HomeMy WebLinkAboutWTR2700434(1) TALBOT R EXT WATER MAIN - SPECS W-434
e'. «
rr�.
err$
SPECIAL PROVISIONS (Cont.) a of 6
i
PP_)JECT CONSTRUCTION AND IDENTIFICATION SI(ilS_LOADYAY pRf„IECTCi7Nlr�,[ont.
1
Edition of Manual of Uniform Traffic Control Devices for Ste at% and Highways, Ur, "ad States Department of Transportation . Federal High ay Administration.
The cost of furnishing and placing all construction and identi llcatton signs shall be incidental
j. . �
to the project and rm compensation will be made. ;
LINES AND GNADES �
The Engineer shall hove the right to make reasonable changes in the grades as they are shown '
on the drawings. Grades will be established in the fop of offset stakes at distenres not t
i greater than 50 feet, set in advance of the work. Whenever work is in progress, the Contractor
shall have in his employ a worker comTetent to set batter boards or other construction guides
neap the line and grade stakes given by the Engineer. .
.... a
a Such employees shall have the duty and responsibility of placing and maintaining such constructIW, 1
guides. Batter boards set with an engineer's level shall he used far all lines set on a grade pf
0.50% or less, at least three sets of batter hoards shall remain Li Place during pipe laying 1
operations. If, through the Contractor's negligence, any stakes shall be destroy d and require
resetting, a sum :hall be deducted from the Contractor's final payment equivalent to the extra M
cost to engineering required for such ropiacement. X
The laser method Of establishing grade nay be used providing: t
♦ 1. bequest fcr use, equipment and method of operation are suLmitted for City review and approval
at least 5 days prior to use.
2. grades are checked at leas: once every So feet and at least 3 times daily by conventional M
methods. 1
3. Frpplr enchorinn o1 pipe IS performed :n locations where a box i3 M1ei no used fee excavation.
The Contractor shall arrange his work to allow a reasonahle time for the sotting of stakes for
the next phase of his operation to prevent work Jelays while waning fcr construction guides.
EASEMENT AND RIGHTS-OF-MAY
The Owner will obtain all tenements and franchises required for the project. The Contractor
shalt limit his operation to the areas obtained and shall not trespass on private property, t
1 Ir
LAMO PROVIDED BY O1WR i
The rupee may provide certain lards, as indicated in connection with the work under the contractI
together with th.. -ight of access to such lands. The Contractor shall not unreasonahly encumber
the pram"•ses with his equipment or materials.
^� a
LAND PROVIDED BY CONTRACTOR f
i
The Contractor shall provide with no liability .0 the Owner any additional lend and access .I
thereto not shown or described that may of required for temporary construction facilities or
storage of materials. He shall construct all access roads, detour roads, or other temporary
works as required by his operations. The Contractor shall co fl .g his equipment, storage of j
materials and operation of his workers to those areas shown end .escribed and such additional I!
areas as he may provide. I�
1 REST9RpTEOW OF STRUCTUgES_AND SURFACES i"
a. General. All construction work under this Contract on easements, right-of-way, over private
Property or franchise, shall he confined to the limits of such easarrnt, right-of way or franchise. i
Ail work shall he accomplished so a to cause the least amount of disturbance and a minimum *mount
of damage. The Contn.ItOr shall schedule his worn so that trenches across easements shall not be
left rren during weekends or holidays and bench shall not be left open for more than 46 hours. 5i
b. Structure . The Contractor shall rmnuve such existinn strucr as may he necessary for the
Perfpaynce of the work *nd, if required, shall rebuild the str- -s thus removed in as nowt a li
cond1'.10n as found with minimum requirements as herein specifi, hall a`so emir all exist- ,
inn structures which may be damaged as a result of the work uw L s contract.
j
r
•
,PECIAL PROVISIONS (Cone.)
3o/ E
D:LIVERY OF TICKETS Lont,�.
4 b. Yj_Other %gs
k-
Method for measurement and Payment for material brought to the site by any ether means
will be determined by Contractor - Owner agreement before award of contract.
SIZEi_WFJGM ANO LQAD RESTPICTIONS
a All raptor vMicles of the Contractor, Subcontractors, and suppliers %hail strictly adhere to
Ch. s6.11 of the Motor Vehicle Laws Of the State of Washington (1967 Edition and amendmrnts
thereof) in regard to 511e, weight, and loads of motor vehicles.
'a Payment will not be made for any material that is delivered 11 excess of the legal weight for
which the vehicle is licensed.
Any gross violation of these regulations shall Are rrportad to the affected law enforcemrn• agent.
The Contractor is to furnish to the City Engineer a ifstiny of all haul vehicles us on this
project, listing the vehicle numher, license number, tare weight are licensed load limit:.
S U9CONTRACTORS AND SUPPf,7_eS
A list of subcontractors and suppliers that will be Involved with this project shall be given
0 Thisto hlistgmossttrbe receivedvbfor his ywthe F.nDtneerand Approval befoorrr iatethet contraafter the c ntractbe has been awarded.
CHANGE ORDERS
All additional work that requires canuansatiun to the Contractor for items that prices are not
Included In the contract shall require a written change order before work may be done.
The Contractor shall be responsible for acquiring the necessary change orrers that are required
by any of his subcontractors.
PRE dON$TRUCTION CONFERE'_F,
Prior to the start Of construction, the Contractor, Engineer, all subcontractors. Utility Depart-
ment, Telephone Company and other interested departments shall attend A precoistruction conference,
elftm, Place end data to he determined after awardance of the contract. Subsequently a representa-
of the Contractor will attend a weekly conference to review pronress and discuss any problems
•ey M Incurred. The time, place and date to he established at the preconstructl on confer-
FIELD OFFICE
The Contractor shad provide a field office with heat, lights, telephone and ell weather auto.
mobile Access and parkind in a central location on the job site for the use of the Eogineer.
The field office should be of sufficient si•w to accommodate the inspertor and allow adequate
additional room for mettinps of up to three (3) people.
Al! expenses incurred in supplying the field office shall be considered incidental to the Project.
SANITATION FAf„�ILITIES
Sanitation facilities should be provided in the area of the field office to conform with Se o cti
• 7.22 of the Standard Specifications. All expenses incurred in supplyt ml access, perking And n
sanitation facilities shall he considered Incidental to the project and no compensation hail br
mane.
PROJECT .STRUCTIWI AND IDENTIFICATION SI CN6IR01{pUIY PROJECTS ONI.Yl
The Contractor shall furnish and Install project identification signs on each And of the project
one (1) week 1n advance of construction. The signs shall conform to the specifications as per
attschAd sMets. One Sign of each type Shall he installed At, each end of the project,
�orn.__t-yrtl v_n Signs
The Contractor shall furnish and install construction signs which conform to Part A of 1971
1
SPECIAL PRDY1S10NS (Cont.) 7 of 6
EMCAYATED MATFAUL SPlkL AAGJHASTE SIT€1Cont. _
The Contractor shall be prepared to use "ter trucks, power sweepers, and related equipmert as
downed necessary by the ..1ty Engineer to Alleviate the problem of lost spoils along the route.
Prompt restoration of the route is mandatory.
Ul1ST.AND MUM CONTROL
The Contractor shall be responsible for controlling dust aM mud within the project limits and
1 on any street which is utilized by his equipment for the duration of the project. The Contractor
shall be prenarM to use watering trucks, power sweepers and other pieces of equipment as deemed
necessary by the Engineer, to avoid creating a nuisance.
a U Dust and mud control snap be considered as incidental to the project, and no compensation will
be made for this section.
Comolaini,s on dust, rwd or unsafe practices and/or oroperty damage to private Ownership will be
1 trenamitted to the Contractor and prompt Action In correcting will be required, written notice
of correction of complaint items will be called for should repetitive complaints be received by
the City.
CTATE SALES TAY
If all norms in this contract are a part of the construction of a public road improvement as
defined in Rule 171, issued by the Excise Tax Division of the State of Washington, the Owner
• is exempt from the payment of sales tax on all items.
The Contractor shall include in his unit bid prices any Compensating tax that must he paid.
set Section 7.09 of the Standard Specifications.
If this project is other then a public road construction, the Washington State Sales Tax shall
Aptly and be a separate bid item.
• SURY[YS
Section 5.06 of the Standard Specifications shell I* amended by the Addition of the following
sentence: 'The Contractor shall notify the Engineer a minimum of 48 hours in advance of the
need for surveys."
OYE0.T111E FIELD ENGINEERING
When the Contractor performs construction work over the accepted eight (9) hours per day or
forty (40) hours war week, or on any City holiday, and the work requires inspection, then the _
Contractor shall reimburse the City at the rate of W.nfi per hour The City shall have the
sole authority in determining 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 estinis te.
• DELIVERY OF TICKETS
aF
All delivery tickets that ere required for the purpose of calculating quantities nor payment
must be received by the fngiaer at the ties, of delivery. No payment will he made on tickets
turned in After dote of delivery of material.
e. BY Try�rk,
a Payment will not be made for delivery tickets which do not show type of material, gross
weight, :are weight, truck number, data, and inspector's initials.
Scale certification shall he submitted as arty in the project as possible. f
Each weigh station shall maintair a record of the truck number, time, data and weight
of all trucks providing material to the project. The weight list shall be mairtAined
In duplicate with Ome signed copy transmitted dell y to the City by the scale attendant.
In isolated C4as where scale weight is not available, the inspector 56e11 measure the
truck volume And certify as to Its full `ad delivery.
e
' .., VMexmitmdWwWfv.wau wamrwa''- xw,ynmo.vww.2:..ns•..cuo-.h...,.,. -..�.,«..:.......,....�..._...:,
ti
R
CITY 0i RfNTON
SPECIAL PeOVISIONS
Srfp!al IKOYS410nt hare/a fter contained supow4ade any confl4cting provisions Of the stAadlrO
srtettf/cetloms, nd the faregoltlg anenhnentt to the standard speclflatinns ere hera.,y made a
part of this contract.
Wherever rsfersnce 1s ads .o the Engineer, such refertnte shall he construed to mean the %blic
forks Director, City of Cantor or his duly authorized asslsUnt or assistants.
a
OESCRIPTIfIt OF HORR
,e The work to be performd under this contract consists of furnishing materials, equipment, tools
labor and other hWk or Items incidental thereto (excepting any mnterlals, eo•ttp ot, utilities
or sarvlce, If any, specified herein to be furnished by the City or Others). and performing all
work as required by the c.ltract to SCCOr<Ian-0 with plans and specifications and Standard SOKifl-
c-tions, all of which 6.0 made a sort bersof•
a
%TE OF BID OPENING
Sealed olds will he received by the City of Renton. Washington, by filing with the City clerk,
municipal Building. Renton, Washington, until 2:00 o'clock P.M„ August 17 , 1976, and will be
noenM and publicly read aloud.
a
TTK 9F Cop ET1QN
The Contractor it expected to diligently prosecute the work to &Vletlon In all parts and rt-
qulrsomts. The project shall be completed within Sixty (60 ) working days.
Prbvilad. however, that the City Council shall have the right upon request of the Puhl!c Works
Department, City of Renton, Washington, to extend the time of cosiptation of said work, No
extension shall be rand unless the same be in writing and accompanied by the written consent
a to such extension by the surety on the bond of the Contractor. Tim lost In replacing Improper
work or aterlal shall not furnish any grounds to the Contractor for claiming an extension of
time for the completion of the work, and shall tot release the Contractor from damages or Its-
bilities for failure to caglete the work within the time required.
WWI SCRIMINWTI(MI IR_ QTNENI
Cootiacts for work under this proposal will obligate the Contractor: and sutaontractors not to
e discriminate to moloyment practices.
NOTJFICATI" COIISTRUCTJ ON
The.The. Contractor shall notify all property owners along the construction area, by moll, prior to
construction. Names and addresses will be furnished by the timer. The Contractor snail further
notify each occupancy in person a mi-ifeae of three days prior to construction in front of rack
property.
A
rMkS OF w)Rw
The workinq hours for this oro,lect w1 he limited to reek days during the period from 8r00
a.m. to a,10___ p.m , anus otherwise approved by the City. ---
cXCAVATEn MtTCAJAk s IL,u kS,% TE ssTc
I fns Contractor shall COnlaw to Section 4.06 of Standard Ssoctfltations In •.gord to waste
sites.
All material deslgooted by too EnglnaK to he wstee shall be hauled• dtaepM and spread At the
locations selected by the C011trector,
The Contractor shall hawe the rMeenHbility of obtainlnq h',s owr. waste site. All work Include•1
In this sKHon shall be Considered to be incidental to other Ito" of work and nu further simper,
141 will he ads.
`he rt '• tlken to thn nit, slta shall M malntnlnM solely my t�v contractor in A Manner as
destrl. •-low:
i .
s
t
tt(
t t
A
SPECIAL PR071S1OV
Special Provisions
Description of Work
:Lta of Bid Openinq A
Time of Completion
Nondiscrimination in Fmolop*nt
Notification of Construction
Hours of York
Excavated Material Spoll Area/Waste Site
Dust and Mud Control
"Cate .Sales Tax
t Surveys
Overtime Field Engineering
Delivery of Tickets
Site. Weight and Load Restrictions
Suhcortractors and Suppliers
Change Orders
1 ' Preconstructlon Conference
Field Office
Sanitation facilities
PrOJect 'oftstruction and ldentlfiret'on !1gns iooudway Projects Only)
Line are Grade
r Fasement and Rfght-of-Wav
Lane Provided by Amer
Land Provided Ly Contractor
Restoration of Structures and Surfaces
Side Sewer Policy
r Traffic Contro;
Removing Traffic and Street Signs
Soft l"formation
Salvage
Awarding of Contract
r Liquidated Damages
Authority of the Engineer
i
�yj _
1F
a
• � a try
t ,1hy •M1F'aya�^' `ly �, I�$I a,� � W a
ra � y�r�
a.>S � ,dye 4 � qr e� �s'�" 4 i a >,♦ a� ` 9 � 4 r 'M ti u. a � f4 j_,`"
e ,a
S.� `� "�• „a.Rw ir5., � a .r$�a ��a ar a'�' v � °� �t '�• '� rv}
C' 9
j p �
Y�t
SSw
. 1>^^ ;4M :• 14 y w rtrL rs �a..,mW+ysw++n.�revd;^.5rhxfl6NN+ a A .
y
v
IN
CO AT
SPECIAL P - • •
. j
r A
• e
J 1
'mOIEPAL PROVISIONS (Cont.'
D15pUTCS AND LITIGATION lColt.).
a
served, before commencing wsrk under this contract.
ACCEPTANCE OF NOP.r
the Contractor ")I notify the Engineer in writing of the completion of the work whereupon
the engineer will promptly, by personal inspection, satisfy himself as to the actual completto,
Of the work in accordance w th the terms of the contract, and shall thereupon recommend to t10
Owner that the work is acceptable. Final determination of the acceptability of the work shall
.` he made by the Owner.
CONTRACT COMPLIANCE, REPORTS_ EEO 1�
The Contractor will he required to complete and submit the following document before pr^---ts
and/or final payments to the Contractor w.il he aoprovpd by the Public Works Director:
City of Renton affirmative Action Report for Contrac toy/Subcontractor
(Monthly Manpower Utilization Report)
The owner will •ornish these forms to the Prime Contractor durinq preconstruction meeting.
An Fquai Employment Opportunity Report Certificate shall be executed by the bidder with his
hid proposal on thl' project and which comes within the provisions of the equal amployment
opportunity regulations of the Secretary of Labor as revised May 21, 19M. The form of
certificate will be furnished to the Contractor with the propnsal, stating as to whether he,
his firm, association, copartnership Or corporation has participated in any previous contracts
or suhcontractors subject to the equal opportunity clause and if so, whether or not he has
submitted all reports due under applicable filing requirements.
Failure on the part of the bidder to furnish the required certificate will be due cause for
rejection of the bid.
If a contractor to whom an award is about to be made, except for lack of an Fqual tsployeent
Opportunity Report Certificate, rafusas or fails to promptly execute and furnish the required
certificate within In days after notice by the Dire:tor of Public Works that same is lacking
fror, his proposal, the proposal guaranty, in fora of bond, check, or cash which accompanied
the bid, will be forfeited to the City.
Whenever a contractor requests permission to sublet a part of any contract and such contract
comes within the provisions of the equal wployment opportunity regulations of the Secretary
• Of Labor, revised Nay 21, 1968, he shall obtain this certification from his proposal subcon-
tractor and forward it together with such request. No s0contract will be approved before
receipt of such certifiration from the subcontractor
For this purpose, certification forms may be obtained from the Project Eny1roor assigned to this
project.
As WIPING DAYS AND CONTRACT COMDLFTI(Ni
The special irovisions and contract agreement shall state the contract time in working days.
A working de, is any day not otherwise defined herein es a non-working day. A non-working day
is defined as a >aturday, runday, a recognized holiday, or a day on which the Contractor is
specifically rLsuired by the contract or the City to suspend Construction. Recognized holidays
shalt be as foll.ws: New Year's Day, Lincoln's Birthday. George Washington's Birthday, Memorial
Day. July A, Labor Day, Columbus Day, General Election Day, Veteran's Day, Thanksgiving Day.
.► and Christmas Day. When any of the above recognized holidays fall on a Sundays, the following
Monday shalt be counted as a holiday.
At the beginning of any contract. a tentative date for completion of contract work will M
established, based on the date of award of the contract and the number of working days specified.
Such date will be adjusted at required from time to time for nor-working days and txtensions of
time allowed under the contract and is recognized as not being a forecast Of actual anticipated
completion date. -'
.r
Is t
4
3
w
O[NERAC PPOYISIOkS (Cent.) 'y
DAOTFCT►i1N OF COiRPRCTOR'S wad AND vaovvarr_1r,nt.l_ , '`
tractor's employees, and for his and his subcontractor's plant and eryui Pment and the method
Of prosecuting the work.
9NFAIN) LF WEATHER AhD 01111711 CONDITIONS
During unfavorable wither end other conditions, the Contractor shall pursue only such portions
of the work as shall not be damaged thereby. fly
n No Portions of the work whose satisfac:pry quality or efficiency will be affected by unfavorable
.DnditionS shall be unstrucied while these conditions exist, unless by special means or orecau.
tions acceptable to the Engineer, the Contractor shall he able to Overcome them.
C.007PACTOR_S C I'cS OF CpiTNACT_00CUKNTS
The Contractor will be supplied A the Owner with 5 sets of lan% and s t"Y p specifications.
least one corny late set of contract documents including one full size set of drawings shall M
kept at the site of construction in good condition and at all times available to the Owner and
the Engineer. Additional copies of the contract documents, if required, will be furnished by
the Owner at met cost of reproduction.
DISPOTES AND LITIGATION
Any questions arising between the Inipectur and the Contractor or his superintendent or Foreman
as to the meaning and Intent of any part Of the Plans and Specifications or any contract document,
shall he Immediately brought to the attention of the puhllc Works Director or his rooresentetive p
for Interpretation and adjustment, if warrant". !
Failure on the part of the Public works Director or his representative to discover :no _ondemn
or reject improper, defective or inferior work or materials, shall not be construed as an '.
acceptar.�e of any such Work or materials, or the part of the inerovement In which the same may ( '
have been used.
i
TO present utaputes and litigation. it is furthe. agreed by the parties hereto that the Dubl.c
Works Director Or his representative shall determine the quantity and quality of the swami
kinds of work embraced in these improvements. he shall decide all questions relative to the
execution of the wO0 AM the interpretation of the Plans and Specifications.
In the went the Coutr 'tor is of the opinion he will he deuged by such interpretation, he
. .Rhin three (3) days, notify the Engineer and the City Clerk in writing of the antici-
gated nat,re and amount of the damage or damages. Tine Is of the assoKe in the giving of such
notice. In tie event an agreameot 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, within 30 days
thereafter.
The findings and decision of the Board of Arbitrators shall be final and bi Ming on the parties.
unless the aggrieved party, within ten (10) days, challenga% the findings and decision by serving
and filing a petition for review by the Superior Spurt tof ring County. Washington. The ;rounds
a for the petition for review are limited to showing that the findings AM decision:
1. Are not responsive to the questions submn•ted:
L Is contrary to the terms of the contract or any component thereof,
3. Is arbitrary and/or is not based upon the applicable facts and the law
controlling the issues sulmi tted to arbitration.
The Board of Arbitrators shall support Its decision by setting forth in writing their findings
and cone lust tons based on the evidence adduced at any such hearing.
TM arbitration shall be conducted in accordance with the statutes M the State of Washington
and court decisions governing such procedure.
The casts of Such arbitration shall b, borne equally by the City and the rontrector unless it
is the Board's majority opinion that the Contractor's filing of the protest or action is capri-
clous or without reasonable foundation. In the latter case. all costs shall be bone by the
Contractor.
-he venue of any suit shell be in zing County, Washington, and if the Contractor Is a non-
resident of the State of Washington, he shell designate an agent, upon whom DnocMS may to
1
fp
In
rat:u*"d:
5 T'
ry '
*r r
}
',ENERAL PROVISIONS (Cont.)
WRITTEN NOTICE
"+ Written notice shall be doomed to have duly served If delivered in person to the Individual,
or to a partner of the firm, or to in officer of the corporation of the Contactor or owner,
or to an executive official if the Owner Is a governmental body, or if sent by 'legisttrad
limited States flail to the business address shown in the Contract nocuFents.
CONTRACTOR'S PLART AND,EQUIPIENT
14
a The Contractor Slone 11 at all times be responsibt, for the adequacy, efficiency and suffici-
ency of nos and his sv'.,contractor's plant and equipmen ow w t. The owner shell have the right to mete
use of the Contractor's plant and equipment in the performance of any work on the site of the
work. The use of such plant and equipment shall be considered as extra work and paid for accord-
ingly. .: `.:.
ATTFRTION TO W1RK
The Contractor shall give his personal attention to and shall supervise the work to the and that
It shall be prosecuted faithfully, and when he Is not personally present on the work, he shall IG
at ill reasonable time be reprasantod by a competent superintendent who shalt twelve and obey
all instructions o^ orders given under the contract, and who shall have full authority to execute
the scone, and to supply au.terlals, tools and labor without delay, and who shall be the legal
representative of the Contractor. The Contractor shall be liable for the faithful observance
of any Instructions delivered to him or to his authorized representative. :t
Wj DFVIATION FROM CONTRACT
The Contractor shall not make any alteration or variation in or addition to or deviation or
mission few the terms of this contract without the Witten consent of the Owner.
SUGGESTIONS,TO,CONTRACTOR
Any plan or method of work suggested by the Owhar or the Engineer to the Contractor but not loci
3 specified or required, if adopted or followed by the Contractor in whole or In cart, shall be
used at the risk and responsibility of the Contactor; and the owner and the Engineer shall
assuae no, responsibility therefore.
_ERRORS AND OMISSIONS
If the LontrattOr, in LIe cOurat t the Work, betgmei ewer. of any errors or missions in the
contract documents or In the layout as given by survey Doinb and instructions, or if he becomes e
aware of any discrepancy between the contract documents and tl-e physical conditions or F-nt local-
ity, he shall imeiediately inform the Engineer and the Engineer, if 00 deeed it necessary, shall
rectify the matter and advise the Contractor accordingly. Any e+rk done after such disrovery.
until authorized, will be done at the Contractor's risk.
1NFo1mMTMi.TO GE_FORNi SMSM_€D iL CONTRACTOR
Tie Contractor shall furnish a'II drawings, specifications, descrintive data. certificates,
samoles, tests, methods, schedules, and esnufacturer's Instructio,s as Spe71fiCA11y required in
the contract dotumeots, and all other int ematlon as Say reasovt iy be required Lo demonstrate
fully that the materials and tquipment to be furnished
and the methods of wort comply with the
provisions
thecontracttent of the requirements. thelcations Contattorand
shall, by a stateemantS. If the f In writingh�cnpanylM theS Any deviation
information, advise the Engineer of the deviation and state tie reason therefore.
.A OAtMGE TO WORK
The work shall ba under the Contractor's respmaihle case end charge. The Contractor shall
bear all loss and damage whatsoever and frm whatsoever cause, exctlt that caused solely by
the act of the Owner which may Occur on Or to bre work dur1w the fulfillment of the contract.
if any such loss or damage occurs. the Contracto- shall immertlately make good any such loss or
damage, and in the event of the Contractor refusing or negie.ting to do so. the Amer may itself
or by two, employment of some other person make good any such loss or dtaege, and the cost Sod ea-
,,, pease of so doing shall be charged to the Contractor.
P;DqECTION gf.MrpACTOtS WORK AND PIWDERTy
The Contractor alone shall At All times be responsible for the safety of ;'Is and his wbcan-
ry
f
JS
qF
n ,
5
fl
SFYFRAL PWIVISIONS (Cont.)
WAGE SCHEDb1E(Conte
Included, the Contractor and/or subcontractor will be ='iiled 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, and the Contractor (and
the prime Contractor in the case of a subcontractor) by the industrial Statistician.
rich voucher claim sunmitted by a Contractor for payment on a project estimate shall state that
prevailing wages have been paid in accordance with the preflled Statement or Statements of Intent
on III* with the Department of Labor and Industries as approved cy the industrial Statistician.
1
Affidavits of Wages paid (SF 9843) are to br filed with the State Treasurer, or the Treasurer of
the county or municipal corporation or other officer or person charged with the custody and d1s-
ie bursament of the state or corporate funds as the case may he and two f2) conies of each Affidavit
are to he filed with the Director of the Department of Labor and Induttrits. Attention: Industrial
Relations D1vis1.•i, 1601 Second Avenue, Seattle. Whenever practicable, affidavits pertairinn. to
a narticular contract should be submitted as a package. w
PUBLIC LIABILITY AID MRDPERTY DAMAGE INSURANCE
The Contractor shall obtain and keep in force during the terns of the contract, public liability
ana property damage insurance to companies and to form to be approved by the City. Said insur-
ance shall provide coverage to the Contractor, any subcontractor performing work provided by this
contract, and the City. The City shall be named as in Addlti Coal Insured on said policy insofar
as the work and obligations performed under the contract are. concerned The coverage so
pro-vided shall protect against claims for personal inJurias. including accidental death, as wall as
claims for property damages which may arise from any act or omission of the Contractor, or the
subcontractor, or by anyone directly or lnlerec tly employed by either of them.
The minimum. MI'Cy limits Of such Insurance Chill be as follows:
Bodily injury liability coverage with limits Of not less than S1(N/,000 for bodily injury, in-
cluding accidental death, to any one person, and subject to that limit for each person. In an
amount not less than S300,000 for each accident; and propert damage coverage in an am cant of
not less than t50,000 for each accident.
A copy of the insurance policy, together with a copy of the endorsement Action the City as an
additional insured, shall be provided to the City within a reasonable time after receiving
notice of award of contract.
PROOF OF CARRIAGE OF INSURANCE
1
Tha Contractor shell furnish the City with satisfactory proof Of carriage of the insurance
required. `
ACT OF GM
"Act of God" means so earthquake, flood, cyclone or other cataclysmic pLenomenonoftnatre
A A rain, windstorm, high water or other natural phandnenon Y specific
locality of the work, which might reasonably have heen V-Iclpated from historical records of
the genrrol locality of the work, shall not he construed as in act of God.
SHOP DRAWIN65_
The tam "Shop Drawings" shell refer to the pictorial description of the details of proposed
materiels, equipment, methods Of Installation, or other constfuctfon prepared by the Contractor,
s a subcontractor or a manufacturer and submitted for the approval of the Owner.
DR_ %!AL
whom the tare "Or Equal* is used herein, the Owner, or the owner on recommendation of the
Cngineer, shall be the sole Judge ':f the quality arA suitability of the or"Posed substil:.tian.
APPROYA3)
A The term "Approval" shall mean approval given by or given pr>perly on the behalf of tht Owner.
y
la 1
,c
1 g
a:
t
VNERAL PPO9ISIMIS (Cont.)
PAyKKT TO THE CONTRACTOR
Payments to he made to the Contractor will be made in the manner outlined I,, Section 9 of the
i Standard Specifications. Payments shall be made in Cash Warrants. Partial payments on estimates
MAY be withheld until A work progress schedule as described in these General mrovlsinms has been
received and approved.
SCHEDULING OF WDRK
Section 8.01 of the Standard Specifications shall he deleted and the foilow•ng inserted: '
Immediately after execution and delivery of the contract and before the first partial payment is (`
made, the Contractor shall deliver to the Engineer, in estimated construction progress schedule
In frrm satisfactory to the Engineer, showing the proposed dates of commencement and completion
of each of the various pay items of work required under the Contract Donmwnts and the anticipated
amount of each monthly payment that will become due to the Contractor in accordance with the pro-
gress schedule. The Contractor shall also furnish periodic itemized estimates of work done for
the purpose of making partial payments thereon. The costs employed In making up any of these _..
schedules will he used only for determining the basis of partial payments and will not be consid-
ered as fixing a has'. for additions to or deductions from the contract.
Should it become evident at any time during construction that operations will or may fail behind
the sthedule of this first program, the Contractor shall, upon request, pra.Eptly submit revised
schedules in the same form as sperified herein; setting out operations, methods, and equipment,
added labor forces or working shifts, night work, etc., by which time lost will he 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 con-
tract provisions, it shall, upon request, be revised by the Contractor and the work shalt be per-
formed in compliance with the contract provisions.
Payments of any further estimates to the Contractor after such request is made and until an
approved modified schedule has been provided by the Contractor may be withheld. Execution of the
work according to the accepted schedule of construction, or approred modificatsons thereof, is
hereby made an obligation of the contract.
' WAGE SCADULE
Ina prevailing rate of wages to be paid to all workmen, laborers or mechaw ics wployed in the
performance of any part of this contract shall be in accordance with the prwisions of Chapter
1n.12 RCN, as amended. The rules and regulations of the Department of Labour and industries and
the schedule of prevailing wage rates for the lecolity or localities where this contract will be
performed as determined by the Industrial Statistician of the Department of Labor and Industries.
i m are by reference made a part of this contract as though fully set forth heroin.
Inasmuch as the Contractor will be held responsible for paying .he prevailing wages, it is import-
tlye that all Contractors familiarize themselves with the current wage rates before submitting
Lids bssed on these specifications.
In case any dispute arises as to what arm the prevailing rates of wages for work of a similar
nature and such dispute cannot be Adjusted by the parties in Interest, Including la or and
management representatives, the matter shalt be referred for arbitration to the Director of the
Department of Labor AM Industries of the State, and his decisions therein shall be final and
cocclusi,•s and binding on all parties Involved In the dispute as provided for by RCN 19.12.16n,
as amended.
The Contractor, on or before the date of commencement of work, shall file a statement under oath
with the (honer and with the Director of Labor and industries certifying the rate of hourly mega
paid and to he paid each tlessification of laborers, workmen, or mechanics employed upon the work
a by the Contractor or subcontractor which shall be not less than the prevailing rate of wage.
Sucn statement and any supplemental statements which way he necessary shall be filed in Accordance
with the practices and procedures by the Department of Labor and Industries.
Prior to commencing work, each Contactor and each and every subcontractor shall file a sworn 1
Statement of Intent (SF 9887) with the Owner and with the Department of Labor and Industries as
to the prevailing wage rate, including fringe benefits, for each Job classification to be utili-
zed. The wage rates thus filed w'11 be checked against the prevailing wage rates as determine
7 by the Industrial Statistician of the Department of Lahor And Industries. If he wage rat" are
Correct, the Industrial Statistician will issue in ackncwledgm"t of approval to ✓,e contractor
and/or subcontractor with a copy to the awarding agency (owner). If any incorrect wage rates Are
y
s
r
Of
ciry OF RFNTON
GENERAL PROVisiM6 -�
'-TAN)ARD SPECIFICATION
1 _
The CtaMard Specifications for Municipal Public Yorks Construction prepared by the Washington
`•tote Chanter of the American Public Works Association, 1915 Edition, shall be hereinafter re-
ferred to as the 'Standard Specifications" and said specifications together with the laws of the
:Late of Washington and the Ordinances and Charter of the City of Renton, so far es appItcahle,
are hereby included to these spec if as though quoted in their entirety and shall apply
except as amended or superseded by these Special Provisions.
� copy of theta Standard Spacifications is on file in the office of the Director of Engineeriig.
Runicipal Building, Renton, Washington, where they may be examined and consultad by any interested
to party.
Wherever reference is made in the Standard Specifications to the Owner, such reference shall oe
construed to mean the City of Penton, and where reference is made to the Enc'near, such reference
shall be construed to mean the nlrector of Fngineering. Clty of Renton, or his duty authorized
assistant or assistants.
NOTE: The General Provisions hereinafter contaln,d shall be in addition or shall superseae pro-
visions of the Standard Specifications in conflict there.lth.
HEADINGS
Headings to parts, sections, forms, articles and suLarticles are inserted for convenience of
reference only and shall not affect the interpretation of the contract documents.
ORDER OF PRECEDENCE
Where conflicting informatten as to specifications 1s found in the "Standard Specification.."
Plans and Provisions. the plans shall mld over the "Standard Specifications" and the Provisions
shall hold over both the Plans and "Standard Spec lfications".
FAILURE TO MEET SPECIFICATIONS t
In the event that any material or workmanship does not meet the rcquirements or specifications,
the City may have the option to accept such material or workmanship if the Director of Engineer-
I" deems such acceptance to be 1n the best interest of the City, provided, the City may nego-
tiate paye,ent of a lower unit price for said ma tercel or workmanship.
FIELD CHANGES
Any alterations or variances from the plans. except minor adjustments in the field to meet
existing conditions shall he requested in Writing and may not he instituted untli approved by
the Public Works Director or his rerresentatives acting specifically upon his Instructions.
In the event of disagreement of the necessity of such changes. the Engineer's decision the" be
final.
PROTECTION OF PUBLIC LND PRIVATE inlLlr.IES AMO FACILITIES
The Contractor shall conform to Section 5.09 of Standard Specifications in regard to Protection
of public and private utilities.
Location and dimensions sham on the plans for existing underground facilities are in accordance
with the best available Information without uncovering and wasurinq, The Owner does not guaran-
tee the size and location of existing facilities.
It shall be the Contractor's responsibility to contact ell public end private companies having
utilities and/or facilities In the vicinity of the construction Area.
PUBLIC CONVENIENCE AND SAFETY
The Contractor shall, at his own expense, provide all signs, barricades. guards, construction
warnings, AM night lights In order to protect the public At All times from injury as a result
of his operations. If the " -tractor should fail to maintain sufficient lights ani barricades
In the opinion of the Engineer, the City shall have the right to provide these 119hts and barrif
::ales and deduct such costs from pmyr.ents due the Contractor.
F
GENERALrl
PROVISIONS
Al
ppppp
c� E p
ffl r�9
r 1�
w
w
r
l
If sand-cast, the aluminum will be left in its natural finish, or, if die-
cast, the aluminum shall receive a painted aluminum finish. All lutinaires
shall be mounted level, both transverse and longitudinally, as measured across
points specified by the manufacturer. Leveling shall be accoaFlished after
pule plumbing. The slip-fitters shall be capable of adjustinq through a S°
axis for the required leveling procedure.
Refractors shall be formed from heat resistance, high impact molded borosii-
icated glass.
Is ALUMINUM POLES r
General
:11 light standards furnished under this contract shall be aluminum davit
style in accordance with Section 9.29.6(l) of the Standard Specifications and
with these Special Provisions.
• Design
All poles and bracket arms shall be designed to support a street lighting
luminaire with a minimum weight of 50 lbs. and to withstand pressures
caused by wind loads of 85 miles per hour •ith a gust factor of 1.3. d
i
• All poles to be furnished shall maintain a minimum safety factor of 4.38 on
yiell strength of weight load and 2.33 for basic wind pressure. All materials
furs.shed shall be in natural polished, aluminum color. {
i
Shafts
a a.�
The pole shaft shall be provided with a 4" x 6" (minimum dimensions) flush
hand-hole near the base designed to prevent loss of shaft strength and
provided with a matching metal cover secured 'rith stainless steel screws or
bolts. The hand-hole shall he located near the base and on the same side of
the pole as the bracket arm. A grounding nut or provision in land-hole frame
• for accommodating a threaded bolt for the purpose of attaching a grounding
connector shall be provided on the inside of the shaft. After fabrication,
the shaft shall have a mechanical strength of not less than the temper of the
aluminum material utilized for the manufacture of the pole.
All shafts furnished for a mounting height of 40 feet shall be a round, tapered
• tube or ma) consist of a base section of round, standard tube not greater than
S feet in length with a round, tapered tube permanently welded atop this
section so that the 5 foot section and fabricated )oiut shall be capable of
resisting at yield strength stress the bending moment of the round, tapered
tube at its yield strength stress. All joints shall be flush and provide n
• oven and clean profile.
Anchor Rase ]�
A one piece anchor base of adequate strength, shape and size shall he secured I
I
s;
r
�R
as specified or intended. Any faults in the system shall be corrected and
retested. The cost for performing these tests and correcting the faults shall
be paid by the Contractor.
'e P mcgger test shall be performed in accompaniment with the Lnginaer.
Illumination System
Underground cunductorr for the 240 vo:t street lighting circuits shall be -.
stranded copper, THW grade with 600 volt insulation of the size noted on
the plans and wiring schedule. Type OF conductor, standard size s10 AWG,
600 volts rating two conductor shall be used between the fixture and pole base.
Cost of the OF conductor shall be considered incidental to item e5 of ,
Schedule "E."
All connections in light standard bases shall be made with an approved, field
applied, waterproof Wye connector kit, capable of being disconnected without
"i damage, equsl to ESNA Elastimold Style 82s or a bussman Iron Fuseholder with
Y Type Breakaway receptable and insulating boats. Wye connector kits shall
be supplied, wired in place and fused by the Contractor for every pole installed.
A connector capable of being disconnected without damage shall ',e supplied
and installed in the base of the pole.
Grounding of Service
Grounding at electrical services shall confor., to requirements of .he latest
e. ition of the National. Electrical Code any all applicable state and local
regulations.
Luminaires
Luminaires for this pro)ect shall be 400 Watt, Sodium Vapor. ballast shall
be of the regulator type.
Luminaires shall have a cast-aluminum housing providing for slip-fitter
i end mounting. The luminaires shall attach to 2-inch pipe tenons on most arms.
The reflector of all luminaires shall be a snap-on design manufactured of
polished aluminum or mold from prismatically formed borosilicate glass. The
refractor shall be as,.int.ed in a door frame assembly which shall be hinged to
the luminaire and secured in the closed position co the iuminaire by means of
an automatic type latch. The refractor ant door frame ass( ibly, when closed,
t shall exert pressure against a gasket seat. Caskets shall be composed of
material capable of withstanding temperature involved and shall be securely
held in place. Glassware shall be of the refractor type with prisms.
All luminaires shall have their coaiponent� secured to the luminaire frame with
stainless steel mounting hardware (nuts, _ults, washers, hinges, etc.) . The
stainless steel shall be AISi, 500 serie,, , chrome-nickel grade. The housing,
g complete with integral ballast, shall be weather-tight.
7 ti
Sb
1
:>(.HLl81LE E
TECHNICAL PROVISIONS
STREET LICKING & VEHICLE DETECTION
Sco)e of Mork - General
The contemplated work to be performed from these Plans and Specifications
for this project are intended to describe a complete operable street lighting
ie system including conductors, conduits, excavation, junction boxes, and
material or equipment necessary for a complete and operable street lighting
system. Also included .n these provisions is the installation of an operable
vehicle detection loop.
Standard Specifications
The following special provisions are to be used in conjunction with the
Standard Specifications for Road and Bridge Const*uctio-., 1972, hereinafter
calla "Standard Spec i ications." Said tandard Specifications and the
following Special Provisions are hereby made s part of this contract.
The Special Provisions hereinafter contained shall super. ode any conflicting
provisions of the Standard Specifications.
Source and Quality of Materials
The Contractor shall submit a request for material approval at the earliest
possible date to the 'traffic Engineer. Sources and all required technical
data should be submitted at this time.
� Material that is not appro-ed will not be allowed on the job site.
Substitution of specified material must be approved by the Traffic Eng;veer
prior to ordering.
t Inspection and Testing of Street Li.ghttng System
The Engineer reserves the right to inspect the manufacturing process of the
light standards. All provisions for this inspection shall be provided by
the Contractor.
i final inspection and acceptance of installed material will not be given
until final installation and testing has been completed on the system.
Apprcval to install materials and equipment must be obtaired from the
Engineer before installation.
Before final acceptance, the Contractor shall field test the installation
for continuity and ground of each circuit, installation resistance (megger
test between each circuit and ground), and function, to insure operation
d
t
� t
r
t
TECi{NICAL PROVISIONS (Copt.)
CHANNELIZATION
Plastic Traffic Buttons
The Contractor shall furnish and install white and yellow plastic
traffic buttons where it is shown on the plans, or where directed
by the Engineer.
Plastic traffic buttons shall have the size, color, and diswansions
as shown on the r:ans and their installation shall conform to appli-
cable provisions of Sections 9-20 and B-09 of the Standard Highway
Specifications, 1974 Edition.
Line Markers
The Contractor shall furnish and install white, Type No. 1, plastic
line markers where it is sham on the plans, or where directed by
the Engineer.
1'
Pour-inch, Type 1, line markers shall conform to provisions contained
In Section 9-21.1 of the Standard Highway Specifications, 1974 Edit.i.on.
1�
. 1
a,}
1�
f
f
4
TF,CNNICAL PRfT/ISIONS (font.)
��-
MONUMENT, CASE AND COVER !Cont.)
The cast iron case and cover shall be the Washington State Highway Depar_..ent ° g
standard case and cover or approved equal.
The Contractor shall furnish monument .ae and cover and shall excavate fcr
installation af`er roadway completio: City forces will set the monument
(, and shall bn notified a minimum of 24 hours prior to excavation. t..
After installation of the monument,the Contractor shall got the case and
cover and grout with cement concrete the case into the excavation, all to
the satisfaction of the Engineer. '
Exact location shall be determined oy ties placed by the City prior to any
excavation for placement of the monument, case and cover.
The unit price bid shall be complete compensation for all labor, equipment
and materials required for procurement, excavation, case and cover installa-
tion, grout and finish and no further compensation will be made.
)I
1/7lEEIA HAIR AAl`S'S - TYPE "H"
Wheelchair ramps shall be installed per details these soecificaticns and as
shown on Std. Plan No. 148.
The unit price shall be full compsnsation for removal of existing sidewalk,
curb and gutter, including necessary sawcutting expansion material, concrete i
cement and all other work required for full and complete installation. The j
unit price shall include all labor, materials and equipment required and no
further compensation will be made.
i
5PECIAL
Cement Concrete Sidewalk - 6" Thickness
Special attention shall be paid to the co-struction of cement concrete. sidewalk
adjacent to the driveway sections. Five (5) feet on either side of proposed
driveway section shall be prepared to accept a six (6) inch thick cement con-
crete sidewalk. This special section shall be constructed of high-early,
air-entrained cement concrete.
Unit price shall include all materials, labor and equipment necessary for full
U
and complete installation and no further compensation will be made.
Cament Concrete Driveways
All driveway sections shall be of monolithic construction. That is, urL
and gutter and the driveway section shall be. poured at the same time. 'rho
1: material used shall be hiyh-early, air-entrained cement concrete.
1)
i
l
i" .
TECHNICAL PROVISIONS (Continued) ,
EARTH EMBANKMENT CONSTRUCTION
n
Earth embankment construction shall conform to Section 13-3.10E1 and 13-3.10E4
(Method C) except successive layers shall he of one (1) foot depth. No compen-
sation will be side for this item.
SHOULDER RA:LAST
n
Where, in the opinion of the Engineer, additional wr% is required to maintain
isthe backfill shoulder slopes, ballast conforming to "Ballast - 2-1/2" Minus" i is
these specifications shall be placed and compacted.
Unit prices for shoulder ballast and compaction shall be per "Ballast - 2-112"
41 Minus" and no further compensation will be made.
P
CEMENT CONCRETE PIPE - C ' DIAMETER
Cement concrete pipe of six (6) inch inside diameter shall be used for
connecting to new catch basins and to existing storm drain. See specific
4 sections these specifications for connection to existing pipe.
Non-reinforced concrete pipe shall conform to A . .T.M. designation C-14R
Table II (extra strength) except as otherwise provided. Joints shall be j
manufactured for use of Brant Rubber Gasket: .r equal. 4
Fittings shall be of the same material and class as the concrete pipe. Ilf
The pipe shall be furnished and installed in accordance with Sections E0,
61 and 65 of the Standard Specifications except as modified herein.
Six (6) inches of bedding material are required under all sewer pipe. 1
(� Bedding material shall be of material described in these provisions.
Section 61-3.05 shall include the following: The hand-placed backfill around
the pipe and to a point six inches above the crown shall be foot-tamped until
it is unyielding. The remaining backfill, whether native material or borrow,
shall be mechanically tamped with hand-operated mechanical or pneumatic tampers.
tr
All excavation, placing of pipe and backfillinq shall be done in accordance with i. .
State of Washington Safety Standards for Construction Work, part C of the latest !
edition.
The unit price bid per linear foot shall constitute full compensation for all
tl labor, material, fittings, tools and equipment necessary for installation,
including excavation, placing of pipe and mechanically tamping the backfill
material. No further compensation will be. made.
MONUMENT, CASE AND COVER
lJ The precast concrete monument shall be installed per Section 50-3.02 of th,,
standard Specifications except as modified herein:
The monument shall be Renton Concrete Products precast monument or AT+r1)v111j
egos 1.
1 �
Illy
' 'i•':u LAICAL PROVISIONS (Continued)
CATCH BASIN - TYPE 1I
f a,fer to Section 64 and Standard Plan Number 55 except as modified here Lr_
Cast iron frame and grade shall be per Standard Plan NNIM16. (UK WD. XAMA)
The unit price shall be full compensation for complete installation including j
labor, equipment, materials and add..tional grouting as required for watertight
• tonnection and no further compensation will be made.
�s CONNECTIONS TO EXISTING PIPES i
Where shown on the plans, or as directed by the Engineer, new drain pipes shall
Le connected to existing pipes. The Contractor shall be required to i,reak into
w the pipe, shape the new pipe to fit and regrout the opening in a work:aanlike
manner.
The new pipe will be hand grouted and finished flush with the existing pile
to cause no restriction to downstream flow and form a watertight permanent
seal.
a
The unit bid price for each connection shall be full compensation for all lab-,r,
equipment, excavation, materials and all incidental costs necessary to connect
to existing pipes and no Sirther compensation will be made.
WHEELCHAIR RAMPS - TYF
Wheelchair ramps shall be Listalled per details chese specifications and as
shown on Standard Plan No. 148.
The unit price shall be full compensation for all labor, materials, and
equip-merit required for complete installation and no further compensation will be
C made.
RENOVE EXISTING CURB AND (AMER
Where shown on plans or as directed by the Engineer, the Contractor shall be
required to remove existing concrete curb ` / using existing expansion ioints I
tb and whatever method deemed necessary to complete removal and disposal.
The unit bid price per lineal foot shill be oomplete compensation includiny
labor and equipment and no further compensation will be mrde.
ROADWAY BORROW
f1
Borrow to be used for earthfill for roadway construction shal). comply with
section 13-3.11 of the Standard Specifications.
,
Borrow pits shall be of a source secured by the Coutractor but source and
quality shall ua approved icy the Engineer.
• �1
The unit bid price shall include procurement, haul, and all labor, equipment
and materials for placement and compaction per specifications and no further
romoensation will be made.
n
Tk:CllNICAL PROVISIONS (Continued)
i
ASPHALT C(AP-RZTF. PAVEMENT
Asphalt Concrete Pavement (AR-4000) shall Le in r_cordanee with Section 14 of
the Standard Specifications except as herein modified.
Specification Designation
10 AR-4000
Absolute Viscosity0 140• F.
Wise 3000-5000
)s Kinemat:_ Viscosity 0 275• E'. C5, Min. 275
Penetration at 77° F. , 100 g/5 Sec., Min. 25
Percent of original penetration At 770 F, Min. 45
• Ductility at 77• F. , CM, Min. 75
Test on Original Asphalt
Flaahpoint, Pensky-Martens, dsg. F. , Min. 440
Solubility in Trichlorethylene t Min. 99
Installation shall be any method determined by Contractor as adequate to place
asphalt concrete and compacted to withstand loads imposed by vehicular traffic.
Payment will be made for "Asphalt Concrete Pavement" per ton, whir`t 61,411 be
full compensation for furnishing all labor, equipment, materials and supplies
required in the construction of asphalt concrete pavement, the furnishing and
placing of asphalt tack coat, and all other work incidental to fulfilling the
requirements described in section 5-04 and not set forth as bid Items. No
further payment will be made.
CEMENT CONCRETE SIDEWALKS (See Special Note at find of Section) p
Cement concrete sidewalks shall W Class "B' as shown on Standard Plans detailed
these specifications and constructed of air entrained concrete.
• Payment shall be full compensation for all forms, materials, equipment and labor i
required for complete installation and no further compensation will W made. If
CEMENT CONCRETE CURB AND GUTTER ,s
Section 40 of the Standard Specifications is revised to indicate that air-..ntrainad
6 concrete - Class "C" will be used for cons-ruction of curb and gutter.
CEMENT CONCRETE Dlkwgmy (See Special Note at End of Section)
Section 41 of the Standard Specifications is supplemented by the following,
All cement concrete driveways shall be constructed of air-entrained concrete
►+ to a thickness of six (6) inches.
4
4
Y:C.11)LCAL VRGV15iON5 (Continued)
I
� f
BALLAST -22-1/2" MINUS j '
♦ The unit price shall include all costs necessary for furnishing and placement
including compaction, and shall comply with Section 23-2.02 and 23-3.11,A of
the Standard Specifications including tools, aqul).mcnt, labor and au tun als i
as required and no further compensation will be made.
i
EMBANKMENT COMPACTION
It is anticipated that all new embankment construction required on this project
shall be made with material meeting the requirements of Bank P.un Gravel - Class �s
"S". Construction requirements, measurement and payment shall conform to
section 15-2.O1A excepting payment shall Le by the cuLic yard compactud which I
will include all labor, equipment and materials required for complete compaction
• of fill and no further compensation will be made.
CRUSHED SURFACING COMM i
Crushed surfacing course (1-1/4" minus) shall meet the requiruments of Section j
22 of the Standard Specifications. The Contractor si,all select the source, but N
♦ the source and quality shall be approved by the Engineer. i!)
where additional "fines" are required, the Engineer may require 5/8" minus 1
crushed rock meeting specifications, in lieu of 1-1/4" minus at no change
in unit price. i
41 The unit price per ton for Crushed Surfacing Course (1-1/4" minus) shall be full i
compensation for all labor, equipment, materials and all incidental costs neces-
sary to complete the work and no further compensation will be made.
ii
GRAVEL FOR PIPE BEDDING - CLASS "B"
M Gravel for pipe bedding (pea gravel) shall have 100% passing the U.S. Standard
3/4 inch opening aroi not m. :e than 3% shall pass the U.S. No. 200 (wet &love) ,
0-8% will pass the U.S. No. 8 sieve and 95-100% will )ass the U.S. Standard
3/8" opening with a minimum sand equivalent of 50.
Gravel for pipe bedding shall consist of crushed or naturally occuring granular
ie materials from sources selected by the Contractor. The source and quality of
material shall be approved by the Engineer.
Class "b" bedding shall conform to Section 61-3.03C2 of the Standard Specifi- i
catsmV.
N
4 Pipe Ledding material shall be placed to a deptt of 4" below :,ottOM of pips
or of sufficient depth to eliminate loading ci bell a,,d extend to spring
line of pipe.
Thu bid price for bedding gravel in place shall be full CMpensation for
delivery, placement, and compaction and no further tompansetion will be
IJ made.
MISCELLANEOUS ASPHALT
The unit price shall be full compensaticn for procurement, haul, placement, com-
paction including lebor and equipment necessary for complete installation and
/ further compensation will not be considered.
1
TECHNICAL PROVISIONS
(MOBILIZATION
K i
Mobilization shall consist of all preparatory work and operations performed
by the Contractor, including, but not limited to those necessary for the move- °'`''•'' ^
ment of his personnel, equipment_, supplies and incidentals to the project site
for facilities necessary for work on the for
project; Premiums on bonds and i
insurance for the project, and for other work and operations which he must
dorm or costs he must incur before beginningvarious
A it eg production work on the
items on the project site.
fha lump rum payment shall be full compensation for all of the above and any
other incidental cost incurred by the contractor while p-_�rforming mobilization
as specified and no further compensation will be made.
v
UNCLASSIFIED EXCAVATION
Unclassified Excavation shall include; roa.'way excavation, drainage excavation,
ditch excavation and all other excavation as required and shall comprise all
materials of whatever nature or character excavated within the confines of
this project without further classification. E
This item shall consist of excavating the roadway, driveway approaches and all
work necessary for the completion of cuts, embankments and slopes, incluaing
disposal of all surplus material. All work shall be performed in accordance i
L with the alignment, grades and cross-sections shown on the construction plans,
or as determined by the Engineer. ;
The bid price shall include all labor, equipment, materials and tools required p
for complete excavation as detailed or as directed by the Engineer and no P
further compensation will be made.
� p
BANK RUN GRAVEL
)
Bank Run Gravel - Class "B" shall conform to Section 26-2 of the Standard f
Specifications and shall be used to replace unsuitable material within the
A excavated roadbed where shown on plans or as directed by the engineer and
shall be compacted to 95% density. (see "Roadway Borrow" thetc provisions) .
The unit price per ton saall be full compensation for all labor, equipment, {
materials, including compaction, and all incidental cost necessary for fur- I
nishing and placing this item. r
I
.X
9 b.
�a
,
TECHNICAL PROVISIONS
i
a
I
i
i
i
J t
� I
p H
1
w
SPECIAL PPOVIS104S (Cont.) F of f
i
TPFFIC CONTINIL�Cont�j
The Contractor shall maintain detour routes and other routes used by his equipment h, ling
materials to and from the aree.
In addition, the foliwing shall eoply:
a. Two-my traffic and pedestrian access will be raintained as directed ty the Engineer.
e
h. Local polite and fire departments &hail be notified, in writing, prior to construction.
-. Iniress and egress for local residents shell be maintained at all times.
ie °EPOV{NG TRAFFIC AND STREET SIGNS
i
The Contractor shall he responsible for maintaining and preserving all traffic and street signs.
In the event it shall be necessary to remove Or relocate a traffic or street sign, the Contractor
shall notify the Engineer of all changes made. All signs revic d shall be collected by the Ccn-
tractor, who shall then notify the Engineer to have the Traff�.. Division remove these signs iron
the project site to the City yard. - -
When work has been completed and prior to said area being opened to traffic, the Contractor j
shall notify the Engineer who small have the Traffic Oivisi bn replace all signs necessary. .
The Contractor shall be responsible for the reDlacanwrnt of all signs lost or damaged due to his
1 neglect. I
SOIL INFORM_AT_IM
The bidder shall make his Own deductions and conclusions as to the nature of the materials co
be excavated, the difficulties of making and maintaining required excavations, the difficulties
which may arise from subsurface conditions, and of doing any other work affected by the subsurface
conditions and shall accept full responsibility.It
SALVAGE
All salvage material as noted on the plans and taken from any of the discarded facilities shall,
at the Engineer's discretion, he car-fully salvaged and delivered to the City yard. 1�x
Any cost incurred in salvaging and delivering such items shall W. considered incidental to the
0 project and no compensation will be made.
AWARDING OF r.ONTAACT
Awarding of contract will be based on total sum of all schedules of prices. No partial bids
will be accepted.
L{M210ATE0 DNIAGES �r
Section 8.08 is amended as follws: �
Liquidated damages for failure to execute the contract as specified will be assessed as per
follwing table: III!
Contract Price Ltqu ldated Die_,
0 - S 50,000 S 50.00/workino day
3 50,000 - $1500M 5100.00/working day
1f150,900 - S250,001) s200.00/working day
250,00n and over S3M.nO/working day
The above figures do not include costs for inspection, supervising. legal expense and court
costs incurred beyond contract ccelptetton date. The cost of additional Inspection end super-
vision shall he an amount equal to actual salary cost plus one hundred percent Mgt) for
overhead.
AUTHORITY OF TINE ENGINEER
The Engineer shall have sole authority to change and/or regulate work. hours, methods or location
of work to accommodate actual field conditions.
i
� I
� 1
1
r:
SKCIAL PROVISIONS (Cont.)
6 oft
RESTORATION OF STRLCTtlRF6 AND SURFACES CoM,1
c. Easements Cultivated Areas and Other Surface I rovement�. All cultivated areas, either r.
agnaTtu" o`r Tewns, andotTie�s�ace T�pror�ynents c�ro dmraged by ectipnt of the con-
tractor shall be restored as nearly at possible to their original conditi". i
Prior to excavation on an easement or private right-of-way, the Contractor shalt strip top soil
from the trench or construction area and stockpile it in such a manner that it may be replaced by
him, upon Completi OM of construction. Ornamental trees and shrubbery shall hm -arefully removed,
1 with the earth surrounding their roots wrapped in burlap and replanted in their orfniml mama it+ohs within 48 hours. All shrubbery or trees destroyed, or damaged, shall he replaced by the Contract-
or with nm lariat of equal qualityy at no additional cost to the Amer. In the event that it is (`
necessary to trench throueh any lawo areas, the sod shall he carefully cut and rolled and replaced
After the trenches have been backfilied. The lawn &red shall then be cleaned, by sweepinn or
other means, of all earth and debris.The Contractor shall use rubber wheel equipment similar to the small tractor type backhoes used
by side sewer Contractors for all work, includlnq excavation and backfill, on easements or
richts-of-way which have lawn areas. All fences, markers. matt boxes. or other temmrary, uh-
stacles shall be removed by the Contractor and immediately replaced arter trench is mackfilled
in their original position. The Contractor shall notify the (Amer and property owner at lam st m
24 hours in advance of any work done on eaaemorts or rights-of-way.
All construction work urder the Contract on easements, right-of-way over private property or h
franchise shall be Confined to the limits of such easements, right-of-way or franchise. All
work small be accomplished so at to cause the least amount of disturbance and a minimum amount
of damage. The Contractor shall schedule his work so that trenches across easements shall not
be left open during weekends or holidays, and trenches shall root be left open for more than 48
hours.
Deamm to existing structures outside of easement areas that may result from demetering and/or "r
other construction activity under this contract shall he restored to Its original condition or it
better. The original condition shall to established by photographs taken and/or inspection
• made prior to .onstruction. All such work shall he done to the sett taken o, of the property
�
croaks and the owner at the expense of the Contractor. sfectI
d. Streets. The Contractor will assume all responsibility for restorawion of the surface of 1
471 strn $ (travelled ways) used by him and damaged.
In the event the Contractor does not have labor or material immediately ava;lable to make f
necessary repairs, the Contractor shall so inform the Owner. The Owoer wi71 make the necessary I
repairs and the cost of such repairs shall be paid by the Contractor.
SIDE SFIiER ROCKY
4o side $errs will he installed until such time as that section of the main sewer pipe line to
which the side sewers ere to be connectO has been tested by the Contractor and a recvrmndwn of
mpproval for such section has been Issued by the Owner.
The Contractor and the Owner understand and agree that following the issuance by the owner of a
menmpra nnum, which memorandum pproves a specified section of the main pipe line, the Owner may
authorise any side sower contractor, duly licensed by the Ohmfr, to Install and connect and test
one or more side sewers to any such approved main pipe line. After the first side so or is
artually connected to the main pipe line, the Contractor shall hot be held responsible for 'my
foreign matter, debris. mud, and sewage which reaches the main pipe line within a previously
anoroved section. However, the Contractor Is In no way relieves from the responsibility ar<
nuarantee here4nhefore and hereinafter set forth for materiels, workmanship and repair to con-
tractor-installed pipe line and appurtenances.
It Is further understood and agreed twat durinq the Contractor's guarantee period if there are
any indications of failure of the main pipe line or one or more side sneers, the burden of prod
as to whether the failure Is within the main line or the side sewer or sewers, -hall rust with
the ikwner; however, if investigation of such failure aondur.ted by the Owner discloses that such
failure is on the MAIM pipe line, the Contractor shall make repairs and promptly reimburse the
♦ Owner for actual cost of such Investigation. f
TRA/fl--�I_.ONTROL !!
i
`,ectioe 7.16 of the Standard Specifications is supplemented by the following,
`` 1
a.
Y r
ri.QiNICAL PROVISIONS (CONT It
SCIIFDULE W '•.��iC`j
# IW-10 1IPE INiTALLAT10,4 (C0NT. ) j
I. Connection to Existing Pipe and structures (cont.) i
I
the Contractor shall be responsible for the protection of all existing Piping
and appurtenances during construction, and shall take care not to damage them
or th-Ir protective coatings or Impalr the operation of the existing system in ' s
any way. #�
to TW- 11 EXCAVATION AND EMBANKMENT
Construct embankments and carry out excavation fur pipe Installation as L,dicated
on the plans. Conform to Section 15 of the Standard Specifications. Ttie
~ Engineer will allow greater than 9" layers if satisfactury compaction can be
Roble i n,eJ.
TW-12 RESTORATION OF IMPROVED SURFACES '
a. General
Roads, streets, driveways, shoulders and lal other surfaced areas, removed,
broken, caved, settled or otherwise damaged due to Installation of the improve-
nxtnts covered by this contract shall be repaired and resurfaced to match the
existing pavement or landscaped areas as set forth in these specifications.
« The ends and edges of the patched and resurfaced areas shall meet and match the i.r�r�
existing surface and grade, and shall terminate in neat, even lines parallel to,
and at r!ght angles to the roadway. No piecemeal patching or repair will beS
allowed. Damaged, disturbed or otherwise affected areas as defined shall haye ;-
edges of existing pavement trimmed back to provide clean, solid, vertical faces,
A free frc^ loose material .
b. Areas to be Resurfaced
(1) Existing asphaltic concrete surfaces shall be patched with asphaltic
concrete over a crushed rock base course.
(2) Existing shoulders and existing gravel surfaces shall be repaired
with crushed rock surfacing.
(3) Existing pnrtland cement concrete surfaces shall be repaired with
Portland Cement Concrete to match the existlrg.(4) Portions of the trench which lie within the limits of the !reef
improvement project will he improved to match the street subgrade require- i
ments.
c. Temporary MC Cold Mlx Asphalt
MC Cold premixed asphaltic concrete shall be required in pavement for temporary
patching on this project where directed by the Engineer.
pF9
x
• j
FI
MAA
p K�
f Mhu�
i
IE UIN ICAL PROVISIONS (CUNT. )
:CHEUULE W
,Ri h TW IO PIPE INSTALLATION (Cont.) i
i
C. Valves and Valve Chambers �
i
Valve instailation shall be In accordance with aectior 15 of the Standard
Specifications except as modified herein.
6" and 8" and IU' Gate Valves shall include an 8" x 24" cast Iron gate valve
box and extensions if required by the Engineer. Valves larger than la' shall
be installed in vaults.
The 12" gate valve assemblies shall include: 12" gate valve, 1" bypass assembly
and precast vault.
an
the 16" and larger Butterfly valve assemblies shall include: large butterfly
valve, and precast vault. Standard Details for I" bypass valve, and precast
vaults are bound Into the Standard Details.
Valve chambers shall be In accordance with Section 16 of the Standard Specifica-
tions except as modified by details bound in these specifications.
d. Depth of Bury
The 24" D. I. water main shall have a 4' cover over the barrel cf the pipe. .he
12" and smaller water mains shall have a 3' minimum cover over the barrel of the
s pipe. The new 24" DI water main will cross under the existing 18" C. I . water
main and 24" storm main.
e. Fire Hydrant Assemblies
s
Fire Hydrant Assembly shall include. C. I. Tee (MJxFL), 6" Gate Valve (FLxMJ),
6" C. I. Spool (PExPE) , 5" MVO Fire Hydrant (MJ connection) , 8" x 24" C. I. Gate
Valve Box, and 3/4" Shackle Rod with accessories. Paint shackle rods as
specified in Special Anchorage of this section.
The hydrant shall be for a 4 112' bury unless otherwise noted on the Plan.
Upon completion of the project, all fire hydrants shall be painted to City of
Renton specifications white.
t
The City of Renton Standard Detail for hydrant assembly is bound in these a
specifications.
� f. Connection to Existing Pipe and Structures
{
- i
Connections to existing piping and tie-ins are indicated on the drawings. The
Contractor most verify all existing piping, dimensions and ele'•ations to assure
proper fit.
t
The Contractor shall make all connections and tie-ins under the direction of the
City of Renton Utilities Department. The Contractor must also provide any
specials required to make a satisfactory connection.
I
1
rF CHN ICAL PROVISIONS (CONT. ) 1f
',(.0FD1)I.E W
ti FW A TRENCH EXCAVATION, BEDOIN6 AND SACKFILL (ConL.)
e. Select Trench Backfill (coat. )
pipe and not the bell or collar.
Any excavation in excess of the above requirements shall be replaced with the
native material or select backflll , as directed by the Engineer ar+ at the
Contractor's expense. !
i
The price per ton shall be full compensation for selecting the source, furnishing '
and placing the material as outlined in Section 26.2-01 of the Standard Speclfi-
cations. d
f. Unsuitable Foundation Excavation
Unsuitable material shall be excavated by the Contractor as directed by the
:ngineer to give the constructed embankment full bearing on solid ground. Old
fills, or wastes, unstable materials including logs, stumps, peat and muck will
be excavated when in the Judgment of the Engineer these materials will Impair
the stability of the embankment.
All costs and expenses involved In displacement or removal of unsuitable
materials shall be incidental to the embankment Installation. Neither separate
or extra payment of any kind will be made fur storing, handling , hauling or
manipulation of unsuitable excavation. j
TW-O, DUST CONTROL
Provide minimum 1 ,500 gallon capacity water truck with pressure spray system 111
s designed for street cleaning. Clean streets of dust and debris at end of
working day. In addition provide sprinkling as nece:;ary to alleviate dust
nuisance or as directed by the Engineer. Obtain fire hydrant meter from City
Utilities Departme.�t and keep records of water use.
TW-10 PIPE INSTALLATION
a. General
Conform to Section 74 of the Standard Specifications except as herein modified.
Jointing shall conform to the manufacturers' recommendations. Cut pipe with
approved pipe saws only. Keep pipe plugged except during actual pipe laying.
The Inspector will stop work unless an approved plus Is on site and available.
b. Spaciai Anchorage
Provide concrete blocking at all fittings and horizontal or varticai angle
points. Conform to the Standard Detail for General Blocking herein and the APWA
Standard Details for vertical blocks.
t
1
W HNICAI PROVISIONS (CONT. )
r1lf.DUI E V i
TN-08 TRENCH EXCAVATION, BEDDING AND BACKFILL (Cont.) Ij
I
C. foundation Preparation and Bedding (cont.)
conditions. The trench shall be de-watered and an Inspection made by the
Enyineer to determine the suitability of the trench material. All costs for 1�
-. dewatering shall be the responsibility of the Contractor. Bedding material
shall be as required for Bank Run Gravel Borrow.
l
d, Trench Backfill and Compaction -
General
Excavated materials that are free from mud, muck, organic matter,
broken bituminous surfacing, stones larger than 8 Inches in dimension and other
dehris shall be used for backfill except where otherwise reaulred.
(2) Initial Backfill
In1t7 shall be placed around the pipe In layers not exceed-
ing 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 j
content as determined by Standard Proctor Compaction Test, ASTM Designation @
�4 0698-58T, Method D. All work related to the testing of the co,.tpaction,
'Nr including proctor tests and compaction tests shall be taken on the water trench
areas. The locations of the tests shall ae selected by the Engineer. If une
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.
(;) Subse uent Bacll
)! subsequen tkfiTckfill under street and shoulder areas shall be
placed in lifts not exceeding 8 Inches in loose depth, and each lift compacted
to at least 95% of maximum density at optimum moisture content as determined by
ASTM Designation D698-58T, Method D. In-place density determination shall be
made In accordance with ASTM Designation D1556-58T, except as otherwise approved
by the Engineer. Testing for compactions In the improved areas shall be in
accordance with the testing as stated in section on initial backfill.
(4) Payment
No separate or extra payment of any kind will be made for compaction,
wetting, drying, water, or processing of materials, but shall be Included in
the applicable unit price paid for the waterline In place, complete. j
e. Select Trench Backfill f
Select trench backfill for the pipe shall consist of crushed or naturally occuring
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
�n Section 26-2.01 of the Standard Speclficatl6ns.
The horirmtal limits for measuring select trench backfill in place shall be the
side of the excavation except no payment will be made for material replaced out
side of vertical planes, 1 .0 feet outside of an parallel to the barrel of the
(
i
i
TECHNICAL PROVISIONS (CONT.) {
HEDULE W
TW 07 REMOVAL OF EXISTING SFREET IMPROVEMENT (Cont.)
C. Saw Cutting (cont.)
the method of saw cutting shall be approved by the Engineer.
TW-08 TRENCH EXCAVATION, BEDDING AND BACKFILL
u
a. General
Trench excavation, backfill, foundation preparation and bedding for waterline
and appurtenances sha, i be In accordance with the applicable provisions of
Section 73, A.P.W.A. Standard Specifications, except as modified herein.
b. Excavation
The contractor shall inform and satisfy himself as to the character, quantit/, t�
and distribution of all material to be excavated. No payment shall be made for i
any excavated material which Is used for purposes other than those designated. !!
Should the contractor excavate below the designated lines and grades without
prior approval , he shall replace such excavation with approved materials, in an
approved manner and condition, at his own xpense.
The engineer shall have complete control over the excavating, moving, placing,
and disposition of all material , and shall determine the suitability of
material to be used as backfill . All unsuitable material shall be wasted as t -
speclfied.
Excavation of every description, classification and of whatever substances
t encountered within the limits of the project shall be performed to the tines and
grades necessary for embankment 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 pramotion or condition
of the work. All excavated materials not meeting the requirements for backfill
and all excess materials shall be was. .d as specified.
No separate or extra payment of any kind will be made for storing, handling,
hauling or manipulation of excavated materials.
c. Foundation Preparation and Bedding
9 Foundation preparation shall be in accordance with the applicable provisions of
Section 73, A.P.W.A. Standard Specificatiors, except that the bottom of the
trench must be shaped to uniformly support the bottom quandrant 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 trerch
conditions will not necessarily be considered as an Indication of unstable
3 yy
1
it r,nNl(At PROVISIONS (CONT. I
S(HEDULE W
j. 2" Blow Oft Assemblies (cont.)
Galvanized steel pipe and fittings shall conform to the requirements in Section
72 of the Standard Specifications.
t
rld-05 EXISTING UTILITIES
If, in the prosecution of the work, It becomes necessary to Interrupt existing
,a surface drainage, sewers, underdrains, conduit, utilities, or similar under-
ground structures, or parts thereof, the contractor shall be responsible for,
and shall take all necessary precautions, to protect and provide temporary ser-
vices 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 except that water and sewer lines will be repaired
by the Utility Department at the contractor's expense.
y
TW-06 CLEARING AND GRUBBING -•
i
s Conform to Section 12 of the Standard Specification. Remove all debris; no
on-site burning. In easements limit clearing to Items specifically Indicated
by Engineer.
Clear and grub only as necessary for construrtion operation or to construct
fills where excavated material Is used for f, ll construction, grab as necessary
to keep organic matter out of fill.
TW-07 RLMOVAL OF EXISTING STREET IMPROVEMENT
a. General
t Conform to Section 52 of the Standard Specification.
t
b. Pavement Removal
The Contractor shall Inform and satisfy himself as to the character. Quantity
and distribution of all pavement removal. Removal of existing pavement shall
.a cover all types and thicknesses of pavement. tt
6
Cut pavement, or other street and road surfaces only to minimum width which
will permit the proper excavation and bracing of the trench. Allow passage of
vehicular and pedestrian traffic. All pavement cuts shall be made smooth,
straight lines or to nearest construction joint, and shall be made with clean
,) vertical faces.
c. Saw Cutting
The Contractor shall saw cut existing asphalt concrete pavement and cement con-
crete pavement where shown on the plans or as directed by the Engineer.
The depth of the saw cut shall be a minimum of 1 1/2 Inches for asphalt and )
Inc hes for concrete.
ti
rf0i NICAL PROVISIONS (CONT.)
SCHEDULE W
TW 04 PIPING MATERIALS VALVES AND FITTINGS ETC. (L ON i. )
g. Butterfly Valyes (coot )
to body with seat bond withstanding 75d pull. Valve bearings shall be sleeve-
tight, corrosion resistant, and self-lubricating, Valve operator shall conform
1 to AWWA C504-70 standards and shall be of the traveling nut type designed fr
buried service. Valve shall close with a clockwise rotation of the nut, Operator
components shall withstand an input torque of 300 feet pounds at the extreme
operator positions without damage. Butterfly valves shall be Henry Pratt
Groundhog or approved equal. Approval must be obtained prior to bid opening.
h. Fire Hydrants
flt ;;yd,dnls shall be Corey lype (opening with the pressure) conforming to AW'/A
C-SO4-64 with a 6" Inlet and a minimum M.V.o. of 5", two 2 1/2" hose nozzles with
National Standard 7 1/2 threads per inch and one 4" pumper nozzle with the new
Seattle Pattern 6 threads per Inch, 60° V. threads, O.D. thread 4.875 and root
diameter 4.6263, 1 1/4" pentagon operating nut and opening by turning counter
clockwise (left). Hydrants shall be constructed with mechanical joint connec-
tions unless otherwise specified in bld proposal description.
Fire hydrants shall be of traffic type and provision shall be made for drainage
of barrel to protect units from freezing. Fire hydrants shall be such length
s as to be suitable for Installation with connections to piping in trenches 4 1/2'
deep unless otherwise specified. Fire hydrants shall be IOWA, Pacific states,
or approved equal. Approval must be obtained prior to bid opening.
i . Concrete Valve Vaults
a General
All valves 12" and larger shall be installed In a precast concrete vault. The
vaults shall be grouted and sealed as well as knockouts filled with a non-shrinking
grout (Embeco or an approved equal). All Vaults shall have steps and shall meet
all current O.S.H.A. standards.
s Precast Vault for 12" Gate Valve
Enclosed In this document Is a standard detail 'or a precast concrete valve
chamber for 12" gate valves.
Precast Vault for ?4" Butterfly Valve
Enclosed in this document is a standard detail for a large precast concrete
butterfly valve chamber, k
k
J. 2" Blow Off Assemblies
* a ,
Water main blow off assemblies shall be constructed as shouv on City of Renton
"Standard Detail for 2" Blow off Assembly" as bound in these specifications.
1a„
'a
TE01 NICAL PROVISIONS (CONT. )
Sr,NEDULE W
rw,04 PIPING MATERIALS VALVES AND FITTINGS ETC. (tort .).
C. Ductile Iron Pipe Cont.
Pipe thickness class shall be as required by the bid proposal description.
ti d. Pipe fittings
Cast Iron pipe fittings shall be Class 250, Cast Iron, (C. I.) as per ANSI
Specification A21. 10-1971 (AWA C110-70 , for 4" through 12", and Class 150 for
fittings larger than 12".
i
Mechanical joints shall be as per ANSI Specification A21 . 11-1y64 (AWA CIII-64).
Flange joints shall be as per ANSI 816. 1 , with 125 pound drilling pattern. ) �
e. Gate Valve ;" through 12" (
s Gate valves shall be cast iron body, non-rising stem, full bronze mounted with
double disc gates. All valves shall be designed for a minimum water operating
pressure of two hundred (200) pounds per square inch and shall conform to AWA
r
Specification C-500-71 and any subsequent modification thereof. Each valve
%hall be "0" ring type, provided with a standard square operating rut, and shall
open by turning counter clockwise (left) . The valves shall be IOWA List 14,
a Mueller, Kennedy, Pacific States or U.S. Pipe Metropolitan Valve.
f. Gate Valves 14" through ?4"
Gate valves shall be of tensile strength cast Iron, non-rising stem, full bronze
mounted with double disc gates. All valves shall be designed for a minimum
4 water operating pressure of one hundred fifty (150) pounds per square inch and
shall conform to AWA Specification C-500-61, and any subsequent modification
thereof.
The gate valves shall be for horizontal installation on horizontal pipe. The
valves shall be equipped with bypass valves, enclosed bevel gearing and grease
case, cracks, rollers, scrappers, and a standard square operating rrut v,, 'rh
shall open by turning counter clockwise (left).
The bypass valves shall conform to the specifications for 3" through 12" Ga.e
Valves.
r g. Butterfly Valves
Butterfly valves shall be of the tight-closing, rubber-seat type, Class 1509, and R
most the full requirements of A.M.4.A. Standard C504-70. Valve bodies shall be of
Cast Iron ASTM A126 Class 8, and with ends as indicated on the drawing. Valve
disc shall be constructed of either alloy cast Iron ASTM A436 Type 1 (NI resist),
or for valves above 12" for 200 psi leak-tight service shall be constructed of 316
stainless steel. Valve shafts shall be turned, ground and polished of 18-8 y
stainless steel , and shaft diameter must meet minimum requirements establ;shad by
A.M.V.A. C504-70. Valve shall have bonded seats, molded In, vulcanized, and bonded
f
t
t
3f
ILCNhIf,AI PROVISIONS (CONT.)
ScNEDULE W
♦ TW-04 PIPING MATEAIALS. VALVES, AND FITTINGS ETC
-'J. General
All pipe sizes as shown on the drawings, and as specified herein, are in reference
to nominal diameter, unless utherwise ,ndicated. !
sl
i
One type of pipe as Indicated below will be considered for this project. All pipe
shall be fabricated to fit the plan shorn on the drawings. One type of pipe shall
be used throughout the entire project except as necessary to match existing piping !
or as otherwise specified by the Engineer. Where relocation of or replacement of
existing piping is necessary during construction, materials used shall match the
existing, subject to the approval of the Engineer.
All pipe, valves, fittings, and specials shall be for water working pressure as
described In the following specifications and plans and shall conform to the 1
requirements of the applicable sections of the A.P.W.A. Standard Specifications,
as modified herein.
b. Cast Iron
Cast Iron pipe 4" through 12' shall conform to ASA Specification A 21.6-1970
(AWWA CI06-70) and/or A21.8-1970) (AWA C108-1970) and shall be thickness Class
22 designed to ASA Specification A21. 1 method of design using a modulus of
rupture of 45,000 PSI and a tensile strength of 21 ,000 PSI. The cast Iron pipe
shall be designed for a working pressure 0 through 300 PSI for laying condition
B and 5 feet of cover.
14" through 24" cast Iron pipe shall conform to the above specifications except
designed for working pressure 0 through 200 PSI , and 24" pipe shall be thickness
Class 23.
All cast iron pipe shall be cement lined and sealed in accordance with ASA
Specification A21.4-1964 (AWWA C104-64) 4" through 12" pipe shall be 1/16" cement
lined and 14" through 24" pipe shall be 3/32" cement lined.
» The pipe joints shall conform to ASA Specification A21. 11-1964 (AWWA CIII-64) .
Pipe joints shall be push-on and/or mechanical as required by the Bid Proposal
description,
C. Ductile Iron Pipe
Ductile Iron Pipe stall conform to ANSI Specifications A21.51-1971 (AWWA C151-71)
Grade 60-42-10.
Ductile Iron Pipe shall be cement lined and sealed In accordance with ANSI
Specification A21.4-19 (AWWA C104-11) , 4" through 12' pipe shall be 1/16"
cement lined.
M
The pipe joints shall conform to ASA Specification A21. 11-1964 (AWWA CIII-64).
Pipe joints shall be rubber gasketed push-on and/or mechanical is required by
the bid proposal description.
i
t'a
TECHNICAL PROVISIONS
•
SCHEDULE M
TW-I DESCRIP110N OF WORK FOR SCHEDULE V
The work to be performed under this contract consists of furnishing all materials,
equipment, tools, labor, and other work or items Incidental thereto and performing
all work as required by Schedule W of this contract, In accordance with the plan,
a sheet tabled Schedule W and these specifications and the Standard Specifications,
i '
The contractor shall supply all pipe fittings, casing pipe, gate and butterfly
vaaves, valve chambers, cast Iron valve boxes, all required accessories, concrete
blocking, and shackle rods where required, vllve markers, and all other materials
• necessary to make a complete water main Installation.
This schedule consists of the Installatiuir of 825 I.f. or 24", 43 I.f, of 16",
and 43 I.f. of 12" ductile Iron water main, valves and appurtenances (w-434) .
TW-02 GENERAL STATEMENT
a `his section of the Technical Provisions is detoted to features of on-the-site
conditions which are peculiar to the facilities U be constructed for W-434 `
Talbot Road Extension Transmission Main.
Articles, materials, operations, or methods mentioned herein or Indicated on the
drawings as being required for the proJect shall be provided by the contractor,
• and he shall provide each item mentioned or Indicated and perform according to
the conditions stated In each operation prescribed, and provide therefor all
necessary labor, equ!pment and incidentals necessary to make a complete and
operable installation.
No attempt has been made in these specifications or plans to segregate work
a c"vered by any trade or subcontract under one speol'ilcetion. Such segregation
and establishment of subcontract limits will be ;olzly a matter of specific
agreement between each contractor and his subcontractors, and shall not be based
upon any Inclusion, segregation or arrangement In, or of, these specifications.
The contractor and subcontractor In each case Is warned that work Included In
any subcuntract may be divided between several general specifications, and that
• each general specification or sub-head of the technical specifications may includ^
work covered by two or more subcontracts or work In excess of any one subcontract .
TW-03 STANDARD SPECIFICATIONS °
All work under this contract shall in general be performed in accordance with the
a applicable provisions of "Standard Specifications for Municipal Public W7rks Y .
Construction" prepared by the Washington State Chapter, American Public Wnrks
Association, and In accordance with the requirements of the City of Renton, exe,-ot
as otherwise amended, modified, or specified In these Sxcial Technical P mvisi,,,,..,
Items of work not specifically covered In these Special Technical Provisions -.halt
be performed in accordance with the requirements specified in the A.P.W.A.
A Standard Specifications, and in accordance with the City of Renton requiranrnr,.
,b
Wiring used in the i stallation of the loops shall be No. 12 ANC, stranded b'
copper wire type USE:LP or TMfW. The lead-in between the roadway loop and the - F+
junction box at the side of the road shall be the same wire as used for the <'. f
loops. Where shown on the Plans, the 1/c lead-in between the roadside Junction
box and the loop amplifier housed in the controller cabinet shall be as
specified in the Electrical section of these Special Provisions. At those
locations where two No. 12's are to be placed in a conduit rim, they shall be ti' � •
twisted two turns per foot. _>w
• The detection loops shall be installed as specified in Standard Plan J-21e
and as noted below:
The wire shall be placed on approximately 1/4 inch of sand or on a
3/8 inch polyethylene cord at the bottom of the sawcut and covered
• by a 3/8 inch polyethylene cord.
The conductor placed in the Sawwt for the loop detection shall be measured by
the linear feet of sawcut and payment made in accordance with Item 9,
Schedule "E."
•
f
a
•
ar
� t
°r
Junction Boxes
'♦ The contractor shall provide and install junction boxes of the type and at
the locations specified on the attached plans.
All junction boxes shall be installed in conformance with provisions contained
in Section 8-20 3(6) of the Standard Specifications and Standard Plans J-18b.
' • .Measurement for "Junction boxes" will be made by the unit in place.
i Payment will be made under: ,s
"Type B Juncticn Box," per each.
♦ The unit contract price per each for "Type B Junction Hox" shall be full
compensation for the furnishing and placcment of same,
Foundation
• Foundation for standards shall be as per details on Standard Plans and
Specification Sheet J-17.
Trench and Backfill
i All trenches shall be backfilled in accordance with the applicable portions
of Section 7-02.3(3), Section 2-09.3, Section 5-04, and Section 9-03.12 of
the Standard Specifications.
When trenching is bring accomplished within the sidewalk area, the backfill
can be made with acceptable material from the excavation and shall be
♦ considered a necessary part of and incidental to the excavation in accordance
with Section 2-09.3(1) E. of the Standard Specifications. The tamping
requirements for roadway backfill shall apply.
The City reserves the right to make additions or deletions of trenching which
proves necessary for the completion.
•
Payment will be made under:
"Trench and Backfill, _`" wide _ deep," per linear foot.
The unit contract trice for trench and backfill per linear foot shall be fall
41 compensation for excavating, loading, placing, temping, hauling or otherwise
disposing of the material as shorn on the Plans or as directed by the Lnginee, .
Induction Loop %'chicle Detectors
The Contractor shall provide all material for and install the induction loop
vehicle detectors at the locations and in the configuration indicated on the
Plans as specified below.
lk
i
to the lower end of the shaft so that the base shall he capable of resisting
at yield strength stress the bending moment of the shaft at its yield strength
• stress. The base shall be provided with four slotted or round holes to
receive the anchor bolts. Bolt cover(s) shall be provided with each pole.
Anchor Bolts
Four high strength steel anchor bolts, each fitted with two hex nut%, shall
be furnished with the poles. Each anchor bolt shall have an "6" bend at the
bottom end and be threaded at the top end. Threaded ends, all nuts, and �a
washers shall be hot-dip galvanized. The anchor bolts shall be capable of
resisting at yield strength stress the bending moment of the shaft at its
yield strength stress.
•
ALUMINUM BRACKET ARMS
General
All bracyet arms furnished under this contract shall be aluminum of the same
temper utilized for the polr-s in accordance with Section 9.29.6(1) of the
t
Standard Specifications, with these Special Provisions, 'nd with the Detail
Sheet attached hereto.
• Davit Style Bracket Arm and Assembly Single Arm
The davit style bracket arm shall be a minima of 8 feet long as measured
from the centerline of the shaft and shall incorporate a S' 9" radius bend.
The outer portion of the arm shall be nearly horizontal to • S° above
horizontal and shall be furnished with a 2-3/8" O.D. tenon with a maximum
a length of 7-1/2" to fit the luminaire specified hereinafter.
The pole end of the single davit arm tube shall be fastened securely to
the top of the shaft producing ■ flush joint with an even profile.
• Conduit
The contactor shall provide snd install all conduit, Schedule 40 and necessary
fittings at the locations indicated on the attached plans. The conduit
installation shall be in conformance with Section 8-20.3(5) of the Standard
Specifications.
Measurement for "conduits" will be mile by the linear foot.
Payment wall be made under:
"Conduit, __" per linear foot.
Conduit will be paid for at the unit contract price per linear foot In ploik,
which price shall be full compensation for the furnishing and placement of
same.
,
a
1
i
EIv�(piN>S"9E.ViNO 7y� '"
/ A 4-eAFVD s oN Caw
4 ,0
do
iaA.vsiTinNAL cued SNAL L Bf �� ./
1.n.�sr�uc%iD NeNOL/T.✓il.O(LY � \
SA(4AWo 7b AUXUD A*117Ae Cr1S71.16
CIAZ Al6-W C.91Z9
\r.
Y
--. s+arc+✓vorEs/i,✓7
SO � /�" � N/NEEL CNJiR Z4AfR
�/�•� 4of;rA 7
S,EZ'TyoN A
tl
P
1�
Page 208 Standard Drawings
A{I MA LT CONCRETE 01 OITUMIOYS
S hANT Mix A[PLACEMINT PATCH CUT SMALL It VIR.ICAL AIO IN
Y PEAKS WE LOOSINED ASPHALT .TO)" Y-ATICALLV STRAIGHT LINES AS 01RI(T10
.n �XISLIMC AIOXALT PAVEN/NT �-CONCACTI [1Ia11Yf CON(RITE PAYEMIPI
n
-i TYP[AMOE O2, "I NI DD OENICO
V EXISTING RIGID Gate_ ,,, - 1T TM[ ticlMln
i
E
COMPACTED TAOCM IACOPTLL - Y
A L T I A H A T E A
ASPHALT COMCRf TI 04 IITUXINOUS {
PLANT MIX PAVEMENT AV IAC[MENT CUT $MALL If Yf RTIC AI
PATCH / AN FS O 1N STAAIGMt LINTS
CS t3i1NG AECT[0
�;. r'It VITM H/U HAT. AYE H[NI IUTTV-\ E I C-IATH YIr NfRNES NT ILOE IA OI US 1"
E11L11N1 ASIMALS .-
-�.�. -� —IAYEMIM
rNISITINA COYCAE if
PAVIM[MT _ /
EXISTING RIGIC RASE-- J-- / Nr
1 WHERE YIDTN Or PATLM IS
v nr LESS TRAM 1'
COMPACTED SELECT MATERIALS
Mott
PATC+1 IS 3. OR-%
I IN WINE"
I
COMPACTED THEN[H IACNPItL _ --
-AI' -D PAVEMENT LATH ASPHALTCEMENT CONCArTE PAVEMENT-
CONCRIfE Sw PA(f A C T t R I A T t If
T V P I ( A L P A T C H r 0 A A 1 C 1 0 P A L' I M . A T
+ I
PA CO NIR[TE ON IITYMIMO YS EIISTIML ASP MAU (OM':A/1f
PLANT M X.n Rf IIACEME NI Mi(N V. NIM fUArACf
T /
V' AIM
(RISTIME OIL HAS l. __ -[LISTING IRS[
1
y,.
COMPACTED SELECT HATER/ALA _
COMPACTED TRENCH IAf A[1LL
T Y P I C A L P A T C H r 0 1 Y L I A I I L E P A Y E N I M T
CI NE RAI Ntl lC: 00 NOT Sl AIE
CONCRETE Mfg SMALL It CLASS {.Stl-I/TIN.t.1.
ON CLASS S11-I/}) YHI(NIV[t I$ SPECIVISO.
PAYMENT
-CEMENT 10"CAM CLASS ( 1 TOM PAVEN[HT PATCH",
Pik CYIIC TARO.
"ASONAN CONCRETE (LAGS Y' PON PAVEMENT PATCH", Pavement Patching
PIR EOM
-I'TVAINOUS PLANT NIA TOR PAY[RINT PATCH'•,
If1 ION
Standard Plan No 15
� 1
It }
_. D E A.
'5T6NpARD CATCH BASIhJ Atop CURE iNt-ET
r
CAST IRO(��R��Y�, ANjZ CO, ER
O�vrnD c FovNOn� TJo k(g?,%o %Tp,
Oa. Eqv�►�..
&T ). PUAS Foe rt At
BaWbGG: C.oriiT¢. ((574)
i
EXTEN.SIOLA
CSctsv sT w No C E5 - 15
on Equs�.
t I ",/
Ci�.0r 4 BASIN cv2tj �NI�e_
Et SrC TIOtJ E}n.S� AEG TiOti�
G uw-rw coNa No. CB- 15 Gast rcw4c No CB - 17
o/- Cpvr "
k
•rr
_J
p
a Jf.
t
a (� F Tn
�ry '
. .�, VP
if
• E/�JLLN�S QENrNO
/ *A UFPrAxos ON CAW }
i � wrorN �
r
r
i.
ivwvs„-,o ��c caee
ra✓srracriU vi�vca/TNrcv[cY 4e
i SluAlU 7D B[L.n/a t✓i7N E�rs7i.e/6
O.Q. w/t`c/ cN.eB ol az r,-fe �t• `� -
�"_ r.�!/1!%r OBI✓f/�lN? i
WNFEL CNA/R �iIM�
SEri�av A
s
�► t
r
f
ALTER-- RN— A— T- E I
EXPANSION JOINT I rro,
"0
ya-
Zt� ~vN
EXAWiNON JOINT(TYP)
�7q
EXPANSION JOIN?
6 6" d S'._ 1 VAR EXPANSION JOINT fTM1
�_-6 • ORWY SECTION DROP
SECTION A-A TOP OFPAVING
P sr
EXPANSION JnINT(TYp) I.,P FINISNED
TO I" n. �Iu3
X w�
ALTERNATE 2 u
/ •' EXPANSION JGINT(IYP!
r
GENERAL NOTES
JOINTS+ JpIMs Mall be ploced as snare w / )
d.rsafsI or Ins Endmesr
MATE9,AL5- $MII mMl sascd,col,onl CITY`OF RENT ON
CO#CRETE Snoa ss be la day Clan 4(,-1/2) av- a r,,e,d ENG/NNERING Of lot,
Par hoed cement coerresl STANDARD _
✓ROCEDUMS, Forms,plec,np, Imunmq and cwvp, per Spsc.6cap'"
MEASUREMENT Far caatrefe drbeway,thal area placed oehmd ca otnq CEMENT CONC. DRIVEWAY
PAYMENT "Clmeef Ca 'ff@ D•rvewaT('nrcknsw,class).. Der Sa Yd. DESIGNED f—�ASC DATE 3.2 T
DRAWN G LASE LRXD �
NOTE DRIVEWAYS ARE G'TNICX, SIOEWALMS ARE e" TNICN APPROVED
� r v r
}
' TYPICAL SIDEWALK
DETAIL
1
A
I `
I/2 x 4 E.ponsion 4c-er o;-
I/4" R At Joints
Ma te 4"Eapo» T-- Core CurbGuSCae Lines 'ro Be Rod,41 To Materi l "or
Curb Gul W 1/4"P
A' Jpnte 1 ;
r 12""e" ',ponson Motefiol
1/4"R At -Joints L t
}
1 -Score Lines
i
'•W"- Widfh Of S,dewc%
I I III
e
1/2•k4" Expansion Moraat
1/4" R At Joints ' I/2k4"Expansion Motcrip
v4" R At Joints
1', I
Sbpe
1/2" I/4"/ rt Slope
1/2"R Cu )( S Erponbiy Mate nal
Curb Return OMY 1/2 R7 v2' R
�'>"Tl %•nrentenr Asis_r Pi -
4^ Porentenr 64 Per Pions j i
i
Stondord Cem Con Curb 4 Parkway—� t-Stondord Cent Conic C6rb B Gufter
a Ginter
SECTION A-A SECTION B-B
1
GENERAL NOTES
where The Sidewalk Is To Be Placed Against The Curb 9 Gutter, The Joint
Shoo Be Cold Joint Expon,•on Motetiol Shall Be Ploced At All PT's & PC'$
Of All Curb Returns, And It Shall Be Plaeed At Every Fourth Sidewalk Panel
The Concrete Mix For Sidewalks Shall Conform To The Requirements Of
Class 501/2), The Maximum Slump Shall Be 31/2"
t
y
Standard LMawlwgt Page 191
all 111<1 '..aYf W[I Na,•Mv aN arw•'!e•M1p pILYNIM rM NOrfa
11•INr cM<I•R\\ f.0 t.A'w ax•a N V11e eq.yyra Ipp61xM L.N ,•v( rO.IrtEk�
ayrw,l lY ry aN4wl Aq•p•Oww NyY1 a.N10YM •NO+IGYRf L. pry,(p
rN YM aYRxL M 'N<'Nwr•t l0[01t pR UNNi(pw\•(11�
f Y•� Ma Our r1• /! r•I i I.p V4 pl YIIrI R•[I OY L1Yk
_ N?.N {eYMl6•.Ipf•p1 aY4t•NfC
IY:1 rMM IMwp•Vf VN LaF111 I(tl
..�� w CWY NaINIMWY b Rv[
tRYaU1 aPM•Npy+�! • I l 1
r
TYrntcl►L f91GT1dM._I01t tYAN_I WTTIERTY►E A
pWr40Na Oral. r.A: rYpai 4Y)II\
---- --•
Y Lr DR '«OIrINK II ILM1I ORIr• - M
p .Ya.eN Y`arl _L_ Ye44! Ial.1
1 «oN
YOY. . IOYeV
I r i
t ' l
� I
I N•Nt'O!\ f L •vt
1.wo e111 I.I.�f pNa lv.\t L...... !+rroK lyyti( Iw.•Nl ,.r1 �.
O N Wep o'LV NwRN xw ro u lwo M 1• YZ M•NmVY q' '
Jmw.v I,A L+<aD,ow•5 K rw.Ku.aR wru Va1a
pN<,Ip Yr rNf INu'NIA o.p !I Sp MORE
MR µ'I• NIbN iM TYIV 10141f r• ( D'V!aION IY•t1a k ub!+\a 70 IEa
O•pi .q Janra
.,I wo, R[R kIK'lwk TfI TNwr •,!�pv«•a«lr lM•
fH NOH N !'br\eVKMY arKEYl,aNa aN•.. J•at N
dn'N+•. Nkt•aa1L4r IWt nRa w-'
GRNlRAI• DATAif NOTE
TYPICAL 5EC. 7�PE A-I
1 ! - '• ••« ..� l„If». Ir•.r+f.vo wel ♦1•• <•wv M.•\wNwyal 1
! ��^"'"y w i fN•Lt 11 DI Rva l•MY D•»lNYrl q♦«t Lr•a YHYYII�
' ! fKaoT 1N/Lr r SY•LL I1T[KV eNIV (%f MrV
WRry1. YY<iLIN.
lirllYlcGrw Y Dr.»,aw'. - '
}
-' IYlhv1 WNr!rl {
!r$ t
r! do'.' olws
11 4pN[4M_YR q a '
! yq•.rf- i Y �p.. Y a11. .f NO\ .O•sJRp•f[/Y.NW LRN rWN!O LfL O.nw U•wN -.-, -'
Y a • Yf RO vw.v w r S OI r Gl I.lr Dl Ria I."IY
L w 1I«r f •Yn +•1 ♦ o• ....
•ry N+•a venal
• I""
• a«u •I Fp•fb • cofr• aNw - So ! Gm aYi Al RD
too, Da iq cONrf w<•
I .a•ft +IKIYllrli• Cement Concrete CJrb 61
rrlf./u nul r[!{ IlOwwlNRil rµ rvlft allts2•uiN (Butler Type A
. i lt•rlr� lrwL.LM c•»INr pbrtNit C'.N1 a1�Y11 na a($)
YWIRf ROR r I y0 wi ay\f NNM1N !M/Op Ma,Y0YM 1fflM flyRYa. 6 7,IPe A-I
r I N•M M MO 14.•NL• f Dr N W Kf. N rMEM 41•<•{'�•i 6Nf
P•vr !
•. � «raw s<urR <!IIr 10 r.aa ) p Los
i`I�-• Iql l�._-`��_-�..._.. ---�
...._-_- 5tCr1(lar d (ivi rip l
t.y
gg
•
STANDARD DRAWINGS
0
0
M
•
� 4
i
�rJl1.
q
,.i TECHNICAL PROVISIONS (CONT.)
.� SCHEDULE 'd x _
S TV- I6 MEASUREMENT AND PAYMENT (CONT ) ,$1Z
I. Furnishing and Installing MC Cold Min Asphalt f
Furnishing and insta-ling MC Cold Mix shall be Incidental to this contr:,c,. l s
i
.` M. Resurfeclny of Asphaltic Concrete and Portland Cemen• Concrete Pavement and
Bituminous Surface Treatment
t
meet patching shall be measured and paid for at the applicable contract price, per
Asphaltic concrete, Portland Cement Concrete Pavement and Bituminous Surface Treat-
ton, payment of which shall constitute full compensation for the resurfacing com-
a Plete, Including subgrade preparation, preparation of and connection to existing 'Pavements, base course, tack coat, finishing and all necessary incidental aork �
n. Furnishing and Installing 2" Blow Off Assembly
The price per each 2" Blow Off Assembly shall constitute full compensation for
valves, piping, concrete boxes, and all other necessary accessories for a com late
installation as well as all connections, and Installation work necessary for a complete installation.
t,
we,•
t`
a
J
f
Y
t
fill
TECHNICAL PROVISIONS (CONT.)
SCHEDULE W j
, 1
♦ TW 16 MEASUREMENT AND PAYMENT (Cont.)
e. Installing Mechanical Joint Water Pipe, Cast or Ductile Iron
The price per lineal foot for and Installing of Mechanical Joint water pipe, size
and 4uantity listed in the bid schedule, shall constitute full compensation for I
♦ the water line, in place, complete, including: all pavement removal , excavation, i
trenching, backfll �, foundation preparation, compaction, pipe, pipe laying and f
jointing; pipe blocking, special 'shackling and bracing; sheeting, shoring, and i
dewatering, fitting, connections to exist;ng piping, all surface restoration ( li
excluding crushed rock resurfacing, concrete, asphalt'c concrete resurfacing,
and including furnishing and installing all fittings.
•
f. Furnishing and Installing Gate Valves
12" and larger gate valve assemblies shall be measured and paid for at the applicable
unit price por each, in place, complete, which shall constitute full compensation for
valve, bypass alve, concrete vault, steps, and cone. valve marker, 6" or B" gate
valve assem`' , valve, valve box with extensions, if necessary, and cone. valve
marker; an- _11 other necessary accessories for a complete installation. Hydrant
auxiliary valves will be paid for under Fire „ldrant Assemblies.
g. Furnish and Install Butterfly Valves
Butterfly valve assemblies shall be measured and paid for at the applicable unit
price per each. In place, complete, which shall constitute full compensation for
valve, vault, steps, valve markers, and a; l other necessary accessories for a
complete installation.
h. Furnishing and installing Fire Hydrant Assemblies
Fire Hydrant Assemblies shall be measured and paid for at the applicable unit
price per each, In place, complete, which shall constitute full compensation for
tee, valve, valve box, spool , fire hydrant, shackiling, installation of blocking,
bracing, drains, fittings, and all other necessary accessories for a complete
installation, Including paint and two concrete guard posts.
•
1 . Furnishing and Installing of Fittings
Furnishing and installing o` fittings shall be incidental to the contract.
j . Furnishing and Installing of Concrete Blocking
•
Concrete blocking shall be measured and paid for at the applicable contract price,
per cubic yard, payment of which shall constitute full compensation for furnishing i
the material In place, complete.
k. Furnishing and Installing of Shackle, Rods
Furnishing and installing of shackle rod., shall be Incidental to the contract.
ha
1
s
rtf,Nttlf.RL PROVISIONS (CONT.) q
SCKLIULE W
tW-14 DISINFECTION Cont.
Section 74 of the A.P.W.A. Standard Specifications and shall owet the it,reptance
of the State of Washington Department of Health. the initial concenrration of
chlorine in the line shall be 50 parts per million and this solution shall be
held for a period of 24 hours. Olslnfectlon of the entire water system installed
* or disturbed under this contract, Including pipe, pipe fittings, valves and
appurtenances, is required to conform with the specifications stated herein.
The contractor shall pay for all test sampling and laboratory costs for bacter-
iological tests as required by the State Department of Social and Health Services
All testing shall be done by the Smith Tower Lab of the Department of Social
and Health Services.
TW-15 LLLANUP
During the time that the work Is in progress, the Contractor shall make every
effort to ma tntain 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 the engineeer.
TW-16 MEASUREMENT AND PAYMENT
a. General
Unit or lump sum bid prices for all items shall include all costs for labor,
equipment, material , testing, relocation and modifications to existing utilities
and all incidentals necessary to make the installation complete and operable.
b. Clearing and Grubbing
Clearing and grubbing of the project site shall be incidental to this contract.
I
C
c. Furnishing and Installing Select Trench Backf!II Material )
* The price per ton shall be full compensation for selecting the source, furnishing,
hauling and placing the material as outlined in Section 73-2.OJ of the Standard
,peclflcations. No separate payment of any kind will be made for compacting,
wetting, drying, water, processing of materials, or removal of unsuitable soils.
d. Furnishing and Installing Tyton Joint Water Pipe, Cast or Ductile Iron
A The price per lineal f.- or installing of Tyton Joint water pipe, size and
quantity listed in the '-id schedule, shall constitute full compensation for the
water line, In place, i mplete, including: all pavement removal , excavation,
trenching, backflll , f. ,.ndation preparation, compaction, pipe, pipe laying and
jointing; pipe blocking, special shackling and bracing; sheeting, shoring, and
dewatering, fitrirg connctions to existing piping, all surface restoration
excluding crushed rock resurfacing, concret., asphaltic concrete resurfacing,
and Including furnish and installing a! ! fittings.
40
+s
ie'
rECHNIfAL PPOVISIONS (CONT. )
,(HEDULE W
4
IW 12 RESTORATION Cf IMPP.OVED SURFACE; (Cont.) 1
'1• Crushed Rock Surfacing (cunt.)
shall continue until the required finish sdrface and density Is obtained. The
crushed rock shall be compacted to at least 100 percent maximum dry density at
optimum moisture content. Water shall be added as necessary during blading and
rolling operations to obtain th- required compaction. {{
u 4 u
h. Portland Cement Concrete Pavement
Conform to subsection 54-3-03 of tLe Standard p.r.ificatlons. Compact the sub- +
1 grade with mechanical tampe-s to 95% of maximum density as determined by ASTM +
Designation D698, Method D. Use Class 6.5 (1 112) H.E.S. concrete, same thick- I -
ness as or.,lnal concrete. Complete parch with Class 8 asphaltic concrete to f
match existing sectton.
TW-13 TESTING -
a. General
Hydrostatic pressure and leakage tests on the new pipeline shall be made in
accordance with applicable provisions of AWWA C-600 54T or C603-64T and Section
74 of the A.P.W.A. Standard Specifications, except as modified herein. All
equipment necessary to make the tests shall be furnished by the contractor,
and the contractor shall conduct all tests under the supervision of the Engineer.
Any blow-off assemblies which may be required for testlnq shall be supplied by
the Contractor.
b. Pressure Test
Prior to acceptance of the system, the installation shall be subjected to hydro-
static pressure testing as per the Standard Spe.:ificatlon for Cast Iron Pipe
only. Any leaks or imperfections developing under said pressure shall be
remedied by the contractor before final acceptance of the system. The contractor ,
It shall provide all necessary equipment and shall perform all work connected with
the tests and conduct said tests in the presence of a Utllitiss Department
Inspector. Insofar as practical , tests shall be made with pipe joints, fittings
and valves exposed for Inspection.
c. Leakage Tests
Leakage teats shall be male after the pressure test has been satisfactorily
cuTpleted on the new pipeline or concurrently with the pressure test. The hydro-
static pressure for the leakage test shall be equal to 100 psi.
TW-14 DISINFECTION
Di,infection of the new water system shall be required prior to completion of the
l.roject and shall be in accordance with A.W.W.A. Specification C601-54 and
r
i
TECHNICAL PROVISIONS (CONT,)
SCHEDULE W Ilt
TW 12 RESTORATION Of IMPROVED SURFACES (Cont.)
d. Private Driveways
Private driveways, walks, and other surfaced areas shall be repaired, patched and i
resurfaced as required for the c X q type of surfacing encountered.
e. Maximum Patchlna Width
,a
The maximum patching width in trench area will be 5 feet except where overlay or
street construction is called for on the plans. Any patching done beyond thia
limit will be done at the Contractor's expense.
f. Asphaltic Concrete Surfacing
The finished patch or new road section shall pro- lde a minim,m thickness of 2
inches of asphaltic concrete over 4 inches of gushed rock base course, q
y Betore placement of the asphaltic concrete patch, the base course material
shall be shaped to the same section and slope as to the finished grade and com-
pacted to 100 per cent maximum dry density at optimum moisture content as
determined by Standard Proctor compaction test, ASTM Designation D698, Method D.
the asphaltic concrete patch shall be placed over the base course so as to
obtain a minimum thickness after compaction of 2 Inches, and shall match existing
surfacing. The asphaltic concrete shall be rolled and crossrulled to obtain r rw., w°
thorough compaction. d :d,
Base course material shall meet the requirements se; forth herein for crnshed
rock surfacing. 'w
Asphaltic 4 c concrete shall be hot plant-mix, conforming to Section j4, A.P.W.A. t
Standard Specifications, Class B. Paving asphalt shall he Grade AR 4000 or
Section 27.
g. Crushed Rock Surfacing
Existing r' sulders, and existing gravel surfaces snail be resurfaced with
crushed rock so that a minimuin finished thickness of 4 Inches is obtained. The yyy
finished surface shall match the slope, crown and grade of the existing surface.
Materl,ils and placing shall be in accordance with the applicable provisions of
Se tion 23, A.P.W.A. Standard Specifications except as modified herein. Ballast
and maintenance rock will not be required. Crushed ruck surfacing shall in all
respects meet the requirements se'. forth !n Section 23-2.01 , A.P.W.A. Standard
Specifications.
Water shall be added during rolling operations as necessary to secure required
compaction.
The crushed rock may be apread in one layer and shall be adequately bladed and
mixed to obtain even distribution of the rock. Alternate Lading and rolling
1 ►
' a
Y
b
M\ \
W/
IMP
M1
ENDING
OF /
•
. t
i �.
>f
1*6� ��, r �< 51� � I f•e yrr •���'����/
n
lb
ot
iq
1.4
I • , I � "�; rf . I � fl*A�
J tly c :
r• , 1 y
A/ �1� ,]�/�O � y •� :it Y q�4 'r
1 I\1
I
1
i
�! q
7
r jo-r,eve�vR, lXY
r
i' 888��1
fk1;�i s"riff'
YA
1.4
' ' rr...- - - - `'��
f '
r BF,HIND CUR5 OR SIDEWALK
OAPPROK. I8"xWxI6" METER BCX— �..
�N YALVE BOX
S
A }
1
_ _ 8 J, K t
1/4" DRI�LEO HOLE
C
-- M 6"-2" GALV. PIPE i.
)NOT TO SCALE )
i
ITEM T BRAND ANT DESCRIPTION 4
A2 081E STRAP SERVICE CLA.AP MUELLER i NOTE VALVE IRON BODY, 2 SQUARE
B CORPORATION_STOP iMUEIIER H-10013 1 _ OPERATING NUT f(
JI 9DO GALV IRON PLAIN ELL _ 2 )2 REQ PER SWING)
K CLOSE GALV IRON NIPPLE _ I II REQ PER SWING)
Ct GALV IRON WATER PIPE VAR _
M 2" GATE VALVE IS- S) `MUELLER A� I SEE NOTE
i
N B•24 C I GATE VALVE BOX OLYMPIC I
J4 1/4 GALV IRON PLAIN Ell WITH I STANDARD DFTA��
I/4" DRILLED HOLE
S 2- 2 1/2 ADAPTER IIPT a HOW FOR
WITH CAP_ANO--CHAIN i 2" F3LOvb OFF ASSEMBLY
E CAST IRON METER BOX OLYMPIC 4 5112 I
•enar
law
-. yyppet
tri??2'!• se.tcva Bwvb w tt •.j •.xr wrtcaal B.+tOf
vB S e
y — Ftrl us to,
4B •Y tii �VL � ioB JI S ;// �I
* e 30D p tli•ut h
,� 20
t
20
S
B 300 0 ,, •w
41
M t0 250 0 t i
16' IY! •t nCenf Yt1j9C1:K
Io, S
7 t •O .� �
p t 4.,
40
1 a
4 1 1 7i
.L. Typo �Btocr^4
k'r-1'1 VMISN Nrr11
i
i•O\e of Fb
typt�0►t�vq �-- 511lakY Bses---
lar�Y te.slca 6nb� "'\6.
n
them s�. . � \✓Ij U
.' n I p 5
jL
t t y
200 t 4 JA1
CIO\\Dl1FflCalc n 1
STANDARD DETAIL
r FOR
BLOCKING OF CONVEX
VERTICAL BEND
+� t
•
:AP16 i FLG14M I t
. t.
• Thrult at_P tt n sn Vr_na_• Typical TlrrusC Plnck 1;ucat4, r.:'a
1
w e1 aaiT.w w �
rri
IK If% Ion N0 ►1sfit, 1230
a —Ise INO $me II 70 '
IN Itl1 01! SIN WI
m tl1O IIN s
e'—Itl —f1 ERN
MIN ism
SO
y 1a u09 K NN ae ion
t"—I flsr "is Ion uH
1V10 NN tI1'0 ►III non � �
n the IMe Y.w 1N0
fe' N K% IOm K" %]t Tf
IN INK IIKO »0 Nf0
IN Il%0 mItl KH 4010
i00 1H00 IP% N`0 Ulp
Ir- N If WO IH00 10600 17M Irr�
I00 1]MIN1300 mN0 Itx00 .f0/ �'
IN IHN x1e00 qN0 0310
IN efaa _ :aaas 11xao n» .sesr-
la W 1000 S[]00 14M I1f0
IJt $K00 100 1f100
1W Ilia "M Isw IaaO
. f00 ff'NO I1m I7r00 __Y 80 _ F
it— K ltw f]I00--IN00 1370
Ise Me 3`10 Ir7m0 ION --- �••
IK t7m NI0 21100 ICNJ - l
100 uum
m It100 fff00 IINO_
If—K 10M 41m x1900 -- 111m ¢I
M %101 I%K 1e00 14M
01)
IN 11000 KNO IGIN 11700
f10 _ %100 N100 !0)00 Iar00
70'— Y 1{700 61 we 30100 Ia100
IN 0f00 NI0 %HO 11,100
Its 11m 0N0 3"N NOW
7M 17101_ If00 %700 _ m500
Sit31100 LION 10000 Kim
ltl um tl]K I1300 !]300 !
IN I17K VACemr NIK
KO Nf00_ Na00 NS00 _ _M?0
N tlaw 11)000 111W ]S10J -
I0 KI0 la10K t)NO NNO
M KIN IfmO 7a slim �.
HO IO/VIO IS0000 IIIO IIa00
IIK00 OWN I/KO a:f00
100 I"M OWN Km INK
IN 15200 film nwoomw Nm
m INON rlttll IIt0I1 Km
TABLE 11
e
Safe Pgarin9 load0 in LG/S9. 1't,
.he safe beazing loads given in the following table Ire for
horizontal thruste when the depth of cover over thR pipe exce, 1%
2 feet.. SAFE SLAB" LGA.)
Of !21 1L. ner
-Muck, peat, etc. 0
Solt Clay 11000
Sand 2,000
Sand and gravel 1,000
sand and gravel cemented with clay 4,000
Mud shale 10,000
•10 muck or peat all thnnta are restricted by piles or tie rods to
solid foundations or by removal of muck or peat and replacement with
ballast of sufficient rtal,ility to resist thrusts.
Blocking Page 7
Yr
CAIL'D1wT1UN 021ATI0t15
Maximum operatiny pressure = L', x noaal operatinq pressure
Area of rmcreto (A) - Thrum nnsunda ` T_
r Eafe Hearing load in (Pounds/sq. ft.) SHI.
MAximm height of thrust block I".) - Depth of trencJf,_ n [ - h
2 2
Depth of concrete thrust block . (width of trench in feet)(outside diameter
Of Qc i nL[cetl„__
2
iC4 he
2
Is
Maxim,, length of thrust block fl*1 - A[ of concrete
Maximum Height
Negaired amount Of concrete (cu, yd.)
4 (Nei gist x depth x lemith)x0.03704=(IMxti xDc)xC.03704 i
I:. F�MIPW
r � (
1. problem: r_alculatim of the amount of concrete required to block a
90c' bend in an R- G,I. ratemain; the normal operating pressure in .
( � the pipe will he 65 pal and t:,e soil condition in the Area indicates
need and gravel. '
2- soluti9,2: i
- Maximum operatim( p- sure - 1.5 x 65 - 97,5 psi
- Outside diw tter , ; ' pipe - 9.05 in. = 9.05/12 ft.
. - Go to Table I: The calculated maximise operating pressure is
97.5 psi, the table does not list this fiqure eo we take the first
fiqure in sequence being 100 psi
For an H- vsterpips, having a maximum oaeratirq pressure of ion psi, ' t
we ass that the thrust no a 900 ben: 1- 5,420 pounds.
-Go to Table II: Table II gives the safe bearing load for send and
gravel: 3,u00 lbs/sq.ft.
•
�.o to Figure I: Figure 2 indicates the position of the concrete
for blm*inq the 90o bend
-Gc to the specifications of the pro)ect amp find depth of trench (h)
3 fast
wrdth of trench (11) - 3 feet
With the above Assembled informatUan we Proceed to the final
calculations:
-Area of concrete (A) Th[UAC = A20 - 1.00 sq, ft.
Safe hearing Load 3000
-Maximum height of thrust block (H,s - Depth of trench 11 . 1.5 ft-
2 2 2
4 -Depth of eor:crete thrust block (DC)
Mjdth of trench in [e W) - outside Of star of Pipe ldl.
2
�- 9.05/12 . 1.12 ft
2
-Maximise length of thrust black Ma) - Area Sf f.mgdgSe =qa I.H °1.2 tr.
Height of C,Cc. "1 1.50 f
-Required Amount of concrete - (HeightxDnpthxlength) x 0.03704 -
(f�, x In A Dc) x 0.03704 - (1.5 x 1.2 x 1.111 A 0.03704 - 0.074 cu.yd.
blocking Page 2
qM
A
STANDARD DETAIL FOR GENERAL BLOCKING
<_rs:(-'RETI: BIA)MINt: SIZING PRaCMIR9
A. GENERAL
The amount of concrete required to anchor horizontal bends, tees,
and doad ends depends on the strength of the soil. The methods of
• ( � placing concrete to keep the joint accessible is shorn in Figure I.
The arms in square feet of concrete which oust bear against the
side of the trench is found by dividin.l the thrust in pounds sham
is in Table I by the safe bearing load of the soil es shown in Table II.
i
R. CRITERIA
� 1 . - The miring procedure is for horizontal or downward thrvet only.
- Height of the throat block must be equal to or less the„ 1/2 the
depth true the ground surface to tlue tla;k Lase-
- The thrust block bearing phase is apprnximataly rectangular.
- The concrete blocking Shall be as per APWA specification 7r-2.14.
i
SYMB04.5
d. Cautside Ctameter of ripe in Feet
T Thrust in pounds at the fitting (Table II ((
SBL. Safe Bearing load 1n pounds/sq. ft. Mile III
h . Depth of trench in feet
W • Width of trerxoh in fast
Sit A . Area of concrete wl.ich must bear against the side of the trench
in q. ft.
He. Maxisim he+.gl• of the thrust block in feet �1
DC Depth of the concrete chrust block to Waring surface in feet ;P
IS,. Maximm lengti of the thrust block itl fast
as
h
t ••�N1sE3�iYi1" ;
� t
1
i
5
■lock ing Page 1 f
yyA
9
� J
1 l
SHALL INCLUDE �2" MIN-FINISHED GRADE
i
HYDRANT EXTEN
WHEN NEEDED
OLYMPIC FNDRY
— OF EQUAL CI
WLVE BOX
I �
6" C I SPOOL — 6" GATE VALVE (Ft MJ)
CG1NC _ 3/4"SHACKLE RODS / —
BLOCKING — ; • c _BLOCKING
.1 CKING
I•I/2"WASHED GRAVEL X" 6` TEE J"FL)
•.�' ` 16" 4" CONC— BLOCKING
i
HYDRANT 1
7
HYDRANT GUARD PO4TE SHALL
BE STATE OF WASHINvTON DEFT.
OF HMaHWAYS DESIGN GF CIRCULAR 2' 2
PRECAST CONCRETE GUARD FAIL
POSTS.
TWO(2' GUARU PGS" dIN) SHALL ( 1
BE SUPPLIED ANO/C NSTALLED ��� GL 40 POST (TYP)
ADDITIONAL POSTS MAY BE REO'D
BY ENGINEER FOR OPTIMUM PRO-
TECTION FROM VEHICLES
ALL FIRE HYORAWTS AND GUARD I
POSTS SHALL BE PAINTED AS
DIRECTED BY ENGINEER
i
STANDARD DETAIL
FOR
HYDRANT ASSEMBLY 3
HYD. GUARD POSTS
a
I
N0. 4 BAR AT 8" O.C.
NO. S BAR AT S" 0 C
- NO. 3 BAR AT OPENING
4'
--� BOX REINF:
3- 3 1/4- f/4 MESH WITH
- 6,8. NO A PAR Al 12 vERT
Ir N0. 3 BAR AROUND ALL
OPENINGS
I". 44" "a 0"
f
20" 4STYROF041
0 0
0 0 Do
0 0
+ 0 - f
,rL}jF
it
8'0"
STANDARD DETAIL
NOTE' DIMENSIONS SHOWN ARE MINIMUM FOR
FOR 24" BUTTERFLY VALVE, VALVE
CHAMBER NO. VC- 20 (LUNDBERG
CONCRETE Co., INC., TALOMA), BUTTERFLY Y VALVE CHAMBER
AST CONCRETE
OR APPROVED EQUAL I
i
r
f MIN
�I 12 MIN IN
VAULT j"N '
YAULTCONSTRUCT10N 1190 • ,
REINFORCIN7 SWILL BE 124-MIN
AS FOR LARGE VALVE - •,I IB MIN
R f
CHAMBER • 0
to '�;. .I 0 p o 1
ID •. MIN O O
LID ANO RING SHALL BE • I 0 O
OLYM"IC FNORY • 5822 '
O
%,tH TYPE D LID OR I"
EQUAL 'A"MIN
?-
MIN
lie
STANC.• RD DETAIL
FOR
BUTTERFLY VALVE CHAMBER
is'aup
I
i.
4
1 II{I{I
I,
0 1
3
r
� � o
r � E
n
y — 3
4
ELEVATION VIEW
PLAN VIEW
(NOT 70 SCALE)
f {
MATERIAL LIST
I ( 2) — M 10045 1" MUELER CORPORATION STOP
Y ( 2)- 9 COPPER NIPPLE , 3 " ' .:49, MALE I P.T. x MALE I.P. T.
( 2)- 1 " M 134T6 CORPORATION STOP POO COUPLIN9
2 LINEAL FEET , TYPE W COPPER PIPE
STANDARD D� `AIL
FOR
I BYPASS ASSI:MIJLY
FOR 12" PATE VALVE
t 4
1:r :1e
h
OLYMPIC FNDRY.
CASTINii "21122
'PITH TYPE 0
LID OR EQUAL — -
CONC. RINGS BLOCK
OR ®RICKS (TYP - m
C
MORTAR (TYP.) j
:t O
O :
:►
t: V
(
r •
4 I
PRECAST VAULT SMALL BE STANDARD
120 VALVE CHAMBER ( LUNDBERG
CONCRETE Co INC , TACOMA ) WITH
1- 12' ADDITIONAL SECTION OR
APPROVED EQUAL
STEPS SHALL BE INSTALLED AT I' SPACING
AND SHALL BE APPROVED BY UTILITY ENQ.
STANDARD DETAIL
NOTE FOR PRECAST
(I Ex PAN&ON JOINT MAT'L CONCRETE VALVE CHAMBER
(STYROFOAM) AS REQ'D FOR 12' GATE VALVE
(TYP)
1.�
� 1
4
r
vim
own
i
76:f��ldd �if�>'16D'-7d/1/v�OC�6/ XZ417G'/S��y
TT ya