HomeMy WebLinkAboutWTR2700381(1) AIRPORT WAY ST IMPROVEMENTS LOGAN AVE N to-381
CITY OF RENTON
ENGINEERING DEPARTMENT
BID, PROPOSAL, AND SPECIFICATIONS
FOR
STREET IMPROVEMENTS
STAGE 2
A PORTION OF:
RENTON AVENUE EXTENSION
AIRPORT WAY
LOGAN AVENUE NORTH
PROJECT
U.A.B. PROJECT 8-1 -102(13)
WEST CITY LIMIT i0 LOGAN AVENUE BRIDGE
i
Jack E. Wilson, C. E.
Director of Engineering
ADDENDUM 1
'~ First order of work on Pirport Way project is to set the storm manhole
at Airport Way and Logan Avenue South and lay the line southerly to
connect to storm system which is to be under way at approximately the „
same time under a separate contract.
1-21 OTHER CONTRACTS OR OTHER 4!ORK
It is anticipated that the following work adjacent to or within the
limits of this project will be performed by others during the period
of this contract:
(1) Construction of a bridge over the Cedar River at Logan Avenue N.
(2) Construction of storm sewer on S. 2nd Street and Logan Avei,ue N.
The Contractor shall familiarize himself with the construction schedule
of the other contractors working on this site. A copy of this schedule
may be inspected in the office of the City of Renton Director of
Engineering.
The Contractor shall coordinate all activities and schedule all work
with others working on the site to avoid an delay in the work. This
Contractor shall accomplish his work to avoid disruption of work being
accomplished by others in the site area.
In case of conflict between various contractors working on the site and
this Contractor regarding scheduling, coordinating, or any other item
relative to the work on this project, the Engineer will determine priorities
and his decision will be final.
The Contractor sha'l , at all times, throughout the project, conduct the
work in such a manner as will nbstruct and inconvenience traffic or work
of other contractors as little is possible. Streets shall be kept op, n by
the Contractor except for possi:,la brief periods, as approved by the
Engineer. The Contractor shall so conduct his operations so as to have
under construction no greater amount of work than he can prosecute
vigorously; and he shall not begin sections of the work and leave them
unfinished, but shall finish the work as it progresses.
The Contractor shall have his Job Superintendent attend regular weekly
meetings with the Engineer, other contractors working in the area, and
other interested persons. Adequate time shall be allowed in schedule
for approval of any work that might Interfere with other construction in
the area.
No additional compensation will be made by reason of any delay or other
expense to the Contractor caused ay other contractors workin :.n the site.
However, any unavoidable delays to the Contractor, resulting tnerefrom
will be adjusted in accordance with Section 5.04 of the Standard
Specifications.
1
W - 38 A QPoRT t/✓AY
J4s
ENGINEERING DEPARTMENT
BIG PROPOSAL 9 SPECIFICATIONS
FOR
STREET IMPROVEMENTS
STAGE 2
A PORTION OF,
RENTON AVENUE EXTENSION
AIRPORT WAY
LOGAN AVENUE NORTH
PROJECT
U.A.B. PROJECT 8-1-102413)
WEST CITY LIMIT TO LOGAN AVE BRIDGE
CITY ENGINEER'S OFFICE • RENTON, WASHINGTON
WMICVAL.UILDINO ZOOMILLAVE.SO. NENTON,WA 4.9WN 733-1631
tJ
1
1
BEGINNING
CIF FILE
FILE TITLE W - -' Q I- i 4a u
�yrprovemen-ks - �• ogan A /J .
� 4
SCHEDULE OF PRICES
(Moto& Unit prices for all items, All extcnalona and total urtnunt of
bid swat be shown. Show unit prices In both wordy and fluuroo
and whole conflict occurs U&o written or typed words shall provall.)
ITEM I .ROX. ITEM WITH UNIT PRICED BID UNIT PRICE I AMOUNT
N0. QUANTITY (unit Prices to be written in Words) DOLLARS CTS. DOLLARS CTS.
45. I41 Ea. J-20 Type J-Box
$
� Perms— Words --(Figure I
46. 6 Ea. J-0ox 12x24x36
$
Per Ea. Words _ (Figure I
147. 11 ,310 L.F. Wire, 14 ga. , Beldon (per 1000 ' F)
c
r'er L. F. TWords) figure
48. 32,184 L.F. Wire, 14 ga. , (per 1000 L.f .)
5
Per Words —(Figure
i
49. 8.490 L.F. Wire, 10 ga., (Per 1000 L.F.) —
Per (Words t igur-eP-�-
50. 4,450 L.F. Wire, 8 Ga. , (Per 1000 L.F.)
S _
Per Lam. Words figure
51. 9,440 L.F. Wire, 6 ga. , (Per 1000 L.F.)
Per L. F. Words igure
52. I60 L. F. dire, 3 ga. , (Pei, 1000 L.F.)
P
Per L. F (Wo�ds igure
I53. 75 L. F. Wire, 1 ga. , (Per 1000 L.F.)
$
Per tom— Words igure
[)
54. 60 L. F. Wire, 000 ga. , (Per 1000 L.F. )
5
Per (Words igure
55. 28 Ea. Light Stan, ard Base
S
Per Ea. (Words) igure J_
I I (5)
Ii
f
SCHEDULE OF PRICES
(Wote! Unit prices for all items, all extensions and total aequnt of
Lid must bo slxn,•n. Shw unit prlccs In both words and fiyurea
and where conflict occurs the written or typed words st.all prevail.)
ITE:f .L"PROX. ITEM WITH UNIT PRICED BID ,
UNIT PRICE A1.OUNT
NO" I QUANTITY (Unit Prices to be Written in words) DOLLARS CTS. DOLLARS C,S.
34. 540 L. F. Churn Link Fence - Type I —=I
$
Per L. F. Words igur s
� 35. 380 L. F. Temporary Wire Fencing
$
Per Words igur s)
36. 505 L. F. 24" Concrete Pipe
$
Per L. F. (WordsT rigur 5
37. 260 C. Y. Compacted Fill for Temporary
Pavement Conform
S _
Per Words igur s
38. 275 Tons Crushed Surfacing Coars (1-1/4"-Z
for Temporary Pavement Conform
S
Per Ton Words) (Figur s
39: 50 Tons Asphalt Concrete, Class "" for
I� Temporary Pavement Conform
` Per Ton Words (Figur s
40. 100 (M) Gal Water
S I
Per M Gal WordsT— ` —(Fi-gur s
41. 175 L. F. 1-1/4" Conduit
$
Per L. Words) igur s
42. 6085 L. F. 1-1/2" Conduit
$
Per L_7— Words) (Figur 5
43. 395 L. F. 2" Conduit
S
Per L. (Words) — igur s
44. 50 L. F. 2 1/2" Conduit
$
Per Words igur s
(4) I
1► �
SCHE)ULE OF PRICES
(Note: uvit Prices for all itcmv, all exta.wions aad total amount of
bid must be shown. Show unit Prices in boL/, words and figures
and where conflict occurs the written or t d words shall
ype prevail.)
ITEM I APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
---
NO. I QUANTITY i(unit Prices to be written in words) DOLLARS CTS. DOLLARS CTS.�
23. 1965 S. Y. Cemen7Cnr Sidewalk
8 Per S — Words igur s
• i 24. 1350 S. Y. Cement Concrete Driveway
Perms (Words) tqu s)
25. 12800 Tons Asphalt Treated Base
8
Per Ton Words gu s
26. 6900 Tors Asphalt Concrete, Class "B"
8
Per Ton Words (Figures)
27. 20 Tons Miscellaneous Asphalt Concrete
S
Per Ton Words igu 5
28. 10 Tons Cold Mix Asphalt Patching
8 _
Per on Words igu s
29. 900 L. F. Type E-2 Traffic Curoing
8 _
Per L. Words igu s
30. 70 L. F. Precast Concrete Traffic Curb,
Class I
8
Per L. (Words}— igu ;)-
31 . 5 Ea. Monument Case and Cover
8
Per _act h — Words (Figures)
32. 105 S. Y. Cement Concrete Pavement Patch
8
Per Y. Words igu s
33. L. S. Remove Existing fence
5 _
Per L. Words igu s
(3)
t
SCHEDULE OF PRICES
(Notes Unit prices for all itmw, all oxtonslons and total amount of
bid must be shown. Show unit prices in both words and fiyuros
and whore 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) DOLLI.RS CTS. DOLLARS CTS.
12. 1 Ea. Type II Catch Basin
$
'0 Per Each Words —(1'igu s
13. 7 Ea. Type IV Curb Inlet
Per Each Words tgu s
14. 4 Ea. Type I Storm Manhole
$
Per Each Words igu s
15. 2 Ea. Type IV Storm rdnhole
$ _
Per Ea Words igu les)
16. 2 Ea. Adjust Manholes to Grade
Per Each—(Words ---Cri-quyl.c i
17. 5 Ea. Abandon Manholes
Per Each Words igu s
18. 23 Ea. Remove Existing Inlet and Catch
Basin
Per Each Words igu s
19. 1 Ea. Connections to Existing Inlets
Per —iWordr- s', igu es
20. 11950 C. Y. Select Trench 63ckfill
$ _
Pew ,Words igu s
21. 3850 Tons Crushed Surfacing Coarse (1-1/4")
$
Per Ton Words igu I s
22. 5200 L. F. Cement Concrete Curb 3 Gutter,
Type "A"
Per I . . iWor s igu s
(2)
SCHEDULE OF PRICES
SCHEDULE "A"
(Note: Unit prices for all items, all extensions and total amount of
bid must be shown. Show unit prices in both words and figurers
• and whore conflict occurs the written or typed words shall prevail.)
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
I NO. QUANTITY Unit prices to be written in words) DOLLARS CTS. DOLLARS CTS.
1. L. S. Mobilization 8 Demobilization
Per L. Wordsigur s
2. L. S. Clearing S Grubbing
P •• L. S. WordsT— igurps
3. 5000 C.Y. Compacted Fill
S
Per . Y. Words igu s
4. 8550 S.Y. Remove asphalt Concrete Pave-
ment
S
Per S. Wnrds Figu s
5. 4500 L.F. Remove Curb and Gutter and Gutter
'Per L. Words i95 ,-s
6. 1630 S.Y. Remove Cement Concrete Sioehalk
$ —
Per S. Y. Words) ggur s
7. 1995 S.Y. Remove Cement Concrete Pavement
S
Per S. . Words gu s
8. 15700 S.Y. Grading, Subgrade Compaction
$
Per S. Y. WordsT— Figu s
9. 20 L.F. 6" Concrete Pipe
S
Per L. . lords igu s
r
10. 3060 L, p, 12" Concrete Pipe
Per L. F.
rlords 9u s
11. 23 Ea. Type I Catch Basin
8 —
Per Each Words igu s
�11
1
BID BOND FORK
Herewith find deposit in the form of ^ re.-tiflod check, ca::hiers chock, cash, or
bid bond in the amount of $ _which amount is not lass than five percent
of the total bid,
Sign Horo
M BID BOND
Know All lien By These Presents:
That we,
_ .as Principal,
and
88 S11I'6ty, are
held and firmly bound unto the City of Penton, as Obligao, in the penal sum of
Dollars, for ,he
payment of which the Principal and the Surety bind themselvea, their }.elr8, executors,
administrators, successors and assigns, jointly and severally, by ".ose presents.
The condition of this obligation is such that if the Obligee shall yaks any award
to the Principal for
according to thu terms of the proposal or bid mad., by the Principal therefor, and the
Principal shall duly make and enter into a contract with the Obligee in accordance with
the terms of said proposal or bid and award and shall give bond for the faithful per-
formaanen thereof, with Surety or Sureties approved by the Obligee; or if the Principal
shall, in case of failure so to do, pay and forfeit w ti,o Obligee tho penal amount of
the deposit specified in the call for bids, than this obligation shall be ^.ull and
void; otherwise it shall be and remain in full force and effect and the Surety shall
-forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the
amount of this bond.
SIGNED, SEALED AND DATED THIS DAY OF , 19
Princ pal
Surety
19,
Received return of deposit in the s:m of $
1
PROPOSAL
•
TO THE CITY OF RENTON
RENTON, WASHINGTON
Gentlemen:
■
The undersigned hereby Y certif that has examined the site
Of the proposed work and ha re�ii(l ihorougTily un erstand the plans,
specifications and contract governing the work embraced in this improvement, 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 be
completed with the money available, in accordance with the said plans, specifications
and contract and the following schedule of rates and prices:
(Note: Unit prices for all items, all extensions,
and total amount of bid should be shown. Show unit
prices both in writing and in figures.)
Signature
Address
Names of Members of Partnership:
Name of President of Corporation
Name of Secretary of Corporation
Corporation Organized under the laws of
With Main Office in State of Washington at
i
1 1
INSTRUCTIONS TO BICDrRS
• 1. Sealed bids for Proposal will be received by the City of Renton at the City
Clerk's office in City Hall until _-:00 p.m. May 18. IM
At this tune 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 changed or withdrawn after the time set for receiving bids.
Proposals shall .,e submitted on the forms attached hereto.
2. The work to be done is shown on the plans. Quantities are understood to be
only approximate. Final payment will be based on field measurement of actual
quantities and at the unit price bid. The C.ty reserves the right to add to
or to eliminate portions of the work as deemed necessary.
3. Plans may be examined and copies obcained 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
regulatior.s.
4. The bid price for any item must include the performance of all work and the
furnishing of all material necessary for completion of that item as described
in the specifications.
Where alternate material is bid, the bidder shall fully describe the material
proposed, either in the bid proposal or supplementary letter attached to the
proposal.
S. The bid Price shall be stated in terms of the units indicated and as a total
amount. In the event of error, the unit price bid will govern. Illegible
figures will invalidate 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 each bid proposal. Checks will be returned to
unsuccessful bidders immediately following decision as to award of contract.
The check of the successful bidder will be returned provided he enters into a
contract and furnishes a satisfactory performance bond covering the full amount
of the work within ten days after receipt of notice of intention to award
contract. Should he fail , or refuse to do So, the check shall be forfeited
to the City of Renton as liquidated damage fur such failure.
•. 8. All bids must be self-explanatory. No 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 will be in cash warrants.
CITY OF RENTON
CALL FOR BIDS
a • Sealed bids w 11 be received until 3:00 pm, May 18, 1972 at the office
of the City Clerk and will be opened and publicly read aloud at 3:00 o'clock
p.m. same day, in the 4th Floor Conference Room, City of Renton Municipal
Building, 2L0 Mill Avenue South, for the improvement of Renton Avenue Extension,
Airport Way, and Logan. Avenue 4orth from the West City Limits to the Logan
Avenue Bridge.
■
■ 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 requirements 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 Association.
The work to be performed will include furnishing all necessary labor, materials,
and equipment, and performing all work required for paving with asphalt concrete
pavement; including const •uction of cement concrete curb and gutter, cement
concrete sidewalks, street lighting, signalization, drainage facilities, and
such other work as may be necessary, all in accordance with the plans and
specifications.
The City reserves the right to reject any and/or all bids dnd to waive any and/or
all informalities.
Approved plans and specifications and form of contract documents may be obtained
at the office of the City Engineer at the Municipal Building, Renton, Washington,
or a deposit of $10.00 per each set. The deposit will be refunded upon return
of the Plans and Specifications in good condition within thirty days after bid
opening.
The Contractor shall include in his unit bid prices any compensating tax that
must be paid. See Section 7.09 of the Standard Specifications.
A certified check or bid bond in the amount of five (5) percent of the total
v
cmount of each bid must accompany each bid.
Helm le Nelson, City Clerk
Data of lst Publication: May 3, 1972
Date of 2nd Publication: May 10, 1972
Published in the Daily Journal of Commerce: May 4, 1972
May 10. 1972
'► R
t
INDEX PAGE 4
A ' Techical Provisions -- Pavement Marking
5-1 General 71
5-2 Left Turn Islands 71
5-3 Paint Stripping 71
5-4 Final Location 71
5-5 Lane Markers 71
5-6 Traffic Buttons 72
5-7 Painted Traffic Arrows 72
5-8 Precast Traffic Curb 72
5-9 Dimensions 72
5-10 Payment 72
NonDiscrimination Affidavit 73
NonColusion Affidavit 74
Minimum Wage Affidavit 75
Bond to City of Renton 76
Agreement 77
Estimated Work Schedule 81
Construction Identification Sign 82
Standard Water Details. 83
Slgnalization and L+ghting Standard Details 90
t
1
� Cy
INDEX PAGE 3
3-5 Existing Utilities 47
3-6 Clearing and Stripping 47
3-7 Trench Excavation, Bedding, and backfill 47
3-8 Piping Materials, Valves, and Fittings 50
3-9 Pipe installation 50
3-10 Restoration of Surfaces 53
3-11 Testing 53
3-12 Disinfection 54
3-13 Cleanup 54
3-14 Measurement and Payment 54
-ethnical Provisions - Lighting and Signalization
4-1 Description of Work 57
4-2 Pole Pases and Pedestals, Existing 57
4-3 Pole Bases and Pedestals, Concrete 57
4-4 Pole Bases and Pedestals. Finish 57
4-5 Traffic Signal Pole Bases, Fi'.l Sections 58
4-6 Anchor Bolts 58
4-7 Junction Boxes 58
4-8 Conduit, Existing 58
4-9 Conduit 58
4-10 Conductors, Cable 59
4-11 Tension Limitations for Installing Electrical Conductors 59
4-12 Photo Electric Controls 59
4-13 Electrical Splice Materials 59
4-14 Fuses 60
4-15 Circuit Breakers 60
4-16 Safe Wiring Labels 60
4-17 Electrical Services 51
4-18 Grounding of Service 61
4-19 Existing Equipment 61
4-20 Luminaires 61
4-21 Signal Heads 61
4-22 Pedestrian Pushbuttons and Signs 62
4-23 Traffic Signal Conductor Identification 63
4-24 Conductors, Cable or Single 63
4-25 Field Tests 63
4-26 Signal Cabinets 65
4-27 Lighting Control Cabinet 65
4-28 Detector Locations 65
4-29 Light Standards 65
4-29a Existing Light Standards 66
4-30 Traffic Sign:.l Poles 67
4.31 Existing Traffic Signals 68
4-32 New Traffic Signals 68
4-33 Induction i.00ps 68
4-34 Traffic 69
4-35 Payment 70
1
4 �,
INDEX PAGE 2
• Technical Provisions -- Streets
2-0.1 Street Imrpovement, General P5
2-0.2 Storm Sewers, General 25
2-1 Mobilization 25
2-2 Clearing b Grubbing P6
2-3 Compacted F'll 26
2-4 Remove Asphalt Concrete Pavement 27 ■
2-5 Remove Curb and Curb and Gutter 27
2-6 Remove Cement Concrete Sidewalk 28
2-7 Remove Cement Concrete Pavement 28
2-8 Grading and Subgrade Compaction 29
2-9 Storm Drain Pipe 29
2-10 Catch Basins, Inlets 30
2-11 Manholes 31
2-;2 Adjust Manholes to Grade 31
2-13 Aban .on Manholes 31
2-14 Remove Inlets and Catch Basins 32
2-15 Connection to Existing Inlets 32
2-16 Select Trench Backfill 32
2-17 Crushed Surfacing Course (1-1/4") 33
2-18 Cement Concrete Curb and Gutter, Type "A" 33
2-19 Cement Concrete Sidewalk 33
2-20 Cement Concrete Driveways 33
2-21 Asphalt Treated Base 34
2-22 Asphalt Concrete, Class "B" ,5
2-23 Miscellaneous Asphalt Concrete 36
1-24 Cold Mix Asphalt Patchiig 36
2-25 Type E-2 Traffic Curbing 35
2-26 Precast Concrete Traffic Curbing 36
2-27 Monument Case and Cover 36
2-28 Cement Concrete Pavement Patch 37
2-29 Remove Existing Fence 38
2-30 Cha'.n Link Fence 38
2-31 Temporary Wire Fence 38
2-32 PernAts 39
2-33 Temporary Pavement Connection at Logan Avenue Bridge 39
2-34 Compacted Fill for Temporary Pavement Connection 40
2-35 Crushed Surfacing Course (1-1/4"-) for Tenporary
Pavement Connection 40
2-36 Asphalt Concrete Clas. "B" for Temporary Pavement
Connection 40
2-37 k'uter 41
2-38 Finishing and Cleanup 41
1-39 Relocated Perimeter Road 42
Technical Provisions - Water
3-1 Genaral Stat?ment 46
3-2 Sta, jard Specifications 46
3-3 Description of Work 46
3-4 Materials Supplied 47
INDEX PAGE 2
>�. Technical Provisions -- Streets
w
2-0.1 Street Imrpovement, General 25
2-0.2 Storm Sewers, General 25
2.-1 Mobilization 25
2-2 Clearing 8 Grubbing 26
2-3 Compacted Fill 26
2-4 Remove Asphalt Concrete Pavement 27 •
2-5 Remove Curb and Curb and Gutter 27
2-6 Remove Cement Concrete Sidewalk 28
2-7 Remove Cement Concrete Pavement 28
2-8 Gracing and Subgrade Compaction 29
2-9 Storm Drain Pipe 29
2-10 Catch Basins, Inlets 30
2-11 Manholes 31
2-12 Adjust Manholes to Grade 31
2-13 Abandon Manholes 31
2-14 Remove Inlets and Catch Bash.. 32
2-15 Connection to Existing Inlets 32
2-16 Select Trench Backfill 32
2-17 Crushed Surfacing Course (1-1/4") 33
2-18 Cement Concrete Curb and Gutter, Type "A" 33
3 2.19 Ccient Concrete Sidewalk 33
2-20 Cement Concrete Driveways 33
2-21 Asphalt Treated Base 34
2-22 Asphalt Concrete, Class "B" 35
2-23 Miscellaneous Asphalt Concrete 36
2-24 Cold Mix Asphalt Patching 36
2-25 Tyne E-2 Traffic Curbing 36
2-26 Precast Concrete Traffic Curbing 36
2-27 Monument Case and Cover 36
2-28 Cement Concrete Pavement Patch 37
2-29 Remove Existing Fence 38
2-30 Chain Link Fence 38
2-31 Temporary Wire Fence 38
2-32 Perrmts 39
2-33 Temporary Pavement Connection dt Logan Avenue Bridge 39
2-34 Compacted Fill for Temporary Pavement Connection 40
2-35 Crushed Surfacing Course (1-1/4"-) for Temporary
Pavement Connection 40
2-36 Asphalt Concrete Class "B" for Temporary Pavement
Connection 40
w 2-37 Water 41
2-38 Finishing and Cleanup 41
2-39 Relocated Perimeter Road 42
Technical Provisions - Water
3-1 General Statement 46
3-2 Standard Specifications 46
3-3 Description of Work 46
3-4 Materials Supplied 47
1
Page 7 Special Provisions
Failure on the part of the City Engineer or his representat'va to
discover and condemn or reject bad or inferior work materials shall
not bt construed as an acceptance of any such work or material , or the
part of the improvement in which the same may have been used.
To prevent disputes and litigation, it is further agreed by the
parties hereto that the Director of Engineering shall determine the
quant ty and quality of the several kinds of work embraced in these
improvements. He shall decide all questions relative to the execution
of the work and tie interpretation of the Plans and Specifications.
In the evcsoL the Contractor is of the opinion he will be damaled by
such interpretation, he shall, within (3) days, notify the Director
of Fogineering 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 arbitrator and the two shall select a third.
Tne decision of the majority of the arbitration board shall be birding
upon both parties and shall be delivered before any qork is performed
upon the feature in question.
The arbitration shall be conducted in accordance with the statu*es 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 opinion the Contractor's filing
of the protest is capricious and without reasonable foundation. In
the latter case, all costs shall be borne by the Contractor.
The venue of any suit shall be in King County, Washington, and if the
Contractor is a non-resident of Washington, he shall designate an
agent, upon whom process may be served, before commencing work under
this contrict.
1-23 WAGE SCHEDULE
The prevailing rate of wages to be paid to all workmen, laborers, or
mechanics employed in the performance of any part of this contract
shall be in accordance with tha provisions of Chapter 39.12 RCW, as
amended. The r1— and regulations of the Department of Labor and
Industries and , I .Ch, ..ile of prevailing vage rates for the locality
or localities wk�r, tir:s contract will be performed as determined by
the Industrial Statistician of the Department of Labor and Industries,
are by reference made a part of this contract as though fully set
forth herein.
Inasmuch as the Contractor will be held responsible for paying the
prevailing wages, it is imperative '.hat all Contractors familiarize
themselves with the current wage rates before submitting bids based on
these specificaVons.
(18)
Page 6 Special Provisions
The route taken to the waste site shall be maintained solely by the
Contractor in a manner as described below:
The Contractor shall be prepared to use water trucks, power sweepers,
and related equipment as deemed necessary by the b the Enqjneer to. alleviate
he problem of lost spoils along the route. Prom p restoration of the route is
mandatory. Ali waste sites shall be operated to meet safety and health
requirements of state, county, and city.
1-19 CUST AND MUD CONTROL
The Contractor shall be respcnsible for controlling dust and mud within
the proje limits and on any street which is utilized by his equipment
for the duration of the project. The Contractor shall be prepared to
use watering trucks, power sweepers and other pieces of equipment as
deemed necessary by theEngineer, to avoid creating a nuisance.
Dust and mud control shall be considered as incidental to the project,
and no compensation will be 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
attention in correcting will be required. Written notice of correction
of complaint items will be required.
i-9D STATE SALES TAX
All items in this contract except those in Schedule "E" are a part of
the construction of a public road improvement as defined in Rule 171 ,
issued by the Excise Tax Division of the State of Washington, and '''ie
Owner is exempt from the payment of sales tax.
The Contractor shall include in his unit bid prices under Schedule "A"
any compensating tax that must be paid. See Section 7.09 of th. Standard
Specifications.
1-21 PAYMENT TO THE CONTRACTOR
Payments to be made to the Contractor will be made in the manner out-
lined in Section 9 of the Standard Specifications. Payments shall be
made in Cash Warrants. Partial payments on estimates may be withheld
until a work progress schedule as described in Section 1-15 of these
Special Provisions has been received and approved.
1-22 DISPUTES AND 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 or specifications shall be immediately brought to the attention
of the Engineer and will be adjusted by him.
'17)
t
Page 5 Special Provisions
1-15 SCHEDULING 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 ropy returned to the Contractor. Payment
to the Contractor on any estimate may be withheld until such a schedule
has been submitted and approved.
Should it become evident at any time during construction that operations
wi:l 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 our operations, methods, and equipment,
adde6 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 compliance with the
contract provisions. Payments of any further estimates to the Contractor
after such reque;t is made and until an approved mt)ditizd schedule has
been provided by the Contractor may be withheld. Execution of the work
according to the accepted schedule of construction, or approved modifica-
tion thereof, is hereby made an obligation of the contract.
1-16 REMOVAL OF SIGNS AND BARRICADES
The Contractor shall at all times be responsible for maintaining traffic
control signs and barricades within the project limits. No traffic
control sign or barricade shall be removed or altered without first
obtaining permission of the rraffic Engineer.
1-17 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 apprcved or ordered
by the City.
During the peak traffic hours traffic flow restrictions shall be reduced to
a minimum. Two (2) lanes in each directin shall be open to traffic at all
times during peak traffic periods and/or as directed by the Engineer. Should
the contractors operations cause undue delay or interference with traffic
his operations will cease until congestion i; cleared
1-18 WASTE SHE
The Contractor shall conform to Section 4.06 of Standard Specifications
in regard to waste sites.
The Contractor shall have the responsibility of obtaining his own waste
site. All work included in this section shall be considered to be incidental
to other items of work end no further compensation will be made. The contractor
shall submit a description of the waste IoCdEion and any permits required
for disposal to the Engineer for his review and approval prior to the start
of work. (16)
f
ti 1t
Page 4 Special Provisions
Attention is directed to applicable portions of Section 7.15 of the
Standard Specifications. In addition, the following special provisions
shall apply:
A. Two-way traffic i pedestrian access will be maintained
as directed by t 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.
All costs involved in the above shall be considered incidental to other
costs of work involved and no further compensation will be made.
1-12 CONSTRUCTION EQUIPMENT
Drivers 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.
1-13 PROJECT CONSTRUCTION AND IDENTIFICATION SIGNS
The Contractor shall furnish and iratall 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 Signs
The Contractor shall furnish and install construction signs which con-
form to current ^ity of Renton Sign No. T-38 "CAUTION, CONSTRUCTION
AHEAD" 24%24" diamond, black lettering on yellow h3ckground. One (1)
si of the type mentioned above will be posted at each street entering
onto the project site.
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 plac;ny all construction and identification
signs shall be considered as , cidental to the project and no further
mpensatio- will be made.
1-14 REMOVING TRAFFIC AND STREET SIGNS
The Contractor shall be responsible 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 Engineer for all
changes mud,. When the work has been completed, and prior to said ;rea
being open to traffic. the Contractor shall not `y the Engineer, and
obtain his approval of signing.
(15)
1
1 }
Page 3 Special Provisions
Location and dimensions shown on the plans for existing underground
facilities ire in accordance with the best available information
without uncovering and measuring. The Owner does not guarantee the
size and location of existing facilities.
It shall be the Contractor's responsibility to contact the GAS COMPANY,
POWER COMPANY TELEPHONE COMPANY RENTON WATER DEPARTMENT, andal other
private uci ity companies for exact locations of their respective under-
ground utilities.
1-10 RELOCATION OF ADJUSTMENT OF EXISTING UTILITIES BY OTHERS
The Contractor shall conform to Section 5.08 of Standard Specifications
in regard to moving or adjustment of public and privy` .,tilities.
The Contractor shall notify the interested public a• rate utility
in ample time to make necessary adjustments.
1-11 PUBLIC CONVENIENCE AND SAFETY
The Contractor shall , at his own expense, provide flagmen, shall furnish
all signs, barricades, guards, construction warnings, and night lights
in order to protect the public at all times for injury as a result of
his operations. If the Contractor should fail to maintain sufficient
lights and barricades in the opinion of the Engineer. the City shall have
the right to provide these lights and barricades and deduct such costs
from payments due the Contractor or bill the contractor for necessary work.
The Contractor shall notify the Street Department, the Police Depart-
ment, and the Fire Department in advance of any street opening which
will require temporary detour arrangements. The Contractor shall notify
all property tenants by oral or written notice one day prior to any
street opening which will isolate their property from the street.
The Contractor shall provide the Engineering Department with the name
and phone number of two representatives of the Company who may be
reached at nights and weekends to correct deficient, a lack of, or unsafe
barricading of work areas.
The Contractor shall , at all times, throughout the project conduct his
work in such a manner as will obstruct and 'nconvenience traffic as
little as possible. Streets and private driveways shall be kept open
except for brief periods when actual work is being done on the crossings.
A plan for traffic control must be submitted for the Engineer's approval
before the beginning of construction. The Contractor shall maintain
detour routes and other routes used by his equipment hauling materials
to and from the area.
(14)
t
ti k
Page 2 Special Provisions
The Standard Specifications for Municipal Public Works Construction
prepared by the Washington State Chapter of the American Public Works
Association, 1963 and 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
Vie City of Renton, so far as applicable, are hereby included in these
specifications as though quoted in their entirety and shall apply except
as amended or 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 's made in the Standard Specifications to the Owner,
such reference shall be construed to mean the City of Renton, and where
reference is rude to the Engineer, such reference shall be construed
to mean the Director of Engineering, City of Renton, or his duly authorized
assistant or assistants.
1-6 ORDER 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 the plans and "Standard Specifications."
1-7 FIELD CHANGES
Any alterations or variances from the plans, except minor adjustments
in the field to meet existing conditions shall be requested in writing
and may not be instituted until approved by 'he City Engineer or his
duly authorized representatives acting specifically upon his instruc-
tions. In the event of disagreement of the necessity of such changes,
the Engineer's decision shall be final.
1-8 FAILURE TO MEET SPECIFICATIONS
In the event that any material or workmanship does not meet the require-
ments o° specifications, the City may have the option to accept such
material or workmanship if the Director of Engineering 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 work-
manship.
1-9 PROTECTION OF PJBLIC AND PRIVATE UTILITIES
The Contractor shall conform to Sections 5.09 and 5.10 of the Standard
Specifications in regard to protection of public and private utilities.
(13)
SPECIAL PROVISIONS
SECTION I GENERAL PROVISIONS
1-1 DESCRIPTION OF WORK
The work to be performed under this contract consists of furnishing
all materials, equipment, tools, labor and other work or items inci-
dental thereto (excepting any materials, equipment, utilities or
service, if any, specified herein to be furnished by the City or
Others), and performing all work as required by the Contract in accordance
with the plans and specifications and Standard Specifications, all of
which are made a part hereof.
Said improvements include excavation and grading of roadway section,
borrow, embankment compaction, asphalt concrete pavement, cement
concrete curb and gutter, cement concrete sidewalk, street lighting,
signalization, storm drains, and related facilities.
1-2 DATE OF BID OPENING
Sealed bids will be received by the City of Renton, Washington, by
filing with the City Clerk, City Hall , Renton, Washington, until
3:oc ,o vi- Pacific Time, .Mof. 18 1972 and will be opened
and publicly read aloud.
1-3 TIME OF COMPLETION
The Contractor is expected to diligently prosecute the work to com-
pletion in all parts and requirements. The project shall be completed
within (150) calendar days excluding the day of starting.
Provided, however, that the City Council shall have the right upon
request of the Engineering Department, City of Renton, Washington, to
extend the time of completion of said work. No extension shall be valid
unless the same be in 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 not furnish any grounds to the
Contractor for claiming an extension of time for the completion of the
work, and shall not release the Contractor from damages or liabilities
for failure to complete the work within the time required.
1-4 NONDISCRIMINATION IN EMPLOYMENT
Contracts for work under this proposal will obligate the Contractors
and Subcontractors not to discriminate in employment practices.
1-5 STANDARD SPECIFICATIONS
The Special Provisions hereinafter contained shall supersede any pro-
visions of the Standard Specifications in conflict therewith.
(12)
SCHEDULE OF PRICES
(Motes Unit prices for all items, all extensions .,.,d total amount of
bid awst be shown. Show unit prices in both words and figures
and where conflict occurs the written or typed words .hall provall.)
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY (Unit Prices to be written in words) DOLLARS CTS.1 DOLLARS CTS.
100. 12 C. Y. Furnish Concrte Blocking
£ i
Pe��— Words ��igur s
'01. 3 Each Furnish and Install 2" Water
Services
Per Each Words igur s
102. 1 Each Install 1 1/2" Water Service,
( including Copper Pipe
£ _
Per Ear_ Words Figur s
103. 3 Each Install 1" Water Services
including Copper Pipe
£
Per Each Words F'gur s
104. 12 Each Install 3/4" Water Service
including Copper Pipe
$
Per Each Words 17'-'.gur s
105. 25 L. F. Install 2" Galvanized Pipe,
including Fittings
5
Per L. Words) (Figur s
1
SUB-TOTAL SCHEDULE "B" I
5% State Sales Tax (Schedule "B" nly)
Sub-Total SCHEDULE "B"
TOTAL SCHEDULE "A" and SCHEDULE "B"
SCHEDULE OF PRICES
SCHEDULE 'w'
(Note' Unit- prices for all items, all extensions and total ea.»unt of
bid must be shown, show unit prices In both words and figures
and whe_a conflict occurs Cho written or typed wcrds shall provail.)
ITEM APPROX. ITEM WITH UNIT PRICED 8IU UNIT PRICE �At!OUNT
NO. QUANTITY (Unit Prices to be written In words/ DOLLARS CTS. GOLLARS CTS.
1--
91. Iz15 L. F. I Install 12" Ductile Irun, Class li
(TJ) Water Pipe, including Fittings
Per L. Words igu es
192. 2050 L. F. ( Install 8" Cast Iron, Class 22
(TJ) Water Pipe, including Fitting
Per Cam— ords igu es
93. 110 L. F. JInstall 6" Cast Iron, Class 22
(TJ) Water Pipe, including fitting
Per L. F. WOr s) igu es
I94. 20 L. F. Install 4" Cast Iron, Class 22 (TJ
Water Pipe, including Fittings
Per L. F. (WOrds_T Figu es
95. 2 L Install 12" Gate Valve Assemblies,
I
ncluding Concrete Vault
$
Per Each— Words igu es
96. 17 Ea. Install 8" and smaller Gate Valve
Assemblies
S _
Per Each Words igu es
I97. 7 Ea. Install 5" MVO Fire Hydrant
Assemblies
$ _
Per Each --(Wor s igu es
98. 14 Ea. Furnish and Install Fire Hydrant
Guard Posts
$71171:n Words _ igu es
99. 1 Ea. I Furnish and Ins-call 2" Blow-Off
Assembly
$Per Each dsj—_ igu es
(10)
SCHEDULE OF PRICES
(Notar Unit prices for all items, all extensions and total amount of
bid must be shown. Show unit prices in both words and figures
• and where conflict occurs the written or typed words shall provall.)
N0. IAPi,`R�Ox .,TG WITH UNIT PRICED BID UNZT PRICE �AMOUI7T
QU.�TITY (unit Prices to be written in words) DOLLARS CTS.! DOLLARS CTS.
I90. ILurop Sum Finish and Clean-up
Per L. S--(dOrds figure
SUB-TOTAL SCHEDULE "A"
I
I
(9)
Y• I
r
d
SCHEDULE OF PRICES
6votaa Unit prices for all items, all extensions and total amount of
bid must be shown. show unit price.: in both words and flyuroa
.and whore conflict occurs the written or typed words shall provall.)
ITF:.+f AI'1'fi0\._I S-1—LM WITa UNIT PRICED BIDS UNIT PRICE Id4OUNT
N0. QUANTITY (Unit Priccs to ba Written in words) DOLLARS CTS.I DOLLARS CTS.
79. jLump Sum Illumination System Check-Out and I
I Turn-On -
S
Per L. S. Words) (Figur s
80. 9 Ea. Loop Detector Location
E
Per Ed. Words) (Figur s
81. 2,830 L.F. Induction Loop
E _
Per L. F. Words}— s-
82. 235 L. F. Type C Traffic Curb
I4 E I
Per L. Words Figures
83. 12 Ea. Traffic Buttons
Per Ea. Words —rigu s
84. 700 Ea. Lane Markers, Type 1
Per Ea. Words— I igurs
Ea.
85 100 j J
E I
Larte Markers, Type 2
Per Ea. Words r9u .s
86. 4.450 L.F. Striping
E
Per L. F. (Words) rgu es
87. 48.5 L.F. Stop Bar
E
Per L. Words (Figures)
r
88. 1 .248 L. F. Crosswalk
$ __ _
Per .F— Words)— igu es
89. 22 Ea. Traffic Arrow!
Perr Ea.— Wor_sT— igu es
(8)
r
i
� k
SCHEDULE OF PRICES
(Notet Unit prices for all items, all extensions and total amount of
Lid must be shown. Show wilt prices In both words and fiyures
and where conflict occurs the written or typed wo.us shall prevail.)
_ ITE:f APPROX. ZTEN. WITH UNIT PRICED SIC UNIT PRICE AMOUNT
NO. QUANTITY (unit Prices to be Written 1n Nords) DOLLARS CTS. DOLLARS CTS.I
j I
68. 8 Ea. 3 Section Signal Head, 8"
Per Ea. Words ig res
69. 2 Ea. 3 Section, Optical Prog. Head, 12"
I -
Per Ea. Words g res
70. 2 Ea. 2 Section, Optical Prog. Head, 12"
and 1 Section 12" Arrow
E
Per Ea. Words (Fig res
71. 12 Ea. 3 Section, 12" Signal Head
E
1Per Ea. (Words) ig res
72. 36 Ea. Beck Plates
E
Per Ea. (Words)
ig res
73. 26 Ea. Pedestrian Heads, Neon
E
Per Ea. Words (Fig res)
74. 26 Ea. Pedestrian Push Buttons
E _
Per a— Words (Fig res
75. 12 Ea. 3 Section Signal Head, 2-8", 1-12"
E
Per Ea. Words ig res
76. 1 Ea. 14 Section, Optical Program Head
I12 Inch —
E
Per Words i res
77. Lump Sum Material Checkout d Tr_ isportation
8
Per L. S. Words i res
78. Lump Sum Traffic Signal System Check-Out
E
Per L.-3. Wordtl (i res
(7) I
1
SCHEDULE OF PRICES
(Motor Li Und it prico:, for all itoms, aa1 extcnsiou un
s and total &mot of
must bo shown. Show unit Prices in Loth words and fi yuros
and whoro conflict occurs tha written or typed word& eh&11 provail.)
IT:.'M j Ai'YROX. ITEM NITS UNIT PRICED 9ZD
NO. QUANTITY ((u PRITr,. AMOUNT
nit Prices to be written in words) DOLLARS CT:.; DOLLARS CTS.
tE. 4 Ea. Service Location
j I Per Ea. Words gur s
t
5/. ILump Sum Illumination Installation
$ � I
Per L. S• Words--
I t9 ur s —I
58. � 2 Ea. Photo-cell
Per Ea. Words
igrr s
59. 4 Ea. Signal Pole Base ?yne III '
S
Per Ea. ---'Words igur s
60. 4 Ea. Signal Pole Base Type it
5
Per Ea. Words igur s
61. 13 Ea. Signal Pole w/Mast Arm, 40'
S J
Per Ea. Words
igur s
62. 3 Ea. Signal Pole w/Mast Arm, 35'
IPer Ea. Words �ligur s
63. 6 Ea. Signal Pole w/Mast Arm, 30'
S Per ta. _ Words —TFjgur 5
64. 1 Ea. Signal Pole w/Mast Arm, 25'
$
Per Ca Words
agur sT'
65. 1 Ea. Signal Pole w/Mast Arm, 15'
Per Ea. Words igur 5
66. 2 Ea. Signal Pole, Type I
Per a. Wor s M gur J-
67. 2 Ea. Signal Pole, TyFe I-8
Per a. Words igur �—
(6)
x
r,
Paye 7 Technical Provisions
A minimum of ;ae course of 8" wide brick shall be placed under f-ames
for adjusting.
The unit price �,id for each catch jasin and inlet will be full compen-
sation for al! labor, equipment, materials, including adjustment to
final grade, and all incidental costs necessary for furnishing and
,lacing catc;, basins Type I and Type II, and inlets Type IV.
2-11 MANHOLES
Manholes shall be constructed in conformance with Sc in 63 of the
Standaro Srecificatiuns and Standard Plan 40 except odified herein.
M, hole covers shall be Olympic Foundry Nc. 5920, 7" :pt;i, Style C
or approved equal.
A minimum one course of 8" wide brick shall be placed under the frame
for adjusting.
Final adjustment of new manhole frames and covers to match finish
pavement surface will be included as part of the bid item for the
respective manholes and no separate payment will be made therefore.
Type I and Type TV Manholes will be constructed in their entirety as
part of the Manhuie, Type I and Manhole Type IV bid items.
Type I and Type IV Manholes will be paid for at the unit price bid
for the manholes complete in place, which payment shall be full compen-
sation for all labor, equipment, materials, including pipe connections,
adjusting frame to final grade, and all incidental costs necessary for
furnishing and placing manholes as specified.
2-12 ADJUST MANHOLES TO GRADE
Adjusting existing manholes to grade shall be done in conformance with
applicable portions of Section 53 of the Standard Specifications.
The unit price uid per each manhole adjusted shall be full compensation
for all labor, equipment, materials, and all incidental costs necessary
to adjust manhole to yrade.
2-13 ABANDON MANHOLES
Where existing manholes are shown or, the plans to be abandoned, the
Contractor shall first plug 11 pipe openings with Class 5 (3i4) con-
crete, or with mortar and maso•�ry blocks or brick, or such other pro-
cedure as approved by the En,lneer, to provide a watertight closure.
The cantinas shall be removed and delivered to the City of Renton cor-
poration yard and the manhole structure removed t,, at least two (2)
feet below finish grade. The remaining portion or the manhole and exca-
vation shall then be filled with sand or excavation from other portions
of the w .,and compacted as directed by the Engineer.
A
ti ti
,
r t �
Page 6 Technical Provisions
Trench width at the surface of the ground shall be kept to a minimum
amount necessary to install the pipe in a safe manner. if the maximum
specified trench width is exceeded by the Contractor withodt written
authorr.ation by the Engineer, the Contractor will be required to
replace at his own expense any additional lect backfill material or
pavement pitch required.
Trench excavation, shoring, dew,tering, foundation preparation, cribbing
and sheeting, bedding, backfilling, disposal of surplus. excavation. will
be considered incidental to the storm drain constr� :tion and all costs
in connection therewith shall be included in the unit price bid for the
pipe, in place.
All pipe shall be bedded with Class B bedding unless shown otherwise
on the plans.
Trench backfill shall be excavated trench material unless select imported
backfill is ordered by the Engineer. Where trenches are backfilled
thruugh existing caved areas, the compacted backfill shall be brought
to a point 10 inches below existing pavement grade. The balance of the
trench shell then be filled wit'.. 4 inches of compacted crushed surfacing
conforming to the requirements of Section 23 of the Standard Specifications
and 6 inches of cement concrete pavement patch conforming to the require-
mentr of Section 54 of the. Standard Specifications nd Standard Plan No. 18.
Storm drain pipe will be measured acid paid by the lineal font of pipe
in place including all trencninq, pipe iayi.ig and Jointing, bedding,
dno backfil "ng with excavated trench material. Where called for by
the Engineer, imported select trench backfill will be measured and paid
for under the bid item for select trench backfill . Where crushed sur-
facing and cement concrete pavement patch is specified in pavement areas,
the crushed surfacing and cement concrete will be measured and paid for
under the bid items for crushed surfacing and cement :oncrete pavement
patch.
Payment at the unit price bid will be full compensation for all labor,
^quipment, materials, transportat;on, and all incidental costs necessary
to complete the work as specifies.
2-10 CATCH BASINS, INLETS
Cast iron frame and covers shalt be Olympic Rundry No. 5434 W.S. or
approved equal .
Catch basin Type I shall be Graystone No. CO-18 or approved equal .
Catch basin Type II shall he Grayston_ No. CB-19 or approved equal.
Curb inlets; Type IV shall be Graystone No. CB-17 or approved equal.
(30)
y
rr .
1t ,�5 itl•.
Page 5 Technical Provisions
2-8 GRADING AND SUBGRADE COMPACTION
Following removal of existing asphalt concrete pavement, cement con-
crete pavement, curb, curb and gutter, driveways, and sidewalk, the
Contractor shall grade and compact the area including and regrading
and/or removal of existing base ruck material to the required subgrade
for construction of new street improvements.
The Contractor shall use care not to overcut and to maintain a neat
line along the edge of existing pavement to remain in place.
After grading, the subgrade shall be ccT.pacted to 95% of maximum
density and finished 'n accordance with Section 15 of the Standard
Specifications. Testing of the compaction shall be done in accordance
with the procedure stated in Section 2-3.
Excess material removed during grading may be disposed of off the
site is a disposal areL obtained by the Contractor, or it may be
placed in the compacted landscape mound fill areas on the North
side of Airport Way, if approved by the Engineer.
If the Contractor elects to place the excess material in the com-
pacted fill areas, it shall be well mixed and distributed through
the embankment as directed by the Engineer and will be paid for as com-
pacted fill under Section 2-3. If the Contractor elects to remove the
material from the site to another disposal area, no t parate payment
will be made other than the unit price bid for gradin5 and subgrade
compaction under this item.
Measurement for grading and subgrade compaction will be by the square
yard of area graded and s bgrade compacted.
Payment will be at the unit price bid per square yard for grading and
subgrade compaction, which payment will be full compensation for all
labor, equipment, and incidental costs necessary for the grading and
subgrade compaction as specified.
2-0 STORM DRAIN PIPE
A1112" store, pipe shall be nonreinforced concrete pipe conforming
to ASTM Designation C14, Table II (Extra Strength) and Section 60-3.01A
of the Standard Specifications.
Zoints for both 12" and 24"concrete pipe shall be of the rolling "0"
ring or "0" ring in a groove rubber gasl , type with concrete bell and
spigot cast integrally with the pipe.
The maximum trench width for concrete pipe, as measured at the crown
of the pipe, shall be 40 inches for 12-inch diameter and 54-inches
for 24" diameter pipe.
Twenty-four inch storm pipe shall be reinforced concrete pipe conforming
to ASTM Designation C-76 and Section 60-3.01B of the Standard Specifications
and snall be Class III pipe.
(29)
1
L Zia
Page 4 Technical Provisions
2-6 REMOVE CEMENT CONCRETE SIDEWALK
Where existing cement concret., sidewalk is removed adjacent to existing
sidewalk to remian in place, the removal shall take place to the nearest
existing thru jc,nt or dummy joint outside the limit of removal shown.
Removal of cement .crete driveway approaches between the back of curb
line and back of sidewalk line w;ll be considered as Part of this item
of work.
Reproved sidewalk shall be removed from the site and disposed of by the ,
Contractor as part of this item of work.
Measurement and payment for removal of cement concrete sidewalk will
be made at the unit price bid per square yard of si ewalk removal and
disposal as stated above, which payment shall be full compensation for
all labor, equipment, and incidental costs necessary for the removal
and disposal of the sidewalks.
2-7 REMOVE C-.MENT CONCRETE PAVEMENT
Wherever it is necessary to remove existing cement concrete pavement
for trenching, or elsewhere if directed by the Engineer, the Contractor
shall pre-cut the concrete by line drilling or saw cutting to assure
b ,ing the concrete along straight lines.
Wherr ;he Contractor elects to line drill the concrete, the drill holes
shall be perpendicular to the surface and shall be on a maximum, spacing
of 6 inches center to center. Where the Contractor elects to saw cut
the concrete, the saw cuts shall be a minimum of 1 112 inch of the thick-
ness of the concrete to be sawed, or sufficient additional depth to
assure a neat, clean, straight break.
Where cement concrete pavement is encountered hidden beneath an asphalt
concrete or bituminous surfacing, it shall be measured and paid for
as remove cement concrete pavement.
Where cement concrete pavement is removed for trench excavation, the
maximum width permissible for payment under this item will be the maximum
trench width specified in Section 2-9 unless additional width is author-
ized in writing by the Engineer.
Removed ce:,ent concrete pavement sna I I be removed from the site and
disposed of by the Contractor as part of this item of work.
Measurement and payment for removal of cement concrete pavement will be
made at the unit price bid per square yard of cement concrete pavement
removed and disposed of as stated above, which payment shall be full
compensation for all labo,•, equipment and incidental work and costs
necessary for the pavement removal as specified.
(26)
ti M
�� MJIIQW'11
Page 3 Technical Provisions
Where approved by the Engineer, excess suitable material from grading,
subgrade preparation, and trenching operations may be well mixed
through the imported fill material and utilized in the compacted fill.
Compacted fill will be measured by the cubic yard, truck measure, of
acceptable fill material placed and compacted to the required density.
Payment for compacted fill will be made at the unit price bid per cubic
yard (truck measure) of fill material placed and compacted, which price
shall be full compensation for all labur, materials, equipment, and all
incidental work necessary to obtain, and place the compacted fill as
specified.
2-4 REMOVE ASPHALT CONCRETE PAVEMENT
Pavement removal shall be performed in those paved areas behind existing
curbs, in driveway ramps, shoulder areas, and other areas outside the
primary traveled street area as shown on the plans, and in trench areas
or other areas in the traveled way designated by the Engineer, and shall
consist of removal of all asphalt concrete pavement or other bituminous
surfacing in the designated areas.
At the limit of work for pavement removal , eitner adjacent to the primary
traveled street area or at the line of driveway and/or parking area
pavement conforms, thF existing pavement surface shall be cut vertically
in a neat line to provide a clean edge for construction of the new paving
section.
All removed pavement material shall be removed from the site and disposed
of by the Contractor.
Measurement of pavement removal will be made by the square yard of pave-
ment removed to the lines shown on the plans.
Payment will be made at the unit price bid per square yard of pavement
removed and shall constitute full payment for removal and disposal, off
the site, of the pavement designated for removal .
2-5 REMOVE CURB AND CURB AND GUTTER
Where existing curb and/or curb and gutter is removed adjacent to
curb and/or curb and gutter to remain in place, the removal shall take
place to the nearest existing thru joint or dummy joint outside the
limit of removal shown.
Removal of gutters and depressed curbing at driveway entrances will be
considered as part of this item.
Removed curb or curb and gutter shall be removed from the site and
disposed of by the Contractor as part of this item of work.
Measurement and payment for removal of curb and/or curb and gutter will
be made at the unit price bid per lineal foot of remova, and disposal ,
which payment shall be full compensation for all labor, eouipment, and
incidental costs necessary for the removal and disposal of the curb or
curb and gutter. (27)
Page 2 Technical Provisiins
2-2 CLEARING AND GRUBBING,
The lump sum bid for this item shall constitute complete compensation
for all labor and equipment required to remove from the site all such
items as trees, brush, and items of a similar nature which must be
removed in order to construct the new facilities to the design gr&de
and cross section as well as complete compensation for all labor and
equipment required to remove from the site all brush, roots, stumps,
and debris. The disposal of all material shall be the complete respon-
sibility of the Contractor. Any salvageable material shall be the
property of the Owner and shall , upon removal , be immediately loaded
and hauled to the Owner's designated yard and these shall be carefully
unloaded and neatly stacked or stored in the area designated.
The disposal of inflamm.able material such as trees, stumps, brush, etc. ,
shall be the responsibility of toe Contractor. There shall be no
burning on the job site. The Contractor shall be responsible for all
arrangements, maintenance, and clean up of all disposal sites required
for the disposal of all inflammable and other waste material.
There will be no paym, L fur overhaul for any bid item or portion
thereof in these ccntr .ts. All bid items either dealing directly
with, or implying movem-,^t of, any material to or from the project
area or in the project area itself, are hereby understood to include
full payment for ali movement of material.
The unit price bid for clearing and grubbing shall include all costs
of labor, equipment and all incidental costs in connection with clearing
and grubbing.
2-3 COMPACTED FILL
After t' ompletion of clearing and grubbing and installation of the
storm nage system in the area, the Contractor shall place cs,apacted
fill t ne lines and grades shown on the plans. This shall include
the landscaped mound fill , a portion of the oridge approach fill , the
Cedar River Road fill, and any other required street fills.
Fill material shall be granular in nature placed in maximum loose lift
Thickness of 8 inches, and compacted to at least 95% of laboratory
maximum density (A.S T.M. : D-1557-707T). Where required by the
:ngineer the existing ground slope shall be "benched" to receive the
:ompacted fill. All work related to the testing of the compaction, including
proctor tests and compaction density tests, shall be done by the contractor at
-0 his expense. The minimum number of compaction tests required shall be as
follows.
1. Three tests on storm sewer trenches.
2. Five tests on the compacted fil. areas.
The location of the tests shall be sel,cted by the Engineer. If one or more
tests du not meet the specifications as stated above, additional tests shall be
taken as requested by the Engineer ..t the Contractors expense.
It shall be the contractor's responsibility to select :he source of the rill
material, however, the source and quality of material :hall be approved by
the Engineer before using the fill material in the embankment.
(26)
4
TECHNICAL PROVISIONS
SECTION 2 TECHNICAL PROVISIONS
2-0.1 STREET IMPROVEMENT, GENERAL
Street improvement shall include all excavation, removals, installation,
relocation, adjustments, surfacirg, restoration and incidentals to com-
plete the work in accordance with Standard Specifications, Special Pro-
visions and/or Technical Provisions. The work to be performed is shown
on plans, specified and/or will be directed by the Owner.
The road shall be maintained and open to traffic at all times except
with special permission from the Owner, (Ref: Special Provisions
Section 1-17 HOURS OF WORK).
2-0.2 STORM SEWERS, GENERAL
The Contractor shall install d storm drainage system with all necessary
appurtenances as shown on Plans, specified and/or as directed by the
Owner. All work shall be performed in accordance with Standard Speci-
fications, Special Provisions, and/or Technical Provisions.
Where existing pipe to be abandoned connects to existing manholes,
catch basins, and/or curb inlets to emain, it shall be plugged 3t no
additional cost to the project.
All new and existing storm drains shall be connected to the new and/or
existing storm lines as shown on plans and/or as directed by the Owner.
All existing connections disconnected shall be plugged in accordance with
Standard Specifications, Special Provisions, and/or Technical Provisions,
The Contractor shall maintain existing storm lines in operation at all
times except with special permission from the Owner.
Pumps and/or other equipment necessary to perform such shall be incidental
to the project a, , no further compensation shall ye made.
2-1 MOBILIZATION AND DEMOBILIZATION
This bid item shall provide compensation for costs incurred by the
Contractor for moving equipment to the job site, securing suitable
storage areas, providing a field office if desi, ad, 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 bid for mobilization shall be full compensation for all
labor and equipment, and all other costs necessary for the Contractor
to perform mobilization as specified. Partial payment for this item
will be paid only when the owner determines that sufficient proaress
of the project warrants such payment.
(25)
t
4 4
Page 13 Special Provisions
1-32 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 Chan order before work may be done.
The Contractor shall be responsible for acquiring the necessary change
orders that are required by any of his subcontractors.
Force Account
The City will accept work against Force Account in accordance with
Standard Specifications, Section 9.04 and charged to special account.
1-33 CONSTRUCTION CONFERENCE
Prior to the start of construction, the Contractor, Engineer, Subcon-
tractors, Utility Department, Telephone Company, Power Company, Gas
Company, and other interested Oepartments shal attend a pre-con-
struttion conference, time, place and date tc be determined after
awardance of the contract. Subsequently a representative of the Contract
will attend a weekly conference to review progress and discuss any
problems that may be incurred. The time, place and date to be established
at tte pre construction conference.
1-34 SALVAGE
All salvage material as noted on the plans and taken from any of the
discarded facilities shall , at the Engineer's discretion, be carp°rlly
salvaged and delivered to the City yard.
Any cost incurred salvaging and delivering such items shall be
considered incid al to the project and no compensation will be made.
1-35 LIQUIDATED DAMAGES.
Liquidated damages for failure to execute the contract as specified and
in accordance with Section 8.08 of the Standard Specifications will be
assessed as follows: Fifty dollars ($50.00) per calendar day plus cost
of inspection, supervision, legal expense and court costs incurred
beyond said date. The cost of additional inspection and supervision
shall be an amount equal to actual salary cost plus one hundred percent
(100%) for overhead.
1-36 AWARDING CF CONTRACT
Awarding of contract will be based on total sum of all schedules of
prices. Nn partial bids will be accepted. he amount of the contract
will be tt,a sume of Scheduies "A" and "B".
(24)
i
�► 4
�R
Page 12 Special Provisions
the City for the additional expense. The City shall have the sole
authority in oetermining the necessity of having 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.
1-29 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
initia-.s.
Scale certification shall be submitted as early in the project as
possible.
Each weigh station shall maintain a record of the truck number, time,
date, and weight of all trucks providing material to the project. The
weight list shall be maintained in duplicate with one signed copy trans-
mitted daily to the City by the scale attendant.
In isolated cases where scale weight is not available, the inspector
shall measure the truck volume and certify as to its full load delivery.
1-30 S'ZE, 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 vehicle is licensed.
Any gross violation of these: regulations shall be reported to the
affected law enforcement agent.
The Contractor is to furnish to the Director of Engineering a listing
of all haul vehicles used on this project, listing the vehicle number,
license number, tar,. weight, and licensed load limits.
1-31 SUBCCNTRACTORS AND SUPPLIERS
A list of subcontra.tors and suppliers that will be involved with this
project shall be given to the Engineer for his review and approval
immediately after the contract has been awarded. This list must be
received by the Engineer before the contracts may be signed.
(23)
� 4
Page 11 Special Provisions
property by reason of any acts or omissions on the part of the Con-
tractor, subcontractors, agents, and employees in the performances of the
contract and will , after reasonable notice thereof, defend and pay the
expense of defending any suit which may be cocmenced aga .,st the Owners,
the Engineers, or the Owners' Consultants by any third person allegin
injury by reason of such arts or omissions, and will pay any judgment
Which may be obtained against the Owners, the Engineer, or the Owner's
Consultants or any of their officers or employees in such suit.
3.070 Builders' Risk "All-Risk" Insurar,ce
Before commencement of the work, the Contractor will submit written
evidence that he has obtained for the period of the Contract, Builders'
Risk "All-Risk" Completed Value insuranc^ coverage (including Earth-
quake) upon the entire project which is the subject of this Contract
and including completed work and work in progress. Such insurance shall
include as Additional Named Insureds: The Owners; ' e Engineer; and
the Owners' Consultants; and each of their officers, employees and
agents; and any other persons with an insurable interest designated by
the Owner as an Additional Named Insured.
Such insurance may have a deductible clause by not to exceed $250.00
(the deductible on Earthquake, may be in accordance with the Underwriters
requirements.)
1-eb SAFETY
In accordance with generally accepted construction practices, the Con-
tractor will be solely and completely responsible for conditions of the
job site, including safety of all persons and property during performance
of the work. "his requirement will apply continuously and not be limited
to normal working hours.
The duty of the Engineer to conduct construction review of the Con-
tractor's performance is not intended to 'nclude review of the adequa:y
cf the Contractor's safety measures, in, on, or near the construction
: ite.
The Owners' consultants have no obligation or duty to review the
construction activity of the Contractor.
1-27 SURVEYS
Section 5.06 of the Standard Specit;c,tions 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."
1-28 OVERTIME FIELD ENGINEERING
When the Contractor performs construction work over the accepted eight
(8) hours per day or forty (40) hours per week, or on any City holiday
and the work requires special survey or inspection the Contractor shah
reimburse
(22)
Page 10 Special Provisions
employed aL the site of the project and, in case any work is sublet,
the Contractor shall require the subcontractor siir,ilarly to provide
Workmen's Compensation Insurance for all the latter's employees unless
such employees are covered by the protection afforded by the Contractor.
In case any class of employees engaged in hazardous work under this
contract at the site of the project is no, protected under Workmen's
Compensation statutes, the Contractor shall provide, and shall cause
each subcontractor to provide compensation insurance with a private com-
pany in an amount equivalent to that provided by the Workmen's Compen-
sation statute for theprotection of his employees not otherwise pro-
tected.
3.07B Public liability and Property Damage Insurance
Before commencement of the work, the Contractor shall submit written
evidence that he and all his sub-contractors have obtained for the
period of the contract Public Liability and Property Damage insurance
coverage in companies and in form to be approved by the Owners. The
Bodily Injury portion will include coverage for injury, sickness or
disease, and death, arising directly or indirectly out of, or in
connection with, the performance of work under this Contract, and will
provide for a limit of not less than tnree hundred thousand dollars
($300,000) for all damages arising out of bodily injury sickness, or
disease and death of two or more persons in any one occurrence.
The property damage portion will provide for a limit of not less than
three hundred thousand dollars ($300,000) for all damages arising out
of injury to or destruction of property of others arising directly or
indirectly out of or in connection with the performance of work under
triis contract and in any one occurrence including explosion, collapse,
and underground exposure.
Included in such insurance will be contr>-tual coverage sufficiently
oroad to insure that provision titled ",. *unity" here`nafter.
The Puuiic Liability and Property Damage Insurance will include as
Additional Named Insureds: The Owners, the Engineer; the Owner 's
Consultants; and each of their officers, agents, ano employees.
A copy of the insurance policy. together with a copy of the endorse-
ment nam;ng the additional insured, shall a provided to the Owner
prior to executing 0e Contract.
3.07C Indemnity
The Contractor hereby agrees to save the Owners, the Engineer, and the
Owner's Consultants, and each of their offi%ers and employees harmless
from losses or damage occasioned to tF_, or to any third person er
('I)
to
Page 9 Special Provisions
1-24 CONSULTING ENGINEER
Section 1 .03 of the Standard Specifications shall be deleted in its
entirety and the following paragraph substituted therefore.
Wilsey & Ham. Inc. has been retained by the owners as con: ,ltants,
to design and prepare the plans and specifications. The function of
Wilsey & Ham will be limited to providing interpretation of the plans
and specifications during construction unless otherwise notified 1n
writing.
1-25 CONTRACTOR'S INSURANCE
Section 3.07 of the Standard Specifications shall be deleted in its
entirety and the following paragraphs substituted in lieu thereof:
3.07 Contractor's Insurance
The Contractor will not commence any work until he obtains at his
own expense all required insurance. Such insurance must have the approval
of the Owners as to limit, form, and amount. The Contractor will not
permit any sub-contractor to co:,.nence work on this project until the
same insurance requirements have been complied with by such sub-contractor.
The tyres of insurance the Contractor is required to obtain and maintain
for the full perioa of the Contract will be Workmen's Comoens, -ion In-
surance. Comprehensive General -iability Insurance, and Builders'
Risk "All-Risk" insurance as detailed in the following portions of
this specification.
Any insurance bearing on adequacy of performance wil` be maintaii.ed
after completion of the Project for the full guarantee period.
Nothing contained in these insurance requirements is to be construed
as limiting the extent of the Contractor's responsib-lity for payment of
damages resulting from his operations under this Contract.
As eviden,.e of specified insurance coverage, the Owner may, in lieu of
actual policies, accept certificates issuad by the insurance carrier
showing such policies in force for the specified period. Each policy
or certificate .,ill bear an endorsement c- statement waiving right of
cancellat u,n cr reduction in coverage without 10 days' notice in writing
to be delivered Sy registered mail to the Owners.
3.07A Compensation Insurance
The Contractor shall take out and mai; ain during the life of this
contract Workmen's Compensatior. insurance for all of his employees
(20)
1
Page 8 Special Provisions
In case any dispute arises as to what are the p—vailing rates of wages
for work of a similar nature and such dispute cannot be adjusted by the
Parties in interest, including labor and management representatives,
the matter shall be referred for arbitration to the Director of the
Department of Labor and Industries of the State, and his decisions
therein shall be final and conclusive and binding on all parties involved
in the dispute as provided for by RCW 39.12.060 as amended.
The Contractor, on, or before, the date of commencement of work shall
file a statement under oath with 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, workmen, or mechanics employed upon
the work by the Contractor or subcontractor which shall be not less than
the prevailing rate of wage. Such statement and any supplemental statements
which may be necessary shall be filed in accordance with the practices
and procedures required by the Department of Labor and Industries.
Prior to commencing work, each Contractor and each and every Sub-Contractor
shall .file a sworn statement of intent (SF 98821 with the Owner and with
the Departmenr 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 wi'l be checked against the prevailing wage
rates as determined by the Industrial Statistician of the Department
of Labor and :. 4ustries. If' the wage rates are correct, the Industrial
Statistician will issue an acknowledgement of approval to the Contractor
and/or 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.
Copies of wage rate approvals will be furnished the awarding agency,
the the Contractor (and the prime Contractor in the case of a Sub-
Contractor by the Industrial Statistician.)
Each voucher ciaiia submitted by a Lontractor for payment or, 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 Statis-
tician.
Affidavits of Wages Paid (SF 9843) are to be filed with tree State
Treasurer, or the Treasurer of the county or muni.ipal -.-or °on or
other officer or Person charged with the custody and di,' ,f
the state or corporate funds as the case may be and t.r
of each affidavit are to be filed with the Director oP _ Pnt
of Labor and Industrries, Attention: Indu,trial Relatio„s
1601 Second Avenue, Seattle. Whenever practicable, affrc_
taining to a particular contract should be submitted as a oacK,,e.
(19)
t
AIRPORT WAY ST IMPROVEMENTS LOGAN AVE N .�P4< ,.� T,T,3 S 1
1
1
1
TECHNICAL PROVISIONS
STORM DRAINAGE AND SWAGE WTYALL
1. The outfall structure shall be designed, constructed and maintained so
as t.+ prevent the entry of fish into the outfall. �•
2. Tie stream bed at the point of sewer or storm drain discharge shall be
armored as necessary to prevent scouring. Armoring materials shell be
clean and shall not extend above the pre,-project bed elevation. Ex-
cavation within state waters for placement of armoring materials shall
be isolated from the flowing stream by inststlation of sheet piling,
diking or similar mechanism.
3. A clsmahell, dragiine or hydraulic dredge may be used for excavation
and backfilling inside the sheet riling enclosure, except that the
drive mechanisma (wheels, tires, tracks, etc.) shell not enter or
operate within the flowing stream during these operations. Excav+ted
materials shall not be stockpiled or spoiled within the high water
flow channel of the stream.
4, All raw banks shall be suitably protected to prevent erosion,
S. Equipment may operate in the water while shaping the toe of the bank
end/or the key at the toe of the bank for placement of bank protection
materW l, except that the drive maehanisms (wheels, tires, tracks, etc.)
shall not enter or operate within the water during, these operations, These
operations shall not take place during the period when spawning or incu-
bation is taking place in the vicinity of the project, i.e., these operations
shall take place after, June i. 1972sn4 before August 15. 1972
6. All bank protection material shall be placed from the bank. There shall be
no dumping of bank protection material directly from a truck bed onto the
bank face.
7, bank protection material shall be clean and shall be of sufficient size to
prevent its teing washed away by high water or by wave action. i t
I
S. If a filter blanket is to be used, filter material shall be placed from the
bank and bank protection material shall be placed concurrently with the
filter blanket.
i
i%
(44)
1/72
rs A
DEPARTMENT OR GAME FISHERIES AND GAME DEPARTMENT OF FI:HERIES
400 t.P!W Wq w.^h HYDRAULICS PROJECT APPROVAL a.,.'.r ♦dab. cad,,
Orta,r,, W..hb,r« QSO.
LOCAN AVENIIt: BRIDGE oi,a,b, w..a,p« sysu
241' STORM SEWER OUTPALL
April 17, 1972
(Applicant should refer to this date in all correspondence)
Storm Drain Octrall Cedar River Lake Washington 08
(Type of Project) (Stream) Drainage Syatem)
This approval (pages 1 through is given to City of Renton, City Enl;ineers Office,
200 Mill Ave. S. Renton, We. 98055 , to perform the requested project work which is covered
by the laws of the State of Washington, Chapters 75.08, 75.12, 75.20 77.16, 46.61 and 966.
All work associated with this project shall comply with the following General. Technical, and
Special provisions.
GENERAL PROVISIONS
1. Project Loeationt NE'a. of Section 18, Township 23 North, Pangs 5 East W N in Klan
county.
2. Time Limitation: June 1, 1972 to August 15, 1972
3. Water quality is not to be degraded to the detriment of fish life as a result of this
project. Compliance with the quality limns set forth in the Washington State Water
Quality Regulations shall be maintained thrwdhout the life of the project.
4. Siltation of the bed or bottom of any state voters to the detriment of flsh life shall
not occur as a result of this project.
5. At no time and under no circumstances is there to be created a block to stream or tidal
flow or fish passage as a result of this project.
6. No equipment is to enter or operate in any flowing strewn or ocher state vatexw except
as provided in the Technical and Special Provisions of this approval.
7. Any fish stranded s a result of this project shall be safely released to the flowing
stream or open water.
8. Any stream bank or shoreline area on which vegetative cover is disturbed shall be re-
planted with trees, brush and grasses of similar type and concentration as exists
along the stream banks or shoreline in the general vicinity of the project.
9. No gravel or other bottom material shall be removed from within the high water flow
channel bed of any stream or from the bottom of any other state waters, except as
provided in the Technical and Special Provisions of this approval.
10. Any debris resulting from this project is to be disposed of by placing beyond high
tide and/or high rater fYows.
1/72 (43)
4
Page 16a Technical Provisions
2-30 RELOCATED AIRPORT PERIMETER ROAD
The construction of the relocated Airport Perimeter Road is not part
of this contract, this work will be done by others.
However, the Contractor cannot work on the compacted fill for the
landscaping mound on the Airport Way street improvements that overlap
the existing Airport Perimeter Road until the relocated Perimeter Road
has been constructed.
The Contractor shall not work on any City of Renton Airport property
until permits to do so have been obtained from the Federal Aviation
Administration and the City of Renton Airport Board of Commissioners.
These work permits will be obtained by the City of Renton.
It shall be the Contractor's responsibility to coordinate his work
schedule with the construction of the relocated Perimeter Road.
(42)
Page 16 Technical Provisions
(1) Asphalt Concrete Class "B" shall be in accordance with
Section 34 of the Standard Specifications except that
,Joints between successive 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 the compacted crushed
surfacing course and between successive layers of asphalt
concrete pavement. The tack, coat shall be considered as
incidental to the cost of the asphalt concrete.
;3) The Asphalt Concrete Pavement Class "B" shall be placed to
a normal thickness of 3-inches except where less is required
to taper the temporary pavement conrection down to conform
with the existing bridge and/or pavements.
(4) The asphalt concrete for canforming shall be placed with
a paving machine, by hand raking, or by a combination of
thes? methods as directed by the Engineer.
Asphalt concrete used for conforming shall be thoroughly
compacted as directed by the Engineer.
(5) All asphalt concrete used in the pavin; of the temporary
pavement connection shall be paid for at the unit price
bid per ton for Asphalt Concrete Class "B" for temporary
Pavement Connection.
(6) The unit contract price for Asphalt Concrete Class "B"
for Temporary Pavement Connection shall constitute full
payment for all labor, materials, equipment, and incidentals
necessary to place the asphalt concrete, in the temporary
pavement connection.
2-31 WATER
Water shall be acquired and placed in strict compliance wish Section 16
of the Standard Specifications.
The unit price bid per thousand (M) gallons of water shall be full com-
pensation for furnishing all labor, materials, equipment, and doing
all the work incidental to furnishing, hauling, and applying water as 6
specified and/or called for by the Engineer.
2-39 FINISHING AND CLEAN-UP
Finishing and clean-up shall be performed in strict compliance with
Section 4. ", 57, and 68 of the Standard Specifications.
The lump sum bid for Finish and Cleanup shall be full compensation for
all labor and equipment, and all other costs necessary for the Contractor
to perform such. No partial payments will be paid on this item.
(41)
Page 15 Technical Provisions
2-34 COMPACTED FILL FOR TEMPORARY PfVFMF.NT CONNECTION
During construction of Stages 2 and 4 of the temporary pavement con-
nection. as shown on Plan Sheet 11, the Contractor shall place compacted
fill , as required and directed by the Engineer, to the lines and grades
shown on the plans.
Fill material shall be granular in nature placed in maximum loose lift
thickness of 8-inches, and compacted to at least 90% of laboratory
maximum density (A.S.T.M. : D-1557-707T).
It shall be the Contractor's responsibility to select the source of the
fill material, however, the source and quality of the material shall
be approved by the Engineer before using the fill material in the
embarkment.
Compacted fill will be measured by the cubic yard, truck measure, of
acceptable fill material placed and compacted to the required density.
Pay,aent for compacted fill will be made at the unit price bid per
cubic yard (truck measure) of fill material placed and compacted, which
pr':e shall be full compensation for all labor, materials, equipment
and all incidental work necessary to obtain and place the compacted
fill as specified.
2-35 CRUSHED SURFACING COURSE (1-1/4") (-) FOR TEMPORARY PAVEMENT
CONNECTION
Crushed surfacing course. (1-1/4") (-) shall meet the requirements as
outlined in Section 23 of the Standard Specifications. The Contractor
shall select the source, but the source and quality shall be approved
by the Engineer.
During construction of the temporary pavement connection, the Contractor
shall place crushed surfacing course (1-1/4") as required and directed
by the Engineer, to the lines and grades shown on the plans.
The crushed surfacing course shall be placed to a normal thickness of
6-inches, except where less is required to taper the temporary con-
nection down to conform with the existing bridge and/or pavements.
The price per ton of crushed surfacing ;hall be full compensation for
all incidental costs necessary for furnishing and placing crushed
surfacing, (1-112") (-).
2-36 ASPHALT CONCRETE. CLASS "B" FOR TEMPORARY PAVEMENT CONNECTION
During construction of Stages 2 and 4 of the temporary pavement
connection, as shown on Plan Sheet 11 , the Contractor shall place
asphalt concrete, Class "B" to the lines and grades shown on the
Plans, as required and directed by the Engineer.
(40)
� b
Page 14 Technical Provisions
2-32 PERMITS
The contractor shall perform all work and conduct his operations in
accordance with permits issued by the Washington State Department of
Ecology, the Washington State Department of Fisheries and in accordance
with the Shoreline Management Substantial Development Permit and any
other permits required.
The City of Renton, Department of Engineering will provide the permits
listed above. The Contractor shall obtain any aaditional permits
required and not secured by the City.
At the time of the printing of these specifications, the permits had
not been issued to the City form the Department of Ecology and Shoreline
Management Development. However, it is anticaped that the Contractor
may obtain copies of these permits at the office of the Oirector of
Engineering prior to the Bid Openings. The contractor shall perform
work and conduct his operations in accordance with the provisions of
all permits. The Contractor shall be liable for all fines, penalties
and/or delays due to faulty operations not in accordance with the
provisions of all permits.
A copy of the permit from the Washington State Department of Fisheries
for the construction of the storm drain outfall follows this Section
of the Specifications.
2-33 TEMPORARY PAVEMENT CONNECTION AT LOGAN AVENUE NORTH BRIDGE
The Contractor shall be responsible for the construction of the
temporary pavement connection at the south end of the Logan Avenue
North Bridge. In constructing the temporary connection, he shall be
responsible for maintaining continuous two way traffic flow, and
shall direc' and control traffic by temporary barricades and flagmen,
as required, to continuously insure the safe movement of traffic and
insure the effective direction of traffic during the switchover onto
the temporary connections. The contractor shall also be responsible
for coordination with the bridge contractor during construction.
The Contractor shall conform to Section 1-15, Scheduling of Work, .n
the Special Provisions.
The use of the temporary pavement connection staging details, shown
on Sheet i1 of the contract plans, is optional to the Contractor.
However, any alternate plan to handle traffic while accomplishing the
designated work must be approved by the Engineer prior to construction.
ty
s,
i`
(39)
ti
Page 13 Technical Provisions
2-29 REMOVE EXISTING FENCE
The lump sum bid for this item shall constitute complete compensation
for all labor and equipment required to remove from the site approxi-
mately 500 lineal feet of fence. Any salvageable fence T;cc�ial, as
determines uy the Engineer, shall be the property of the Owner and
shall , upon removal, be immediately loaded and hauled to the Owner's
designated yard by the Contractor and there shall be carefully unloaded
and neatly stacked o�, stored in the area designated.
The disposal of .ny remaining fence material shall be the complete -
responsibility of the Contractor.
The lump sum bid for removing the existing fence shall include all
costs of labor, equipment, and all incidental costs in connection
with remval of the existing fence.
2-30 CHAIN LINK FENCE
Chain link fence shall be Type l conforming to Section 8-12 of the
Washington State Department of Highways Standards for Road Construction,
1969, and as shown on the Standard Plan No. C-16, installed in accordance
with Section 8-12 and 9-16.
Measurement will be by the lineal foot of chain link fence placed,
measured along the centerline of the fence.
Payment will be made at the unit price bid per lineal foot of chain
link fence installed, which price will be full compensation for all
labor, material , equipment, and incidental costs necessary to install
the fencing as specified.
2-31 TEMPORARY WIRE FENCE
Temporary wire fence shall be Type 1 conforming to Section 8-12.3(2)
of the Washington State L.partment of Highways Standards for Road
Construction, 1969, and as shown on the Standard Plan No. C-15,
installed in accordance with Sections 8-12 and 9-16.
Measurement will be by the lineal foot of wire fence placed, measured
along the centerline of the fence.
Payment will be made at the unit price bid per lineal foot of wire
fence installed, which price will be full compensation for all labor,
material , equipment, andincidental costs necessary to install the
fencing as specified.
(38)
♦ 1
Y
Page 12 Technical Provisions
Poured monuments will be as shown on Standard Plan No. 22.
Monument frames and covers will conform to Standard Plan No. 20.
Monuments and monument frames and covers shall be irstalled by removing
the existing concrete and/or asphalt pavement within a 12-inch radius
of the existing marker and pouring the monument in place. Monument
top shall be a minimum of 7- inches below the finish pavement surface.
The monument frame shall then be set to grade and location for the
finish pavc .ent in a Class 5 cement concrete pavement patch. The
concrete pavement patch shall be topped off 1-inch below tho finished
pavement surface and top of monumcnt frame after which the pavement
surface shall be finished to grade with Class "B" Asphalt Concrete.
There shall be a minimum of 1-inch clearance between the monument
casing and the top of monument.
Monuments and monument frame and cover installation will be measured
and paid for at the unit price bid for each installation, which pay-
ment will be full compensation for all labor, material , equipment,
and incidental costs necessary to install the monuments with frames
and covers as specified.
2-28 CEMENT CONCRETE PAVEMENT PATCH
Cement concrete pavement patch shall conform to Section 54 of ne
Standard Specifications and Standard Plan No. 18, except as modified
herein.. Cement concrete pavement patches will be required where it is
necessary to construct a drainage line or a conduit line through an
existing paved area.
The cement concrete shall be Class 6.5 (1-1/2) H.E.S.
No trWic will be allowed on the ar^a pat-hed for three (3) days --
including the day of pouring -- or r directed by the Engineer.
Fuar inch crushed surfacing (1-1/4) shall be placed as a foundation
for the ce,rent concrete patch. Crushed surfacing will be provided
and paid for under the bid item for crushed surfacing.
Cement concrete pavement patch will be paid for at the unit price bid
for cement concrete pavement patch, which payment shall be full co+epen-
sation for all labor, equipment, materials, and all incidental costs
necessary to furnish and place cement concrete pavement patch as
specified.
(37)
i
Y
Page 11 Technical Provisions
2-23 MISCELLANEOUS ASPHALT CONCRETE
Miscellaneous asphalt concrete shall conform to Section 34 of the
Standard Specifications except that it shall he placed by hand and
rolled with a roller weighing no more than 5 tons. Miscellaneous asphalt
concrete shall be placed as directed by the Engineer. The unit bid price
per ton for miscdllaneou� asphalt concrete shall be full compensation
for furnishing all labo. naterials, tools, and equipment to place
miscellaneous asphalt concrete complete.
2-24 COLD MIX ASPHALT PATCHING
Cold Mix Asphalt shall be placed and compacted as directed by the
Engineer. The unit bid price for Cold Mix Asphalt Patching per ton will
be full compensation for furnishing all labor, materials, tools, and
equipment necessary to place patches to the satisfaction of the Engineer
and no other compensation shall be made.
2-25 TYPE E-2 TRAFFIC CURBING
Traffic curbing sLal, be Type E-2 conforming to Section 40 of the
Standard Specifications and as shown on Standard Plan No. 6 installed
in accordance with Section 40-3.01.
Measurement will be by the lineal foot of curb placed measured along
the front face of the curb.
Payment will be made at the unit price bid per lineal foot of curbing
measured along the front face of the curb, which price will be full
compensation for all labor, material . equipment, and incidental costs
necessary to install the curbing as specified.
2-26 PRECAST CONCRETE TRAFFIC CURBING
Precast concrete traffic curbing shall be type "A" Class I conforming
to Section 44 of the Standard Specifications and as shown on the
Standard Plan No. 25, installed in accordance with Section 44-3.018.
Measurement will be by the lineal foot of curb placed measured along
the front face of the curb.
Payment will be made at the unit price bid per lineal foot of curbing
measu^ed along the front face of the curb, which price will be full
compensation for all labor, material, equipment, and incidental costs
necessary to install the curbing as specified.
2-27 MONUMENT CASE AND COVER
Where shown on the plans, the Contractor shall furnish and place poured
monuments and mo ument frames and covers.
(36)
r
ti �
Page 10 Technical Provisions
Passing 2" square sieve 100%
Passing 1/2" square sieve 56%-90%
Passing 1/4" square sieve 40%-78%
Passing U.S. No. 10 sieve 22%-52%
Passing U.S. No, 40 sieve 8%-32%
Passing U.S. Nu. 20 sieve 7%-9%
Asphalt (% of Total Mixture) 3.5%-6%
(The exact percentage of asphalt to be determined by the Engineer.)
The unit price bid per ton for Asphalt treated base shall be full com-
pensation for all labor, equipment, materials, and all incidental costs
necessary for furnishing and placing the Asphalt Treated Base.
2-22 ASPHALT CONCRETE, CLASS "B"
( 1) Asphalt Concrete Class "B" shall be in accordance with
Section 34 of the Standard Specifications except that
joints between successive 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 and between successive layers of asphalt
concrete pavement. The tack coat shall be considered as
incidental to the cost of the asphalt concrete.
(3) Preleveling of uneven or broken surfaces is required on
this project. Preleveling shall be accomplished by using
Asphalt Concrete Class "B". The asphalt concrete for
preleveliny shall be placed with a motor patrol grader,
a paving machine, by hand raking, or by a combination of
these methods as directed by the Engineer.
Asphalt concrete used for preleveling shall be compacted
thorougnly with pneumatic tired rollers.
(4) Asphalt Concrete Pavement Class "B" shall be used in
2 layers -- 2" and I" respectively.
(5) All incidental asphalt concrete shall be paid for at the
unit price bid per ton for asphalt concrete "Class 'B'".
(6) The unit contract price for asphalt concrete Class "B"
shall constitute full payment for all labor, materials,
equipment, and incidentals necessary to place the asphalt
concrete.
(35)
Page 9 Technical Provisions
Measurement will be the square yard of driveway surface area measured
between the back of curb to thq back of sidewalk.
Payment for concrete driveways Type "D" and Type "D" modified, will be
at the unit price bid per square yard for cement concrete driveways,
which price shall be full compensation for all labor, equipment,
materials, and all incidental costs necessary to ccripiete this item
as specified.
2-21 ASPHALT TREATED SASE
'e asphalt treated base shall be placed in ene lift and to a compacted
d pth as shown on the plans. The material shall be placed with an
approved paving machine employing those methods described in Section
34-3.07. 34-a.08, and 34-3.09 of the Standard Specifications.
The asphalt treated base shall be a hot bituminous plant mix caterial.
The material shall be made in conformance with Sections 34-'s.03,
34-3.038, 34-3.04, 34-3.05, and 34-3.06 of the Standard Specifications.
The asphalt cement shall be a paving grade asphalt 85-100 penetration.
The aggregate For asphalt treated base shall meet the following test
requirements.
Los Angeles Wear, 500 Revolutiuns, ASTM Designation C131
40% maximum.
Sand equivalent (Section 6) 35% minimum.
The mineral aggregates, when combined in the designated proportions
and mixed with asphalt cement of the proper grade and quality, shall
meet with the following requirements:
Stabilometer Value (Section 6) 20 Min.
Cohesiometer Value (Section 6) 50 Min.
Modified immersion compression
test, % retained strength
(Section 6) 70 Min.
The materials of which the asphalt treated base is composed shall
meet the following grading 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 by weight.
(34)
Page Ba Technical Provisions
Select trench backfill for pipe shall meet requirements for Bank Run
Gravel Class "B" as outlined in Section 26-2.01 of the Standard
Specifications.
The unit price per cubic yard (truck measured) shall be full compen-
sation for selecting the source, furnishing and placing the material
as outlined in Section 26-2.01 of the Standard Specifications. See
Sec' ion 2-10.
2-17 CRUSHED SURFACING COURSE (1-1/4")
Crushed surfacing course, (1-1/4"), shall meet tt.e requirements as
outlined in SectionZ3 of the Standard Specifications. The Contractor
shall select the source, but the source and quality shall be approved
by the Engineer.
The price per ton of crushed surfacing shall be full compensation for
furnishing and elating Crushed Surfacing, (1-1/4").
2-18 CEMENT CONCRETE CURB AND GUTTER TYPE "A"
Cement concrete curb and gutter shall be constructed in accordance
with Section 40 of the Standard Specifications and Standard Plan No.
1. It shall :e constructed of Class 5 (1-1/2) Portland Cement Concrete.
Curb depressions in front of driveways shall be included and will be
measured and paid for as part of this bid item.
Measurement and payment of Cement Concrete Curb and Gutter, Type "A",
will be by the lineal foot of curb and gutter, in place, including
driveway depressions, which payment will be full compensation for all
labor, equipment, materials, and incidental costs necessary for the
furnishing and placing of cement concrete curb and gutter, Type "A".
2-19 CEMENT CONCRETE SIDEWALK
Cement concrete sidewalk shall be Type "B" and shall he constructed
in strict compliance with Section 42 of the Standard Specifications
and as shown on Standard Plan No. 14. Tree planter cutouts for future
landscaping shall be constructed at the locations shown on the plans.
The unit price per square yard for cement concrete sidewalk shall be
full comr:nsation for all labor, equipment, materials, and incidental
costs necessary for the furnishing and placing of cement concrete side-
walk.
2-2U CEMENT CONCRETE DRIVEWAYS
Where shown on the plans the Contractor shall construct cement concrete
driveways, Type 'D" and Type "D" modified, in conformance with Section
41 of the Standard Specifications, Standard Plan No. 10, except as
modified herein and on the plans.
Material shall be Class 6 (1-1/2) Portland Cement Concrete six (6)
inches thick.
(33)
+► 1
Page 8 Technical Provisions.
Abandonment of manholes shall be coordinated with construction of new
drainage facilities sufficiently to provide alternate drainage protection
after abandonment.
Where new catch basins or inlets are to be constructed over the abandonej
manhole, the appropriate pipe openings shall be left unplugged for re-
connection to the new unit.
New catch basins cr inlets shall be constructed and connecter' under the
appropriate bid item.
Payment for abandoning manholes will be made at the unit price bid for
each manhole abandoned, which price shall be full compensation for all
labor, equipment, materials, and all incidental costs necessary to
complete the work as specified.
2-14 REMOVE INLETS .AND CATCH BASINS
Where existing inlets and/or catch basins are shown on the Flans to
removed, the Contractor shall first plug all pipe openings with Class
5 (3/4) concrete or with mortar and masonry, block or brick, to provide
a watertight closure. The castings shall be removed and delivered to
the City of Renton corporation yard and the inlet or catch basin structure
removed and disposed of off the site by the Contractor. The opening shall
then be filled with sand or excavated material from other portions of the
work and compacted as directed by the Engineer.
Removal of inlets and catch basins shall be coordinated with new con-
struction suffici^ntly to provide alternate drainage protection after
removal.
Payment for removing inlets and catch basins will be made at the unit
price bid for each inlet or catch basin removed, which price shall be
iull compensation for all labor, equipment, materials, and all incidental
costs necessary to complete the work as specified.
2-15 CONNECTION TO EXISTING INLETS
Where shown on the plans, new drain pipes shall be connected to existing
inlets. The Contractor shall carefully break into the existing structure:,
shape the new pipe to fit and regrout the opening in a workmanlike manner.
The unit price bid for each pipe connection to an existing inlet shall be
full compensation for all labor, equipment, material, excavation, and
all incidental costs necessary to connect new drain pipes to existing
inlets.
2-16 SELECT TRENCH BACKFILL
Select trench backfill for pipe shall consist of crushed or naturally
occurring granular material from sources selected by the Contractor.
The source and quality of the material shall be approved by the Engineer.
(32)
ti 1
TECHNICAL PROVISIONS
SECTIQN 4 - LIGHTING AND SIGNALIZATION
4-1 DESCRIPTION OF WORK
The contemplated work to be performed under this portion of the contract consists
of the improvement of Renton Avenue Extension, Airport Way and Logan Avenue
South by installing an illumination system throughout the length of the project
and by installing traffic signal systems at the intersections of:
Renton Avenue @ Taylor Avenue
Renton Avenue @ Rainier Avenue
Airport Way @ Shattuck Avenue
Airport W:y @ Logan Avenue
and other work all in accordance! with the attached plans, these technical pro-
visions and the Standard Specifirations for Road and Bridge Construction pub-
lished by the Washington State Highway Commission, dated 1969, and the standard
plates attached and made a part of these technical provisions. The traffic
signal system does not include traffic signal controllers, cabinets, loop de-
tecter amplifiers or peripheral equipment.
4-2 POLE BASES & PEDESTALS, EXISTING
Street light standard pedestals for street lights numbered 1 through 17 inclusive
on Renton Avenue have been constructed by others. Traffic signal pole bases
(type SP-B) at the intersection oa Taylor Avenue and Renton Avenue and the signal
pole bases (type SP-A) at the north west and south west corners of the inter IF
-
section of Rainier Avenue at Renton Avenue have been constructed by others.
The traffic signal controller pedestal (type B) at the intersection of Taylor
Avenue and Renton Avenue has beer antructed by others. Illumination and traffic
signal conduits, complete with pull wires and function boxes have been installed
on Renton Avenue serving the above facilities. The contractor shall verify
the condition and location o. these. To assist, the contract plan sheet for
the Installation of the above (by others) has been included in this contract
and is for reference only. The verification of sizes, location and condition
of the referenced material is the responsibility of thin contractor.
4-3 POLE BASES & PEDESTALS, CONCRETE
Traffic signal pole bases and street light standard pedestals shall be constructed
o� concrete class B in accordance with Sec. 9-29.6(4) of the standard speci-
fications.
4-4 POLE BATE & PEDESTALS, FINISH
Where traffic signal pole bases, street light pole bases, and traffic sign,.'
controller pedestals are contiguous with a cement concrete sidewalk the Class
3 surface finish specified in Section 8-20.3(4) shall not apply. The surface
finish shall match the sidewalk finish as provided elsewhere. In such cases
the top 4" of the pole base shall be poured at the name time the sidewalk is
poured so that no joint shows.
(57)
Page 27 Technical Provisions
Fire Hydrant Guard Posts
Fire hydrant guard posts shall be measured and paid for at the
applicable unit price per each, in place complete, which shall
constitute full compensation for a complete installation.
e. Fittings
Fitting installations shall fe incidental to the contract.
f. 2" Blow-Off Assembly `
The furnishing and installation of blow-off assemblies shall be
paid for at the applicable unit price per each, in place com-
plete, which shall constitute full compensation for plug or cap
tapped 2'W" galv. iron pipe, 2" gate valve, valve box, 2" galy.
90° bond with 1/4" drain hole, 2" x 2 1/2" adapter (IPTX hose)
with cap and chain, and meter box, and all other necessary acces-
sories for a complete installation.
g. Concrete Blocking
Concrete blocking shall be measured and paid for at the applicable
contract price, per cubic yard, payment of which shall constitute
full compensation for furnishing the material in place, complete.
h. Water Service
The furnishing and installation of water services shall be paid
for at the applicable unit price for each, in place, complete,
which shall constitute full compensation for the individual
water service as detailed on the improvement plans and in con-
formance with all manufartuers installation instructions. The
Contractor shall supply all materials for the water services.
The unit price bid shall include all costs to make the connection
to the water main, furnish and install the water service, and
connect to the existing water meter. The unit price bid also
includes all costs to adjust the existing water meter, as required.
(56)
Page 2L Technical Provisions
is. Water Pipe Installation
The price per linear foot for installing of water pipe, size,
and quantity listed in the bid schedule, shall constitute full
compensation for the water line, in place, complete, including:
clearing, grubbing, stripping, all pavement removal , excavation,
trenching, backfilling, foundation preparation, compaction,
pipe laying and jointing; fitting installations; pipe bracing,
sheeting, shoring, and dewatering, removal of ey' 'ing pipe;
connecticns to existing piping; all surface res lotion, excluding
crushed rock and concrete or asphalt concrete surfacing. The
City of Renton will furnisu the pipe and fittings, however, the
price per linear foot includes all costs to transport the materials
furnished from the City of Renton Water Shop to the job site.
b. Gate Valves Installation
12" gate valve assemblies shall be measured and paid for at the
applicable unit price per each, in place, complete, which shall con-
stitute full compensation for the concrete vault; and all other
necessary accessories for a complete installation.
Note: City to supply only the 12" gate valve and material for the
2" bypass valve assembly.
The 8" and smaller gate valve assemblies shall he measured and paid
for at the applicable unit price per each, in place, complete,
which shall constitute full compensation for the valve, valve
box with extensions, if necessary, concr 'e valve marker, and for
all other necessary accessories for a complete installation.
Note: City to supply only the valve and valve box.
The Contractor shall be responsible for all costs to transport the
materials from the City of Reu �n Water Shop to the job site.
C. Fire Hydrant Installation
Fire hydrant assemblies shall be measured and paid for at the
applicable unit price per each, in place, complete, which shall
constitute full compensation for tee, valve, valve box, spool ,
fire hydrant, shackling, installation of blocking, bracing drains,
fittings, and all other necessary accessories for a complete
installation.
Note: City to supply only the tee, valve, valve box, spool and
fire hyurant.
The Contractor shall be responsible for all costs to trasport
the materials from the City of Renton Water Shop to the job site.
(55)
1
1
,
Page 25 Technical provisions
All equipment necessary to make the tests shall be furnished by the
Contractor and the Contractor shall conduct all tests under the
supervision of the Engineer.
a. Pressure Test
Prior to acceptance of the system, the installation shall be
subject to a hydrostatic pressure test of 250 psi, and any
leaks or imperfections developing under said pressure shall
be remedied by the Contractor before final acceptance of the
system. The Contractor shall provide all necessary equipment
and shall perform all work connected with the tests and conduct
said tests in the presence of a Utilities Department Inspector.
Insofar as practical , tests shall be made with pipe joints,
fittings, and valves exposed for inspection.
b. Leakage Tests
Leakage tests may be required after the pressure test has been
satisfactorily con.dieted on the new pipeline or concurrently
with the pressure test. The hydrostatic pressure for the leak-
age test shall be equal to 100 psi.
3-12 DISINFECTION
Disinrection of the new water system srall be required prior to com-
pletion of the project and s'lll be in accordance with AWWA Specifi-
cation C601-54 and Section 74 of the A.P.W.A. Standard Specifications
and shall meet the acceptance of the State of Washington Department of
Health. The initial concentration of chlorine in the line shall be
50 parts per million and this solution shall be held for a period of
24 hours. Disinfection of the entire water system installed or
disturbed under this contract, including pipe, pipe fittings, valves
and appurtenances, is required to conform with the specification stated
herein.
3-13 CLEAN-UP
During the tine that the work is in progress, the Contractor shall make
every effort to maintain the site in a neat and orderly condition. All
refuse, broken pipe, excess excavated material , broken pavement, etc. ,
shall be removed as soon as practicable. Should the work not be maintained
in a satisfactory condition, the Engineer may cause the work to stop
until the "clean-up" portion of the work has been done to the satisfaction
of the Owner and/or Engineer.
3-14 MEASUREMENT AND PAYMENT
Unit or lump sum bid prices for all items shall include all costs for
labor, equipment, material (where included), testing, relocation, and
modifications to existing utilities, and all incidentals necessary to
make the installation complete and operable.
(54)
� y
r
Page 24 Technical Provisions
h. Concrete Blocking
General concrete thrust blocking shall be in accordance with
Provision k2.14 of Section 74, A,P.W.A. Stanrard Specifications.
The City of Renton Standard Detail fo) aneral blocking is
bound in these specifications.
3-10 RESTORATION OF SURFACES
Roads, streets, driveways, shoulders, and all other surfaced areas,
removed, broken, caved, settled, or otherwise damaged due to installation
of the improvements cove •ed by this contract shall be repaired aid
resurfaced to match the existing pavement or landscaped area as set forth
in these specifications.
The ends and edges of the patched and resurfaced areas shall meet and
match the existing surface and grade, and shall terminate in neat,
even lines parallel to, and at right angles to the roadway. No piece-
meal pitching or repair will be allowed. Damaged, disturbed, or other-
wise affected areas as defined shall have edges of existing pavement
trimmed back to provide clean, solid vertical faces, free from loose
material.
a. Areas to be Resurfaced
Existing concrete surfaces shall be patched with concrete ove-
a crushed rock base course.
b. Private Driveways
Private driveways, walks, and other surfaced areas shall be
repaired, patched, and resurfaced as required for the type of
surfacing encountered.
C. Maximum Patching Width
The maximum patching width in trench areas will be in accordance
with Section 78-3.01 of he Standard Specifications for Municipal
Public Works Construct - 1969. Any patching done beyond this
limit will be done at tna Contractor's expense.
d. Temporary MC Cold Mix Asphalt
MC Cold premixed asphaltic concrete shall be required in some
areas for temporary patching on this project, where deemed
necessary by the Engineer.
3-11 TESTING,
Hydrostatic pressure and leakage tests on the new pipeline shall be made
in accordance with applicable provisions of AWWA C600-54T or C603-64T
and Section 74 of the A.P.W.A. Standard Specifications, except as modified
herein,
(53)
f
Page 23 Technical Provisions
The 12" gate valve assembly shall include: 12" Gate Valve
(MJxMJ), 2" Bypass Valve Assembly, and a precast concrete
vault. The City of Renton Standard Detail for "Precast
12" Gate Valve Chamber" and 2" bypass assembly are bound in
these specifications.
Valve chambers shall be in accordance with Section 76 of the
A.P.W.A. Standard Specifications except as modified by details
bound in these specifications.
All valves shall have concrete valve markers with distances
clearly marked a; required by the Engineer.
Note: Only Gate Valve and 2" Bypass Assembly materials to be
supplied by the City.
f. Fire Hydrant Assemblies
Fire Hydrant Assembly installation shall be in arrordance with
Section 77 of the A.P.W.A. Standard Specificati,,r�s.
The Fire Hydrant Assembly shall include: 12" x 6" L.I. Tee
(MJxFL), 6" G,.te Valve (FLxM)), 6" C.I. Pipe Spool (PExPE),
5" MVO Fire Hydrant (MJ connection, 8"x24" C.I. Gate Valve
Box, and 3/4" Shackle Rod with accessories, and hydrant exten-
si)n where called for by the Engineer.
Fire hydrant guard post shall be installed where deemed
necessary by the City Engineer, and/or shown on the construction
plans. The City of Renton Standard Detail for hydrant assembly
and hydrant guard posts is bound in these specifications.
Note: Only the Tee, Gate Valve, Pipe, Fire Hydrant, Gate Valve
Box, and Hydrant ex'.nsion will be suppliea by the City.
g. 2" Blow-Off Assemblies
Water main blow off assemblies shall be constructed as shown
on the City of Renton "Standard Detail for 2" Blow Off Assembly"
as bound in these specifications. Galvanized steel pipe and
fittings shall conform to the requirements of Section 72, of
the A.P.W.A. Specifications. The Gate Valve and C.I. Plug
shall conform to the applicable specifications bound in this
document.
Note: Contractor shall supply all material for the Blow
Off Assemblies.
(52)
fM>
Page 22 Technical Provisions
C. Special Anchorage
All free ends, berg :s, tees, laterals, and any change in direction
of piping shall be adequately braced and blocked to prevent move-
ment from thrust by use of concrete thrust blocks, tie rods,
and joint harnesses. Concrete thrust blocks inust be poured
against undisturbed ground. Thrust blocks shall be provided at
all changes in direction of piping. In addition, all joints
at bends of changes in direction, to a point at least three joints
beyond the tangent point on either side of the bend, shall be
provided with a positive locking device to prevent separation of
the joint under full test pressure. The locking may be accomplished
by use of tie rods and joint harness, subject to the prior approval
of the Engineer. After the pipe has been joined, aligned, and per-
manently bedded, the joints shall be drawn up to assure permanent
water tightness but not so tight as to prevent flexibility to
allow for some movement caused by vibrations, expansion, and
contraction.
d. Connections to Existing Pipe and Structures
Connections to existin jing are indicated on the drawings.
The Contractor must verr-y all existing pipinn, dimensions, and
elevations to assure proper fit.
The Contractor must also provide any adapters, nipples, or other
specials required to make a s,.tisfactory connection. The City
of Renton Utilities Department shall make connection to existing
mains at tire Contractor's expense. The Contractor shall notify
the City of Renton Water Department 24 hours before the connection
is to be made. The City of Renton shall have the right to
deduct the costs for making the connection from payments due the
Contractor or bill the Contractor for the necessary work.
The Contractor shall be responsible for theprotection of all
existing piping and appurtenances during construction, and shall
take care not to damage them or their protective coatings or
impair the operation of the existing system in any way.
e. Valves and Valve Chambers
Valve installation shall be in accordance with Section 75 of the
A.P.W.A. Standard Specifications except as modified herein.
6" and 8" Gate Valves shall include an 8" x 24" cast iron gate
valve box and extensions if required by the City Engineer.
(51)
Page 21 Technical Provisions
The price per ton shall be full compensation of selecting
the source, furnishing and placing the material as outlined
in Section 26-2.0i of the Standard Specifications.
3-8 PIPING MATERIALS, VALVES, AND FITTINGS
All pipe sizes as shown on the drawings, and as specified herein, are
in reference to "nominal" diameter, unless otherwise indicated.
All piping materials, valves, and fittings shall conform to A.P.W.A.
Standard Specifications and shall be in accordance with the city of
Renton Requirement;.
All pipe, valves, fittings, and specials shall be for a minimum water
working pressure of 150 psi or as revised by City of Renton standards,
and shall conform to the requirements of the applicable sections of
the A.P.W.A. Standard Specifications, as modified herein.
3-9 PIPE INSTALLATION
Pipe installation shall be in accordance with Section 74 of the A.P.W.A,
Standard Specifications, except as modified herein.
All buried pipe shall be laid upon prepared foundation or bedding material
so that the bottom quadrant is uniformly supported throughout its entire
length, as specified in Section TRENCH EXCAVATION, BEDDING, AND BACKFILL.
The average depth of cover for the 12" water main shall be 4'6", and
for the 8" and smaller water main shall be 3'0". The trench widths
shall be no greater than 36" except at valve chamber locations.
a. Laying and Jointing
Cast iron pipe and accessories shall be handled in such a manner
as to assure delivery to the trench in sound undamaged condition.
Particular care shall be taken not to injure the pipe lining and
coating.
Cutting of pipe shall be done in a neat, workmanlike manner with
an approved type mechanical cutter without damage to the pipe.
Jointing shall be accomplished in accordance with manufacturer's
recommendations.
b. Bends and Curves
Deflection from straight line and grade, as required by vertical
curves, horizontal curves, and offsets shall not exceed the
maximum deflection per joint as recommended by the pipe manu-
facturer. If the alignment requires jeflection in excess of the max-
imum recommended, special bends or a sufficient number of shorter
lengths of pipe shall be used to provide angular deflections with-
in the limits set forth.
(50)
Page 20 Technical Provisions
Initial backfill shall be placed around the pipe in
layers not exceeding eight inches in depth, and each
layer shall be thoroughly compacted by mechanical tampers
to at least 95% of maximum dry density at optimum moisture
content as determined by Standard Proctor Compaction Test,
A.S.T.M. Designation D698-58T, Method D. All works related
to the testing of tte compaction, including proctor tests
and compaction density tests shall be by the Contractor at
his expense. Three compaction tests shall be taken on the
water trench areas. The locations of the tests shall be
selected by the Engineer. If one or more tests do not
meet the specifications as stated above, additional tests
will be taken as requested by the Engineer at the Contractor's
expense.
(3) Subsequent Backfill: Shall be the remainder of the
trench backfill , above the initial backfill , and shall
be carried to elevations such as to receive the proper
depth of surfacing materials, as applicable.
Improved Areas: All subsequent backfill under street
and shoulder areas shall be placed in lifts not exceeding
8-inches in loose depth, and each lift compacted to at
leapt 95% of maximum dry density at optimum moisture content
as determined by ASTM Designation D698-58T, Method U. In-
place density determination shall be made in accordance with
ASTM Designation 01556-58T, except as otherwise approved by
the Engineer. Testing for compactions in the improved areas
shall be in accordance with the testing as stated in the
section on initial backfill .
(4) Payment: No separate or extra payment of any kind
will be made for compact on, wetting, drying, water, or
processing of materials, out shall be included in the
applicable unit price paid for the waterline in place,
complete.
d. Select Trench Backfill
Select trench backfill for the pipe shall consist of crushed or
natura;ly occurring granular material from sources selected by
the Contractor. The source and quality of the material shall be
subject to approval by the Engineer. Select trench backfill
shall meet requirements for bank run gravel Class "B" as outlined
in section 26-2.01 of the Standard Specifications.
The horizontal limits for measuring select trench backfill in
place shall be the s;de of the excavation except no payment
will be made for material replaced outside of vertical plans,
1.5 feet outside of and parallel to the barrel of the pipe and
not the bell or collar.
Any excavation in excess of the above requirements shall be re-
placed with tht native material or select trench backfill, as
directed by the Engineer and at the Contractor's expense.
(49)
�► y
Page 19 Technical Provisions
The Engineer shall have complete control over the excavating,
moving, placing, and disposition of all material , and shall
determine the suitability of all material to be used as backfill.
All unsuitable material shall be wasted as specified.
Excavation of every description, classification, and of what-
ever substances encountered within the limits of the project
shall be performed to the lines and grades necessary for pipe,
bedding and structures, and as indicated on the drawings.
Temporary drains and drainage ditches shall be installed to
intercept or direct surface water which may affect the pro-
motion or condition of the work. All excavated materials
not meeting the requirements for backfill and all excess
materials shall be wasted as specified.
No separate nor extra payment of any kind will be made for
storing, handling, hauling, or manipulation of excavated
materials.
b. Foundation Preparation and Bedding
Foundation preparation shall be in accordance with the applica-
ble provisions of Section 73, A.P.W.A. Standard Specifications,
except that the bottom of the trench must be shaped to uniformly
support the bottom quadrant of the pipe throughout its entire
length.
In case unstable or unsuitable existing material is encountered
at the trench bottom, the Engineer may direct the use of borrow
bedding material in accordance with Section 73-2.05 of the
A.P.W.A. Standard Specifications. Wet trench conditions will
not be necessarily considered as unstable conditions. The trench
shall be de-watered and an inspection made by the Engineer
to determine the suitability of the trench material. All costs
for de-watering shall be the responsibility of the Contractor.
Bedding material shall be as required for Bank Run Gravel Borrow.
C. Trench Backfill and Compaction
;1 ) Lxcavdteu materials that are free from
mud, mu.k, organic matter, broken bituminous sureacing,
stones larger than 8 inches in dimension, and other
debri „ shall be used for backfill except where other-
wise required.
(2) Initial Backfill: Extending to a plane at least
12-inches along the crown of the pipe shall be hand-
placed, selected excavated material free rnm stones,
hard lumps, or other material harmful to the pipe.
(48)
i
Page 18 Technical Provisions
3-4 MATERIALS SUPPLIED
The City of Renton shall supply all water pipe, fittings, fire
jydrsnts, gate valves, and cast iron valve boxes with their required
accessories. The contractor shall supply all other material such as
the pre-cast roncretc vaults, concrete blocking, shTckle rods, fire
hydrant guard posts, valve markers, and all other material necessary
to make a complete installation..
The water pipe materials will be stocxpiled at the City of Renton Water
Shop located at lst Avenue and Burnett Street. It shall be the contractor's
responsibility to pick up the stockpiled materials and transport them
to the job site.
3-5 EXISTING UTILITIES
If, in the prosecution of the work it becomes necessary to interrupt
existing surface drainage, sewers, underdrains, conduit, utilities,
or similar underground structures, or parts thereof, the Contractor
shall be responsible for, and shall take all necessary precautions,
to protect and provide temporary services for same. The Contractor
shall at his own expense repair all damage to such facilities or
structures due to his construction operations, to the satisfaction of
the Engineer.
3-6 CLEARING
Pavement, or other street and road surfaces shall be cut only
to the m4nimum width which will permit the proper excavation
and bracing of the trench, and which will allow passage of
vehicular and pedestrial traffic. All pavement cuts shall be
made smooth, straight lines or to nearest construction joint,
and shall be made witi; clean vert',cal faces.
Removal o. O tuminous and concrete pavements and utilities
;hail be conducte(f ill accordance wIln Con 52, A.P.W.A.
Standard Specirrcations, except as oth?rwise provided herein.
3-7 TRENCH EXCAVATION, BEDDING, AND BACKFILL
Trench excavation, backfill , foundation preparation and bedding for
waterline and appurtenances shall be in accordance with the applicable
provisions of Section 73, A.P.W.A. Standard Specifications, except as
modified herein.
a. Excavation
The contractor shall inform and satisfy himself as to the
character, quantity and distribution of all materials to be
excavated. No payment shall be made for any excavated material
which is used for purposes other than those designated. Should
the Contractor excavate below the designated lines and grades
without orior approval , he shall replace such excavation with
approved materials, in an approved manner and condition, at
his own expense.
(47)
Page 17 Technical Provisions
SECTION 3 TLCIINICAL PROVISIONS - WATER
3-1 GENERAL STATEMENT
This section, Technical Provisions - Water, is devoted to features
of conditions which are peculiar to the facilities to oe constructed.
Articles, materials, operations, or methods mentioned herein or indi-
cated on the drawings as being required for the project shall be pro-
vided by the Contractor, and he shall provide each item mentioned or
indicated (of quality or subject to qualifications noted), perform
according co the conditions stated in each operation prescribed and
provide therefore all necessary labor, equipment, and incidentals
necessary to make a complete and operable installation. Wh re a
manufacturer's name is given the words "approved equal" shall be con-
sidered a part thereof except where no substitute is permitted.
No attempt has been made in these specifications or plans to segregate
work covered by any trade or subcontract under one specification.
Such segregation and establishment of subcontract limits will be solely
a matter of specific agreement between each Contractor and his sub-
contractors, and shall not be based upon any inclusion, segregation, or
arrangement in, or of, these specifications. The Contractor and sub-
contractor in each case is warned that work included in any subcontract
may be divided between several general specifications, and that each
general specification or sub-head of the technical specifications may
include work covered by two or more subcontracts or work in excess of
any one subcontract.
3-2 STANDARD SPECIFICATIONS
All work under this contract shall in general be performed in accordance
with the applicable provisions of "Standard Specifications for Municipal
Public Works Construction" prepared by the Washington State Chapter,
American Public Works Association, and in accordance with the require-
ments of the City of Renton, except as otherwise amended, modified,
or specified in these Technical Provisions. Items of work not specifically
covered in '.here Techniral Provisions aha'i - performed in -
wi,th th,e requirements .,, ifled in tbt 1.P.W.A. Standard Specifications,
and i, ac,coroance with the City of Renton requirements.
3-3 P�SCRIPTION OF WORK
The work to be performed under this contract consists of furnishing
r/ certain materials, equipment, tools, labor, and other work or items
incidental thereto (excepting any materials, equipment, utilities or
service, if any, specified herein to be furnished by the City or
Others), and performing all work as required by the contract in accor-
dance with plans and specifications and Standard Specifications, all
of which are made a part hereof.
This improvement is subject to the installation of a 12" Ductile Iron
water main an(' a 8" cast iron water main and related facilities, in
conjunction with the reconstruction and widening of a portion of the
Renton Avenue Extension, Airport Way and Loga,i Avenue North Project,
under U.A.B. 8-1-1rlL-0 3).
(46)
1
"1
SPECIAL PROVISIONS
a. Technigal Proy1AJpns - Stgrm brni enrr and :mow ire
Provision al +hall be chanced to read:
MIC,OutFall structure shall be desinncd con-
' s z ed ntul mnjntained so ^n Co pzevent .the
nnernnaaznt of fish i rk o tf 11
h- N 1 nr t t concrete aro4uct6 or other
deleterious materials sha11 fall, be wasted into or
othcrwiae enter state waters as a result of this
c. This approval is to be available on the Job site
at all times and the Provisions closely followed
by the operator conducting the work.
The Department of Fisheries and the Department of Game reserve the right to make
further restrictions if deemed necessary for the protection of fish life.
This approval is granted in the interest of fishery protection only, and then
departments cannot be held liable for any property damage which might occur as
a -esult of this project.
Failure to comply with the provisions of this approval is a gross misdemeanor
punishable by fine and/or imprisonment.
The person(s) to whom this approval is issued may be held liable for any damage
to fish life or habitat which results from failure to comply with the provisions
or intent of this approval..
The use of explosives in or neat. state waters may require a separate approval
from the Department of Fisheries and the Department of Game.
This approval pertains only to the provisions of the Fisheries and Game Codes,
Additi^nal authorization from the Department of Ecology, titc U. S. Department of �•
Army Corps of Engineers, Departn—nt of Natural Resources and/or other public
agencies may be necessary for this work.
a
DEPARTMENT OF FIS11ERIES DEPARTMENT OF GAME
__DIRECTOR DIRECTOR
DATE SIGNED DATE SIGNED I
1/72 TC
TCT:JR:al (45) I
f
1
i
I
i
before implementation.
Al costs and expense involved :n performing the work and in conforming to
the requirements set forth herein, including "he maintenance of existing traffic
control , shall be the Contractors responsibility and shall be considered in.
cidentai to other bid items involved in the project, except that the cost of
flagmen will be paid for as provided.
4-a5 PAYMZNT
Section B-20.5 of the Standard Specifications shall be amended to provide pay
ment as follows:
1. Conduit (11, inch die...etcr)
per lineal font
2. Conduit (IL, inch diameter) per lineal foot
R iTi aT
3. Conduit (2 inch diameter) `d
per lineal foot
4. Conduit (214 inch diameter) per lineal foot
5. Junction Box, Type J-20
per each
6. Junctior. Box, 18 X 24 X 36
per each
7. Conductors, 14 gage, Beldon 3720
per 1000 lineal feet
S. Conductors, 14 gage per 1000 lineal feet
9. Conductors, 10 gage per 1000 lineal feet
10. Conductors, 8 gage per 1000 lineal feet
11. Conductors, 6 gage per 1000 lineal feet
i
12. Conductors, 3 gage per 1000 lineal feet
13. Conductors, 1 gage per i000 lineal feet
14. Conductors, 000 gage per 1000 lineal feet
IS. Light Standard Base per each
36. Photo-cell per each
17. Signal Pole Base Type III per each
18. Signal Pole 3ase Type II pe- each
i
19. Signal Pole with mast arm, 40 feet per each
r
20. Signal Pole with mast arm, 35 feet per each
21. Signal Pole with mast arm, 30 feet per each
22. Signal Pole with mast arm, 25 feet per each
70
ti
I
loops are used to detect one approach, they shall be spliced in a series or
parai el configuration, as determined in the test by the signal technician.
The wiring diagram is typical , showing the parallel connection. Splices shall
use rosin core solder flowed into the connector and shall use the cast epoxy
insulation as described previously in section 4-14.
A saw cut 14 inch in width, shall be made for lead-in runs between the induction
loops and Lie conduit at the edge of the driving surface. The leads from each
loop to the adjacent junction box shall be twisted together as a pair, approxi-
mately two turns per foot. Each lead-in may be installed in a separate saw
cut, or more than one lead-in may be installed in one saw cut from loop to
conduit.
Each loop circuit snall utilize an individual twisted pair with shield and drain
wire from its loop detector terminal in the controller cabinet to the under-
ground junction oox adjacent to the loop.
Where lead-in wires are installed in conduit with current carrying sir;nal conductors,
they shall be s:,ielded.
The cost of the induction loop, including saw cutting, conductors, filler mate-
rial, splicing and splicing material , and field testing shall be included in
tie unit contract price, INDUCTION LOOP, per lineal foot.
4-3 4 Tr.1FFiC
Section 1-17.22 of the standard specifications is hereby supplem^- -d to include
the foilowilg:
Traffic shall be defined herein as consisting of either vehicular or pedestrian
traffic. Vehicular traffic shall be defined as including all rubber tired rotor
driven equipment.
During the peak traffic hours, which are bets;een 7:00 A. M. and 9:00 A. 11.
and between 4:00 P. M. and 6:00 P. M. , the Contractor shall keep all traffic
lanes and shoulder areas of streets within the limits of this project open
for traffic without interference from his operations.
If the peak traffic hours designated do not conform to the actual traffic
conditions as they occur, the Contractor shall curtail his operations accord-
ing to the peak traffic hours as determined by experience and as approved by
the Engineer.
At no time shall any traffic movement be completely restricted. Lane closures
and other traffic control measures shall be done in a safe manner in compliance
with the standards set forth in the Manual on Uniform Traffic Control Devices
"Part 1Tt-Traffic Controls for Street and Highway Construction and Maintenance
Operations", 1971 edition. The Contractor shall not have men or equipment on
the lanes or shoulder areas, or have any traffic control restrictions an the
traveled way during the aforementioned peak traffic hours and during non-working
hours except with prior approval of the Engineer.
All interim traffic control measures and interim signal control installations
shall be submitted to the Engineer for approval a minimum of two workicig days
(69)
4t
However, the Engineer reserves the right to review design calculation;. In
no case will approval to proceed with any manufacturing process be given without
review of shop drawings.
4-31 EXISTING TRAFFIC SIGNALS
The existing traffic signals at the intersections of
Airport Way and Rainier Avenue
Airport Way and Logan Avenue
shall remain in operation pending the installation of controllers, by others.
Signal heads installed by the contractor shall be covered with a suitable masking
material , black in color, and shall remain covered until the new equipment has
been turned o.r, by others, and approved by the city of Renton. The contractor
will be then advised and will proceed to remove signal head covers and to remove
the existing controllers, foundations, pedestals, poles and signal heads at
the above locations. All conduit to be abandoned shall be plugged and covered.
No conduit stubs are to be left above ground level. All pedestals and colts
are to be rercoved to below grade. Salvageable material will be the property
of the city and will be delivered the city yards as directed by the engineer.
The costs shall be incidental to the lump sum contract price for TRAFFIC S'GNAL
REMOVAL.
4-32 NEW TRAFFIC SIGNALS
The new signal installations at the intersections of
Renton Avenue and Taylor Avenue
Airport Way and Shattuck Avenue
shall have their signal heads covered with a suitable masking material , black
in color, pending :he installation of traffic signal controllers, by others, ,
in the cabinets. On completion of the control installation and acceptance by u
the city of Renton, the contractor snall remove all signal head covers.
4-33 INDUCTION LOOPS
Where shown on the plans or where directed by the engineer in the field, the
contractor shall saw cut the pavement and install induction loops. The loca-
tions of the loops is approximate only and the size of the loops may be revised
in the field by the engineer.
The induction loop shall be installed according to the induction loop aetail
shown. The wire for loop and lead-in shall be of No. 14 A. W. G. 8eldon '�o. r
8720 or equivalent. The wire shall be rated as gasoline and oil resistant.
Insertion of all wire in saw cuts shall. be made with a non-metallic instrument.
A wood b',ade is recommended. Reasonaole care must be taken to insure tta.t no
damage is done to wire insulation. Demonstration of satisfactory insulation
resistance shall be made by a "Megger" and the resistance from the conductor
to ground on each loop circuit must be a ,ainimum of one megohm. After the loop
and lead-in wires are installed in the s w cut; and before pouring patching tar,
the engineer will test loop operation to insure that the proper nurber of turns
have been installed.
The lead-in from each induction loop circuit shall be spliced only in the
underground junction box adjacent to the induction loop. Where two induction
s
1
P
4-30 TRAFFIC SIGNAL POLES
The traffic signal support structure shall consist of a single vertical pole
erected on a concrete foundation, as noted on the plan sheets, with one cantilever
arm mounted at approximate mid-height and a luminaire davit arm or arms forming
the pole top.
The signal light moat arm shall have an upward slope away from the pole at
an angle of about 5 from the horizontal. The arm shdil be straicht and of
such size and gauge steel to resist the bending moment of t. signal heads
placed as shown on the drawing. The pole end of the arm shal have a steel
fitting which will perrait the positioning of the arm on the shaft.
The pole and arms shall be tapered tubes round in cross section. The size of
the arm where it connects to the pole shall not be larger than the pole size
at the height.
A handho'e with cover shall be provided in the pole within 18 inches of the
base, and there shall be approved wireway V xtures installed to facilitate
pulling wire from the base to an outlet at each signal after the structure
i erected. The finished structure shall be rain-tight. Leveling nuts on
anchor bolts, furnished by the city of Renton, will be used in plumbing the pole.
All naterial and work shall be in accordance with the Section 112 of the Standard
Specifications. Structural steel having a minimum yield point of 33,000 psi
or more shall be used for all structural parts, and it snall be galvanized after
fabrication per A. S. T. M. A•123.
The signal structure shall be -lesigned in accordance with Sections 4, 5, 6,
and 8 of the "Specifications for the Design and Construction of Structural
Supports for Highway Signs", A. A. S. H. 0. 1961. The following loads shall be
used: Dead Load shall consist of the weight of the signals and signs and sup-
porting structure, including appurtenances: wind load shall be taken as 30
psf for the signals and 25 psf for the supporting structure, (including the
effect of gust and shape factors), on the greatest area of signals, and structure
in any elevation view. Live load and ice load may he omitted.
The vertical deflection at the free end of any can, lever arm due to the dead
load of the signals only shall not exceed 2% of the cantilever arm length.
The horizontal deflection perpendicular to the arm at the free end of any
cantilever arm due to the design wind load on the signals and signs and structure
shall not exceed 5% of the cantilever arm length.
Complete calculations for structural design shall be subn,itted with the shop
drawings for approval before fabrication or oruering material . These calcula-
tions shall include the stresses in the pole and cantilever arms, the deflections
at the free end of the cantilevers, the attachment of the signals to the struc-
ture, the connection between the cantilever arms and vertical pole, pole section
at handhold, base plate, anchor bolts, and foundation. The submittal shall
include the material and welding specifications, and details of the foundation
and anchor bolts.
Where the pole manufacturer has fabricated similar structures and these are
a pubiis'ied catalog item, the submission of she? drawings only will be sufficient.
(67)
1
Nb
Verification of bolt diameters and bolt circle sizes will be the responsibility
of the contractor, As previously noted, the luminaires have been pre-purchased
by the city of Renton. This contractor shall be responsible for attaching
luminaires of the size and type as noted on the plan sheets and erecting the
poles.
After the poles hava been erected, the luminaires shall be levelled and socets
adjusted, if necessary, to provide the light distribution shown by the lumir,aire
manufacturer.
The cost of attaching luminaires, erecting holes, leveling and adjusting light
sources, and tapping the power cable shall be included ih the lump sum cost,
ILLUMINATION, COMPLETE.
4-29(a) EXISTING LIGHT STANDARDS
The contractor shall remove the existing metal light standard and luminaires
in the median island at the intersection of Airport Way and Logan, Avenue South.
The pole and luminaires shall become the property of the city. Section 2-02.3(1)
shall be amended to provide that the base pedestals shall be removed to three
inches below finished grade.
1
'� 1
4-26 SIGNAL CABINETS
Traffic signal cabinets located at the intersections of
Renton Avenue @ Taylor Avenue
Airport Way @ Shattuck Avenue
shall be post mounted and conform to the Type G series. Traffic signal cabinets
located at the intersections of
Rainier Avenue @ Airport Way
Logan Avenue @ Airport :Jay
shall be mounted on a concrete pe:estal and conform to the Type M designation.
The contractor shall proviie and install the signal cabinet pedestals. The
signal cabinets will be p,uvided by others. On receipt of the cabinets, the
contractor shall mount he cabinets and complete the hooking up of field con-
ductors, with the exception of signal interconnect cables.
4-27 LIGHTING CONTROL CABINET
In addition to the requirement of section 9-29.24, service cabinets shall be
Type F and be either post mounted or mounted on traffic signal poles as shown
on the plan sheets and shall conform to City of Renton standard Plan Lighting
Control Cabinet Type II . Brand names shall not be visible on the door panels,
however the legend CITY OF RENTON shall be cast or r A ded on the door.
4-28 DETECTOR LOCATIONS
Conduit stubs and junction boxes for induction loop detectors will be provided
at locations noted on the plan sheets and shall conform to the details shown
on Standard J-21b except the alternate design shall not be used. The contractor
shall reference the drill hole or preformed hole in the roadway by suitably
inscribing or forming an arrow on the cement concrete curb. The drill hole
shall be temporarily plugged to inhibit dirt intrusion pending installation
of induction loops. Plugging by epoxy will not be allowed.
The cost of the conduit from the J-box to the roadway drill hole, located not
less than three feet from the face of the curb, the cost of the drill hole or
preformed hole, the cost of the temporary plug to provide the complete Loop
Detector Locat'on will be included in the unit contract pr;ce for LOOP DETECTOR
LOCATION. The cost of the J-box and conduit back from the J-box will be as
provided elsewhere herein.
4-29 LIGHT STANDARDS
Light standards have been pre-purchased by the city of Renton. The contractor
shall be responsible for making arrangements for picking up light standards
and transporting them to the job site. Care will be taken to ensure that no
damage occurs.
�G5i
%* ':
FIELD WIRING CHART
501 AC+ Input 507 AC+ Crosswalk
502 AC- 508 AC+ Detectors
503 AC+ Lights 509 AC+ 12 Volts
504 AC+ Lights 914 Remote Flash
505 AC+ Lights 915 Remote All Red
506 AC+ Control 916 Special
A B C D E F G H
R 611 621 631 641 651 661 671 681
v Y 612 622 632 642 652 662 672 682
u v GNI 613 623 633 643 653 663 673 683 `
Jc d Gd2 614 624 634 644 654 664 674 684
s= GN3 615 625 635 645 655 665 675 685
Common 616 626 636 646 656 666 676 686
c DW 711 721 731 741 751 761 771 781
°o W 712 722 732 742 752 762 772 782
N w Common-lights 713 723 733 743 753 763 773 783
v Detection 714 724 734 744 754 764 774 784
a Common-detection 715 725 735 745 755 765 775 785
x
N
AC- 811 821 831 841 831 861 871 881
`o AC+ 812 822 832 842 852 662 872 882
Common-detection 813 P23 833 843 853 863 873 883
Detection 814 824 834 844 854 864 874 884
o Detection (directional 02) 815 825 835 845 855 865 875 885
m Loop* ) - Pr. 816 826 836 846 856 866 876 886
u Loop* ) 817 827 837 847 857 867 877 887
r Loop* ) 818 828 838 848 858 868 878 888
> Loop* ) - Pr. 819 829 839 849 859 869 879 889
914 924 934 944 954 964 974 984
+
Pre- 916 926 936 946 956 966 976 986 Pre- n 917 927 937 947 957 967 977 987
918 938 938 948 958 968 978 988
919 929 939 949 959 969 979 989
* Radar, Magnetic, Sonic etc.
(64)
4-23 TRAFFIC SIGNAL CONDUCTOR IDENTIFICATION
Every end of every conductor at each w:re termination, splice, connector or
device shall have a neoprene wire marking sleeve bearing as the legend the
circuit number indicated in the wiring schematic drawings. Spare conductors
shall only be numbered if so shown. In addition to the foregoing, where terminal
strips are used as a connecting device between conductors, the terminal strips
shall also bear the circuit number consistent with the wiring schematic.
The field wiring terminal in the signal cabinet shall be numbered consistent
with the contract plans.
For all signal heads the following color code shall be followed:
1. Red (with or without tracer) for red indication or pedestrian "Don't '.talk".
2. Yellow (with or without tracer) for amber indication and pedestrian detection.
3. Green (with or without tracer) for green indication or pedestrian "Walk".
4. White for all 120 VAC ground.
5. White with tracer for all detection ground.
6. Black for AC*.
4-24 CONDUCTORS, CABLE OR SINGLE
All electrical cables used throughout this project shall conform to the require-
ments of section 9-29.3 of the standard specifications. Single conductors
used in underground wiring shall be No. 12 AWG stranded, with a minimum of
3/64 finch plasticized, polyvinyl compound, or approved equal , as the conductor
insulation. The conductor insulation shall be of the respective primary (red,
yellow and green) colors as specified in the schematic wiring diagram. primary
service conductors shall be black and white.
Wiring schedules have been included on the plan sheets to aid the Contractor.
If there should be a discrepancy between the wiring schedules and the wiring
diagram, the wiring diagram shall govern.
To facilitate construction and operation of the system. the Contractor may
substitute approved traffic signal cables, consistent with the requirement:
of section 9-29.3(2) of the standard specifications, for grouping of single
conductors except that code occupancies shall not be exceeded.
4-25 FIELD TESTS
included in field tests will be tests on induction loops placed in the roadway
surface. Loops shall be tested for both continuity and for ground. The field
tests specified in section 8-20.3(11) shall be performed prior to final in-
spection and shall include a 48 hour advance notice to the engineer.
(bit
t
% ►
Where shown on the plans optically prograuoned adjustable face 12 inch signal
heads shall be provided. The signal heads shall be 3M brand, Model 131 or equal.
Optically programmed signal heads shall have all openings sealed with suitable,
non-hardening material to prevent the entrance of moisture.
Section 9-29.16(5) shall be modified to provide that all signal heads and appur-
tenances shall be painted highway yellow except the front surfaces of back plates
and tha inside surface of louvers, and visors shall have a flat black finish
as specified therein.
4-22 PEDESTRIAN PUSHOUTTONS AND SIGNS
Section 9-29.19 of the Standard Specifications is hereby deleted and the following
substitutti:
Where shown on the Plans, pedestrian push buttons of tamper-proof construction
shall he Turnished and installed. The push button shall be constructed
of a single, round, chrome-plated metal plunger approximately 2-4 inches
in diameter of the direct push type and a single momentary silver contact
switch in metal enclosures rated at 125 volts, 10 amperes.
The assembly shall be made weatherproof by means of a synthetic rubber
gasket between the switch and the enclosure, as well as a synthetic rubber
gasket between the plunger and the switch to prevent the entrance of foreign
matter. The assembly shall also be constructed so that it will be impossible
to receive any electrical shock under any weather conditions. The assembly
shall have no sign fastened directly to it. The sign as shown in the
City of Renton Standard Plan (State Highway Standard J-21b) shall be pro-
vided in conjunction with each push button unit.
The signs and push buttons will be mounted to the poles by means of stainless
steel. straps. The position of the buttons and signs shall be located generally
parallel to the crosswalk for which the button is intended to serve; however,
final positioning for optimum effectiveness shall be determined by the Engineer.
(62)
k
4-17 ELECTRICAL SERVICES
Electrical service shall be obtained at the locations shown on the plan sheets.
The contractor shall coordinate his activities with Puget Power and Light.
All arrangements shall be confirmed with the engineer. For rabinets see 4-26,
Electrical service will be at 1201240 volts 60 Hz, single phase AC.
4-18 GROUNDING OF SERVICE
Grounding of electrical services shall conform to the requirements of the latest
edition of the National Electrical Code and all applicable state and city
regulations.
4-19 EXISTING EQUIPMENT
All existing equipment and material that is to be r; oved shall be stockpiled
as directed by the engineer.
4-20 LUMINAIRES
The city of Renton has pre-purchased all luminaires. The contractor shall
arrange to pick up luminaires by notifying the engineer one week in advance.
The contractor shall first inspect the fixtures prior to installing the lumin-
aires in conformance with the plans and shall be responsible for checking out
the final system operation. Defective parts, including refractors, reflectors,
ballasts, sockets, and other items which are a normal part of the luminaire
shall be replaced by the city as a part of its original purchase.
4-21 SIGNAL HEADS
All vehicular signal heads employed on this project shall be consistent with
the requirements of section 9-29.16(1)-(5) and 9-29.17 of the standard speci-
fications. Signal heads mounted on mast arms shall employ top mounted plumbi-
z:rs which will hold the heads in a steady position. The size of the signal
hems shall be as noted on the plan sheets. Tunnel visors shall be provided
on ail heads except optically programmed signal heads.
Eight inch conventional traffic signal heads shall employ 67 to 69 watt traf-
fic signal lamps, 120 volt, rates 665 lumens initial light output, 8,000 hour
life, 2-7/16 inch center length A-21 bulb, medium base, clear lamp.
Twelve inch conventional traffic signal heads will utilize 120 volt rated
1,950 lumen, clear, 3 inch light center length, 8,000 hour, medium base, P-25
bulb traffic signal lamps.
Pedestrian signal heads shall be grid type neon conformi-g to the require-
ments of section 9-29.20(3) of the standard specifications except that the
signals shall have Portland Orange DONT WALK and Lunar White WALK indications.
(61)
r
Taps and splices in pull box • at below grade locations shall employ epoxy resin
cast type insulation formed i clear plastic molds. The material used shall
be compatible with the insulaJ on material utilized. Equipment and methods
shall be as recommended by the manufacturer of the splicing materials. The
component materials of the resin insulation shall be packaged form ready for
convenient mixing without removing from the package.
4-14 FUSES
In addition to the applicable portions of section 9-29,23 of the standard spec-
ifications, fuses furnished for all lighting circuits shall be capable of hand-
ling the operation voltage of the circuit involved and shall have the following
characteristics;
1. Fuses shall be capable of indefinitely supporting 110 percent of the rated
load.
2. Fuses shall be capable of supporting 135 percent of the rated load for
approximately I hour.
3. A load of 200 percent of rated load will effectively cause instantaneous
blowing of the fuse.
4. Fuses shall be rated as listed below and shall be sized to fit the fuse
containers furnished on this project, according to the manufacturer's
recommendations therefore,
Service Voltage
240V 120V
40OW l0A 15A
Luminaire 25OW 5A l0A
Size
175W 5A 10A
5, Fuses shall be UL listed,
6. Fuses in pole bases shall be accessible from hand hole.
4-15 CIRCUIT BREAKERS
Circuit breakers shall be of the thermal breaker type and shall be capable of
supporting the operation current of the circuit involved, Breakers shall be
U. L. approved. Sample shall be submitted for testing.
4-16 SAFE WIRING LABELS
The contractor is advised that safe wiring labels required by the State of
Washington Department of Labor and Industries shall apply on this project.
(60)
e
Conduit locations are approximate and the c-.mtractor may lengthen conduit
runs in order to take advantage of connnon excavations. No additional compen-
sation in the unit cost of conduit will be considered by such action.
4-10 CONDUCTORS, CABLE
Paragraph (1) of section 9-29.3 of the standard specifications is hereby sup-
plemented by the following:
All conductors shall be copper conforming to all pertinent requirements of
section 9-29.3 of the standard specifications.
4-11 TENSION LIMITATIONS FOR INSTALLING ELECTRICAL CONDUCTORS
Without exception, when conductors either cable or single are bein-; installed,
care shall be exercised to not exceed tension limitations recono,ended by manu-
facturers, and as stated in these special provisions. Conductors may be pulled
directly by Land. However, if conductors are pulled by apy mechanical means,
a dynamometer with drop-needle hand shall be use,' on every mechanical pull.
On mechanical pulls, insulation shall either be stripped off the individual
:onductors, conductors formed into a pulling eye and be firmly taped before
pulling; or, a cable grip shall be used. The pulling force applied directly
to the conductor; i . e. , when pulling eyes are used or when the conductor is
formed into a loop, shall be limited to 0.003 pound per circular Mil area of
copper conductor. When a cable grip is applied over nonmetallic sheathed
cables, the maximum pulling force shall be limited to 1,DOU pounds; provided,
this is riot in excess of the fcrce as calculated abc ,e.
4-12 PHOTO ELECTRIC CONTROLS
Photo electric controls (photo cells) shall be installed where shown on the
plan sheets. In addition, section 9-29.11(1) of the standard specifications
is hereby supplemented as follows.
Photo electric controls shall be solid state devices located where shown on the
plans. T8e photo 6eli shall have stable turn-on values in the temperature
range -55 C to +70 C ano shall be oriented to north light. The device shall
be of the plug in type, rated 'o operate at 120/240V and capable of sustaining
a 1,000 vatt lamp load and wired for remote control of the luminaires. Remote
c ntrol relays shall conform to section 9-29.11(2) of the standard specifications.
4-13 ELECTRICAL SPLICE MATERIALS
Section 9-29.12 of the standard sper,ifieatinns is hereby sndifiedl
Ihu hand skis lu with I"III I III lu11 ithl II is dnd IIIn III If Y .Uu unuw t Pln 1'01 1+pinole
splice will nut bu permitted for undurilround (uulow grade) locations,
(59)
4
4-5 TRAFFIC SIGNAL POLE BASES, FILL SECTIONS
:There traffic signal pole bases are to be provided on fill sections the depth
of the base shall be deepened an additional twelve (12) inches from that shown
on the referenced Standard Plate.
4-6 ANCHOR BOLTS
Anchor bolts for use on this project for only illumination (street) light stan-
dards have been pre-purchased by the City of Renton. The contractor shall
arrange to pick up anchor bolts by notifying the engineer one week in advance.
The contractor is responsible for all other appurtenances utilized in the con-
struction of the bases and pedestals.
Anchor bolts for use with service signal cabinets,and ali traffic signal poles
shall be provided and installed by the contractor. All anchor bolts shall
be A-307, galvanized.
4-7 JUNCTION BOXES
Except where othei-i:ise shown on the plan sheets or detailed therein, junction
boxes for street illumination and traffic signals shall conform to Standard
J-20. Name plates shall be included. Concrete used in the construction of
junction waxes shall have a minimum coipressive strength of 6,000 psi.
The locations of junction boxes shown on the plan sheets are approximate and
may be adjusted in the field.
4-8 CONDUIT, EXISTING
Before installing conductors, the contractor shall clean ouc existing conduits
by pulling a mandrel completely through.
4-9 CONDUIT
The third, fourth and fifth paragraphs of section 9-29.1 of she standard spe-
cifications are hereby deleted and the following substituted.
Aluminum conduit will not be an acceptable alternate to galvanized steel .
All conduit crossing roadways shall conform to Section 9-29.1 however, at
the contractors option conduit installed only under or behind sidewalks may be
polyvinyl chloride,*conforming to the requirements of the Western Underground
Committee Specification Number 3.1, shall be solvent welded, and shall have all
burrs and sharp corners removed with a tapered reamer. (* P. V. C. conduit
shall conform in dimension to Schedule 40.)
Where the contractor elects to take advantage of common trenching a suitable
plastic stria or sheet shall be placed above the conduit to provide warning
to others who may excavate the area in future years.
(56)
I
I
CONTRACTOR'S ESTIMATED WORK SCHEDULE
ESTIMATE ES:'I.LIATE Or P.STLMhTE OF i CTIVITY DESCRIPTION _ DURAT?ON I STARTING DATE COMPLr_TIO.N DAT
Cutting or Fillip t� o Sub rade
omnacaed ill i I
Inptallation of Storm S.:,wer
and Manholes
instal atio of Curl- inlets anJ
Catch Tiasins
Installation of Wat,.r Line
rus a oC4
Adjust Storm Lines and Man-
o i is rade
Installation of Signal and Ligh•.- f
ing Bases and Conduit I
I Install Survey Monuments.
Construct Curbs & Gutters
Construct Sidewalks
AT to Roadwa Surface
As halt Paving to Rol
I
__-------�
No partial payments will be mad, until tl.is schedule is submitted and approved by
the Engineer.
(R71
i
Page 4
responsibility for faulty materials or workmanship. The Contractor small be
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 date of final acceptance of the work, unless a longer period is specified. The
City will give notice of observed defects as heretofore specified with reasonable
promptness after discovery thereof.
(9) The Contractor and each sub-contractor, if any, shall submit to the
City such schedules of quantities and costs, progress schedules, payrolls, reports,
estimates, records and m'scellaneous data pertai.,ang to the contract as may be re-
quested : the City from time to time.
(10) The Contractor shall furnish a surety bond or bonds as security for the
faithful performance of the contract, including the payment of all persons and firms
performing labor on the construction project under this contract or furnishing
materials connection with this contract; said bond to be in the fu'.1 amount of
the Contract Price :s specified in Paragraph 11. The surety or sureties on such
bond >r bonds must be dully licensed as a surety in the State of Washington.
(11) The total amount of this contract is the sum of
which includes Washington State Sales Tax.
Payments will be made to Contractor as specified in the "general conditions" of
this contract.
IN WITNESS WHEREOF, the City has caused these presents tr 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 CI1Y OF RNTON
Mayor
ATTEST: _
City Clerk
(80)
N.
?age 3
said contract such materials, machinery, appliances, equipment, plants and other
properties belonging to the Contractor as may be on Bite of the project and useful
therein.
(4) The foregoing provisions are in addition to and not in limitation of
any other rights or remedies available to the City.
(5) The Contractor shall hold and save the City and its officers, agents,
servants, and employees hu.rmless from any and all 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 appliance manufactured for use in the performance
of the contract, including its use by the City, unless otherwise specifically
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 part- giving such notice or by
its duly authorized representative of such ?arty. Any such notice as heretofore
specified shall 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 M 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 sum of
S50.00(Fifty 0011ars) as liquidated damages for each such day, which
shall be paid by the Contractor to the City. .
(8) Reithe: 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 warranties or
(79)
t
Paga 2
(a) This agreement
(b) Instruction to bidders
(c) Bid proposal
.. td) General conditions
i Specifications
(f) Maps and plans ---
(g) Bid
(h) Advertisement for bids
(i) Special contract provisions, if any
(3) If the Contractor 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
coutract, or any extension in writing thereof, or fails to cow,,:_tA aid work within
such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a
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 cf the provisions of this contract, the City may then serve, written
notice upon him and his surety of its intention to terminate the contract, and unleee
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., shall, upon the expiration of said can (10)
day period, cease and determine in every respect. In the event of any such termination,
the City shall immediately serve written notice thereof upon the surety and the Contrac-
tor and the surety shall have the right to take over and perform the contract, provided
however, that if the sure— within fifteen (15) days after the serving upon it of such
notice of termination does not perform the contract or does not commence performance ,
thereof within thirty (30) days . tom the date of serving such notice, the City itself
may tale over the work under the contract and prosecute the same 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
coat or other damages occasioned the City thereby. In such event tie City if it so
elects may, +ithout liability for so doing, take possession of and utilize in completing
(78)
'w 1
THIS ACKUYLLNT, made and entered int., this ! day of 19 ,
by and between THE CITY OF RENTON, Washington, a municipal corporation c' the
State of Washington, hereinafter referred to a., "CITY" and
hereinafter referred to as "CONTRACTOR".
W 1 T N E S S E I H:
(1) The Contractor shall within the time stipulated, (to-wit: within
calendar days from date of execution hereof as rtquired by the Contract,
of which this agreement is a component part) perform all the work and aorvices
required to be performed, and provide and furnish all of tLa labor, materials,
appliances, machines, tools, equipment, utility and transp,3rtation services
necessary to perform the Contract, and shall complex construction and in-
stallation ,,rk in a aorkmanllke manner, in connection with the City's Project
(identified as U.A.B. 8-1-102 No. 13_) for improvement by construction and
installation of: curbs, gutters, sidewalks, storm drainage, widening, and asphalt
paving, traffic signals, illumination, and traffic control on Renton Avenue exten-
sion, Airport Way, and Logan Avenue North, from West City Limits to the Logan
Avenue Nort Bridge.
All the foregoing shall be performed, furnished, constructed, installed, and
completed in strict conformity with the plans and specifications, '.ncluding 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 oe
performed and completed to the satisfaction and approval of the City's Engineer as
being _n 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 this agreement, consists of the following documents all of
which are component parts of said Contract and as fully a part thereof as if
herein set out in full, and if not attached, as if hereto attached:
(77)
'+ 1
BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned
as principal , and corporation organized
and existing under the laws o. the SL�Le of as a surety corpor-
ation, and qualified under the laws of the State of Washington to become surety upon
bonds of contractors with municipal cororations, as surety are jointly and severally
held and firmly bound to the City of Renton in the penal sum of $
for the payment of which sum on demand we bind ourselves and our successors, heirs,
administrators or personal representatives, as the case may be.
This obligation is entered into in pursuance of the statutes of the State of
Washington, the Ordinance of the City of Renton.
Dated at , Washington, this day of 19
Nevertheless, the conditions of the above obligation are such that:
WHEREAS, under and pursuant to Ordinance (or Resolution) No 2295 providing for
whicn contract it, referred to herein and is made a part hereof as though attached
hereto) , and
WHEREAS, the said principal has acceptec, or is about to accept, the said contract,
and undertake to perform the work therein provided for in the manner and within the
time set forth;
NOW, THEREFORE, if the said
shall faithfully perform ail of the provisions of said contract in the manner an, with-
in the time therein set forth, or within, such extensions of time as may be granted
under said contract, and shall pay all laborers, mechanics, suocontracters and material ,
men, and all persons who shall supply said principal or subcontractors witn provisions
and supplies for the carrying on of said work, and shall hold said City of Renton harm-
less from any loss Or damage occasioned to any person or property by reason of any
carelessness or negligence on the part o� said principal , or any subcontractor in the
performance of said work, and shall indennlfy and 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 materaai or workmanship provided or per-
formed under said contract within a period of one year after its acceptance tr,ereof by
the City of Renton, then and in that event this obligation shall be void; but otherwise ,
It shall be and remain in full force anc effect.
APPROVED as to legality:
Approved:
(76)
MINIMUM WAGE AFFIDAVIT FORM
City of Renton
ss
COUNTY OF
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, 1 have paid the following rate per hour for each classification
of laborers, worknen, or mechanics, as indicated upon the attached list, now
referred to and by such reference incorporated in and made an integral part
hereof, for all such employed in the perfor-ance 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 f3regoing statement
and certificate, know the contents thereof and the substance as set forth
thereir. is true to my knowledge and belief.
CONTRACTOR
Subscribed and sworn to before me on this day of
19
Notary Public in and or the State of
Washi eton
Residing at
(75)
+� w
�:r
NON-COLLUSION AFFIDAVIT
STATE OF WASHINGTON 1
i SS
LOPN;y OF ;
being duly sworn, deposes and says, that he is the identical persnn
who submitted the foregoing proposal or bid. and that such bid is
genuine and not sham or co',lusive or made in the interest or on be-
half of any person nct therein named, and further, that the deponent
has not directly induced or solicited any other Ridder on the fore-
going work or equipment to put in a sham bid, or any other person or
corporation to refrain from bidding, and that deponent has not in
any manner sought by collusion to secure to himself or to any other
person any advantace over other Bidder or Bidders
SIGN HERE:
Subscribed and sworn before me this day of
19
Notary Pu!. is in and for the State o
residing at
therein.
(74)
e
k ►
CERTIFICATION OF NONDISCRIMINATION IN DTLOYMENT
The bidder represents that he // has, /_7 has not, participated
in a previous contract or subcontract suhject to eitner the equal
opportunity clause herein or the clause contained in Section 301
of Executive Order 109Z5; that he // has, / / has not, filed all
required compliance reports; and that representations indicating
submission of required compliance reports, signed by proposed sub-
contractors, will be obtained prior to subcontract awards.
Company
b;
Title
Data
(The ibova representation need not be submitted in connection with
contracts or subcontracts which are exempt from the clause.)
D.I.F. 14.43
(731
1
on
ude
portion, comprising four buttons placed threeefZetfollowedeby�three lane markers,
in every second group a lead lane marker, typ
type 1. The markers shall depict a white lane line. Lane markers are provided
in lieu of the lane stripe of section 8-22.1.
5-6 TRAFFIC BUTTONS
re shown on the plans in conformance with
Traffic buttons shall be provided whe
section 8-08 and section 4-20 and shall match, in color, the color of the
barrier stripe of which it is an integral part.
5-7 PAINTED TRAFFIC ARROWS
Painted traffic arrows, as provided in section 8-22.1, shall conform in dimen-
sional characteristics to those shown in the Detail Sheet.
5-8 PRECAST TRAFFIC CURB
Where shown on the plans, precast traffic curbs, type C, shall be provided.
This need not be painted as outlined in section 6-07.3(2) but wi11 be placed
between the double yellow paint lines as specified elsewhere herein.
5-9 DIME,^1SICNS
section 8-22.1 shall be amended to provide crosswalk paint line width of 12
inches and stop bar width of 18 inches.
5-10 PAYMENT
Pa}mient for the above items will be as follows, as specified in sections 8 ,
8-09.5, 8 each. except tl be nel markers
s types
stedlband
2 shall be at the unit contt07.5ract
price
Payme
Type C Precast Traffic Curb, per lineal foot.
Plastic Traffic Buttons, per each.
Lane Markers, Type No. 1 per each.
Per each.
Lane Markers, Type
Paint Striping, per lineal foot.
stop Bar, per lineal foot.
Cross walks, per lineal foot.
Painted Traffic Arrows, per each.
(72)
TECHNICAL PROVISIONS
SECTION 5 - PAVEMENT MARKING
5-1 GENERAL
Unless otherwise specified herein or otherwise noted on the plan sheets all
lane markers, traffic buttons, pavement markers and paint lines shall be pro-
vided a.ad installed in accordance with the Standard Specifications for Road
and Bridge Construction published by the Washington State Highway Commission,
dated 1969, the City of Renton Standard Pavement Marking Plan and The Manual
on Uniform Traffic Control Devices for Streets and Highways, dated 1971, pub-
lished by the U, S. Department of Transportation. Unless otherwise noted on
the plan sheets the Manual on Uniform Traffic Control Devices will take prece-
dence over all others and shall supersede dimensions . .ecified in Section 8-22.1
of the Specifications.
5-2 LEFT TURN ISLANDS
hands which are provided for and mark the h-ginning or end of two-way left
turn lanes or exclusive left turn lanes shall be painted with diagonal markings,
with space between diagonal strips not greater than ten (10) feet, and color
conforming to the color which outlines the island area. Two-Way Left Turn Lanes
shall be striped as shown in Figure 3-4 of the Manual on Uniform Traffic Control
Devices. Left turn channeiization shall conform to the requirements of Figure
3-3 of the Manual on Uniform Traffic Control Devices.
5-3 PAINT STRIPING
Paint, striping shall be used to outline the islands described above and shall
consist of two yellow lines forming the perimeter of the islands. The yellow
lines shall also, where shown, run into the barrier center line strip or two-
way left turn marking. The per lineal foot compensation shall include both
stripes within the unit cost.
Compensation for the diagonal striping for the islands, as specified above,
shall be per lineal foot of material laid down. The quantities estimated include
the amount of material used in the islands and are estimates only. Accurate
measurements will be made in the ;ield following final determination of island
sizes and locations.
5-4 FINAL LOCATION
Final location of o" i pavement markings shall be determined by the engineer
in the field and are shown in these plans for bidding purposes only.
5-5 LANE MARKERS
Lane markers shall be installed in accordance with Section 8-09 of the standard
specifications except the skip shall be fifteen feet in length and the stripe
(71)
'ti }
50. Stop Oar
per lineal foot
51. Cross wale per lineal foot
r
52. Traffic Arrows per each
The contract prices reflecting the cost of the installed and operable items
shall be lull compensation as specified in section 0-20.5 of the Standard
Specifications for Road and 3ridge Construction. The cost of fuses, wire con-
nectors, splices, and the provision of miscellaneous line items shall be inci-
dental to the unit price of "Conductors" except where such items are provided
as a fixed part of a cabinet. The cost of hardware for installing signal heads,
luminaires, push buttons, line continuity and grounding, photo-cells and all
` ancillary equipment shall be incidental to the major component unit price
so ident:7ricd above unless otherwise specified herein. The cost of traffic
control and flagging shall be incidental to the contract pr•iceslisted herein
and no additional compensation ,hall be made.
t
23. Signal Pole with mest arm, 15 feet
24. Signal Pole, Type I Per each
25. signal Pole Type I-B Per each
26. 3 Section Signal Head, B inch per each
27. 3 Section, Optical Program 12 inch p<r each
28. 2 Section, Optical Program 12 inch Per eacn
anu 1 Section 12 inch Arrow (Optical)
29• 3 Section, 12 inch Signal dead Per each
30. 3 Section Signal Head Per each
9 2-8 inch, 1-12 inch
31, 4 Section, Optical Program Head i2 inch per each
32. Back Plates Per each
33. Pedestrian Heads, Neon per each
34. Pedestrian Push Buttons per aach
35. Service Location per each
36• Signal Controller Base Per each
37. Traffic Signal Removal per each
lump sum
38. Street Light Removal
lump sum
39• Illumination Ins':allatior, '
4C• Mobilization Sump sum
lump sum
41• Material Checkout and Transportation
lump sum
42. System Checkout and Turn-on
4 Loop Detector Location lump sum
44• inducifon loop per each
Per lineal foot
4S `ype C Pre-cast Traffic Curti
4E• Traffic Buttons per lineal foot
42. Lane .Markers, Type I per each
per each
48• Lane Markers, Type II
qa Paint Striping P r each
Per lineal foot
70A
I
_JJ �
� 4
n
r
�J
ENDING
��R ♦ ♦ ��
Avc
a
b
y •
T�
.y
Y
i
Ir
I
1
1 �=•— ' a..•.\. `.>.iEk dA:..a FAN; 1 RtCIT W4t� tNNiR
i
1
9
II
`t
ti
VIEW
` 1
CITY OF RENTON
narrE 'bnr7 T* R& r &OIOY - TNI.^ fn✓T7pp T GTANDARD E RAMNIG
LEtc R..iTrig uCMt re vent roq t.'-)7 vt 2vwa6A, TMtt rcNraAcr `.. � }
TYPE II LIGHTING CONTROL. CHBINET
i Wit. - .E. ° :..x TYPE F CABINET
I __ • t I
I
. I I
NG
POINTMOUNT0 M�Iimn
1 I 1 lid t '
I
I
II ! I I ^3 I
Grtwnens7" ( '+
ALTERNATE I !
I SERVICE '
ENTRANCE I 1 CONTROL.
I CABINET I �`
I LIGHT
STANDARD
I III �
i I
I I !
I I I ( +
I I;
MouNTIWGL- ---- �)
POI NT l
it CONDULET
(i r
1
f t_IGNT CONTROL CABINET — I
f1f MOUNTING SERVICE ENTRANCE
(90)
TYPICAL SIDEWALK
DETAIL
r ,
IR 4 Eaponsion Motergt-- � • !I
1/4" R At Jomnv ',r• , ,. j
\1 1/2'k 4"Eap s v/
Score lines Tu Be Roo,a! To Material --- — �f Cern.Conc. Curb Er Gur''.
Curb a Guner - t. W 1/4"R At Joints! 3
I/2"%4" Expansion
1/40R At Jamnts
„r
1 � SCOrt Imes
"W'= b1dih 01 Sbtwplk
�.
1/2'k4 +nsan Materiar . - � L._J � • f§ Xb� w� �+s- ,
1/4" R A• ua.nti _ LI/2'k4"Exponsion Material
1/4" R At joints
y,, win "x u
1/4"/Ft S!a DC
FI/4 /Ft Slope
1/2 R 2. A Evpons.on Material
C,ub Pet✓n Only i/2"P
i. 1 ;!/2 R
-r °"' i''• averse^+ Gs Pn. a!ans
4• !t, Pavrtrnenr 4s Per Plans "�'
Standard Cam Con Curb 4 Parkway
d Gutter �Srondara Cam.Canc. Curb a Gutter
SECTION A-A SECTION o—B
GENERAL NOTES:
Where The Sidewalk Is To Be PiOCed Agcinst The Curb 9 Gutter, The Joint
Snow Be A Cold Joint Expansion Moteriol Shall oe Pioced At Ad PT.s & P C:s
Of All Ccrb Returns, And It Shall Be Plaeed At Every Fourth Sioawalk Panel.
The Concrete Mix For S.dewolks Shall Conform To The Requirements Of
Class 50 !/2). The Maximum Slump Shall Be 31/2",
(89)
"4
LENGTH OF G° PIF'E (FT)
0 50 100 150 200 2 50 300 350 400 I
I- l 0 0 20 40 59 79 99 119 139 158
U' 50 35 55 75 95 ' 1!4 134 154 174 Fl 78
f JI 100 70 90 Ito 130 150 169 187 166 134
Q 150 106 125 145 65 1 185 195 1193 191 183
00 200 141 161 180 2001 202 59 197 195 1.3
1
l_ 250 176 I 196 214 209 i 205 202 200 i98 1 196
O 3001 211 220 215 21I 2p8 205 202 200i 156
GI350 227 221 217 213 210 207 2051 2021 201
400 227 222 218 214 211 2O9 206 20a 202
WIJ
LENGTH OF 6ir PIPE (FT)
0 50 100 150 200 250 300 350 400
0 0 1 20 40 59 179 99�119 139 158
Lit- 50 55 75 95 I14 134 j 154 , 174 192 1190
• 100 I10 130 150 169 189 1209 210 2071203
CL
A 150 165j185 205.1224 2331 227 222 217 214
O 200 220 2401 257 248 24! 1 235 1 230 225 222
250 275 27I 261 253 247 241 236 232 228
U_
O 300 283 273 264 ; 257 251 1246 1241 j 237 1233
<—
350 283 274 267 260 254 249 { 245 241 237
400 283 2751 269 263 257 252 248 244 241
. JI
PROCEDURE:
A Pressure Of 3.5 PS I. is Attained And CITY OF RENTON
Left For The Required Seconds From The
Proper Table. The Maximum Drop In
Pressure Is I PS.I. For The Required Time. AR TEST ("ABLE
ENGINEERING DEPARTMENT j
I
�. a
Thrust o1 fillings In Pou.Js
of 100 Pow,d,prr Squurc Inch of Wutcr Pressure
fin rsi M+a aM BrN Gem B—d
_3"-100 12:0 1770 031 474
ISO 1330 1680 1020 519
2710 1230 628_
•—IJC 1940 2A0 147D 759
ISO 2020 2660 Mi 751
w 2350 3330 1000 919
C-130 4100 5000 3140 1600 I .
300 4100 6710 940 I600
xOA 6750 6710 3e30 1650
C-307 6500 0310 SOc7 2'+70 ,
ISO 6580 S570 3340 2720 1
2" 7510 II200 60A MOO
lC— SD d820 1]000 7510 7930 I
100 10300 146D0 78V 4620 -
ISO I17JO 159M M23 44GO
_ 200 12300 17400 _9::0 40IC --
1C— 50 13800 MOO 10 A 53,10
100 14600 20SOO I1i00 :/00 VdJ_—.l'i„
Is0 17200 24409 12200 6723 �`c4',C4• 1'
3OC 17200 U400 17200 6720
14 SO 18600 26300 143C3 7270
100 19900 20000 152D0 7740
ISO 21600 i%6 I6.5J0 6440
200 23"0 329C0 MOO 9090 •r. .
16"— 50 24000 33900 :6400 5370 "
100 25700 76JOO .1700 100D0 m 4
150 27800 33400 21363 10900 ••
200 30300 42800 23200 I1900 -
Ir— 50 70a6^ 42{CO 2303 I27C0 rac._.
100 323JO 45600 24700 126W r
200 38300 49400 29300 14903
ISO MOD 541C0 298D0 13700 �•� '(0�y ___ '_
20"—too
39700 56100 281,
W.. 14300 100 43000 56100 327— 16800 -
I40 47400 67000 35300 16000
2C0 47400 G7W0 767W_ 18500_ �%!••,
24"— SO 52300 74090 40000 20400 �w� •2
100 56900 80200 4. DO 22200 -
ISO 61700 67300 47200 24100 '•
330 60200 96/00 $I200 322GO
20' 30 90200 I170D0 67500 34400 -
ISO 95700 135000 74=0 37700 t e
150 66703 177000 71000 07700 " I ` r
xcB IDeo93 ]WOOauw u4oD rmw
761•— 30 116,;00 1670D0 90400 48100
100 127D00 179000 96900 49400 p
ISO 139030 197000 107000 $4300
300 152000 TIKOO 116000 $9700
) " {
jGA4ULs a
F 3 �
STANDARD DE i AI!
FOR
GENERAL BLOC,-CsrNG
(88)
a.x i
E O CI
V �
A 6 CO
co
AE p 15,1 'TRAP u KE CUMP I—Mjr,ER 1 p� A Scale
6 COAf Rn 10N S10P «VE iER A-10013 I— �Q iV oY
a N'(NLY acN ivZ 7 ([ aE4 iOa bnJ.-.) .
A CEOSE GA V IRON NWPLC 3 (I RL] P[R +w aK)
pAt
__._ MOM,
Cn V,-e IRON NMIER RP[ _ I VAalbl[
D�� ANGLE N`RC[l VALVC —�-10NC' •]D$f �- 1 CITY Of R E N T O N
E _GEO W'Rk« ER CT 7 AS F.k BID
Ps bt] 1Ron mum 001 my fC
[ • -ta («[ma fL . r 1 aa:Ee .i�n-�_ — ----—��— Isr t 2 Il4Tfk 5`kl IC.S
01.
N 1
E
- --}-
■� llff \l 1' L� �. t
E V
[sr In.n A=—t O�N�•pt.sn
A—yI—S'4l NRAR p(AVC( CIAW MW i,m yTEE�MbM
♦. .E STiM SERJKC UAYR MU[4[5 FOR AWSI 6 WM Reduced Priest
L
R (ORPDRAIIQ 51V M—*—_ tlttl[A,`sots fpR (y�jT A1QN M�.y
c, �ovoc� P.oE { nN + wRIAR.LT I —i—' DO Mot Scale
J 1 AWtC rAETER STCA .�MV(4(G r-MISD T ___ .
[. CroT IAON M(1CA RDR OIrMRI( R SI'I 1 ro+ +n:•tD 51Rt(T5 S'aNAHD!„DARD EC
F, cacR[T( M[TtR Res I O--var— �IM.Ram sm[ts opIFICAI:ON
(� METCA RIND WEIE(R n :, �_—.^---� . �" WATER SIRV�CC
_ �--- _ ram[,._
.y.DN <lwPtl!«; `MVt .rA M sA So - _ -•— .. _ ••�����
. . E
I �
I
�2" M�FINISHED GRADE
• SHALL INCLUDE �
HYDRANT EXTENSIO
WhEN NEEDED
OLYMPIC FNDRY.
-OR EQUAL C.I.
VALVE BOX
6" C.I. SPOOL -6" GATE VALVE(FL•MJ)
CON: 3/40SHACKLE RODS!
r CONC.
BLOCKING-''�,�.
BLOCKING
• 1.1/2"WASHED GRAVEL X•6" TEE J•FU
16' 4" CONC BLOCKING
/-HYDRANT
HYDRANT GUARD POSTS SHALL
BE STATE OF WASHINGTON DEPT.
OF HIGHWAYS DESIGN OF CIRCULAR 2, 2'
PRECAST CONCRETE GUARD RAIL
POSTS. 1
`-'-GUARD POST (TYP) O
STANDARD �JETA!L
FOR
i
HYDRANT ASSS , 3LY a
(36) HYD. GUARD POSTS
�/na
J
CURB OR
i� \ SOEM/ALK
WATER MAIN \
y' \
HYD. PLUG WITH 27TAP \
GATE VALVES
\\ 2-SLOW OFF //
ASSEMBLY i
BEHIND CURB OR SIDEWALK
6= faI
n.
APPROX 21X16-15 METER 80XJ �'I
VALVE BOXY 2 1/2 ADAPTER(,PT9 HOSE)
WITH CA? 8 CHAIN
r—BLOCK END OF MAIN
I2'GALV PIPE
I�PLUG WITH 2'TAP
j 2'GALv. 900ELBOW
WITH 1/4•DRILLED HOLE
2� GALv PIPET.
WATER MAI J �
2" GATE VALVE c 2*GALV. PIPE
(C L BODY B 2�
OPERATING NUT)
STAN'7ARD DETAIL I .
FOR
2 BLOW OFF ASSEMBLY
�85)
V
0L• ,
a•
450
`. MATERIAL LIST
a. . .....;:: .... .'..,.... ..... '..... : .'... : ', 1 - 12" GATE VALVE ( M.t)
ELEVATION VIEW 2- 2" 900 ELL(IPS)(TYP)
3- 2" GATE VALVE( C.I. BODY)
( 2" OPERATING NUT)
4-! ' 2 NIPPLE ( IPS)(TYP)S- 2' DRESSER COUPLING
2 :
4
cI I
I
l V
PLAN VIEW
STANDARD DETAIL
i
FOR
I
2" BYPASS ASSEf`.r3LY
FOR 12' GA•f E VALVE
,84) �.
ti
OLYMPiC FNDRY.
CASTING % 5822
WiTH TYPE D —\
LIO OR EQUAL
CONC. RINGS OLOCK
OR BRICKS (TYP.) z
MOTAR(TYP.)-� ( co
g"
y i
L3/4 FY.PANSION
JOINT MATERIAL
O
I t
4°1 _ 4-0" ' 4"MW
II
I
S IANDARD D;_TAIL
FOR
CONCRETE VALVE CHAVi3R )
FOR 12' GATE VALVE
(a3)
+, d
r
URBAN AR "fERIAL
q t 4 Series E Lanus ;
Green On Wnite—� - �\V.( " ® N S TR U C T I !�(/p� N I-
4—
CITY OF R NTON ; -T 3'
n 4"
f
It" Sep ma D LttteK
FORWARD THRUST : GAS TAX - 3
------ -------------------------- -
00100( .
- 3
r ` 4I/Z'
Ll J � URBAN ARTERIAL BCARD 4 —Series Cletters
"({ 1 / l —
�3"Spedol Letters
White On Green-- Greer On While
'� 1