcf!enry Epp "u'� FROM: Ron Olsen r . :;a ,t� ,r RE: Union Averus N.E. Street improvement This is to inform yw that due to the street tmprovement of Union Avenue N.E. - ntrc are existing water mains which will have to be replaced. In the south portion of the Union Avenue Strwt Improvement Project between A.E. 7th and N.E. 4th Street there are several erras with cuts from 2 to 5 fleet. At stations 17 + SO, station 15 + 00 to station 13 + 00, and station 0 ^ 65 to stations 6 + 00 the esist.ing water mains would be torn up due to this street, project. The City is planning to reylaee th+ existing d" steel •ate- asin w.th a new 12" rest iron water main in the northern portion of this project from NE 12th Street to NE 7th Street. Tie Clay Utilities Ueparcwnt will supply the material, if the streot improvement project will instail the waterline in the portion of the project from V.E. 7th Street co N.F. 4th Street. Adjustment of the existing 8" waterline it the area between N.C. 4th Street and N.E. 7th Street would not be feasible due co the extensive cut necessary. Please advifs if acceptable o we may order the necessary pipe for the replacements. Ron Olsen 4 w ' '�, -n4 t 4 _- TC 2e1• r r aor :,s�;� 38�n �ecta W-355 Union venue HE pater rc W-3ol and id. . • from i.a. 4th W* to the nidenirg sInd repaaing of "1on ::verve •.� aired to Street to t:.E. l2th .itre3t the 3tieC3elDep3rtmeeeli xa s red relooate or lower the ex sting " 2600 L.F. Sr. the life exr ecta:ney of .:teal waster main The existing w Ler m-"n was ins tallgd lr. two ;-ortlons, 1y55 and 2600 L.F. 1- 19gare. The averarre life of the ezlnting ©" 3eing approximately ='� ,` is 15 Years, leaving 10 years or _,t111 mein in Urion ;,venue available. st ave 1.' this rain wo4� upc,p0 . in like lB 6120 acts 00'3cedo11`ah12• water main approximOke ly l . betterment invol ,d would which would - t ? cost of 61,761.12. ?"he �x ct.+nay • 19.332.00. The old m1lin still hear; 406 13fe De r..;present $17,772 .00 oi' the apnrox.imate cost of anew A' water ma1n. f tto new r 4 6.23 tower" the SnetlainoofoapDroxlmately The rtreet ,ro�act p•^i *,9. 3 w . ch re,rreaents a g i, w.00 mail) InCityoUtilityeL'e"rtmmnt. $1,665•0o by ` e 32 e I tut .ylgyk/y MtOM!`�r�.•urasWF.. L'ue"h'"a,RF... '..:, '. .:'F "au iJ fr1,J::p INTER-OFFICE MEMO ,ro. Ron Olsen DATE March 12, 1971 FROM: Bert H. MCHf .ry Re: Union Avenue N.E. Please provide me with a letter from the Water Utility relative to the amount of water pipe on Union Avenue which will need to be adjusted or replaced due to the street project. In review he cuts it is apparent that the street project would provide installation for t1. ie from N.E. 4th to N.E. 7th providing the Water Utility Would provide the List the actual locations that new tips would be f torn up due to the street constructio^ and mention the fact that the -.ter Utility will perform installation south , of N.E. 7th, BRMc:mj cc: Rci Jensen March 14, 1'>71 Mr, Chris Loutnis King County Pruperty i.ana, E,ment Lept. 1531 kinr, Count, Court I;uuse wattle, a:cshinpgton 98101 RE: Watr'• Main Relocatiun 'ermit r .. Deer Chris: The City of Renton at, the present time is getting, ready to ao to aid on a iorwrrd Thrust 3troet :awing, Project at Union Avenue .i.t:.• i132nd Aver.ue :i.... j rr:i:7 .i 12tt. :$treat to 14L. hth Street. Via stilltp Lepartre.;t lblt :t would oe ar. oportune tlaa to replace the existing; 8" Stool water main with a now 12" !ant lrur. +eater. main duo to necessary relocation that w,,uld )e required oy the paving project. Oil* ,iorti4n of this project is located in Ming County and is too east half of the Ridht-of-Hay uetwuen NL tth Street and A 7te :3treet (epproxi.nately 100^ Peet). The location of the new 12" water main would be 31 from the face of the allrb in the driven portion or 190 east of the centerline of paving. This location Is oontl;tuous with the rest or the water main location in Union Avenue MB. At tl.is time, the city of Renton requosts a permit for construrti,>n of this new wetur main so it .lay oe installed In conjunction with this paving project. The City of Renton has franchise rights for water ,rain instellatinn, maintet.ance aad oparation under ranahise #6 12 for tti. area. Your earliest attention would ae great Cullj a preciated. Thank ycn,. Yours very truly, Ronald L. ')loon kater :engineer RLJilam "C. ♦ M i 'larch 1 ), 1971 Hr. Chris Loutsis King County Property aar,r; ement Lept. 1531 '.ing County Court Euuso Seattle, Washington 9d1u1 RE: hater Main Relocation parmit Lair Chris: The City of Renton at the present time is i;oLting ready to go to old on a Forward Thrust Street Paving Project at Union Avenue t:.u. (132nd Avenue 6.a. ) from NL' 12th Street to NE Ott. Street. The Utility Lepartmeut felt it would be an opportune time to replace <,sting d" Steel water main with a new 12" :ast Ir:,.. .at- :- main due to necessary relocation that woula oe rsqL_red oy the paving project. Una portion of this project is located in King County and is the east half of the Right-of-Way oetwoen HE bth Street and NE 7th Street (approximately 1000 Feet). The location of the now 12" whtcr main would be 3' .from the face of the curb in the drive, portion or 191 east of the centerline of paving. This location is contiguous with the rest of the water main location in Union i.venuo NE. At this tine, the City of Renton requests a permit for construction of this new water main so it may be installed In e.aijunetion with this paving project. The City of Renton has franchise rights for water main insteillatio: alnteaance ina operati n under trsnehise #612 for this area. Your earliest attention would be groatfully a preeiated. Thank you. Yours,vary truly, Ronald L. Jlsen Water wig+neer Rwilaw EXC. 1 � s ���of�� RR�,� U Z CITY ENGINEER'S OFFICE RENTON, WASHINGTON X A O M MICIPAL /UILDMIM, MMMTYM, WAMPN MMMI • MMIrM 1141M - /t1, a r P March 23, 1971 Mr. Ronald L. Olsen Water Utility City of Renton 200 Mill Avenue S. Renton, Washington 98055 SUBJECT: Union Avenue Water Adjustment Dear Mr. Olsen: Inspection of the Union Avenue project and the final plan design, indicates the water line between N.E. 4th and N.E. 7th on Union will be completely disrupted by the street improvement. Therefore, ir, our contract bidding for the project we will include the placement of a 12" cast iron water main, as mentioned in your February 3, 1971 memorandum, at no cost to the Water Utility. The Water Utility will be expected to provide replacement pipe for the improvement. As previously agreed on similar proects, the Water Utility will make the connections to the water rain after it is installed and tested. Adjustment connections to the new main and new hydrants, cross ties and related work including valve and meter adjustments rhould be retained as separate work order it is for billing to the project for items chargeable against the project. We will continue the work order review an,! billing itemization review on the Union Avenue project similar to 'hat utilized on the Edmonds and N.E. 27". project. Very truly yours, BH Mc:mj cc: Ron Jensen Assistant City Engineer '� k To Be Submiltd is 1 npbcat- KING COUNTY PROPERTY DIVISION FRANCHISE DEPARTMENT Application tio_ M Wfl_ q6u No /' eA/M Na S,vl*.WM.. t Fire undmlanrd here Al applies for permission to la"A W imm 1� ta. d I tiff ewsM in due driven portion or 191 sent of the eemterlimr of This location is egntfpBone with the Test of the nator main location is Union A7e1 A INa Bork to be dome an Union Avenue n betwese rx ith MA a 7 t St. (approx. low fee All work to be done subject to the approval of the County Read tagioem. i I Aft worn to for done subject to the approval of the Cranny Rod Enpsaer. The estimated time Meuirod for cowpfetfon of the ahoy.warp 6_.._ _ which the pisMonsr vVi s to prosecula wash el dili ence and apvd via n due reprd for de.,his,ab•vole and sonvrnrrncm of the public. The undst d.fen weceswn and s.. span if pouted the above prmi6 to compiY'with the proN ,s....condmoos, A,to,aowo, reN4nom, 4 .nd ra.mman cabs,herein cnnWno in .no, apply .,any u111i,y franchiser retired the apelkant and under whose provitlor same is Issued,and r.apvo,..it olect Of property con tracts,pacwm and r„hb chat m„ht he affected hY it. In....porn,she hoonnaforr panted pe.oi•Ihr mtifiorter.bit wc,-wnn and aseSaa appeM to prnten,and say.h•say as the Cm fty of Kin,from.h claims, tulm.r dIrrepts of every kind and dncnp.an which in. crua to or he ouff-,Ad by ... ;,Anon,or Dersor,ror.orvtion or properly by Mason of the perform•i,. of any vsh work. chuuler of mate.,),used nr manure of r..aebw n,munenaocr and oprr.mon r In, the improper occ.,.y a u si rl,hh rawf w.y or puhhc pI...or puLbc+tru,00e. and in case any w.h aoI v wthm o hrnaah,yarn,said I'oon,,of Kin,Ina it.,.. a y Ha, t of m by Hn of AnY f abovetown. the Petitioner,has scc.so savor,.+ n upon m po ,M m m ID to him or the of comsc m reen su t of ch .close defend theme at ifs or lheh sde cm,and..y,s sw and will fully utwfy an> rot Smartt after tbe said suit or action shell have finely Men dasesnrlM6 if•d,.;y to KIM CC...A YftLIam.6�� � MIAthletesAthletes �ty� , ^ __ Ph011e_._ ,MIS _ KING COUNTY DEPARTMENT OF PUBLIC NC WORKSu i FRAIHSE DEPARTMENT: Repo os rf AppHtallo A'n o M Ras Untie,Pmephhe ittry �RGranted____ Rrcend,1160—_,gn F,,,,,d.._fig=_--1I1♦ tfy Seem, wash.. _____.� f' .--. 1•� life aboran appltrafior,has been mvwwrd and the permit is hr..bY - X"blecr to:he provision,of,fawhim A'o__ .the wuhin noted requiremenb -td C."tbnr,ther"I /awl. TALL TU.t4211 r•IIA, b53o6 below turtia,work. 2. Alf hand indicted Math e.Y/Wad M Acted NO OPEN CTTIS •/�' I:addtl Cvo, mde Yaoalar free d ste1M M sh Male,ssakal comMctioo ie 1'lift.Ap eyah a ca l,a or .d 1/6,Dd evol,rhoelde s . 3Aa�r•p a Oa"6.f[a.11,far,Slays sad taa6r o.wl 161 be is toned.with put Y d m,.aal a..;I.t rSre ss.ra de+irrs Far,noels.d bhlbes' • JCW. AsyaR IS he seven eW 1'bad for m ean•ai• fMdflIN with ay d•.M rmrhed cod,errarq M,Id11 p e of mid rn's aspbalt).,I Irnedletety.to be miarW 4 A hoe pma ad mkd nRar ow,.m aaeirmmt and mo,,c,o..o h„x m.All ds,,J. ;v be dc..;M end m:,wp!.rM d dsentd. ❑ ), pr1.and solo.adds"I be LYstri sad mne!led Ls A a.aeue the will plmm.o b.Ud N•dicta,pow m4n oadt or do:.aae. i 1-3 6. SDaiN".t end pia to Per au.N wlenow place Md moddatlme. ifteA w;as,bossism,AIL be ewiyrd to the a=IaR fee 11001dltla of mtl sw son skn. b Ca of brpetion aPMkaOk so the'.fot rill be elpder+ad to oe.canes AS, PPliMa.- • • dt1A L. :+e5P1IHf °y47 Caen.Ota,sen /6sPWs7 Nsaa/ae. R Is the Mapormiblllty of the appllpaid R,notify aft Lhlllty OieWcts and viyme pro,, d owner.when a ,h pr-,,"Is liable to Intny or e a through t!w perfoi aesIpe of the obcve work and this apphosrd ahell make NI neco.svy "arsucc ove relative ro tho votwbon M Such pro,.ucry And/or URIIBM. UTILITY DAMAGE IS COSTLY. (ALL BEFORE YOU DIG. ►ACIPC M.W. BELL 662.9569 WASH. NATUI AL GAS MA 2-6761 SEATTLE CITY LIGHT MD 2.3000 y PUGCT SL•UND POWER AND I.IGMT GL 4-6362 E.I. 4'6 • ALL LOClL WATER APiD SEWEP DISTRICTS ` t'' an., OF R jy U Z CITY ENGINEER'S OFFICE RENTON. WASHINGTON rwRra� a■wrw, urrw. �aa■n■n■ ww„� � . uuw .■na ■o. w 'y .I �•u.na.d May 20, 1971 Ron Olson Water Department Subject: Preconstruction Conference for the Union Avenue N.E. Street Improvement Project There will be a preconstruction conference held at 10:00 A.M. on Thursday, May 27. 1971 , in the 4th Floor Conference Rnom, Renton City Hall . It is requested that you or a representative of your organization be present at this meeting. If you cannot atterd or cannot send a representative, please call Mr. Ron Jensen at 235-2635. V ry truly yours, Jack E. Wilson, P.E. City Engineer Uclii—rd—C. Houghton Office Engineer RJ:sn T� .p /1 t/ l r /il'•7C LL — U4 i QQ1c7 asS - 26 ) S- (/k�tr^��+:`!� n ems !'.- �''t- !< er�,� ✓�,,� C�i� �3 - ���?. -.24 31 �_�vQDa /� J >/'(S/.NNii � / '?af • •'� rl?J' r�pJ/ 1°'& L&AWf T 7#vawm rode. 6irmse. 22S-2620 , U?S iI -_,,cArc � J7/iJ- i777, C� >,Tr, �T/. N - •' 98y l e . I., ,wee ✓ m PGjr %r,.A - Ja,7 ��ialr • •��. N^ 73B `/ Y/aYe�'. ��'�ANTd�� �-T- �CNT"/V . S /" C•'oi� �,� 13.i ? (CIS' �Y fr A�. S I,y WATER MAIN REPLACEMENT APPROXIMATE UNIT TOTAL ITEM QUA.NT I TY DESCRIPTION PRICE PRICE 1. 2031 L.F. Install 12" C.I. Water Pipe (Material Furnished) Per L.F. 2. 80 L.F. Install 8" and 6" C.I. Water y Pipe (material furnished) Per L.P. 3. 3 Each Install Fire Hydrant (Fire Hydrant Assembly Furnished Per Each 0. 5 CL .Yds. Concrete Blocking $ s $ Per Cu. Yds. 5. 700 Cu. Yd:;. Select Trench Backfill for Water Main $ $ $ Per Cu. Yds. :. .,..y.. i- 1 PAYMENT The unit price bid per linear foot for installing each size of C.I. Pipe shall be full compensation for all labor, tools, ... eluipment and incidentals necessary to install the pipe and fittings furnished by the City. This includes the loading, delivery of material, unloading, excavation, placing of pipe, - and mechanical tamping of backfill material . No further compensation shall be made. Select trench backfill shall be paid for as a separate bid item. The unit bid price per each "Fire Hydrant Assembly-Installed" shall be complete compensation for all labor, tools, equipment and incidentals required to irr;tall a fire hydrant furnished by the City. Installation of "Fire Hydrant Assembly" shall be per enclosed detail. No further compensation shall be made. The unit bid price per each cubic vard of concrete blocking shall be full compensation for labor, ma_:rial, and incidentals required to furnish and install concrete blocking. All costs for disposing of abandoned ripe shall be absorbed in the unit bid price for the installing of new watermain Contractor to supply disposal site. All cost for disposing of excess and rejected material shall be absorbed in the unit price bid for the furn.shing and installing of select backfill. Contractor to supply disposal site. i .1' dR1W Page 13 (le:hnical Pro. .sions Cont.) The existing avatar main shall be abandoned in place only after all services and connections to existing i.__ns have been connected to the new mdin. The abandoned main will be removed only in locations where it becomes necessary because of grade changes. Any costs incurred in the removing of this abandoned main shall be considered incidental to the project and no further compensation will be made. The abandoned material, removed because of grade changes, shall be removed from the jnb site immediately. The Contractor shall be required to maintain drainage from his excavations. r i