HomeMy WebLinkAboutWTR2701785 RAINIER AVE S FROM SW VICTORIA ST TO
S 2nd ST. BID PROP. & SPECS ) " 1 1 16
y, P
fir@ 4
r7}
PROPOSAL
TO THE C r'1Y of HF.IITON '< .
P.ESPA, WASHINGTON
::ert lemenr
The undersigneJ hereby certif that
of the proposed work and ha rea—Tand11iorou-g Iy u-n-J ants exa the eplans,
d the site
specifications and contras governing the work embraces in this improvement, and the '
method by which payment will be made fur said work, and hereby propose to undertake `
and complete the work rmbraced in this improvement, or as much thereof as can be
completed with the monev availahle, in accordance with the said plans, specifications
and contract and the following schedule of rates and prices:
(Note: Unit prices for all items, all extensions,
anlotal amount of bid mould be shown. Show unit
prices both in writing and in figures.)
Signature
1
Address
Names of Members of Partnership:
:Y
OR
Name of President of Corporation
Name of Secretary of Corporation
Corporation organized under the laws of
With Main office in State of Washington at
y
X
4
INSTRUCTIONS TO BIDDER;
1 . Sealed bids fo^ Proposal will be received by the City of Renton at the City
Clerk's office in Cit,,• Hall until 1:00 o'clock P.H. , July 26, 1972.
At this time the bids will be publicly opened and read after which the bids
will be considered and the award made as soon as practical .
No proposal may be changed or withdrawn after the time set for receiving bids,
Proposals shall be submitted on the forms attached hereto. i
2. The work to be done is shown on the plans and/or described in these specifi-
cations. Quanitites are understood to be only approximate. Final payment is
will be based on field measurement of actual quantities and at the unit price A
bid. The City reserves the right to add to or eliminate portions of the works Ywt
as deemed necessary.
3. Plans may be examined and copies obtained at the City Engineer's office. t ems `
Bidders shall satisfy themselves as to the local c niditions by inspection �* «
of the site. Work along highways must be in conformance with the applicable
County or State regulations. Nj* "
4. The bid price for any item must include the performance of all work and the
furnishing of all material necessary for completion of that item as described
In the specifications.
6
Where alternate material is bid, the bidder shall fully describe the material
proposed, either in the bid proposal or supplementary letter attached to the
proposal.
5. The bid price shall be stated in terms of the units indicated and as a total
amount. In the event of errors, the unit price bid will govern. Illegible
figures will invalidate the bid.
6. The right is reserved to reject any or all bids and to waive informalities `'
if it is deemed advantageous to the City to do so.
7. A certified check or satisfactory bid bond made payable without reservations
to the TREASURER OF CITY OF REN70N in an amount not less than. ,=: of the total
amount bid shall accompany each bid proposal . Check Till be returned to
unsuccessful bidders immediately following decision as to award of contract.
The check of the successful bidder will be returned provided he enters into a
contract and furnishes a satisfactory performance bend covering the full amount
of the work within tan days after receipt of notice of intention to award
contract. Should he tali , or refuse to do so, the check shall be forfeited to
the City of Penrnn as liquidated damage for such failure.
l:. All bids must be ;eif-explanatory. No opportunity will be offered for oral
explanation except as the City may request further information on particular
points.
9. Thr bidder ,hall , on r • pic;t, Lirni .h information to the City as to his
financial and practical obilit� to satisfactorily perform the wurk.
10. Payment: for Iht•. wort ui11 n Lash Warrants.
1
1t
i:1-.
SCOPE OF WORK
The work involved under the terms of this document chall he
performed under the conditi n of the contract to construct
approximately 1.80 miles of principal arterial on existing v»p ,
Rainier Avenue South from Southwest rrady Way to North City
limits. The existing :ortland cement concrete and asphaltic
concrete paving shall be pre-leveled with asphaltic concrete
paving, and widened and overlaid with asphaltic concrete
Paving to the limps shown on the plans, complete with Port-
land cement concrete curls and gutters, Portland cement , .
w.
concrete sidewalks, rock retaining walls, storm drainage and
related facilities, utility adjustments, driveway construc-
tion., side street approach adjustments, 9, slope
treaument and related work.
Said irprovements include street lighting, traffic signaliza-
tion and channelization.
The project is to he completed in accordance with the plans . .
and specifications which are herewith made a part of the
Contract Doc,.ment.
NOTE: Landscaping and related work will bii as a separate
project.
�r
i 1
CITY OF 4ENTON
CALL FOR BIDS
Sealed bids will be received un.,il 1 :00 P.M. , July 26, 1972, at the office of the
C,ty Clark and ui11 be opened and publicly read aloud at 1 :00 c'clock P.M. , same
da/, In the 4th floor conforen r room, City of Fenton Municipal Building, 200 Mill
Atsnue South, for the improvemt,rt of RAiN'ER AVENUE from SOUTHWEST GRADY WAY to
NOP,Tii CITY LIMITS.
Bid proposal, delivered in parson will be received only at the office of the City
Clerk In the Penton Municipal Building.
Olds received after the time fixed for opening will noL be considered,
The successfui bidder will be requi -ed to adhere to the general requirements
and covenimnts ex tamed in the "Standard Specifications for Municipal Public Wo-ks
Ccestructl On," 1969 Edition, as prepared by the Washington State Chapter of the
American Public Works Association.
The work to be performed will include furnishing of ail naeea,ary iaMr, materials,
and egiipment, and performing all work roqu' red for paving with asphalt co-icrate
Pavement; Including construction of cement concrete curb and gutter, cement roncrate
sidewalks, drainage facilities, rock retaining well , signalization, Iilumination and
channeilzation and such other work as may be necessary, all In accordance with the
plans and specifications.
The City reserves the right to reject any and/or all bids and to waive any and/or
all formalities.
Approved plans and specifi cottons and fo ,m of contract documents may be obtoinad at
the office of the City Engineer at the Municipal Building, Renton, Washington, for a
deposit of $10.00 each set. Too deposit of $10.00 per each set of plans will
be refunded upa' return of the Plans and Specifications in good condition within
thirty days after bid opening.
All items In this contract are a part of the construction of a public road Improve-
ment as defined in Rule 171 , Iss,x d by the Excise Tax Division of the Tax Commission
of the State r,f Washington, and the owner Is exempt from the payment of sales tax on
all items, except Items described under Schedule "B",
a
The Contractor shall Include in his unit bid prices any compensating tax that must
be paid. Sao Section 7.09 of the Standard Specifications.
A certified check or bid bond in the amount of five (5) percent of the total amount
of each bid must accompany esct,. bid.
The policy of the City of Rai ton Is to promote and afford equal treatment and service
to all citizens and assure equal employment opportunity based on ability and fitness
to all verse--is regardless of race, creed, color, national origin, sex, physical handi-
caps, or age. Thi, policy shalt apply r, every aspect of employmer•t practices,
employee treatment and public contact.
Helmie Nelson, City C��
Data of ist Publication - July 12 6 19, 1912
Published in the Daily Journal of Commerce July 12 i 19, 1972
t ti
Pace
Cali for Bid
Scope of Mork
Instructions to Bidders
Proposal
Bid Bond Fora
Schedule of Prices
Schedule "A" �.
.B..
Sumation sheet All Schedules
Contractors Estimated Mork Schedule
•+ Special Provisions - Street 1-1 thru 1.-34 i
Technical Provisions - Street. 2-1 thru 2-39
Special b Technical Provisions - s.:;..
Signalization, Illumination a Channeiization S-1 thru S-23 rnd
E-1 thru E-IQ
Technical Provisions - water TS-1 thru TS-11 and
W-1 thru M-S
3ond to City of Renton
Non-C011usion Affidavit
Certificate of Non-Discrimina Lion in Payment
Minimum Waye Affidavit
Agreement
Detail Sheets - Street
}
5.
it
a
` I I .mob •• +-4 ��1
1Y f
vA
000,
ENGINEERING DEPARTMENT
Bic r'roposol, Specifications and Details
for
'• I I
STREET IMPROVEMENT
SIGNALIZATION, ILLUMINATION I3 CHANNELIZATION
f RAINIER AVENUE SOUTH
from S. W. Grady Way to North City Limit
CI7 l F�it:INb k R N e�f'} ft:IC µll;►,17•t r.Y, W'AF3*llNG7Y3N
yy�v Ml�1 •vM al/{, Ny14A IWMMIA�} �„
AF—
�:T
1
BEGINNING
OF FILE
FILE TITLE cj from S lip
V CA o r i off, Sir. �p S. nd S�
e
! y
Page 2 Special Provisions (Cont.;
1-4 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE
The Contractor shall obtain and keep in force during the term of the
contract, public liability and property damage insurance in companies
and in form to be rpprnved by the City. Said insurance shall provide
coverage co the Contractor, any subcontractor performing work pro-
vided by this contract, and the City. The City shall be named as
an additional insured on said policy insofar as the work and obliga-
tions performed under the contract are :oncerned. The coverage so
provided shall protect against claims for personal injuries, including
accidental death, as well as claims for property damages which may
a-ise from any ace or omission of the Contractor, or the subcontractor,
or by anyone directly or indirectly employed by either of them.
,)e minimum policy limits of such insurance shall be as follm_ws:
Bodily injury liability coverage with limits of not less than 5100,000
for bodily injury, including accidental death, to any one person, and
subject to that limit for each person, in an amount not less than
$300,000 for each accident; and property damage coverage in an amount
of not less than $50,000 for each accident.
A copy of the insurance policy, together with a copy of the endorsement
naming the City as an additional insured, " ill be provided to the City
within a reasonable time after receiving, notice of award of contract.
PROOF OF CARRIAfr OF INSURANCE
The Contractor shall furnish the City with satisfactory proof of carriage
of the insurance required.
1-5 NONDISCRIMINATION IN EMPLOYMENT
Contracts for work under this proposal will ouligate the Contractors
and subcontractors not to discriminate in employment practices.
1-6 STANDARD SPECIFICATIONS
The Special Provisions hereinafter contained shall supersede any pro-
visions of the Standard Specifications in conflict therewith.
The Standard Specifications for Municipal Public Works Construction
prepared by the Washington State Chapter of the American Public Works
Association. 1969 Edition, shall be hereinafter referred to as the
"Standard �perifir.ations" and said specifications together with the
laws of the State of Washin, n,• . ,A the Ordinances and Charter of the
City of Renton, so far as aprl . , ,.�, are hereby included in these
specifications as though quoted in their entirety and shall apply
except as amended or superseded by these Special Provisions.
% t
1
t
SPECIAL PROVISIONS
SECTION i GENERAL PROVISIONS
1-1 DESCRIPTION OF WORK
The work to be performed under this contract consists of furnishing
materials, equipment, tools, labor, and ether work or items incidental
thereto (excepting any materials, equipment, utilities or service, if
any, specified herein to be furnished by the City or Others) , and
performing all work as required by the contract in accordance with
plans and specifications and Standard Specifications, all of which are
made a part hereof.
Said improvements include asphaltic concrete overlay of existing
asphaltic concrete pavement, excavation and widening of roadway
section, asphaltic concrete pavement, cement concrete curb and
gutter, cement concrete sidewalk, storm drainage, rock retaining
wall, an, such related work.
1-2 DATE OF BID OPENING
Sealed bids will be received by the City of Renton, Washington, I
by filing with the City Clerk, Muni;ipal Building, Renton, f
Washington, until 2:00 o'clock P.M. Pacific Daylight Time,
July 2F, 1972 and will be opened and publicly read aloud. y,
1-3 TIME OF COMPLETIONS
The Contractor is expected to diligently prosecute the work to
completion in ,11 parts and requirements. The project shall be A' �
cumpleted within one hundred and fifty (180) calendar days
excluding the day of starting. yri ,xs 9
Provided, however, that the City Council shall have the righter
upon request of the Engineering Department, City of Re;iton,
Washington, to extend the time of completion of said wort'. No
extension shall be valid unless the same be in writing and
accompanied by the written consent to such extension by the
sur.ty on the bond of the Contractor. Time lost in replacing
improper work or material shall not furnish any r -ounds to the ff
Contractor for claiming an extension of time for the completion "
of the work, and shall not release the Contractor from damages
or liabilities for failure to complete the work within the times-k, R"li
required. f}
a'
Y7
F'
CONTRACTOR'S ESTIMATED WORK SCREDULE
ESTIMATE ESTIMATE OF ESTIMATE OF
ACTIVITY DESCRIPTION DURATION STARTING DATE COMPLETInN DATE
Removal and Excavation
Cutting or filling to subgrade r 1'
Rockery Ret-ining Wall `
Installation of Storm Sewer anJ x
Manholes
+ alE
Installation of Curb Inlets and
Catch L ,sin
Crushed Rock to Subgrade
Adjust Storm Lines ana Manhole, -- {
Adjust Sanitary Sewer Manholes
Adjust Survey Monuments
Construct Curbs & Gutters
- 4
Construct Sidewalks
ATB to Roadway Surface
Asphalt Paving to Roadway —
Adjust Driveways to Match
Adjust Water Meter Boxes _
Signalizati&Allywiptir &
Project Clean-up -L
t —
No partial payments will be mide antil this schedule is submitted and op v6.d _
by the Engineer.
u.
SUMMAT'ON SHEET
__ Alternatg�_,
TOTAL SCHEDULE `A,,
T0T73. SCHEDULE `B"
TO"' SCHEDU1t •C"
1
TOTAL BID ALL SCHEDUI.F.S
WARUIIIU OF CCYTfRM,T IKLL 9E USED CN TOTAL SUM OF ALL 1T1. 3. 1i4
MWTAL PIE$ BILL H ACME=.
TIDE tM*RSIGNI. , BIDWR HEREBY AGREES TO START CONSTRUCTION 4'i?RK ON
THIS PRajECT• IF AMAADEJ HIM, 'AITHIN TEN (10) RAYS AND TO C(rPLETE
G NITHIW ONE PRNDRED AM FIGIfY (1H0) CONSECUTIVE CALENDAk DAYS
AFTER STARTING CONSTRUCTION.
DATED AT _ THIS DAY OF 1972
SIGNED
TITLE
NAME OF CRFANY
ADORES^a
't
t'4';'Ci u�9FFN^sP'�e
a o
f
is
BID PROPOSAL - SCHEDULE AC-1 '
WATER LINE PIPE
Itan Approx. Description Unit Price Total Prize
Quan. _
1 590 LF Install 6" Cast Iron (T.J.)
Water Pipe
Pew----�
2 2 EA Install Fire Hydrant Assemblies
3 4 CY Furnish and install Concrete
Blocking
S _ $ S_
Per Cubic Tard
4 ISO CY Furnish and Install Select
Eackfill Material
r Per
6 5 EA Reinstallation of 3/4" Water
Services
Per .6 "`"��`-
r , Subtotal S
5% Sales Tax
TOTAL SCHEDULE "C"
14E ' RsIGKD BIDDER HFRFBY AGREES TO START CONSTRUCTION WORK ON THIS PROJECT IF
MMIED HIM, WITHIN TEN (1Ui DAYS AND TO COMPLETE ThF. WORK WITHIN THIRTY (30) CON
SECU IYE CALENDAR DAYS AFTER STARTING CONSTRUCTION.
DATEI THIS DAY OF _.., --- — 1971- }
SIGNED:.. ..._.�
TITLE: —
ADDRESS:�. __--
r'
4
1
i
BID PROPOSAL - SCHEDULE Hsi
WATER LINE PIPE
Item Applox. Description Unit Price Total Price
IQuan.
1 590 LF Install 6" Cast Iron (T.J.)
Water Pipe
Per
2 2 EA Install Fire Hydrant Assemblies
t"
$ S---- S.
Per ac
3 4 CY Furnish and install Concrete q
Blockir., ki a (
Pei�dbic Yard—
4 ISO CY Furnish and Install Seiert
Backfill Material
Per GuE�cYa`r�4 _------
6 b EA Reinstallation of 3/4" Water
Services
Per
Subtotal s. _--
St Sales Tax
TOTAL SCHEDULE "C"
THE UNDERSIGNED BIDDER HEREBY AGREES TO START CONSTRUCTION WOkk ON THIS PROJECT IF
AWARDED
F�yfHIM, WITHIAM OATEN
YS A(10)FTER STARTNG TO COMPLETE
CONSTRUCTION.
DATED WORK WITHIN THIRTY (30) CDN-
DATED`..__... ____ THIS —_ —_ DAY OF — 1
SIGNED:._,__ ___— ---
TITLE:
ADDRESS:
� t.
SCHEDULE OF PRICES
�raLZDULE "e^
/Worst Unit prices for all itea, all extensions and total amount of
bid Must be shown, $how unit prices an both words and flf;vrss
and where conflict o.cvrs t.`te written or typed word+ sha11 prevail./
ITXN APPROX. ITEM WITH UNIT o4ICED BID UNIT TRICE ) AMOUNT
�• �?UANTITY Unit Prices to be Writtan in Words DOLLARS CTS. DOLLARS CTS.
11 2434 LF Type C Block Traffic Curb
5 __
Per Lin. Ft, .Words) 4 _T
1
12 2135 LF Type A Block Traffi;: Curb
Par r Lire.. Ft.13 493 Be Plastic Traffic Buttons
SPar Each �
14 26.S HUH Lana Markers, Type I
Per H,. :.drad —�
15 3.9 RUN Lane Markers, Type II
Per Hundred
IS 29 Ea Traffic Arrows
Per each
I
17 2850 LF Crosswalk Marking —
Per Lin. Ft. `—
19 783 LF stow Bar Harking
Per Lin. Ft. )
it454 S.Y. Island FMeoval
Per Sy. Yd.
20 ties LF Type C Curb Removal
S��_.
Par Lin. Ft.
21 12,222 S.r. Raised Islann Construction
S
Per .3q. Ft.
22 12,222 S.F. Raised Ialard Construction
Per sq. Ft.
I TOTAL SCHEDULE "B"
TOTAL SCH$DUL.E "B"( t.)
1
SCHEUJLE OF PRICES
S_ nULF "S"
" (Note$ atit prigs for all belle, all astanslons and total awcmt cf
bic' suet be shown. Shay unit priced in both Words and figuew
and Where cra&ict occurs the Written or typed Words shall prevail.)
ITEM AP)?ROX. ITEF WITH UNIT PRICED*PID UNIT PRICE AMOUMT�
NO. QUANTITY vif Prices to be written in Wor.:e DOIJARS CTS-1 DOLLARS C78•
1 LS Complfste Signalization Syetma
Lump tium (Wo.rdsi (Figures)
I
2 IS Complete III,mination Systems
Lump Sum
3 6030 IF Trench c Backfill, Minimum Wide
18" Deep
Fer Lin. Ft.
4 1571: LF Trench L Backfill, 12" Wide I
18" beep `
, • Per Lin. Ft.
5 1195 LF Trench h Backfill, IS" Wide I
18" [nep
Per Lin. Ft. --'
R:
6 SUO LF Trench a Batkfill, 24" Wide
42" Deep
5
& —
� Per Lin. Ft. I .
7 3220 LF Trench c Sackfill, 30" Wide
a
42" Deep
Per Lin. Ft.
r
0 500 LF Trench A. backfill, 42" Wide
42" loe(,, Type I
Per Lin. Ft.
9 360 LF Trench a Backfill, 42" Wide
42" Deep, Type II
S
Per Lin. Ft.
10 1434 Tons Select 3rskfill i
Par Ton
1
� ti
' SCHEDULE OF PRICES
SCHEDULE A
(motel UO.it prices for all items, all eztensims and total amount of
bid must be shown. Show unit prices in both words and figures
and where uvnfliet Occurs the written or typed words shell prevail.)
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
no. QUANTITY Unit Prices to be Written in words DOLLARS CTS-1 DOLLARS CTS.
35 960 Ton Rockery Retaining Wall
B _
Per Ton (Words) (Figures) '
3b 400 Ton Filter Material fer Rockery Wall
a _
Per Ton
2r7 2U0 B.Y. Cement Concrate Pavemert
Restoration
Per Sq. Yd.
39 7J0 C.Y. Top Soil
Par Cu. Yd.
� S
39 lamp S.Z. piaish and Cleanup 1
Lump S
40 Iaop Sup Spacial Order
S Twsety-Thaasand Dollars 1-20
Lump Sv
"A^
aN CE' COWT MILL BF: RASED ON TOTAL SUM OFTIZ
TL.
r Z
I
I
r
l
, � r
SCHEDULE OF PRICES
SC1$LF11E "A"
IMottr Unit pri--es for all itano, all extension and total •mount of
bid not be shown. Sha unit Prices in both words and figures
and where conflict occurs the written :,r typed words shall Prevall.)
ITEM APPROX. ITEM a'ITH UNIT PR2CED HID U141T PRICE AMOUNT
NO. QUANTITY (Unit Prices M be written in words DOLLARS CTS. DOLLARS CTS.
24. B Each Adjust MH or CS w'ring 6 cover
� S
Per Each (fiords) (Piqurea
25. 7 Each Relocate Existing Catch Basin or
Curb inlet
S _
Per Each 7
)
26. 37 Each Adjust Existing Catch Basin or i
Curb inlet i
Per Each —
27. I) 48 Each Connect to Existiny Catch Basin,
Curb inlet, Line or Manhole4
S � r
Per Each
R 28. 14 Each Adjust Existing Madioie
Per Each
29. 15 Each Monument Case and Cover
Per Each I "
30. 10 Each Adjust Monnraent Case aired Cover
Per Each --
31• � 25 Eaoh Adjust tinter Valve Cases
Per Each —
32. 12 EL4 Adjmt Water Meter Poxes
Pe[ Each
33. I125 CY I Bedding Gravel ('P" (;ravel)
Per Cu. Yd. i
34, 1250 C.Y. Select Trwich Backfi.11 1_
f
SCHEDULE OF PRICES
SCIMDULB "A"
• (Motet Unit Prices .or all itess, all extensions and total dauunt of
bid must he s)lown. Sher unit Prices In both words and figures
and whore mnf.;ict «:curs the written or typed words ehe11 prevail.)
ITEM 4PPROX. 1TBM W.r.TH UNIT PRICED B#11011,'114,3'
UNIT NO- QUANTITY trait Pries to be Written ie wDOLLARS CT AMOUNT
DOLLARS CTS.
13. 5300 S.Y. Cement Concrete Si.tewau
Per Sq. Yd. (Words.)14. 100 S.Y. remenh Concrete DrlvewayI
Par Sq. Yd. _
I5. 1,3000 L.T. Saw Cutting I
) f
17. 350 r,.F. 18" Hon-Reintorced Conc. Pipe in
Place
'a
` Per L.F.
18. ) 475 L.P. 5" Hop-reinforoe3 r
AnCtate Pipe I i
in Pace
19. 1 Each 54 Std. Storm Munhol.ee
Per each
20. 2 Each 40" StZ. Story. Man)u)les
Per Baeh — -
21. 14 Each Cato), Bas:- Type I
Per Each -
22. 12 Each Curb Inlet Type rv �
Per Mwh
23. F maoh PAWK a Prist. CB or C1
Per Bach
I
t
• SCHEDULE OF PRICES
SCEffiDDU. "A"
s
(Mote: Unit yriosx tnz all itsaY, all aresvisia s and total amount of
bid most be shorn. Show unit pricer -n both words and figurea
and where onnflict occurs the written or ty
ped words shall prevail.)
IITEMAPPROX UNIT PRICED BID -) uwi PRIGUNT
NO. QUANTITY "unit arica.c to be Written in Words DL,LLARS CTS. DOLLARS C:TS.
I Limp Sum "abilicaticn
hoop Sum (Words) (Figures)
2. Luap Sum ClOaring and Grubbing
TAMP Spa
3. ' 5300 CY 0atlass'_fied Excavation I
Per Cu. Yd.
4. 800 CY i Bank Run Gzavel C'_ree "S" i
Per Cu. Y,7.
S. 100(14) Gal Water
Per (") Gal. I ;
" 6. 2600 Ton CruaMd Surfacing Courae ( — —
Per Ton
7 1450 Ton Asphalt Treated Base i f
Per Ton
a. 7200 Ton I Asphalt CoMlete Class "B" r
Per Ton
3. 4S0 Tcn Misc. Aeph_ Cori. Class "a"
Pat Tan
10. 375 Tan Cold "ix
Per Ton i
11. ' 1250 Sgfd AspbAlt Concrete Driveway
per�sq. Yd. --`- ----'�--- -----•-- —
IJ
12. 3600 LP Cement Crx.orete Curb 6 Gntter
Typo A
Per L.F.
� y
em BCND FM
Herewith find deposit in the fare of a certified aback, cashiers check, cash, or
bid band in the amount of which amount is not lose than rive cerosat
of the total bid.
Sign Here
HID am
Snow All Non By These Presents:
That we, as Principal,
and as Surety, are
held and fim y bound unto the Cit of Recton, w Obligee, in the penal sun of
Dollars, for the
patnsnt of which tbA Principal and the Surety bind thamselves, their hair., emscutors,
administrators, raccesscrs and assigns, jointi;{ and severally, by these presennta.
The candition of this obligation is such that if the Obligee shall make any award
to the Principal for
`r.
according to the terms of the proposal or bid made �)y the Principal therefor, and the
Principal shall duly asks and enter into a contract with the Obligee in accordance with
this term of said proposal or bid and award and shall give band for the faithful per-
formaace thereof, with Surety or Sureties approved by the Obliges; or if the Principal
shall, in bass of failure so to do, pay and forfeit to the Obligee the peal amount of
the; deposit specified in the call for bids, then this obligation shall be null dad
voids r—Arvias it shall be and remain in full force and effect and the Surety shall
forthwit,; pay and fortsit to the Obligee, as penalty and liquidated damages, the
mjo,j& of this b md.
SIOM, SLAT.Ck ADD JKTID THIS DAY OP 19
uretyr
19,
Mwivsd return of deposit to the sum of �!
l
1► �
r'
Page 4 TECHNICAL PROVISIONS
ti
2-1 ASPHALT TRFAT'D BASE Continued1
The asphalt treated base shall be a hot bituminous plant mix material.
The material shall be made in conformance with Sections 54-3.03, 34-3.03B,
34-3.04, 34-3.05, and 34-3.06 of the Standard Specificaticas.
The asphalt cement steal: be a paving grade asphalt 85-100 penetration.
Y
Los %n^isles Pear. 500 F,e:clutions, 4.S.T.N. Designation C131 40% Maximum. W
Sdnd equivalent (Section 6) ?5 minimum.
The aggregate for asphalt treated base shall meet the following test
requirements:
The mineral aggregates, when combined in the designated proportions and
mixed with asphalt cement of the proper grade and quality. shall meet
the following requirements:
Sta W ometer value (Section 6) 20 min.Cohesiometer value (Section 6) 50 min.
Modified inversion compression test,
% retained strength (Section 6) 70 min. ^
The materials of which the asphalt treated base is composed shall meet
the following grading and Proportioning requirement
Tr,e percentage of aggregates refer to the compiete dry mix.
The percentage of asphalt refers to the complete bituminous mix.
All per-entages are by weight. -
Passing 2" square sieve
100%
Passing 1/2" sqw, sieve 56%-1040%-7B0%
Passing 1/4" sour a sieve 2%-57%
Passino U.S. No. 10 sieve 2 B% 57%
Passing U.S. No. 40 sieve
Passing U.S. No. 200 sieve 2%-4.5%
(The exact percentage of asphalt to be determined by the Engineer)
The unit price bid per ton for asphalt treated base shall be full
compecostsnsation necessaryrforifurnishinguand placingethels, and asphaltall treat incidental eubase.
2-10 ASPHALT CONCRETE CLASS "B_
Asphalt concrete Class "B" shall be in accordance with Section 34 of the
Standard Specifications except that joints hetween successive layers of
asphalt concrete shall be laterally offset a minimum of twelve (12) inches.
1
t
b�
,
Page 3 TECHNICAL PROVISIONS
24 BANK RUN GRAVEL "CLASS B"
Eank Run Gravel "Class B" snall conform to Section 26-2 of the Standard
Specifications and shall be urea where shown on the plans and where
directed by the Owner. Bank Run Gravel shall be compacted to 90% density.
The unit price bid per cubic yard for Bank Run Gravel "Class 8" shall be full
compensation for all labor, equipment„ materials, includin, compaction and
all incidental costs necessary for furnishing and placing '.ank Run Gravel
`Class B".
MECHANICAL TAMPING
Mechanical tamping shall consist Os hand-operated mechanical or preun.-tic
tempers ae, outlined in Section 15-2.014 of the Standard Specifications and
shall oe required where called for in these specifications, on the plans,
and where .'erected by the Owner.
Mechanical tamping shall to considerec as incidental to the construction
and all cast t;•ereof shall be included by the Contractor in oti-er pay
items within this contract. No further compensatimi shall be made.
2-7 WATER
Water shall be acqu.red and placed in strict compliance with Section 16
of the Standard Specifications.
The unit price bld per tNc-sand (M) gallons of water shall be fill
compensation for furorshir , all labor, materials, equipment and doing
all the work incidental to furnishing, hauling and applying water as
specified and/or callea for by the Owner.
2-8 CRUSHED SURFACING COURSE (1-114") ('i
Crushed surfacing course, (1-1/4") (-) shad meet the requirements as
outlined in Section 2: of the Standard Specifications. The Contractor
shall select the source, but the source and quality shall be approved
by the Owner.
If Aeerned necessary by the Eng-neer, (5/8") (-) will be substituted for
the (1-1/411) (-) , : the same bid price.
The price Der ton of crushed surfacing shall be full compensation for
all incidental costs necessary for furnishing and placing crushed
surfacing, (1-1/4") (-) .
P-9 ASPHALT TREATED CASE
The asphalt treated base shall be placed In one lift and to a compacted
depth as shown on the plans. The material shall be placed with an
approved paving machine employing those methods described in Section
34-3.07, 34-3.08 and 34-3.09 of the Standard Specifications.
a
10,
1
Page 2 TECHNICAL PROVISIONS
2-3 MOBILIZATION Continued
The lump sum bid for mobilization shall be full compensation for all
labor and u4uip,nent, and all other costs necessary for the Contractor
to perform mobilization as specified. . rtial payment `or this item
will be paid only when the owner determines that sufficient progress
of the project warrants such payment.
2-4 CLFARING AND GRUBBING
The lump sum bid for this item shall constitute cmr, °te compensation
for all labor and equipment required to remove frc I site all such
items as trees, brush and items of a similar nature ich must be
removed in order to construct the new facilities to the design grade
and cross section as well as complete compensation for all labor and
equipment required to remove from the site all brush, roots, stumps
and debris. The disposal of all material shall be the complete respon-
sibility of the Contractor. Any salvageable material shall be the
err;perty of tha owner and shall , upon removal , be immediately loaded
and hauled to the owner's designated yard and there shall be carefully
unloaded and neatly stacked or stored in the area designated.
The .isposal of inflammable noterial such as trees, stumps, brush, etc. .
shall be the responsibility of the Contractor. There shall be ni
burning on the ,lob site. The Contractor h- il be responsible for all
arrangements, maintenance, and clean up of all disposal sites required
for the disposal of all inflammable and other waste material .
There will bi no payment for overhaul for any bid item or portion
thereof in these contracts. All bid items either dealing directly
with, or implying movement of, any material to or from the project
area or in the project area itself, are hereby understood to include
full payment for all movement of material .
The unit price bid for clearing and grubbing shall include all costs
of labor, equipment and all incidental costs in ci,nnectlon with
clearing ame grubbing.
2-5 UNCLASSIFIED EXCAVATION
The price per cubic yard shall constitute complete compensation for
materials excavated from the roadway and used for roadway Till or wasted,
w, ichever is determined by the owner. The location for any waste disposal
tc be as specified in Section 1-18. Concrete, asphalt concrete, asphalt
and cement concrete drivE • y, side-walk and driveway excavations, cement
concrete curt and gutter, cement side-walk. and existing drainage shall
be considered as part of the roadway excavation and will be included in
the unit bid price for unclassified excavation.
Any excavation beyond the limits shown on the drawings, unless ordered by
the Owner shall not be paid for.
Payment quantities will be determined from cross sections made by the
Engineers before excavation. Records of the Engineers will be available
for inspection by the Contractor.
t4
TECHNICAL PROVISIONS
STPEFT IMPROVEMENT
STORM DRAINAGE
2_1 STREET IMPROVEMENT, GENERAL
Street improvement shall include all excavation, removals, installation, l>
relocation, adju cments, surfacing, restoration and incidentals to c xn-
plete the work in accordance with Standard Specifications, Special Pro-
visions and/or Technical Provisions. The work to be performed is shown
on plans, specified and/or will be directed by the owner.
The road shall be maintained and open to traffic at all times except
with special permission from the owner, (Ref: Special Provisions
Section 1-17 HOURS OF WORK).
2-2 STORM SEWERS, GENERAL
The Cc tractor shall install a storm drainage with all necessa y
appurte„,nces as shown on Plans, specified and/or as directed by the
owner. All work shall be performed in accordance with Standard
Specifications, Special Provisions and/or Technical Provisions.
Existing storm line segment shall be abandoned where shown on
plans and/or as directed by the owner.
Other existing storm lines shall be retained in place.
Where existing pipe to be abandoned connects to existing manholes.
catch basins and/or curb inlets to remain, it shall be plugged at no
additional cost to the project.
�K,'
All new an,; existing storm drains shall be connected to the new and/or
existing ston7 lines as shown on plans and/or as directed by the ewner.
All existing connections disconnected shall be plugged in accordance with
Standard Specifications, Special Provisions, and/or Technical Provisions.
The Contractor shall maintain existing storm lines in op--ration at ail
times except with special permission from the owner.
Pumps and/or other equipment necessary to perform such shall be incidental
to the project and no further compensation shall be made.
2-3 MOBILIZATION
This bid it ,m shall provide compensation for costs incurred by the
Cnntractor for moving equipment to the job site, securing suitable
storage areas, providing a field office if desired, Providing sanitary
facilities for the workmen, rotating equipment during the Project, and
removing dil ecuipment and facilitie from the project area upon
campintion
1�it•_
i
dy.
k.
Page 11 Special Provisions (Cont. )
1-31 FIELD OFFICE (Cont.)
Sanitatio•, facilities should be provided in the area of the field
office to conform with Section 7.22 of the Standard Specifications.
Al] expenses incurred in supplying a field office and sanitation
facilities shall be considered incidental to the project and no further
compensation shall be made.
1-32 SALVAGE
All salvage material as noted on the plans and taken from any of the
discarded facilities shall , at the Engineer's discretion, be carefully
salvaged and delivered to the City yard.
Any cost incurred in salvaging ano delivering such items shall be
considered incidental to the project and no compensation wiil be made.
1-33 LIQUIDATED DAMAGES '
Liquidated damages for failure to execute the contract as specified and
in accordance with Section 8.08 of the Standard Specifications will be
assessed as follows: Fifty dollars ($50.00) per calendar day y.
plus cost of inspection, supervision, legal expense and court costs �
incurred beyond said date. The cost of additional inspection and a
supervision shall he an amount equal to actual salary cost plus one
hundred percent (100%) for overhead.
1-34 AWARDING OF CONTRACT
Awarding of contract will be based on total sum of all schedules of
prices. No partial bids will be ac:epted.
4
1P
Page 10 Special Provisions (Cont.)
1-27 SIZE _ EIGHT, LOAD RESTRIC7I0NS FOR MOTOR VEHIL!.ES
All motor vehicles of the Contractor. Subcontractors, and suppliers
shall strictly adhere to Ch. 46.44 of the Motor Vehicle laws of the
State of Washington (1967 Edition and amendments thereof) in regard
to size, weight, and loads of motor vehicles.
Payment will not be made for any material that is delivered in excess
of the legal weight for which the vehicle is licensed.
Any gross violation of these regulations shall be reports to the
affected law enforcement agont.
The Contractor is to furnish to the City Engineer a listing of all haul
vehicles used on this project, listing the vehicle number, license
number, tare weight and licensed load limits.
1-28 SUBCONTRACTORS AND SUPPLIERS
I A list of subcontractors and sunpliers that will be involved with this
project shall be given to the Engi"eer for his review and acproval
immediately after the contract has been awarded. This list must be
received by the Engineer before the contracts may be signed.
1-29 CHANGE ORDERS
All additional work that requires compensation to the Contractor for
items the' r•':es are not included in the contract shall require a
written ch , ,. order before work may be done.
The Contractor shall be responsible for acquiring the necessary change
orders that are required by any of his subcontractors.
FORCE ACCOUNT_
The City will accept work against Force Account in accordance with
Stardard Specifications, Section 9.04 and charged to special account.
1-30 CONSTRUCTION CONFERENCE
Prior to the start of construction, the Contractor, Engineer, Subcon-
tractor/s, Utility Department, Telephone Company, Power company, Gas
Company, and other intere:.ted Departments shall attend a pre-construction
conference, time, place and date to be determined after awardance of the
contract. Subsequently a representative of the Contractor will attend
a weekly conference to review progress and discuss any problems that
may be incurred. The time, place and date to be established at the
pre-construction conference.
1-31 FIELD OFFICE
The Contractor shall provide a field office with heat, lights, and
telephone in a central location on the job site for the use of the
Eng4aeer. The field offire should be of sufficient size to accommodate
the inspector and one or two additional personnel ; so as to discuss the
plans or problems that might arise during construction.
l
ti► b,
Page 9 Special Provisiens (Cori.)
'_ ':3 WAGE SCHEDULE (Cont.)
Each voucher claim submitted by a Contractor for payment on a project '"
estimate shall state that prevailing wages have been paid in accordance
with the prefiied Statement or Statements of Intent on file with the
Department of Labor and Industries as approved by the Industrial
Statistician.
Affidavits of Wages Paid (SF 9843) are to be filed with the State s
Treasurer, or the Treasurer of the county or municipal corporation or
otner officer or person charged with the custody and disbursement of the
state or corporate funds as the case may be and two (2) copies of each
affidavit are tc be filed with the Director of the Department of Labor j
and Industries, Attention: Industrial Relations Division, 1601 Second j
Avenue, Seattle. Whenever practicable, affidavits pertaining to a
particular contract should be submitted as a package. 3 z
1-24 SURVEYS a
% h
Section 5.36 of tie Standard Specifications shall be amended by the
addition of the following sentence: "The Contractor shall notify the
Engineer a 00 mum of 48 pours in advance of the need of surveys."
1-25 OVERTIME FIELD ENGINEERING
When the Contractor performs construction work over the accepted eight (8)
hours per day or forty (4C) hours per week, or on any City holiday, and
the work requires inspection, then the Contractor shall reimburse the
City at the rate of $i2.00 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 estimate.
1-26 CELIVERY TICKET°
All delivery tickets that are required for the purpose of calculating
quantities for payment must be received by the Engineer at the time of
delivery. No payment will oe Fade on ticket; turned in after date of
delivery of material .
i
°ayment will not be made for delivery tickets whicn do not show type of
aterial , gross weight, tare weight, truck number, date, and inspector's
initials.
Scale certification shall ue submitted as early in the Project as possible.
Each weigh station shall maintain a record of the truck number, time, date
and weight of all trucks providing material to the project. The weight
list shall be maintained in duplicate with one signed copy transmitted
daily to the City by the scale attendant.
In isolated cases where scale weight is not available, the inspector
shall measure the truck volume and certify as to its full load delivery.
r,
Page 8 Special Provisions (Cont.)
1-23 WAGE SCHEDULE
The prevailing rate of wages to be paid to ail workmen, laborers or
mechanics employed in the performance of any part of this contract
shall be in accordance with the provisions of Chapter 39.12 RCW, as
amended. The rules and regulations of the Department of Lauor and
lustries and the schedule of prevailing wage rates for the locality
or localities where this contract will be performed as determined by
the industrial Statistician of the Department of Labor and Industries,
are by reference made a part of this contract as though fully set
forth herein.
Inasmuch as the Contractor will be held responsible for paying the
prevailing wages, it is imperative that all Contractors familiarize
themselves with the current wage rates before submitting bids based
on these specifications.
In case any dispute arises as to what are the prevailing rates of
wages for work of a similar nature and such dispute cannot be adjusted
by the parties in interest, including labor and management representatives,
the matter shall be referred for arbitration to the Director of the Depart-
ment of Labor and industries if the State, and his decision; therein shall
be final and conclusive and binding on all parties involved in the dispute
as provided for by RCW 39.12.063, as amended.
The Contractor, on or before the date of commencement of work, shall
file a statement under oath with the Owner and with the Director of .a
Labor and Industries certifying the rate of hourly wage paid and to be
paid each classification of laborers, workmen, or mechanics employed
upor: the work by the Contractor or subcontractor which shall be not less
than the prevailing rate of wage. Such statement and any supplemental
statements which may be necessary shall be filed in accordance with the
piacti s and procedures by the Department of Labor and Industries.
Prio• commencing work, each Contractor and each and every subcontractoriFl
shall file a sworn Statement of Intent (SF 9882) with the Owner and with
the Department of Labor and Industries as to the prevailing wage rate, '
including fringe benefits , for each ,job classification to be utilized.
The wage rates thus fi'ed will be checked against the prevailing wage
rates as determined the Industrial Statistician of the Department of
Labor and Industries. If the wage rates are correct, the Industrial �*
Statistician will issue an acknowledgment of approval to the Contractor „
and/or Subcontractor with a copy to the awarding agency (Owner). if
any incorrect wage rates are included, the Contractr,- aA/or Subcontractor ;
will be notified of the correct rates by the Induso ial Statistician and
approval will be withheld until a cor, .ct 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.
tt
; 4
x
4
i. y
Lw,
Page 7 Special Provisions (Cont.)
121 PAYMENT TO THE CONTRACTOR
Payments to be made t( 1he Contractor w11i be Trade in the manner out-
lined in Section 9 of t, Standard Specifications. Payments shall be
made in Cash Warrants. Partial payments on estimates may be withheld
until a work progress schedule as described in Section 1-16 o` these
Special Provisions has been received and approved.
1-22 DISPUTES AND LITIGATION
Any questions arising between the Inspector and the Contractor or his
Superintendent or Foreman as to the mea„ing and intent of any part of
the plans and specifications shall be immediately brought to the
attention of the Engineer and will be adjusted by him.
Failure on the part of the City Engineer or his representative to
discover and condemn or reject bad or inferior work or materials
shall not be construed as an acceptance of any such work or materials, or
the part of the Improvement in which the same may have been used.
To prevent disputes and litigation, it is further agreed by the parties
.*reto that the City ! er shall determine the quantity and quality
of the several kinds t urk embraced in these improvements. He shall
&cide all questions relative to the execution of the work and the
interpretation of the Plans and Specifications.
in the event the Contractor is of the opinion he will be damaged by
surd interpretation, he shall , witnin three (3) days, notify the City
Engineer and the City C'erk in writing of the anticipated nature aad
amount o' the damage or damdges . In the event an agreement cannot then
be reached within three 13) days the City and the Contractor will each
appoint an arbitrator and thz two Shall select a third
The deciSion of the. ma;ority :,i the arbitration board shall oe binding
upon boil. parties end s.`ail be delivered ve`cre any work is Performed
upon the feature in qu^_stlpn.
The arbitrition shall D;- conducted 1n au,ordance with t'Ie Statutes of
thi State c:f Washingt,,r ard coat decisinns governing sdch procedure.
The rest; .4 SLIth arbitration shall : _, borne equ311y by the City and
the Contractor unless it is the ma,ior:ty opinion that the Contractor's
filing of the protest is capricious and without reasonable foundation.
in the latter case, *!I cost,, Shall be Lorne by the Contactor.
Tha venue of any suit shall be in King County, Washington, and if the
Contractor is a note-resident of tnc Stele o• Washington, he shalt
a:esignate ar a;ent„ ui>nr, when! rr,cEs '.nl be Served. before cm,1W.1:< ing
work under this contract.
M.
c
+ r
}
• Page 6 Special Provisions (Cant.)
1-17 HOURS OF WORK,
The working hours for this project will be limited to week days during
the period from 8:00 A.M. to 5:0C P.M. , unless otherwise approved by
the City.
During peak traffic hours, construction shall be restricted in the
traveled roadway. Two (2) lanes in each direction shall be open to
traffic at all times during peak traffic periods and/or as directed
by Engineer.
1-18 WASTE SITE
The Contractor shall conform to Section 4.06 of Standard Specifications
in regard to waste sites.
The Contractor snail have the responsibility of obtaining his own waste
site. All work included in this section shall be considered to be
I
ncidental to other items of work and no further compensation will be
mada.
The route taken to the waste site shall be maintained solely by the Con-
tractor in a manner as described below:
The Contractor r':all be prepared tc use water trucks, power sweepers,
and related equipment as deemed necessary by the City Engineer to
alleviate the problem of lost spoils along the route. Prompt restora-
Lion of the route is mandatory.
11-19 DUST AND MUD CONTROL
The Contractor shall be responsible for controlling dust and mud within
the project limits and on any street which is utilized by his equipment
for the duration of the project. The Contractor shall be prepared to
use watering trucks, power sweepers and other pieces of equipment as
deemed necessary by the Engineer, to avoid creating a nuisance.
Just and mud control shall be considered as incidental to the project,
and no compensation will he made for this section.
Complaints on dust, mud or unsafe practices and/or property damage to
private ownership %ill be transmitted to the Contractor and prompt
action in correcting will be required. Written notice of correction
of comolaint items will be called for should repetitive complaints be
received by the City.
11-20_ STATE SALES TAX
All items in this contract are a part of the construction of a public
road improvement as defined in Rule 171 , issued by the Excise Tax
Division of the State of Washington, and the Owner is exempt from the
payrient of sales tax on all items
The C�intractor shall incluie in his unit bid prices any compensating
tax that muse br, paid. See Section 7.00 of the Standard Specifications.
}}k.
• Page 5 Special Provisions (Cont.)
1-14 PROJECT CONSTRUCTION AND IDENTIFI.ATION SIGNS (Cora.)
CONSTRUCTION SIGNS
The Contractor shall furnish and install construction signs «hich
conform to current City of Renton Sign No. T-38 "CAUTION, CONSTRUCTION
AHEAD," ?4"x24" diamond, black lettering on yellow background. One (1)
sign of the type mentioned abovo will be posted at each street entering
onto the project site.
All cons+ action and detour signing shall conform to Part V "Traff;,
Controls for Highway t nstruction and Maintenance Operations" of
the Manual of Uniform traffic Control Devices.
The cost of furnishing and placing all construction and ir.entification
signs shall be considered as incidental to the project and no further
compensation will be made.
1-15 REMOVING TRAFrI^ AND STREET SIGNS
The Contractor shall be responsible for maintaining all traffic and
street signs. In the event it shall be necessary to remove a traffic
or street sign, the Contractor shall notify the Engineer for all
changes made. When the work has been completed, and prior to said area
being open to traffic, the Contractor shall notify the Engineer, and
obtain his approval of signinc .c
1-16 SCNEDUL,Nr OF WORK
Section 8.01 of the Staidard Specifications shall be deleted :nd the
following inserted:
Promptly after the award of the contract, the Contractor shall submit
for approval to the Engineer, a progress schedule on a form furnished
by the City. From this information a progress schedule diagram will :y ;
be computed, plotted and a copy returned to the Contractor. Payment
to the Contractor on any estimate may be withheld until such a schedule
has been submitted and approved
Should it become evident at any time during construction that operations
will or may fall behind the schedule of this first pr-.gram, the Con-
tractor shall , upon request, promptly submit revised schedules in the same
form as specified herein; setting out operations, methods, and equipment,
added labor forcr7 or working shifts, ,light work, etc. , by which time
lost will be made up, and confer with the Engineer until an approved
modification of the original schedule has been secured. Further, if
at any time any portion of the accepted schedule is found to conflict
with the contract provisions, it shall , upon request, be revised by
the Contractor and the work shall be performed in compliance with the
contract provisions. Payments of any further estimates to tte Contractor
after such request is made and until an approved modified schedule has
been provideo by the Contractor ma! be withheld. Execution of the work
according to the accepted srh , IP -J constru,ticr, ur approved modifica-
tions th,reof, is hereby made n u`lligation of t'e contract.
s�
1 1M
t
Page Special Provisions (Cont.)
1-11 R,LOCATION OR ADJUST"EiT OF EXISTING UTILITIES BY OTHERS
The Contractor shall conform to Section 5.08 of Standard
Specifications in regard moving or adjustffor.t of public and
private utilities. The Contractor shall notify the interested
public and private utility in ample time to make necessary
adjustments.
1-12 PUBLIC CONVENIENCE AND SAFETY
The Contractor shall, at his own expense, provide flagmen, shall
furnish all signs, barricades, qua ds, construction warnings , and
night lights in order to protect the public at all times from injury
as a result of his operations. If the Contractor should fail to ',
maintain sufficient lights and barricades in t1 : opinion of the
Engineer, the City shall have the right to provide these lights and . 41,
barricades and deduct such Costs from pdyments due the Contractor.
A plan for traffic cuntrol must be submitted for the Engineer's
apFroval beFore the beginning of construction. The Contractor shall
mairtain devour routes and other routes used by his equipment hauling ,'+ y
materiais to and from the area. anyw
Attention is directed to applicable portions of Section 7. 15 of the
Standard Specifications. In addition the following special provisions
shall apply:
A. Two-way traffic and pedestrian acce - will be maintained
as directed by the Engineer.
B. Local police and fire departments shall be notified, in
writing, prior to construction.
C. Access and egress to local residents shall be maintained
at all times.
All costs involved in the above shall be considered incidental to
other costs of work involved and no further compensation will be
made.
1-13. CONSTRUCTION EQUIPMENT
Drivers of motor vehicles u>ed in connection with the construction
or repair work shall obey traffic ru'es posted for such location in yi
the same manner and under the same restrictions as provided for the x
t:
drivers of private vehicles.
1-14 PROJECT CONSTRUCTION AND IDENTIFICATION SIGNS
The Contractor :hall furnish and install a Project Ident4fication Sign
on each end of the project one (1) week in advance of construction.
The sign shall conforia to the Specifications as per attached sheet.
Page 3 Special Provisions (Cont.)
1_6 STANDARD SPECIFICATIONS (Cont.)
A copy of these Standard Specification_ is on file in the office of
the City Engineer, Municipal Building, Renton, Washington, where they
may be examined and consulted by any interested party.
Wherever reference is made in the Standard Specifications to the
Owner, such reference shall be construed to mEan the City of Renton,
and where reference is made to the Engineer, such reference shall be
construed to mean the City Engineer, City of Renton, or his duly
authorized assistant or assistants.
1-7 ORDER OF PRECEDENCE
Where conflicting information as to specifications is found in the
"Standard Specifications," Plans and Special Provisions, the plans
shall hold over the "Standard Specifications" and the Special Pro-
visions shall hold over both the Plans and "Standard Specifications."
1-8 FIELD CHANGES
Any a terations or variances from the plans, except oinor adjustments
in the field to meet existing conditions shall be requested in writing
and may not be instituted until approved by the City Engineer or his
representatives acting specifically upon his instructions. In the
event of disagreement of the recessity of such changes, the Engineer's
decision shall be final.
1-9 FAILURE TO MEET SPECIFICATIONS
In the event that any material or workmanship does not meet the
requirements or specifications, the City may have the option to accept
sash material or workmanship if the City Engineer deems such accr.otance
to be in the best interest of the City, provided, the City may negotiate
payment of a lower unic price for said material or workmanship.
1-10 PROTECTION OF PUBLIC AND PRIVATE UTILITIES
The Contractor shall conform to Section 5.09 of Standard Specifications
in regard to protection of public and private utilities.
Location and dimensions shown on the plans for existing underground
facilities are in accordance with the best available information
without uncovering and measurina. The Owner does r-t guarant( the
size and location of existing facilities.
It sh&ll be the Contractor's responsibility to contact the GAS COMPANY,
POWER COMPANY, TELEPHONE COMPANY, REM.-.1 WATER - "'pTMENT and all other
privefe uffTity competes_For exact ration- r respective under-
ground -itilities.
1
j .
i'
RAINIER AVE S. FROM SW VICTORIA ST.
TO S. 2ND ST. - BTD PPOID.
Page J
said contract such materials, machinery, appliances, equipment, plants and other
properties belonging to Mio Contractor as may be on site of the project end useful -
therein.
s
(4) The foregoing pr„visions ar. in addt.t.on to and not In limitation of
r;'4c
a" other rights or remedies available to the City.
(S) The Contractor shall hold and save the City and its offirsrs, agents, Y `
servants, and employees harmless from any and all liability of any nature or kind,
r9
including all costs and legal expense incurred by reason of any work on th.v contract i
to be performed hereunder, and tor, or on account of any patented or unpatented
invention, process, article or appliance manufactured for use in the performance r
n; r
of the contract, includinS Its use b the City, specifically
•�'y y, unless otherwise • ecificeil ' t
stipulated in this Contract.
a'r
(6) Any notice from one. party to the other party under the contract shall
be in writing and shall be dated and signed by the party giving such notice or by
Its duly authorized represn.tative of such parry. Any such notice as heretofore '
speeirled shall be given by personal delivery thereof or by depositing anme to Y'
the United States Hail, postage prepaid and registered,
(7) The Contractor shall comence performance of the contract or, the
day of , 19 and shall ramplets the full performance o•
the contract not later than _ 140_ calendar deys from said date of commencement.
for each and every day of delay after the day of completion, it is hereby stipulated
and agreed that the damages to the City xcamioned by said delay will be the else of
„i
&2M of. Ivan Run.rrod Ml artl . as liquidated damages for each such day, which
shall be paid by the Contractor to the City.
(8) Neither the final certificate of payment nor any provision in the car o
tract oar partial or entire use of any installation provided for by this contract
aball relieve tha Contractor of liability in respect to any express warranties or
lie
,>
*
� y
R .
F
�r
ti
Imp 2
(a) This agreement
(b) InAtructicn to bidders
(c) gfd proposal
(d) General conditions
(A) Specifications
(f) Maps and plans f
(g) bid G
(h) Advart UAmant for bids
(t) Special contract provisions, if soy
(3) If the Contractor ref weA t- faf is to prosecute the work or any prom cheroot,
q
with such diligence as will insure its completion within the time specified to this -
dk F.
contract, or any extension in writing thereof, or fails to complete said work within ': ,}
rt trA zY.ar
auct. tier, or if the Contractor shall be ad;udged o bankrupt, or if he should make •
m
A`
$*moral Assignment for the benefit of his creditors, or if a rec Aver shell. be appointed
on ocenunt of the Contractor's insolvency, or if he or any of his sub-contractors
should violate any of the provisions of this contract, the City may thou serve written
notice upon his and his surety of its In, ition to terminate the contract, and unleas
within ten (10) days after the serving of such notice, such violation or non-compliance
of " provision of the contract shall cease and satisfactory arrangement for the
correction thereof to made, this contract, shall, upon the expiration of said tee (10)
day period, cease and determine in every respect. In the event of any such termination,
the City shall immediately serve written notl- e thereof upon the surety and the Contrac-
tor and the surety shall have the right to take over and perform the contract, provided
however, that if the surety within filet 1S da s after the serving upon it of such
notice of termination doea not perform the contract or does not c�erforYaoce `
thereof within thirty (30) dare from the date of serving such notice, the City itself tlr
may take over the work under the contract and prosecute the ssma to completion by
contract or by may other method it may deem advisable, for the account sod at the
expmmee of the Contractor, And his Aurety shall be liable to the City for ary excess
cost or other damages occasioned the City thereby. in such event the City if it so
elects may, without liability for so doing, take possesrton of AN utilise Sn cumplettrg
V
THIS AGREEMENT. rt.,dr and enrered Into this day of 19_,
by and between THE CITY OF RENTON, Washington, a municipal corporation of the
State of Washingtuc, hereinafter referred to a„ "CITY" and
hereinafter referred to as "CONTRACTOR".
W I 1 N. E S S E T H:
(1) The Contractor shall within the time stipulated, (to-wit: within
160 calendar drys from date of execution nereof ae required by the Contract,
of which this agreement Is a component parr) perform all the work and services 1
required to be performed, and provide and furnish all of the labor, materials. . *
appliancem, machines, tools, equipment, utility and transportation services
necessary to perform the Contract, and shell rumplete the construction and in- &
atallstion work in a workmanlike manner, in connection with the city's Project
(identified as No. ) for improvement by construction and
installation of: Curb.acd gutters sidewalks, w alrPavina, storm draf.naroe
retninino wall, signslisatlon and illumination and such other work as way be
necessary to improve Fainier Avenue North and South
All the foregoing shall be perfrrmed, furnished, constructed, Installed, and
completed In strict conformity with the plans and specifications, including env �.
and all addenda issued by the. City and the other documents hereinafter enumerated.
It is agreed sad stipulated that said labor, materiels, appliances, machines. tools,
equipment and servicea shall be furnished and the ronstruction and Installation be
performed and completed to the satisfaction and approval of the City's Engineer as
being In such conformity with the plans, specifications and all requirements of the i
Contract.
(2) The aforesaid Contract, entered Into by the acceptance of the Contractor's 1
bid and signing of this agreement, consists of the following documents all of
which are component parts of said Contract and as fully a part thereof as if
herein set out in full, and if not attached, as If hereto attached:
MIN!W M WAGE AFFIDAVIT FORM
City of Renton
COUNTY OF
is u
I , the undersigned, having been duly sworn, depose, soy and certify that in
connection with the performance of the work, payment for which this voucher is sub-
witted. I have paid the following rate per hour for each classification of laborers,
workmen, or mechanics, as indicated upon the attached list, now rsferred to and by
such reference incorporated in and made an integral part hereof, for ail such employed
in the performance of such work; and no taborer, workman or mechanic so employed upon
such work has been paid less than the prevailing rate of wage or less than the minimum
rate of wages as specified in the principal ccitract , that 1 have read the above and
'foregoing statement and certificate, know the contents thereof and the substance es
set forth therein is true to my knowledge and belief.
CONTRACTOR
Subscribed and sworn to before me on this
day of
19 _
teary , -is in an or a Late o
Washington
Residing at
t
CUTIFICATION OF NONDISCRIMINATION IM WLJTMDR
The bidder represents that he / J has, L� has not, participated
in a previous contract or subcontract subject to either the equal
�e opportuhSty clause herein or the clause contained in Sectios 301
of Executive Order 10925; that he /7 ham, /. -7 hu not, filed all
required compliance reports; and chat reptesencarions indicating
subsission of required compliance reports, signed by proposed sub-
contractors, will be obtained prior to subcontract awards.
P
Company
by_
isle
Date
(The above representation need not be submitted in connection with
contracts or subcontracts which a-e .xm*t from the clause.)
14.41
Sp�yy
r 4
f
•Jr,
t*11-COLLUSION AFFIDAVIT ;
a STATE OF WASHINGTON }
} ss
COUNTY Of 'ir r ,
being duly sworn, deposes and says, that he is the identical person
who submitted the foregoing proposal or bid, and that such bid is
genuine and not sham or collusive or made in the interest or on be-
half of any person not therein named, and further, that the deponent
has not directly induced or solicited any other Bidder on the fore-
going work or equipment to put in a sham bid, or any other person or
corporation to refrain from bidding, and that deponent has not in
any manner sought by collusion to secure to himself or to any other
person any advantage over other Bidder or Bidders.
SIGN rERE:
Subscribed and sworn before me this —day of _
EMT,/ PuElic in and for the State o
residing at
therein.
\ s
*r �T Y � � ` `'r sma r Iy�$ ti�r�,�t i - � 'i��+ , " • n� Vn a�'," ''�
rs+, i 4 a r �'� a •Y ie r f r k�.ptyT , °i�i
a, Y
, X f
+�¢o,
al 45,'t x r v i -} "3 ay� i � r 15-A ,� � 'kt ,y ,$r 7u$ki✓ ,
,
r ,
i
8040 TO THE CITY OF RENTON
• KNOW ALL HEN 8y THESE PRESENTS: .. ...
That we, the undersigned _
as pr n, tpai , and corporation organized
and existing under the laws of the Stata o as a surety corpor-
ation, and Qualified under the laws of the State o Waste to became surety upon
bonds of contractors with municipal corporations, as surety are jointly end severally
held and firmly bound to the City of Renton in the penal sum of S
fnr the payment of which sum on demand we bind ourselves and our successors, hairs,
administrators or personal representatives, as the case may be.
a
This obligation is entered into in pursuance of the era[cares of the State of
Washington, the Ordinance of the City of Rarton.
Dated at , Washingturi, this oay of 19
Nevertheless, the conditions of the above obligation are sucn that: ,
WHEREAS, under and pursuant to Ordinance (or Resolution) No. 2295 providing for
which contract is referred to herein and is made a part hereof as though attached
hereto) , and
WHEREAS, the said principal has acceptee, or is about to accept, 'he said contract,
and undertake to perform the work therein provided for In the manner and within the
time set forth;
NOW, THEREFORE, if the said
shell fa Ithf ul I perform all of the provisions of so;J contract in the manner and with-
in the time therein set forth, or within such extensions of time as may be granted
under said contract, and shall pay all laborers, mechanics, subcontractors and material ,
man, and all persons who shall supply said principal or subcontractors with provisions
and supplies for the carrying on of said work, and shall hold said City of Renton harm-
less from any loss or damage occasioned to any person or property by reason of any
carelessness or negligence on the part of said principal , or any subcontractor in the
performance of said work, and shall IndemnIfy and hold the City of Renton harmless from
any damage or expense by reason of failure of performance as specified in said contract
or from defects appearinq or developing in the material or workmanship provided or par'
formed under said contract within a period of one year after its acceptance thereof by i
the City of Renton, then and in that event this obligation shall to void; but otherwise 1E
it shall be and remain in full force and effect.
APPROVED as to legality:
Approved:
1
t,
- .,.
� f
3i -
7
I
F ,
I
1
Reduced Print
Do Mot Scale
. O
�2' MI/-
SMALL INCLUDE FINISHED GRADE
HYDRANT EXTEN �
WHEN NEEDED
I Of "AVIC FNORY
Oh LGVAL CI
I i WLVE BOX
o V. , ii`•:'" 6' W.1: VALVE (FL• MJ) _
1 4/4"SHACKLE RODS
CONC, --�, ,.1
BLOCKING ".46
I i/2"WASHED GRAVEL `X• 6" TEL ' •QL)
W' 4' CONC 1LOCKNNG
HYDRANT
HYDRANT GUARD POSTS SHALL �I\
BE STATE OF WASHINGTON OEPT
OF HIGHWAYS DESIGN OF CIRCULAR 2' � � 2
PRECAST CONCRETE GUARDD RAIL
POSTS ( (�
GUARD POST (TYPI
STANDARD DETAIL
FOR
HYDRANT ASSEMBLY 13
HYD. GUARD POSTS
TA61t I Fl(.JR6 I
Thrust atawt Fittings In PoO+1,10:19 TYL.1811-TSLfSIJZS— l.Y?k 1.a.catiau :.
4 �� wMM YY /N- ttMM. .WfN�:vr.
r 1M Il w W INe Ns
_ Isf am_ !ram m __ /N 4PA1 °� •__Tyt
i-to -�itw r7Y 140 'tw
IN f0M NN NM 1N
no Nw tsM IIM,_-, oil
%' IM fete wed no toed
Iw uM wed nw Iced
see _l'f1 17's _ wf0_ t/N _ --
- r iw "Bee /IIAV wi7wi � nm 1
F ;-r
in "IV IIfM Nw _ 1sM
INN fl10 feed N
IN 1M low 11 "SO wH
IM 1110 INM N70 4400
300 1HN 17400 ___u
14W lo
N INN ISMS -_—'j100 1 �IIMI/N
Ife Iw00 am" 7M - --
MO 117M N10�--/llw 0f7 160
11'W 11 _
le M soms so" 11w0 7170
IM to" ow 11101) /740
WSW 04w
tffwi_ u1�e`e 1we v need tfN y �<
to _- N —14000 f11oo 15400 9370
IN 1170r MfM 14709 INN
IN Pool 10e1411 11700 10110 r—' �-
-�°° U4N _once.. -_ ..iu �_ 6
ism tlNs IM00 13HO
IN sow /NM 1t�00 1170f yr
�p WW � "IN 11eM ( f
fs' _ 7s1 fltM- —Hi0 M1r0 - Ma1NJ�■mm MtM 30300 11MW
1N Nlss on" "Wo low _
me 040 6700 fe1� Issw
M'- M--qMs N
1N 472
fsfM N7oo M 11100 '
-IN s17M s7Mo 171M 34100
sl0 0HM 013M _ H000
uM
M ...IM NSM tlllM hf 11400 �. .•'- "
NoIMIQ _._ fl/M/ 1110111011 0M H7N ,r
_ flied Il�w_
�•..1NM 1l/M/ - -Need ~wIM
film WNW 1070e/ Wool
1M 11Msf film HOW um
IAI1 ,- '1
ti beatjr,1 �r.a<le in!1,ISu t't.
'."he sate twarinu 1,4,ts Ilven in the tollowirw table are for
IAerlrontal thrusts rhos the depth nt cnvet "Vet the Plt7s exree +
.^ reef.. SAFC b1;t kliw -, A,
*Muck, Peet. ^tc• I.U()U
soft clay 2,000
Rand I,0no
sand and gravel 4,000
Sand and gravel csslsntri with clay 14 nCIU
Yard shale
•In mock or Post all thrusted are restricted by piles or tie ent swio
solid fowdations or ty reaevsl of pluck nr peat, and raPlaew
th
rAllsst of sufficient st&Idltty to revist thrusts.
• kluckinq %aqe �
444b'
:a
Oil,; ;
t'. �'tj�T off eo,JATlCwl, ;!r
v
Maxim,an operating pressure 1.'i x n(,rmal operating pressure
r :a
Area of conctete (Al. ^ Thrust
gaff searing Load in (Pounds/sq. ft.) SHL
Maximum height of thrust Clock (1s) ^ 2ayf31 of .trench in "IiI
2 2 `
pef.th of concrete thrust bl,w'k (Width of trench in feet) (outside dloaater
Of wilts i11 fsetl_ _. AS �.
2
S �
Maxlr,ai l,mgih of the Wt block (fyl Area of 5:91'iLe53 ' 1
Maximus Beight "a
Requirol amount of concrete fcu. yd.)
IHeiuht x depth x lergth)xCi.o3704w(Hmxilm2w,)x0.03'104 $y
e. EXAMPLZ
;l
1. FroYri•Li': Caleulatior, of the ,ie,nunt of concrete rrtui red tr, olock a
900 tend in ar H" C.T. wate.main; the normal operating pressure in
the pipe Will ,v. 65 psi and the soil condition in the area indicates
*and and gravel.
2. 5n utlon.
Maximum operating pressure - 1.5 x 65 - 97.5 Psi
UutslAe diameter of H" pipe - q.ry5 in. • ',. ,';/1Z ft.
(jo to Table I: The calcu:ated maximum operating pressure ie
)7.', psi, the tAble 10g5 nut. list thre fiqure so we take the first
fiq-ue rn sequencu Lein l00 psi
Y"r waterpipe, i.avir.q a maximum operating) pressure of 100 psi,
wf r,,•n that the thrust or. a 90o hand is 5,42(. Pounds.
-tia to Table I1; TAW-- IL gives the sate bearinu load for sand and
gravel , r,nua lhs/sq.tt .
•(.,, t, fi q•,rr• 1: Piqute 1 ind i,:ates the poxltion of '.ha c,meretc
for LI,w-kinq the 'ttf' hand
-r;r) rn th,: sperm i fi('At i_nx <,t the pn•ject At" find fepth of trench in) "
f teet
Wi dt 1, 'A tr..:re'F. 1w) l feet
With t1.,: U,ove axsemt4ed inf,amati„n we proceed to the tinal k
, nlcellUnna. rj+(
- ,nerete (A) Thrust Ho sq. ft.
..afe n.,artnq i,,ad 30(jn
-Maxtm.w heJ,)ht of thrust t.lrw•k 116) • RAp of LrenCh tl 3 '• 1.5 tt.
2 2 2
-fx:pf l +f cgmrrete thrust block Mr)
M1dth g,t .4t^_.TL4'.tt� t4gl,,,•�'l1.-._.i?u3J•,. ) �6�P.L.Sf�'1�4.1SI1
2 ;
1.12 f t
2
-N4xamui, Irrxeth of thtst tlnak (Is) !Aea (4t t:,xrcraie `'--e 1.80-1.2 ft.
Height of Ce0c. itm 1.50
�, {ulred am,.`Int of concrete (liet,thtwwIlthxterxith) x 0.03704 ^
!H' * Lr) x ',.n3`104 11.5 x 1.2 x l.a.'i x o.037(14 R.074 ru.yd.
� f I.x.'k Llwl 1 rye l
v�
1
t
STANDARD DETA!L FOR GENERAL BLOCKING
i
d
cockETF BLOCKING 51ZING PRW&kVRE t
A. GENERAL
The amount of concrete required tc; anchor horizontal bends, tees,
and dead ends depends on the strength of the soil. The methods of
placing concrete tc kerp the joint accessible is shwn in Figure 1.
The area in square feet of concrete which must bear against they, ,.-.
side of the trench is found by dividing the thrust in pounds shown
f in Table I by the Safe bearing load )f the soil as shown in Table II. ; )
I . QR PtA
.r
- The sizing procedure is for horizontal or downward thrust only.
- Height of the thrust block must be equal to o[ leas than 1/2 the
depth from the ground surface to the, block ba6C.
- The thrust block bearing phase is approximately rectangular.
- The concrete blocking shall be as per APMA specification 74-2.14.
c. 5 yMea1
d c Outside Diameter of Iipe in Feet
T Thrust in pounds At the: fitting (Table 1)
SBL. Safe Bearing laud in pounds/sq. ft. (Table 11)
h . Depth of trench in feet
w . Width of trench in feet
A . Area of concrete whrrh muse bear against the side of the trench
in sq. ft.
Hm= Maximum height of the thrust blch.k in feet
Oc. Depth J the concrete thrust block t,, bearing surface in feet
Lm• Maximum length of the thrust block in feet
O.rO✓.✓D a.rr� wr
oil
h
Rlockinq Faye 1
i
SPECIAL TECHNICAL PROVISIONS (Cont.) p
h. Furnishing and Installation of Crushed Rock Surfacing,
The furnishing and installing of all crushed rock surfacing material
required in the street restoration shall be incidental to the contract.
i . Furnishing_and Installation of MC Cold Mix Asphalt *-
NC Cold Mix Asphalt shalt be measured and paid fer )t the applicable
centrect price, per ton, payment of which shall constitute full compen-
sation for furnishing and installing the material in place complete.
j. Pat_hinq of Cement Concrete
Cement !oncrete resurfacing or patching shall be measured and paid for
at the applicable contract price. , per cubic yard, as per Section 54 of the
APWA Standard Specifications , paynent of whimh shall constitute full
compensation for the resurfacing, complete, including subgrade preparation,
and all necessary incidental work.
k. Patching of Asphaltic Concrete
Asphaltic concrete patching shall be measured and paid for at the
applicable contract price, per ton, as per Section 54 of the Standard
Specifications , payment of which shall constitute full compensation for
the resurfacing complete, including subgrade preparation, preparation of
and connection to existing pavements, base course, tack coat; finishing,
and all necessary incidental work.
1 . Partial Furnishing and Reinstallation of Existic ater ;ervices
The furnishing of the fittings and pipe necessary, and the reinstalla-
tion of the existing water services shall be paid for at the applicable
unit price for each, in place, complete, which shall constitute full
compensation for the individual water service as detailed ou the
improvement plans and in conformance with all manufacturer's installations.
The Contractor shall supply all materials for the water services.
The unit pricy bid shall include all costs to make the connection to the
water main, furnish and install the water service, and connect to the
existing wa-ar meter. The unit price bid also includes all costs to
adjust the _.istiog water meter, as required.
iS - Page 11
f"
Y
•r.
x
F
�y a
IrrER-OFFICE MEMO U
Clerk's Office DATE Max 12. 19T2 ,+.
u TC: —
FROM: km Olsen
RE:
The `ollwing as of $1,419.18 should be reduced from the amount of the ene,sbered
funds on requleitiot #19193 due to Use foot that these materials will be charged P �� •
to the U.A.B. vrolect 9-1-102(15) Rainier Avenue South street improvement.
To be dwrged to the following:
27726
Account 0302/542/13/63 (33) $ 1,141.
1311/542/13 'i3 (33) 111.92
This should be aoospliahed per attached accounting procedure. 'shank you.
RO:IMP
Attei#Mnt
r
1
�tw �
10. The required "PRESSURE TEST' has been taken by
At a pressure of PSI , for minutes, on
The test : Failed Passed Co nents
11 . The required "PURITY TEST" has been taken by
On Date of Reply Failed
t u
Passed Comments
12. Is there an Easement required? if so, give dates for:
Preliminary Submitted Recorded
And Recorded Number
I?. This Project included LF of Watermain
n
And Gate Valves Gate Valves
Gate Valves and Gate Valve
And all miscellaneous accessories for a total value of $
Also, �_ Size _ C'-_Mako J�_),wCytype Fire Hydrants for a
total value of $ nj r^Cr+ ��+"�` ,/lv
14. The transfer or "Bill of Sale" is in; Preliminary v
Submitted 3ecorded form.The recorded number
15. This project information was sent to the Utility Dept. for recording on
and taken Into "plant" on �/T
t6. What drawings does the Water Shop have on File.
Preliminary As-Buiit
Allis
Form Completed on
City of Renton
'Jt i I iiJty Department Project Form
I . Water Project k W S / Date Project No. given
2. Project Description and location
3. Developer's Name (if City check t/ )
Address
_ Phone R
Engineer's Name (if City check
Address _
Phone 8
Contractor's Name _ c;. ✓ (If City check )
Address
°hone N
4. Is there an ACTIVE Late-Coners Agreement in the project area? /(r/1
If so, give File Name
Recording Date And Number
5. The Utility Department Work Order Numbers on this project are as follows:
6. What plans have been submitted? Preliminary L- AS-Built
7. Has an Estimate been Prepared for Project '--" If se, give Date Prepared
_ And Total Amount of Estimate _
8. Is there to be a Late-Comers Agreement on this project y If so, give
dates for; Preliminary _Submitted _ Recorded .
and Recorded Number _
9. Date of "Start of Construction" Date of "Completion"
F
• O
DRAT N
0 0
S
-Oly-w Found,f 5*22 a Equal 7
I
.� (.y'• 1 •''�I
NF
} -- — T
6 VC-1
I
— 54" _.
r
r
a
I
M 2.0%
fir+. .•
•`Min
I 540 3TOP.M MANHOLE
STANDARD PLAN 72-4
i»
r/1
--
Sect O.
-CWy^p c foun.ry 5422
(3 Ma• Dann) w E.noi
{•Yin ."Min
,..rro
• {Yin 12
r
irw:-k f u, w her CC
Sec• AA
48" STANDARD MANHOLE
STANDARD PLAN 72-3
t
,M
_�`•.���.��.•�•� - .rr+—a.w�� raw—�.r� ��n�.�_ s -s.,�'Vs.r. �wv�YW\i
, m
• ZZw
J _ _
z a u to
p`?
y' -- -Oin
inLL
V
UO
ki
� d
U Z U LL 0 a
Za
Q � 0 Q
•�� j 44 }
J
} d.
IY 1
Paw me Sfnftdnrd Draunrgt r
Avnur cellc Nl lT OR YIIUIIff", C
I IANt alI RJPIACFJ1EP1 PATCH- Cur '.HAti of III PITCH f.a IM
/0SFYtB AS•xklt IRAICNT tlntS AS UlkcClle,
RT ME YE 10 TRIP VSRTICALLT CONE rF I
EXISTING ASf MATT Pt YE NI NI. T iCY IS•IN4 adn(MC 1[ PA Yt M[Mt
k
�.J I• —.—.-- r �:unIACIIY CSVSHfe ROCK
1 I•I[ R, }. WHEN OMBCIft
IRISTIYS RIGID RASE - - Tr IN( EoalotER i
L
CONPACTtl TMEMIX SACKritl--'� "- - �� -• _ -_
A 5PMA T CONCR:.CE OR SIfUMINeuS (of IAAII of VERTICAL
ILANT All IA'I THE N1 RE1/ACIaLYT.v - A0
0 Io SrfA1GMt L14C5
PATCH S R THICKNESS of tY1STING / AS OIR C it
CUT WITH PYfPMATIC PAVIMENT CHf T[1\ , P IA Yl ME Y• PU'S )'
FCIS'I44 CUNC vc`C
t TISTORL ALFHAtT
IW
[PISTIMG I14•P B1S[ �� _WHERE HAOlH Of fA14J IS
� "ft lT t1 THAN S �
VR[RI PATCH IS L• OA -COMPA(ft0 Si Lk Ci MATERIALS
S-� � � • •
• RORI IN WIDTH
CONPA(VID TPEYCM BACKFILt'-'/
? 4 if It.,•l 6' E
IIGID PAV/MINT WITH ASPNALT_ -�+ -CC aIHI (ORL4'II PAYtatlif-
COYCAII[ SUNFACI• A L T E R N A 1 [ 0 t
1 Y I 1 C A L P A I C N r O I R 1 C 1 ^ I A Y f M [ X 1
ASPHALT CONCA[Tf OR RI 1UNiKe'JS _ tti51 MC ASPHALT CONCA[TE
ItIYT Mir RIPLACf MERT IA1CX alN yy� 1o1FP11
wwn. ._.,.f..__.. -. _
i MISTING Ail MAT. t I -� -�_ I `- E11111 NC It'"
1
1 �_1
twmvfe SMCT MATC11A4 '"� co"PACTIV lotoce BACklnl
1 a
1 r
E f I 1 ( A L P A F
Cf"SAL NOTE'
(,.MTt MIN MALT NI fiw 6.5t1 111/N f L
OR CIA$". 50.1/JI VNf OIF IT r. Slta
t✓BVI[Mr
'(CHINE [ENto Ell [Irs; ( 1 IGN rnrla+eT PAIul
.to '4It YA" Povemenl PotChing �
ASIk All IONCk[Ff (i A!'• -0' ffH PAVIRINF PAII"
PU lob
161 toR INOBS Ii Ant All t00 04VI NI Mt rAlt H'
.1P TOY
__----------- ..—____�_ —_.---- - Stondord Pion No IS
t �
en ErP�NEON JoiNT+rn)
N
A. .
` ,y I' '• EXPANSION JOINT(TYP)
e••
EXPANSION JOINT-7
r EXPANSION
JOINT
' ALTERNATE I
I.. DOC#
1
PAIN r
SECTION A-A
A EXPANS�OY JOINT(TYP) •IP FINISNEO
(\' TO I" RADIUS
�y 1�
/\���X �,e.• � I ALTERNATE 2
qq/ /
�\�y4p tiN .�ell
GENERAL NOTES
J•+reTS Jlnnn loon e•Pr«aa m •Igvn r+
a.reclea try 1ne F�pinelr
MATERIALS SeOu meat SP•GfiC060ni CITY OF RENTON
ENOINEERING DEPARTMENT
CONCRETE Shall Do ie 60/ CJnu S f -1/2: an •n 1,,,-ad
Portia" comanf concrete
PROCEDURES Form ,Plecmy.r,n,Ohl" 0na cwm b a.oef SPeahcaona STANDARD—
PROCEDURES CEMENTCONC DRIVEWAY
MEASUREMENT For aoec anrewoy,leaf area Plated Penrod cor Pled
D[414NE0. DATE
PAYMENT COMI"I COKrere P'i-PeOy hN!fIDeM�ClOaal••per So To 9fi AWN_ . CHECKED
APPROVED ---
c-T Mp-
1
LENGTH OF Err PIPE (FT.)
0 50 100 150 200 250 300 350 400
0 0 20 40 59 79 99 119 139 158
50 35 1 55 75 95 114 134 1 154 174 178
100 70 1 90 1 110 j 130 150 i 168 1 187 196 184
Q 150 ICi6 125 145 i 1651 183 1 195 193 191 t89
m 200 141 161 180 1 200 202 69 1 197 1 195 1 193
U, 250 176 196I 214 j 209 205 202 200 198 196
300 21! 220 215 211 200 205 202 200 196 n
s = 350 227 221E2fl�7 213 210 207 205 202 20100 227 222 214 211 209 206 204 202
w
J
LENGTH OF 6° PIPE (FT.)
0 50 100 150 200 250 300 350 400
0 ul 20 40 1 59 1 79 1 99 119 1 139 i 158
lip 50 55 75 95 114 134 1 154 174 1 192 190
aw 100 110 130 1501 69 189 1 2091 210 207 203
Q' 150 165 185 205 224 233 227 222 217 214
G.
=O 200 22012401 257 248 241 235 230 12251222
— 250 275 271 1 261 253 247 241 1236 232 1226
300 283 273 1 264 257 251 246 241 1237 233
= 350 283 274 267 260 254 249 245 241 237
Z 400 283 275 269, 263 257 252 248 244 241
JI
PROCEDURE:
A Pressure Of 35 PS I Is Attained And CITY OF RENTON
Left For The Required Seconds From The
Proper Tonle. The Maximum Orop In
Phssure Is I PS I For The Required Time AIR TEST TABLE
ENGINEERING DEPARTMENT
r
k
TYPICAL SIDEWALK f
DETAIL
12rT"
4��lon slplrrW
I/4" R At Joints W
1/2'k 4"Ea Cetn.Core. C"&G~
Soon L ones To Be Fgdal To y Motenol ---
D Curb Gutter W 1/4"R At Jpnp t;1 1e
12"X4" Exponsxxn Material
!/4'"R A: ,joints
Store Lines
I l
Width Of Sdewats ---�
I/2.514" E+pons.nn Meteral —'
1/4" R At Jonts 1/24X 4"Expension Mafe,tol
1/4' F At Joints
t/4"/Ft Slope
1/4'/Ft Slope
1/2"R 1/2 xS t.sponsnnMoterrol
Curb%turn Onty 1�2'R I/2"F
' 1
4
Porentcnl As Per Plans T Po nt A Per P
1 $taridord Corn Con Curb 4 f�rsrpy—1 $/on0oro 9 Guf Kr C1m Cone Curb 8 Cutter
SECTION A-A SECTION 8-8
GENERAL NOTES
Where The Sidewalk Is To Be Placed Against The Curb 9 Gutter, The Joint
Shall 9e A Cold Joint Expansion Material Shall Be Placed At All P T y 9 P C's
Of All Curb Returns, And It Shall Be Placed At Every Fourth Sidewalk Panel
The Concrete Mix For Sidewalks Shall Conform To The Requirements Of
Class 501/2) The Maximum Slump Shall Be 31/20
.
�. its
-- -- Standard Drawings
::-t�YOtf NtIL„!MM•mtw N mwowM W NNWD MYs':M mOa YorO
ar[w!t! [Vly TVN SxYL M YIID e4.WNa! IaaO(lwht N. •oos i6.Vl((f+Ue!
•M }It C�aa NOr.\•M!• Mwl C..UO.N ��' xYe{tC YaI L.afY{!p
Il�w.n awYL N 'r[�eM.TaL.O YON W W`If
i [WD WO OVr•la r+! •a.p VIM0. odglLl to,'
wt![ [4aWD ar 19 MW[M!
_ IVf INM i •\ '. ~Pal
mR cup r.LMleeA.N,rf
m
I UYIMI [pY[.H!
YYNCAL $OCT$*I* RWL Cu* WTTER. TV PE A___ — _I
o Waa.OM U[.,ta lYp ,q!! 6m0T01.
9v.L..D! +m(Y.KY K' I•aL NI.M _ .A —
D�r�t•aY DLaTf I Le"i MOOT
ol
JOa[:n M INaO '
!
I p.. awlw a Y,yyy�,•yp).L La. v�•mY n •l•F�O.�r oc c.�ae .sort
alSs, P.a Yln• lmfr.htG
leM calD Mtv !q twW roelvNea. SOY `HVY.! �
Jx�Yt•Y\ t0.1 `LIClO.4a.1 =a..Yrr\Pxc�r6 avY YmlO fyDT! m.
pin\c Yttl eV Tv( f wrHw n DeYYr J•wOa .r Y
O\l rytl NaOw IN rMW JMY.e m.PRrr mD MtY6.u[In '� O�r�f�OY Ila.!! f 1 r+r! f0\!
!q Wet N.OJr MapYYMv MHgwe ,c Twwi SnOa+r,OYN ,Y!
1 OIHk rS�pDf IYL.v Va�V .!
f':` }lwTf. MICk SSAar RORA 1.n! .':
- K10[SAL OATH TYPICAL SEC. TYPE A-I
NOTE .w
r _.. OYYYV JV`Nlm go YO. .mff Y Y {',•TwKIWN
WwLI 06 O. Tu! f.W D�Ye NM M.f N.Y! <N!Yfllfla
� :•./; •:a ' uun. Trwf :.fYYL o,arw WLr ah-•Yfe
SN bIL +M M DVM ! IaY
t.. t/tl N•n Y fm � t !
Iy
Ylry�M NpY\f 11
]D�ry,y' oWPI Je'wH SY•..N hallo rOT •o l.Gli.64g;nN LHf rKaY,o ffG t•rCar MYm ___��;
w,ow Jlrmla W"N fJelO m.r wr wm'rl\ D• rw�6t MtV W a.aflte,mnNv
M feWfaw 4ut aa• ll4 Nana •e C. r w rYf WTTfw
N<TiOY rFH iwL. f♦1 aNWD kD au CON{ IS.."Ya" •! �YV OlY,4 TO
C•f, Om tw! leYlarc 1.
.,may .WLLN«..L Cement Concrete Cwb 9
p.f�Y w•L.Yee. nD•nnYf w,PN +Wst fmn....,c..Wa (pu!1tr '.ype A
(LP(.!l'e "--•MtH•We (eYCwf,e ba\f 50 1 p• SMI _
•tfiffYer�..row aa.re afw•aewwlf IN lD•w rNY N,,w+ILYrN. SType rA-LU
yClyy W.CN�K ta•LL D!.{DV1LMfD YI fYIM yfCiRKNN!
IrY. -PAV M•Mt
t cawM�ry [:/•.�e�[f�R trees a�—O,rH LIH�Y�•M —��
Standard Plan NO 1
� 1
URBAN ARTERIAL
a Series E Lenere
w.n � ,w ___-CONSTRUCTION
4••
CITY OF RENTON ; 3
- ____--:_- --
n �- 009 0M
-------------- -----
a" serer o Lawn
- --- - ------- ----
FORWARd THRUST ; GAS "TAX
- - ---------- -------------- '�,
-- a 00,000 : a
00 000 1
r -
L , + URBAN ARTERIAL BOARD �1L�� • I
1\ 3 Specal Latter
White On Green--+ G•een On White ----�
S.
f
Page 6
responsib:.lity for faulty materials or workmanship. The Contractor shall be
under the duty to remedy any defects in the work and pay for any damage to other }
work resulting therefrom which shall appear within the period of one (1) year from
tte date of final acceptance of the work, unle,,s a Icnger period 1.$ specified. The
City will give notice of observed defects so heretofore specified with reasonable
promptness after discovery thereof.
(9; The Contractor and each sub-contractor, if any., shall submit to the
City such schedules of quantities and costs, progress schedules, payrolls, reports, f
estimates, records and miscellaneous data perraining to the contract es may be re- `
quested by the City from time to time.
(10) The Contractor shall furnish a surety bond or bonds as security for the
faithful performance of the .rontract, including the payment of all persona end firms
performing labor on the contraction project under this contract or furnishing
raterials in connection with this contract; said bond to be in the full amount of
the 'Contract Price as specified in Paragraph 11. The surety or sureties ^n such
b xd or bonds must be duly licensed as a surety in the State of Washington.
(11) The total amount ,f this contract is the sum of
which Includes Washington State Sales Tax.
taysants will be made to Contractor as specified in the "general conditions" of
this contract.
IN WITNESS WHEREOF, the City has caused these presents to be signed by its
Mayor and attested by its City Clerk and the Contractor has hereunto set his hand t
and seal the day and year ftrst abcve written.
CONTRACTOR CITY OF RENTON
Mayor
AlT EST:
-.---- City Clerk
1 S
SM�L1L TECHNICAL PROVISI(MS1qON, 1
SS-11 DZSINYECTION
Disinfection of the new water system shall be required prior to comple-
tion of the project and shall be in acr_ordance with ANNA Specification
C601-54 and Section 74 of the A.P.W.A. Standard Specifications and
shall meat the oceelwance of the State of Washington Department of
Health. The initial concentration of chlorine in the line shall be 50
�s parts per million and this solution shall be held for a period of 24 '
u
hours. Disinfection of the entire water system installed or disturbed
-order this contract, including pipe, pipe fittings, valves and appur-
tenances, is required to conform with the specifications stated heroin.
T$-12 CIP.JWU
During the tied that the work is in progress, the contractor shall make
every effort to maintain the site in a neat and orderly condition. All
refusa, broken pipe, excess excavated material, broken pavement, etc.,
shall be removed as soon as practicable. Should the work not be main-
tained in a satisfactory condition, the engineer may cause the work to
stop until the "clean-up" portion of the work has been done to the
satisfaction of the owner and/or engineer.
T$-13 !)'Aem1T AND PAYHBN'f
a. Weral
Unit or hap sum bid prices for all items shall include all costs for
labor, equipment, material (if included) , testing, relocation and
modifications to existing utilities, and all incidentals necessary to
make the installation complete and operable.
b. Pine
The price per lineal foot for installinu of the water pipe, size and
quantity listed in the bid schedul„ shall constitute full compensation
for the water line in place. eempluce, including! clearing, grubbing,
stripping, all pavement removal, excavation, trenching, backfilling,
foundation preparation, coapmction, pipe laying, iointing, fitting
installations, sheeting, shoring, dewatering and excluding tempozazy
restoraN'xn, cement concrete and asphaltic concrete resurfacing or
patching.
rs-Page s
i
1
� t
5
*A
��CIAL TECMNZCAL P11OV15I(�J J,S�C�.X1T.
,TS-11 MUSUPEMENT AND PAYMPNT (Cont.)
j. Pprnishina and Znatalletim of �r hid Rncx Sur a irg
The furnishing and installing of all rushed rock surfacing material
required in the street restoration shall 1-e incidental to the contract.
k. f'urnishim and Installation of MC Cold M�1 4R a�
l /a
MC Cold Mix Asphalt shell be measured and paid for at the Applicabl•.
contract p :ce, per ton, payment of which shall constitute full •:ompen-
action for furnishing and installing t' material in place complete.
I. Patchlna of QWW* C21Wrgte
Cement concrete resurfacing or patching shall ht• measured and paid for
at the applicable contract price, per cubic yard, as per Section
41 of the APNA Standard Specifications, payment of which shall consti-
tute full compensation for the resurfacing, complete, incliviing sub-
grade preparation, and all necessary 1•.cldnntal work.
M. Patchlna of Asphaltic .:oncrete
Asphaltic, concrete patching shall be measured and paid for at the
applicable contract price, per ton, As per Section 51 of
the Standard Specifications, paiment of which shall cpl:atltute full
compensation for the resurfacing complete, including subgrade prepera-
t'an, preparation of and connectic., to existing pavements, base course,
tack coati finishing, and all necessary incidental work.
n. Partial Purnishins and Reinstallation of Fxistina NaG_ Services
The furnishing of the fittings and l;ipa necessary, and the reinstalla-
tion of the existlny water services shall be paid for at the applicable
unit price for each, in place, complete, which shall constitute full
compensation for the individual water service as detailed on the
improvement plans and in conformance with all nanufacturare installa-
tions. The Contractor shall aipply all materials for the water services.
The unit price bid shall include all costs L. make the co•inectior, to the
water main, furnish and install the water service, and connect to the
existing water meter. The unit price bid also includes all costs to
adjust the existing water meter, as required.
t
TS-Page 11
1
r•
PSC AL_MgHpICAL PAOVYSIONS (C(?fA'.l
REltSM AND pA'YWNT (Coot )
c. Fartial Puz � and loot& lat'on
-.mod__ or (fate valve s••� 1 es
(1) The 8" and caller gate valve a5400blion shall be measured
and paid for at. the full c e
unit price oer seen, in place,
which shill constitutefull compensation for t1ut valve, valve box withcompleft,
extenrioss, if necessary, concrete valve marker, and for all other
neceasary accessories for a comp lot. installation.
r is Notar City to supply only the valve and valve box,
d• Inatalla�gn oL /ire Nvd_ t .
Fire hydrants assemblies shall be measured and paid far at the appli-
cable unit price per seen, in place, complete, which shall constltute 11
full cm"n4ation for tee, valve,shackling, calve box, spool, fire hydrant,
ce installation blocking, bracing drains, fittings, and all
other necessary aacessoriie n fora c mplete installation.
Note' City to supply only the tee, valve, valve bnx, spool And fire
hydrant.
e. Furnishim and Ins 1114tian of Fire N d r
,l aSt
Fire hydrant quard posts shall be messured And paid for at the appli-
cable unit price per each, In place eosplete, which shall constitute
full compensation for a complete installation.
f. Installation of rittlru4
Pitting installations shall be incidental tc the contract.
g' ��. 13�+t14.�n.ullat`�g,�,�_ rtexrorf As4aml>]v
The furnishing aM installation of blow-oft assemblies shall be paid
for at the applicable unit price per each. In place comp161e, which
shall
constitute full compensation for plug, or cap tapped 2"r 2" gale.
iron Pipe, 2" gets valve, vaiw box, 2" galy. vUo t•en'. with S" drain
hole, 20 x2S" ulapter (IPTx Nose) with cap and Lha:n, and meter box,
are all other necessary Accessories Err a clAplete installation
h• Furnishing and In$tallation gt Concrete Sluckitw
Concrete blocking $hall be measured and paid for at the applicable can•
tract price, per cubic yard, payment of which shall -onstituto full
compensation for furnishing the material in place, complete.
I. F1W&Ing and installa.ion of Saleot Trs^ch x;okrl I
Select baekfill Shall be measured and paid for at the applicable con
tract price,par cu.yd•payment of which shall constitute full c mpeon tioxr for furnishing and installing the material, in place, complete.
TS-Pags ]O
� M
UKIAL_TECFDRt'.AL jtuMSIG r iow-)
ME:.� FS�STOgATI�7N_„411)_S�tlfi?l1i_i
A• General
Due to the fact this work is being performed in conjurction with the
*treat widening project, the extent and type of restoration will be
decided by the Engineer or his delegated representative.
,s Rasic Requirements for surface restoration are as follows: i
Roads, streets, driveways, alwulderm and all other surfaced areas,
removed, broken, caved, settled or otherwise damaged due to installa-
tion of the improvements covered by this ---rest shall be repaired
and resurfaced to match the existing p vament or landscaped area as
not forth in sactla $4, of't5v'A.P-W-A. $peefflcatfoms. ,
a- TOMMKary MC Cold His Asphalt
MC Cold premixed asphaltic concrete shall be required in sae areas for
temporary patching on this project, where deemed necessary by the Engi-
near.
35-10 TESg4M
a. 2FARLAI
Hydrostatic preooure and leakage tests on the new pipeline shall be
made in accordence with applicable provisions of AMA C600-54T or
C603-64T and Section 74 of the A.P.M.,A. Standard Spacificatl ono, except
as modified herein.
All equipment necessary to make the teats shall be furnished by the
contractor and the contractor shall conduct all tests under the super-
vision of the engineer.
b. Pressure Tam
Prior to acceptance of the system. the installation shall be subjected
to a hydrostatic pressure test of 250 pal, and any leaky or imperiec-
time developing under said pressure shall be remedied by the contractor
before final acceptance of the xystme. The contractor shall provide all
necessary equipment and .$hall perform all work connected with the test
and conduct said tests in the presence of a Utilities Department
Inspector. Insofar as prartical, teats shall 130 made with pipe joints,
fittings and valves exposed for inspection.
C. lasks:e „
Leakage tests may be required after the pressure test has been satisfac-
torily completed on the new pipe:ine or concurrently with the pressure
toot. The hydrostatic pressure for the leakage test shall be equal to
100 psi.
Ts-rays 8
9 ply,
A
k.
a..
A
. - r� H 'rEv c ..E a� �Cx •. _
_ . . wpkFw itlrrt To rr%G
1TFM QJwtir.J-,y ,yemt�.YT'Jri UrrFT Mr.:F 1"P!
._' .530. LF GIs ttA L14 i � n :.r rF:�p,J. (7.7I
J ? s• s rh« rwt nJ L'twn yna ndu!„ '
.- L.y F'JflNs5+1 /and. urlre�t. :.-a rtkr ee . . ,1
PEN "Ye"
I
FVN
• !�J C y. f aa'..L:_f' 9NSi IIJ ]NLL AEU /J . •j
V+ _. ..
..�,__ _.... __. . _. . .. _ l 117EA SWRNrcfS
SL
edit ItAc:i
Subtotal S
Sa Salea Tax
s
TOTAL
T11E VNDEPSWIFED BIDDER HERESY AGISES TO START CONSTRUCTION WORK ON Tt1IS PPOJCCT IF
AWARDED RIM, WiT:RN TEN (10) DAYS AND TO CdRPLETE THE WORT: WITHIN T111liTY (30) CON-
6DCMVE CALENDAR DAYS "WR STARTING CONSTRUCTION.
TiRS DAY OF t 1972
EIGNEDs
TITLES
ADDRESS:__ —
f
June 14, 1472
Dick HOMOtan
Guido Minna
Enclosed are the Spec'el Techni, J provisions for Water project W-374, ?airier Avenue S..
I.A.B. Project 08-1-102(15)
EMi+
L
• g.p
BID TABULATION FOP
MOST lraysr L a] L � "Cif/C wovv6 ra? '
�O/PRsCr st/Rs� i�"4/EtE , /.vC- j f%I/C
uaB vrwa�cr s-� iez!%� -0,6varl, 4VN f SbW;7E. wN
1k ITEM QUANTITY ', UNIT UNIT UNIT UNIT UNIT UNIT i, UNIT UNIT UNIT UNIT
- PRICE - TOTAL PRICE TOTAL I PRICE TOTAL PRICE TOTAL PRICE TOTAL
y�i 9�_ TTac yi __ZfS tr I :G_o•r �Olo,oe ' e.eo /A�i o� awe ,t IZOSe I � .Se 1
sue• ! ,
L� tn4F_ LA .Lffi — - -— - �CoSa t� .,ten .{ f�sso_we 7/75 oo d•o L o p �t�S.oe '
---
!3 i 3 e ! 530.40 • _ 1
- $� e. 3 os F a3s s• 0 330 •s '
—4
go _ .A1 �_{_tLra.?Aww c K_z' G.►lE ✓ _✓� S r��u/LS_ 3,59_�4. I _1Lo o oe ea-e. _ i o e a o 1_.-(.00 o• ae. oo e. ;
(!, M F' ldLSIifLL._ �.>l1 c�e�ifr �o7E ✓4�E-_ !7 E/� . _fib oe �0 go y� Tit r /.?7S-o• feae 96gos ?b." .40
�! to t7wu�,F_ wirQ F.�c 11YD , T I e v I so.ee I / I / • 7 _ o o i Ite.•. /SOD o• 1 tai.
!d
,rW 441ACO_A� 7Y yT._14 eQ 50ao .R?0 .00 : s• -•e tf 3•SO_-.0 3p- e I •BO
!,_-_..._F...rr`/i1�ttJ7ftc T Jl1w-oF.�'rlstY / Fio tao.oe 200_00 ` _ EOs o I e 3eo-oo Z3e•e0 -
'--- — — a — --�
�_+ _Fi/tyii!1 4A.��,g(ocr�.�s �iZ_c 3� _ SO_ • leoo_Qe � .So.o• eo __ ' 3S.oe Ode � ' !
w' CES ' 3 EA Z30-e• ' 9C.oo
• 1
I __ w�✓ ts` 1�2" 4»�u t-- �_-6-.--_ iavae ft o0 oe ?7 ee .66
-- A /Boe_ _ _ I teeo0 zoo-** 3oa ee_�_ 3ao sa0,0.001
fo3 . Ivsneec f IYlA�_��Cyi _ 3Eq /4e.•o �Sa_•e f OSo_ oo F44 oe /moot Sg� -
T 1
t Iflf{ /,1Cf71�t_�.j iY.I�i_�+L SB[•'fCE � A /2e o� t it � OOO•GO�/15 O /S tea o0 I Zee Jo ... 11
-/Z E ._ ��.�?O
_Z� lF �i z_SK 1e2, o go ;Woo / _fit - _ /AO.Op
1-4
1 1
L SUB TOTAL • /7 /3S 75-
5 % SALE5 TAX I _ r 895 G3 ��30 00 -+�
_ _ 856-99 6G 7.
To -- ' ;:8,808 /3 I �%7.�.3C. � 17, 996. 74
.a.
May 16, 1972
1 To. Ron Olsen ¢ , 1
Preis Bert McHenry e
Subjects UAB Project N8-1-102(15), Rainier Avenuo
South
y.�yp
t
We have reviewed your request of Mai L relative to an �!
estimate of $7,259.29 regarding water utilities adjustment
ors Rainier Avenue from S.W. Victoria Street to South 2nd
Street due to street construction work.
f
Please order the plans and work performed for billing
against the U.A.B. projact, Rainier Avenue South, as the
facilities will be disrupted during p ng constrnction.
BIIMC; mp
R�
4 �
Clem-s Office may 12, 1972
ere 01ees
The following " of {1r619.16 sboald be reduced frcw the ohount of the wwwbarsd
lends an requisition 019173 due to the fact trot these materials will be Chary44
to the U.A.s. lrojoet 8-1-102(1S3 %Ainier Avefnme 6ontlh street improvement.
To be dhaaraA to the follawLg.
A000snt #302/542/13/63 (31) $ 1,277.26
0311/3U/)3/63 (33) 131.92
This 'Mould be erzamplished par attachee. accounting Procedure. Them you-
Meal ow*
4,:
May 12, 1972
To, iurotusLn9 0epartwet
;• ►raw, ton 1i1een
lease haw dellvereo frae taClfic state@ Cast Iroe .1pe Co.,
211 - 6th Avenue North, Seattle, xaaningtoa 96109, as par a
yortlOa Of aaterlala ordered On regatettien #19173. )3aeed
on Neterlale die detlnq, January 27, 1971) the follonie9,
62C 1r of 6" Caet Iron Water fipo )T.J.)
9 $2.14/l.p. 11.361.60
Tax 67.30
f1,u9.18
ri
The follCWLM Material 14 to be chargod to OAM Project 90-1-102
(IS) Aainier Avenue South,
Amount& are 90% UAL 302/S62/13/63 M) $1.277.26
10% t/Y 301/S12/13/63 (33) 311.92
If you have any Questions, plea" Contact this offloo.
AMP*
MEMEMEMEN
Dsoeabtr 6, 1972
ctn• Me7er'b A• to Hetuild
22S Rainier A% ewe S.
Santos, IIA 94065
Attention, Cone Meyer
Gear W Mayer,
The City ..,f Renton has reeent2y instxllaA a new ti- vain to replace the
2%. 9slvsnisae Yin, wt,ich a iatod in fr,At of your tstabli,lesavt tt
22S Rainier Avenue South. This was done in preparation for the as" i
street pt07ect and undtrgroundinq of ovethaad utilities, whivl: is
in P�Cgresa.
Thie will rtpvSt+! that you sake a new Connection tc, the 4" vain
water aste TM tar T tap which will facilitate settibg your spur hoof:
wade and we request that yM, connect your service line to the new 1''
of spore as ptassille. 1-let4e c'Jntact our Motet shop, 235-2544, Doi,
IXUWA*t parlor to connection so that they can locate the new tap and shear
",. .. you its 1ncetion.
you era the o..ly remaining eubtover that is still connected to this
2%, wain, and we will bs diAcontinuing I" esrvice Aa of rawem"t 20, 1972'
Vary truly yours,
Dart M. "Cuenzy, a .s.
Actinic Director of 6nginseriM
aarhazd C. H,aghton
,e.t.iny Otl.11tl,,. bnginetr
K2l a ap
1
�► r
May 12, 1972
Is ?of Purchasing Department
lrcm; Ron Olsen
Please have delivered from Pacific States East Iran Pipe Co.,
2/1 - 6th Avenue 4orth, Seattle, Washington 98109, as per a
portion of materials ordered on requisition 019173. (Bash
nn materials bid dating, January 27, 1971) the following.
620 Zr of 60 Cast Iron Water Pipe (T..7.)
d 52.18/L.1. $7.,351.60
TAR _ 67,50
$1,419.18
following material is to be charg�G to UAB Project ^9-1-102
!Isl PClnier Avenue South:
Accounts are 90% UAA 302/542/13/63 (33) $1,277.26
.. 10% P/71 301/542/13/63 (33) 142.92
If you have any questicrs, please contact this office.
As per material bid accepted by the City Council on March 13, 1972 O r 1/1 Q
C I T Y OF R E N T 0 N tlU. V J
Y
DATE_ 12/72 auuLS1110N
}� TOTAL 4MOLNT
pT Water Maintenance
le uAS Sot VENDOR le
ACCOUNT t 3U2 1542/13/63(33) pNI"T 184.28
FWT 10% Pacific States Cast Ir m Pipe
ACCOUNT t 301 �542/13/63(33) AMOUNT 20.47
211 6th Avenue N. —�
0TY —� DESCRIPTION IN CETAIt. _ Seattle, WA 98109
2 6" C.I. Tee (MJxFL) 0 48.40 96.HO
2 6" C.Z. 225o Send (mjxMi) 0 25.30 __— 50.60
2 6" C.I. Solid Sleeve (LP)423.80 47.6U
�� 195.0U
204.75
0 PUgCAAS#IG TO ORDER AUTN 8Y --
s LJ
i
F-•
s
I
I
SPECIAL TECHNICAL PROVISIONS (CONT.;
TS-O_ FAVEMENT REMOVAL, TRENCH. EXCAVATION, BEDLING AND BALL (Cunt.)
c. Excavation (cunt.)
the liiwu and grades neceasary for pipe, bedding and structures, and as
indicated on the drawing:.. TemOK)rary drains and drainage ditches shall
be installed to intercept or direct surface water which may affect the
promotion or coc.dition of toe work. All excavated materials not. meeting
d the requirements for backfill and all excess materials shall be wasted
O/ as specified.
No separate nor extra payment or any kind will be made for storing,
handling, hauling or manipulation of excavated materials.
d. Foundation Preparation and Redding
Foundation preparation shall be in accordance with the applicable ptovi-
siens of Se,.tion 73, A.P.W.A. Stardard Specifications, except that the
bottom of the trench must be shaped to uniformly support the bottom
quadrant of the pipe throughout ita entire length.
In case ur.stable or unsuitable existing material is encounte.ed at the
trench bottom, the engineer may direct the use of borrow bedding mat,- i.al
p/ .n accordance with Section. 73-2.05 of the A.P.W A. Standard Specific,.
'Sons. Wet trench conditions will not necessarily be considered as an
indicetion of unstable conditions. The trench shall be de-watered and an
inspection m+ae by the Engineer to determine the suitability of the
trench material. All costs for de-watering shall be the responsibility
of the Contractor. Bedding material shall be as required for Bank Run
Gravel Borrow.
e. Trench Backfill apd C®nacti�
(1) Gepera ( Excavated materialt, that are tree from mud, muck,
organic matter, broker, bituminous surfacing, stones larger than B inches
e) in dimension, and other debris, shall be used for bac:kfill except where
otherwise required.
(2) Initial Backfill extending to a plane at least 32 inches aldnq
the crown of the pipe shall be hand-placed, Selected excavated material
free from stones, hard lumps or other material harmful to the pipe.
Initial back'!ll shall be placed around the pipe in layers not exceeding
eight inches iv; : , and each layer shall oe thoroughly compacted by
mechanical t..-n •Jn se, at least 95% percent of maximum dry density At
.�optimum moisture content as determined by Standard Proctor Compaction
t� 'Test, ASTM Designation D698-5HT, Method D. All works related to the
) tasting of the compaction, including proctor teats and compaction den-
sity tests shall be by the contractor at his expense. Three compaction
tests shall Joe taken on the water trench areas. The locations of the
TS-f e 3
i
'* M
1
i f
j
SPECT%L TECHNICAL PROVISIONS (CONT.1
v TS-fi4 CIFJIRING
+1 Favment, or other street and road surfaces shall ix cut only to the
minimum width which will permit the proper excavation and bracing of the
trench, and which will allow passage of vehicular and pedestrial traffic.
,s All pavement cuts shall be made ancoth, straight lines or t• nearest cm- J
struction joint, and shall be made with clean vertical faces.
Removal of bituminous ami concrete pavements end utilities shall be con-
ducted in accordance with section 52, A.P.W.A. Standard Spe. ificatiuns,
except at otherwise proviled herein.
TS-05 PAVEMENT REMOVAL, TRENCH EXCAVATION, BEDDING AND BACKFILL
a. general
Pavement removal. trench excavatioi, backfill, foundation preparation and
bedding for waterline and appurtenances shall be in accordance with the
applicable provisions of Section 73, A.P.N.A. Standard Specifications,
except a, modified herein.
b. _EAyAment Removal
Th- contractor shall inform and satisfy himself es to the character,
quantit} and distribution cf all pavement remov-.1. Removal of existing
pa- ment shall cover all types and thickncs>es �,f pavement. The con-
tract price per lineal foot for "installatiur. of water main" shall
Q include full compensation for cutting or I:ne drilling, breaking and
removing all types and thickness of pavmment encountered in this project.
Neither separete nor extra payment of any kind will be made u storing,
handling, hauling or manipulation of removed pavement.
V
C. Excavation
The contractor shall inform and sat ufy himself as to tte character,
quantity and distribution of all material to be excavatotd. No payment
sh..ail be made for any excavated material which is used for purposes
other than those designated. Should the contractor excavate below the
designated lines and qrades without prior approval, he shall replace
such excavation with approves materials, in an approved manner and con-
dition, at his own expense.
The engineer shall have complete control over the excavatinq, moving,
placing, and disposition of all material, and shall determine "a suita-
bility of material to be used as backflll. All .unsuitable material
shall be wasted as specified.
Excavation of every description, classification and of whatever sebstAn-
ess encountered within the limits of the project shall be perforried to
TS-Page 2
1
� 4
r,'
TAIL OF CONTENTS
SPECIAL 1ECNNICAI. PROVISIONS
1�
n
Section Description P
TS-01 General Statment
TS-02 Standard Specificat.,ons TS-1
TS-03 Existing Utilities TS-1
TS-04 Clearing IS-2
11S-05 Pavement Removal, Trench Excavation
Reddiny and Racktil:. TS-2
TS-06 Piping Materials, valves, and -4
Fittings
TS-07 Pipe Installation TS-5
TE-08 Water Services TS-7
TS-09 Restoration of ;uzfarr TS-8
Tc-Jo Testing TS-g
TS-11 Disinfecticn TS 9
TS-12 Cleanup 75-9
TS-17 Measurement and Payment TS-9
1 }
gyT
I�4
INTER-OFFICE MTE110
Is
TO=_ Clark-* Office GATE ea, 1:, 1972
FROXI Ron Olson
R8t
The follewL g ata of $1,419.18 should be reduced from the (count of tho encmbered
funds on requisitioa •19173 due to tho rant that these maturialr will La charged
to U a U.A.B. Proistt 8-1-10a(15) Rainier Avenue South street ixprovmer.t. j
I
To be dmrged to the follosLol
Account 0302/542/1.3163 U3) 1,277.26
0311/542/13/63 (33) 141.92
This should be a gmplished per attached accounting procedure. ThaNc ieu.
ROIpap
Attadmant
ti
9PFCIAL rECHNIc , PROVISIONS C(-wj,
t ,TS-13 MEASUREMFN'r AND PAYMENT (Cunt.)
I. Furnishing opl Installation of Crushed Pock Surfacing
The furnishing and installing of all crushed rock surfacing material
is required in the street restoration shall be irr:idental to the contract.
`n hi metal la 'on Cold Nix Aa . t
MC old is
It he
be sure and psi or a the a cabl
tract pricf - - 'ch 1 conat ull c
atian f ishing"wt notalling . erial l.n place`c+7 pieta.,,_,_'
�. Patching of Cement Concrete
Cement concrete resurfacing or patching shall tie. meaeared and paid for y
at the applicable contract price, per cubic yard, as per Section
54 of the AMA Standard Specifications, payme,.t of which shall cnneti-
tut* full compensation for the resurfacing, complete, includinq sub-
(� l grade preparation, and all necessary incidental work.
li 010
Patching of Asphaltic concrete
Asphaltic concrete patching shall be measured and paid for at the
applicable contract price, per ton, as per Section 54 of
the Standard Sp cifications, payment of which shall constitute full
compensation for the resurfacing caeplete, including subgrade prepara-
tion, preparation of and connectio., to existing pavements, "se course,
tack coati finishing, and all necessary incidental work.
L' Part. aj Furnishing and Reinstallatiur. of Existing Water Services
(/ The furnishing of the fittings and i,ipa necessary, and the reinstalla-
tion of the existing water services ni,all be paid for at the applicable
unit price for each, in place, complete, which shall constitute full
compensation for the individual water service as detailed on U,e
improvement clans and in conformance with all nanufacturers installa-
time. The Contractor shall supply all materials for the water services.
The unit price bid shall include all costs t„ Take the connection to the
water main, furnish and install the water service, and connect to the
existing water meter. TKe unit price bid also includes all costs to
adjust the existing water meter, as required.
TS-Paga 11
its
}
Y
.. r
do
SPECIAL TECHNICAL
TS-13 MEASUREMENT AT PAYWNT_(Cont•f
C. Partial tyrnishina And_ Irr tallation of Cate Valve Assemblies
(1) The 8" and mailer gate valve assemblies shall be me,+.sured
and paid for at the applicable unit price per each, in place, complete,
which shall constitute full compensation for the valve, valve box with
Isextensions, if necessary, concrete valve marker, and for all other 's
necessary accessories for a complete installation.
Note: City to supply only the valve and valve box,
d. ;natollation of Fire 1Ydcant,
Fir, h;irants assemblies shall be measured and paid for at the appli-
cable unit price par each, in place, rcmplete, which shall constitute
full compensation: for tee, valve, valve box, spool, fire hydrant,
shackling, installation of blocking, bracing drains, fittinys, and all
other necessary accessories for a complete installation.
mots: City to supply only the tee, valve, valve box, spool and fire
hydrant.
an a l of Fi t_ d
• • 9 posts ` al �sttasured, nd pn�illor a� she 1i�lei un t i)rl per each, �m'pla6e canplete..MT shall ituN
fu1I cos n ion for a campIats instal lot,on. . '
11�(. 1115tallatim of Fittings
Fitting installations shall be incidental to the contract.
r h- n a f P 1 ew-Of_ f Asrsan.:b
IItt f Ishi and i6stallmti of bipw-off,-ass es shall be d
i for aY the licabl4 unit pr be per 4aciv," in p plate, wh �
shall c tuts fu2l\\compe ion to -plsg, c p to (ieQ 2 gale:
i)an pip•„'2" gate walla,.. a)*a box,Z�1 90 ( t,end frith ti, dz ,
,hole, 2" xAO adapter fIPTx Ho•al with c and rha!n, a i r
and all oth0e necessary accessories fur a cusp►ete insta lYa
� Installation of Concr„te el Yx`king
Concrete blockinq shall be measured and paid for at the applicable con-
tract price, per cubic yard, payment of which shall *onstitute full
compensation for furnishinq the material in place, complete.
Pur^.SslLna and Inrtallati n o[ select Trgjiljnch hackfillhackfill
Select backfill *hall be measured ano paid for at the applicable con-
tract price,per cu.yd.payment of whicit shall constitute full conpenw-
tim for furnishin, and installing the material, in place, complete.
TS-Page 10
1 e�,
srl
rw
SPECI;.L TEC1ClICAL PROVISIONS
�§� ceNEwL sTAratE1+T
This section, Special Technical Provisions, is devoted to featurcrs of
on-the-site conditions which are l,eculiar to the facilities to be con-
structed for i1'+'�395—` ^-' - •
96e. S.
Articles, and some materials, operations, or methods mentioned herein or
is indicated on the drawings as being required for the pm iect shall be
Is
provided by the contractor, (except material which is to be supplied by
the City of Renton - see Special Provision SP-03) and he shall provide
each item mentioned or indicated and perform accordinq to the conditions
stated in each operation prescribed, and provide therefore all necessary
labor, equipment and incidentals necessary to make a complete and opera-
ble installation.
X.
No attempt has been made in these specifications or plans to segregate
work covered by any trade or subcontract under one specification. Such
segregation and establisianent of subcontract limits will be solely a
matter of specific agreement between each contractor and his subcon-
tractors, and shall not he taxed upon any inclusion, segregation or -
arrangement in, or of, hese Specifications. The contractor and subcon-
tractor in each case is warned that work included in any subcontract may
be divided between several general specifications, and that each ueneral
sperifi.catior. or st.b-head of the technical specifications may include
work covered by two or more subcontracts or work in excess of any one
subcontract.
TS-(� SLAjjD % SPECIPICAT ONS
All work under this contract shall in general be performed in accordance
with the applicable provisions of "Standard Specifications for Municipal
Public works Construction" prepared by the Washington State Chapter,
American Public Works Asaociat.:on, and in accordance with the require-
ments of the City of Renton, except as otherwise amended, modified, �r
Uj specified in these Special Technical Provisions. Items of work not
specifically covered in hese Special Technical Provisions shall be
performed in accordance with the requ a ments specified in the A.P.W.A.
Standard Specifications, and in accordance with the City of Renton
equirments.
TS-93 EXISSTING VTIL/TIES
If, in the prosecution of the work it becames necessary to interrupt
existing surface drainage, sewers, underdrains, conduit, utilities, or
similar underground structures, or parts thereof, the contractor shall
be responsible for, and shall take all necessary precautions, to pro-
tact and provide temporary services for sme. The contractor shall at
his cwsi expense repair all damage to such facilities or structures due
to his construction operations, to the satisfaction of the engineer. .
TS-Psge 1
S
1
a
eem
SPECIAL TECJINICAL PR(-VISI(2NS XONT.)
3'S:! PIPt IN,,'"fALLATION iCont.)
d. ucecial AWhoraae
All free ends, bends, Gees, laterals and any change in direction of
taping shall be adequately braced and :.locked to prevent movement from
thrust by use of concrete thrust blocks, tie rods and joint harnesses.
Concrete thrust blocks must be poured against undisturbed grcnuxl.
Thrust blocks shall be provided at all changes in direction of piping.
R In addition, all joints at bends or clanged in direction, to a point at 's
least three joints beyond the tangent point on either side of the bond.
shall be provided with a positive locking device to prevent separation
of the joint under full test pressure. Via locking may be accomplished
by use of tie rods and joint harness, subject to the prior approval of
the engineer. After the pipe has been joined, aligned and permanently
bedded, the joints shall be drawn up to assure permanent water-tightness
but not so tight as to prevent flexibility to allow for sae movement
caused by vibrations, expansion and contraction.
e. ggruactiona_�k Existing Pine and Structures
Connections to existing piping are indicated on the drawings. The con-
tractor must verify all existing piping, dimensions and elevations to
assure proper fit.
The Contractor must also provide any specials required to make a satis-
factory connection. The City of Rentao utilities Department shall make
connection to existing mains at the Contractor's expense. The Contrac-
tor shall also be required to help the 'city forces with the connection
at the discretion of the engineer.
The contractor shall to responsible ! ,r th- protection of all existing
piping and appurtenances during construction, and shall take care not
to damage them or their protective coatings or impair the operation of
the existing system in any way.
f Valves atT Valve Chambers
i
alve install ice shall �a in accordance with Section 75 o the 4.P.M.A.
Standard Speci�icaticnx except as eaiified herein.
(i) a and raper gate valves shah include an 8" x 24" cast iron gab
valve box ar..t extensions if required\bv th.e City Engineer.
Note: Cate valve and 8" x 24" cast iron valve box to be suoplied by
the City.
TS-Page 6
4
SPECIAL T'F719E.._ PROVISIONS (COMP.) J
TS-27 PIPE INSTALU(TION (Colt.), /
l Fire dr Hvant /�sesablies
Fire hydrant assemblies installation shall be in accordance with Section
77 of the A.P.W.A. Standard Specifications.
The Fire Hydrant Assembly shall include: 12" x 6" Col. Tee (NJ x FL), (�
6" Gate Valve (FL x NJ), 6" C.I. Pape Spool (PE x P41), 5" MVO Fire
Hydrant (NJ Connection), 8" x 24" C.I. Gate Valve Mx, and 3/4" Shackle
Rod with accessories, and hydrant extiinsior. where Called for by Engi-
neer.
i
Fire Hydrant guard post shall be installed where deemed necessary by
the City Engineer and/or shuwn on the conscructlon plans. The City of
Renton Standard Detail for hydrant asssmbJy and hydrant guard posts is
bound In these specifications.
Note: Only the Tee, Gate Valve, Pipe, Fire Hydrant, Gate Valve Box,
and Hydrant extension will be suppl ed by the City.
h. Z" Batt-off Assemblies
off asaaa63i shall b s:onstruct as sham o1 City of
o, tan r Detail r " B1 ABItt
�is bound, these
ci c ti a Ga2v � •C!e p1 and • shai c fo
r e do S ti t APWAcat.i s.s 11 su al to ala low o f
N As ii
qqe
` ) 4qr Concrete Blocking
I7 GVeneral concrete thrust bloc ng shall be in accordance with Provision
s2,14 of Section 74 A.P.W. Standard Specifications. The City of
Renton Gtandard Detail for general blocking is bound in these specifi-
cations.
TS-08 WATER SERVICES
The existing water s ices shall remain in service during construction
of the new water ma; and until final acceptance of the required tests
on the new main. SYpon final acceptance of the new main, the existing
servlcca vile be teinstallod or tapped into the new main and the meter
boxes .viocated share necessary, or as directed by the Engineer. They
shall be installed as per the City of Renton water service specifica-
tions es bound in this document.
TS-Page 7
1
OVA
SPECIAL TECIQIICAL PROVISIONS (CONf.I
{�-11 DISINFECTION �
Disinfection of the new water system shall be required prior to comple-
tion of the project and shall be in accordance with AMA Specification
C601-54 and Section 74 of the A.P.W.A. Standard Specifications and
shall meet the acceptance of the State of Washington Department of
Health. The initial concentration of chlorine in -the line shall be 50
a 1 u
parts per million and this solution shall be holy for a period of 24
hours. Disinfection of the entire water systam/installed or disturbed
under this contract, irxluding pipe, pipe fittings, valves and Appur-
tenances, is required to conform with the specifications stated hezeln.
TS-12 CUWWP
During the time that the work is in progress, the contractor shall make
every effort to maintain the site in a neat and orderly condition. All •�-
refuse, broken pipe, excess excavated material• broken pavement, etc., ' �;•av
shall be removed as coon as practicable. Shoo:•: the work not be gain-
wa r'
twined in a satisfactory condition, the engineer may cause the work to �
stop until the "clean-up" portion of the work has been done to the £ ?
satisfaction of the owner and/or engineer.
T=-1 14F SURPJQRiT AND PAYMENT
a. General -
Unit or imp -um bid prices for all items shall include all costs for r
labor, equipment, material (if included) , testing, relocation and
moditicatiom to existing utilities, and all incidentals necessary to
make the instal latim�tapleto and operable.
i
b. Installat on of klUr Piny
The price per lineal foot for installinq of the water pipe, size and
quantity listed ih the bid schedule, shall constitute full compensation
for the water lihe in place, complete, includinq clearing, grubbing,
stripping, all gavasent removal, excavation, trenching, backfilling,
foundation pty�paratim, conpactim, p1po laying, jointing, fit Iraq
installAtfand, shmatinq, shoring, dewatering.•a -temporary
restoratimi cement concrete arry asphaltic concrete resurfacing or
patching.
T:.-Page e
SPECIAL TECHNICAL PRMSIGNS
15-01 GENEFAL STATZJF"TT
This section, Special Technical Provisions, is devoted to features of
on-the-site conditions which are peculiar to the facilities to be con-
structed for W-3R2 S. 2nd Street, U.A.R. Project 08-1-102(17) .
Articles, and some materials, operations, or methods mentioned herein or
indicated on the drawings as being required for the project shall be
provided by the contractor, lexcept material which is to be. supplied by
Is the City of Renton - see Special Provision SP-03) and he shall provide •s
each item mentioned or indicated and perform according to the conditions
stated in each operation prescribed, and provide therefore all necessary
labor, equipment and incidentals necessary to make a complete and opera-
ble installation.
No attempt has been made in these specifications or plans to segregate
work covered by any trade or subcontract under one specification. Such
segregation and establishment of subcontract limits will be solely a
matter of specific agreement between each contractor and his subcon-
tractors, and shall not be based upon any inclusion, segregation or
arrangement in, or of, these specifications. The contractor and subcon-
tractor in each case is warned that work included in any subcontract may
be divided between several general specifications, and that each general
Specification or sub-head of the technical Specifications may Include
work covered by two or more subcontracts or work in excess of any one
subcontract.
TS-02 STANDARD SPECIFICATIONS
All work under this contract shall in general be performed in accordance
with the applicable provisions of "Standard Specifications for Municipal ._
Public works Construction" prepared by the Washington State Chapter,
American Public Works Association, and in accordance with the require-
mants of tht City of Renton, except as ..•herwiue amended, modified, or
specified in these Special Technical Provisions. Items of work not
specifically covered in theme Special Technical Provisions shall be
perfortv,d in accordance with the requirements specified in the A,P,W,A.
Standard Specifications, and in accordar with the City of Renton
requirements.
TS-k3 EXISTING UTILITIES
If, in the prosecution of the work it becomes necessary to interrupt
existing Surface drainage, sewers, underdrains, conduit, utilities, or
similar underground Struc urea, or parts thereof, the contractor shall
be responsible for, Ar. , .:well take all necessary precautions, to pro-
tact and provide tamp -ry services for same. The contractor shall at
his own expense repai Ill damage to such facilities or structures due
to his construction operations, to the satisfaction of the engineer.
TS-Page 1
1 +• r
�^► wrr
SPEC7J1). TrOMICAL PRoyrSIONS (CONT.)
TS-07 PIPE 1NgTAI.UTIQ) (Coat.)
d. Spacial Anchorage
All free ends, bends, teas, laterals and any change in direction of
piping shall be adequately braced and blocked to prevent movement from
thrust by ass of concrete thrust blocks, tie rods and joint harnesses.
Concrete thrust blocks must be poured against undisturbed ground.
Thrust blocks shall be provided at all changes in direction of piping.
!� In addition, all joints at bends or chang ' in direction, to a point at ns
least three joints beyond the tangent point on either aide of the bend,
shall be provided with a positive locking device to prevent separation
of the joint under full test pressure. The locking may be arxempliahed
by use of tie rods and joint harness, subject to the prior approval of
the engineer, After the pipe has been joirad, aligned and permanently
bedded, the joints shall be drawn up to assure permanent water-tightness
but not so tight as to prevent flexibility to allow for some movement
reused by vibrations, expansion and contraction.
e. Conrnoctiun to Existing Pipe and Structures
Connections to existing piping are indicated on the drawings. The con-
tractor must verify all existing piprnq, dimensions and elevations to
*sour* proper fit.
The Contractor must also provide any special& required to make a oatis-
factory connection. The City of Renton oti lities Department shall make
connection to existing mains at the Contractor's expense. The Contrac-
tor shall also be required to help the city forces with the connection
at the discretion of the engineer.
The contractor shall be responsible for the protection of all existing
piping and &ppurtananees during construction, and shall take care not
to damage them or their protective coatings or impair the operation of
the existing system in any way.
f. VPlve# jg halve Chembers
Valve installation shall he in accordance with Section 75 of the A.P.M.A.
SlAndard Specificattons except as modified herein.
Ill 8" and email=r late valves rhall include an 8" x 24" cost iron gate
valve box and extensions if required by the City Engineer.
Mobs gate valve and 8" x 24" Cost iron valve b:x to be supplied by
the City.
TS-Page 6
!
r. ti
in
Y a
6 FEt IAL TECMNICAL_PROVISIONS (CO047 )
TS-07 PIPE INSTAL:A=ION (Coot.)
9- Fire Hydrant Vxamo lilts
Fire hydrant assemblies installation shall be in accordance with Sertion
77 of the A.P.M.A. Standard Specifications.
The Fire Hydrant. Assembly stall includes: 12" x 6" C.Z. Tee (MJ x FL),
6. fiats Valve FL x MJ) , 6" C.I. PS Ss
! ( Pipe pool (PE x PE), 5" MVO Fire
Hydrant (NJ Connection), R" x 24" C.I. Gate Valve Box, and 3/4" Shackle
Rod with accessories, and hydrant extension where called for by Engi-
neer.
Fire Hydrant guard post shall be installed where dewed necessary by
the Ciry Engineer and/or shown on the construction plane. The City of
Renton Standard Detail for hydrant assembly and hydrant guard posts is
bound in these specifications.
Note: Only the Tee, Cate Valve, Pipe, Fire Hydrant, Gate Val••e Box,
And Hydrant extension will be supplied by the City.
h. 2" Bltx.,-Off Assemblies
Water main blow off assemblies shall be constructed as shown on City of
Renton "Standard Dc'ail for 2" Blow Off Assembly" as bound in these
specifications. Galvanized steel pipe anc' fittings shall conform to
the requi,events 1n Sec son 72 of the APWA specifications.
Note: Contractor shall Supply all material for the Blow off
Assemblies.
i. Concrete Blocki___ n
General concrete thrust blocking shall be in accordance with Provision
12.14 of Section 74, A.P.W.A. Standard Specifications. The City of
Renton Standara Detail for general blocking is bound in these specifi-
cations.
TS-UB WAVER SERVICES
The existing water services shall remain in service during construction
of the new water main and until final acceptance of the required tests
on the new main. OPon final acceptance of the new main, the existing
services will be reinstalled or tapped into the new ma!r, and the meter
boxes rel,.:cated where necessary, or as directed by the Engineer. They
shall he installed as per the City of Renton water service specifics-
tione as bound in this document.
TS-Page 7
1
j
i
.. 1
a
S '
�• to � J • � � - , � t
6 .
I
I �
v.
i
3 � �
•1 !
PROTECT NO. 1,7iLIT)E£. DEPARTMENT
CITY Or P '!,7oN
WOR.r ORDER NO. WASHINC:TON
DATE SUBMITTED_ SA iJM2
DATE COMPLETED DEPARTMENT
DESCRIPTION OF WORK
6' C.:. Water Main, Painter Avunw South, iroc ;lct<xia _t.
to S. 'hid Street
NECESSITY WORK TO BE DONE BYs
,s City Forces r--1
Contract
Others
ITEM PUANTITY j UNIT I COST AMOUNT
60 C.Z. Water ripe (T.J.) 620 L.T. 2.30 1,426.00
6' Gate Valve (MJiwJ) 1 It 12.Y0 d2.90
1 6" Gat* Valve (rz:Nr 2 as 79.2C 159.41)
6' C.I. Tee $f!JcrL% 2 Be 48.40 33.90
6" C.I. 22%0 Rends (M,:) 2 Sa :i.30 50.50
60 C.I. Solid Sleeve (MJzLr) 2 Be 173.90 47.60
5' M.V.O. Corey Type Piro Rydrant (MJ) 2 Be, 679.00
S• :24' C.I. Gat* Valve ac"f 3 P.e 11.10 42.30
Shia hydrant GwM !ants 12 Ea . 159. 00
Shackle nods 20 L.S. 1239.00
,32 6.60
�I
2,547.90 ! "
6 Tax 127."
I!I 2,675.29
1
TOTAL COST
APPROVED BY
v6)PT. of {TISLITSES DATE APPROVED m:
e'
a
oryyy
�i
w
PROJECT N0. X=32& UTILITIES DEPARTMENT
CITY OF RENTON
WORK CRDEA NO. _ WASNIN(TrON
DATE S'JBMITTFD_.5l11i
DATE COMPLETED— _ DEPARTMENT
DESCRIPTION OF WORK i
6" C.I. Water Main, Minier Avenue South, L-4 6.4 . Victoria a+..
to S. 2nd wtreet
10
NECESSITY WORK DONE BYi
City F .es r�
Contra-:t
Others L�
rrc'M QtANTITY UHI7 COST AMOUNT
6" C.-. Water Pipe ;T.J.) 620 L.F. 2.30 11 42F.00
6' Gate Valve (MJx%J) 1 .Ba 82.80 82.80
6" Gate Valve (itaWJ) 2 Be 79.20 158.40
6- C.Y. i : (MScPL) 2 $e 48.40 96
.80
6" C.I. 2_fo Banda (NJ) 2 Ba 25.?6 I 50.60
60 C.I. Solid Sleety (MJxLP) 2 Be 2°.80 47.6n
5" M.V.O. Corey Type lire Hydrant (MJ) 2 Ba 239.00 478.00
8" x24" C.I. Gate Valve Boxes 3 Ba 14.10 12,30
Fire Hydrant Guard Poets 12 Es 13.25 159. 00
Shackle Roda 20 il.P. .32 6.40
II
1 2,547.90
I
e Tax 127.39
2,675.29
i
t
TOTAL COST
APPROVED PY
SUPT. LF UTILITIES - - DATE APPROVED
--- MAIN
3 �€
i `
r
a
9
PhCU7ECT NO. N-374 UTILITIES DFtARTMENT
CITY OF REf,TCN c
WORK ORDER N0. WASHINUrON
DATE SUBMITTED 5/11/72_
DATE COMPLETED DEFARTM29r
DESCRIFTION OF WORK
6" C.I. Water Main, Rainier Avenue South, from S.W. Victoria ra.
to S. 2nd Staeet
q 11
NECESSITY WM TO BE DONE BY:
City Forces
Contract
Others O
ITEM QUANTITY UNIT C,ST AMOUNT
6" C.I. Water Pipe (T.J.) 620 L.P. I 2.30 1,426.00
6" Gate Valve (MJxMJ) 1 Ea 82.80 82.80
6" Gate Valve (FLxMJ) 2 Ea 79.20 158.40
6" C.I. Tee (MJxFL) 2 Ea 148.40 96.80
6" C.I. 22�0 Benda (MJ) 2 Ea 25.30 50.611)
6" C.l. Solid Sleeve (MJr.LP) 2 Ea 23.80 47.60
5" M.V.O. C,rey Type Fire aydrant (MJ) 2 IE'a 239.00 478.00
4" x24" C.I. Gate Valve 8rnces 3 12;a 14.10 42.30
.re Hydrant Guard .-osts 12 Fa 13.25 159. 00
...ackle Rods 20 !I L.,F. .32 6.40
2,547.90
9 Tax 127.39
?,675.29
I
i
Y
TOTAL COST
A?PROVED BY
CUPT. OF UTILITIES DATE APF,i0VED
1
♦ 1
L,..
r
V y
"' 9a
"7
IY�
Ur
U Z UTILITIES DEPARTMENT RENTON, WASHINGITON
WL
CITY HALL. CEDAR RIVER PARR, RENTON. WASIONGTON 98005 ALPINE 9J466
W O
a> f
G+�EAPITA'r
I
Following is a list of Rccour.ty incated on Rainier Avenue uet4een
Victoria and South 2nd as follows&
Account 25443 Your Tool House 155 Rainier Ave South 11' inch
Account 25452 Seattle Auto Glass 205 Rainier Ave South 3/4inch
Account 25454 gene F..eyers Auto 225 Rainier Ave South 3/4inch
Account 24458 gene Heyers Auto 235 Rainier Ave South 3/4inch
futai /+ 3
Total 1" 1
ti► �
l
r
!!ay 12, 1972
To: Bert 1, icnry
From: Ron Olsen
Subject: U.A.B. Project 88-1-102rl5), .tinier I've. F.
The construction of this: street improvement p.'Oiect will require
the relocation of the eaistinq watermain in Rainier Avenue South
from S.W. Victoria Street to Sos._h 2nd Street.
The design of the new watermain, as to size and appurtenances,
is based on the design requirements of Washington Survey and
Rating Bareau (which is a part of the city o` Renton, 'dater
Utilities Ordinances) . A copy of the design criteria and the ;
City c-di*'nce are attached herewith. "
The material estimate on this project is approximately
$2,675.29, ti include•:{, with the installation estimated at
$2,604.00, 'tax included. (The installation is based on 620 L.F.
of 6" mw". at $4.00 per L.F.)
There will be some temporary concrete and asphalt restoration on
this project, and an estimate of this restoration is $945.00, tax
included. There are also approximately 4 water services that will
have to be relocated at anestimatt of And,
:
finally, the estima ' engineering co
sts is 00.
The total estimate of cost for this project is $7,259.29.
Z would like to request the U.A.B. project to provide the nece-
ssary $7,259.29 to accomplish this watermain relocation.
Ro:pup
Attacbment
"� l
JO
May 12, 1972
To: .ert McHenry
t.
From. Ron Olsenr,:
Subject: J.A.B. Project A8-1-102(15) , Rainier Ave. S.
bK K
The construction of this street improvement project will require .
the relocation of the existing watermain in Rainier Avenue South
from S.W. Victoria Street to South 2nd Street.
The design of the new watermain, as to sire and appurtenances, 1 AY
is based on the design regjirements of Washington Survey and '
Rating Bureau (which is a part of the. City of Renton, Water
Utilities Ordinances). A copy of the design criteria and the
City ordinance are attached herewith.
The material estimate on thi- project is approximately .. ,
$2,675.29, tax included, with the installation estimated at
$2,604.00, tax included. (The installation is based on 620 L.P. tt'
of 6" main at $< 00 per L.P.) 6
There will be come temporary concrete and asphalt restoration on
this project, and an estimate of this restoration is $945.GJ, tax
included. There are also approximately 4 water servicec that will
have to be reiocateJ at an approximate estimate of $495.00. And, ,
finally, the estimate of engineering costs is $600.00.
i
The total estimate of cost for this project is $7,259.29. 1tp°
1 would like to request the U.A.B. project to provide the nece- i
asary $7,259.29 to accomplish this wateimain relocation.
)
RO:Imp
Attachment
SCHEDULE OF PRICES
(Aoter L'nit pricco for all Stars, all ertensiara and total r,=unt of
bid must bu shown. Show unit prices in ,loth wordy and flpltr�ai
and whaxa conflict occurs thw wr:ttun or typed words ®ball pr"&".)
' WITLJ 1T •1 PROX. ITE14 1IT8 MIT PRICED BID �T
tv0 UNIT PiC4! AD:OUNT
_ ITY i(uni[ Prt�es to be Written In Uords) COLLARS CPS. DOLLARS CTS.
i
I
I I
I
I i
i I I
I
II I �
r
I
I �
l
r
SCHEDULE OF PRICES "
(No:ca Unit pcicos for all items, all eatcnal= and total amunt of
bid cost be chain. Chou unit prices an both words and figures
r
and where conflict occu:'s the written or typed words cliall prev¢tl.) 4
i
ITZ114 X12ROX. Ii'L- 'Ifd WIT PRICED BID I UNIT pRTC -. AMOUNT
_110. QUAUTITY. ''Unit Pr ces to be written in gords� DOLLARS C.S.�DOLLAf 3 CTS.
i
l
i
A w.,
" r
SCHEDULE OF PRICES
(Note'- Unit prices for al_' iten#, all erteneicaa and total amount of
bid wudt be shown. Shay unit priced 1n both rordr mad ti mres `;•= 4
and wham avnlliet occurs the written or typed vecrde #M11 ysvwatl.) `
ITEM APPF,OX. I ITYM WITH UNIT PRICED BID UNIT PRICE ANAQNT
NO. QUANTITY Unit prices to bo Written in Word# DOLLARS C,iF. DOLLARS CTS.
d
1 j
I i
I � i
I
i !
I
I
I
�w
r+ —
Mill
a.
HEDULE OF PRICLS
(,vote.. Unit priow for ail itess, all extensions and total Amme: of
bid gust be ;hum. Shur unit pricer in both words and figures
and wlvre oonflict ocrure the written or typed words shall prev&G.)
ITZM APPROX. ITEM WITH UNIT PRICED BID UDII" PRICS At OM,
NO QUANTITY Unit Prices to he written in wards DOLX.XtB CTS.1 DOLLA" CTB,
e
I
I
I
i
i
I
I
I
i
(
1 ti
SPECIAL TECHNICAL PROVISIONS l(`MT.)
TS-06 PIPING MATh�i ANC PITTING-5 (Coy
materials, valves, and fittings Shall conform to A.P.W.A. Standard Speci-
fications and shall be iu, accordance with the city of Renton Requirements.
All pipe, valves, fittings. and Spec &IS shall Oe for a minimum water
working pressure of 150 psi or as revised by City of Kenton standards,
It and shall conform to the requirements of the applicable sections cf the A
A.P.W.A. Standard Specifications.
L 07 PIPE ZNST`.LIATION
a. General
Pipe installation shall be in accordance with Section 74 of the A.P.W.A.
Standard Specifications, except u modified h.+rein.
All buried pipe shall be laid upon prepared foundation or bedding
material so that the bottom quadrant is uniformly supported tnroughout
its entire length, as specified in Section T.iENCM EXCAVATION, BEDDING
AN.: BACKFILL.
The average depth of cover for the water main call be 1'0", and the
trench width shall be no greater than 70".
b. 'Aying and _'ointina
Cast iron pipe and accessories shall be handled in such a manner as to
assure delivery to the trench in sound ,ndamagei condition. Partic.;lar
care ebal be taken not to injure the pip! I'luing ind coating.
Cutting of pipe shall be done in a neat, wrrkmanlik� manner with an
approved type mechanical cutter without damage to the pipe..
Jointing shall be accomplished in accordance with manufacturer's recom-
mendations.
c. Bends and , urYe
DeV ectior. from straight line and grade, as required by vertical curves,
hori: ntal curves and offsets shall not exceed the maximum deflection par
joint as recommended by the pipe manufacturer. If the alignment requires
deflection in excess of the maximum tecu mended, s,,ecial bends or a
sueficient mm`-,er of shorter lerwths of ripe shall be used to provide
angular deT/e•a ionG within the limits set forth.
TS-Page i
4�
4
SP!__C7ar TFl_'}gtICpy PkpVI5I0,
TS___JS_PAVG_M+.NT REM(PJAy, TEENCti EXCAVATION BEDDING ANG BACKFZI,I. Cont.
e• Trench 5a c _-Can
2!1_C t10S1 (Cunt.)
tests shall be selected by the Engineer. If one or more tests do not
mcct the specifications as stated above, additi x+al testa will be taken
as requested by the Engineer at the Contractor's ex pence. �
q (3) 5_iba uw _
shculder areas� Backp 111: All subsequent backfill under street and
depth, 1 he laced Jr, lifts not exceeding 8 inches in loose
P and each lift compacted to at least 55 percent of maxim. dry
density at optimum Moisture conteht as determined by ASTM Designation
i D698-58T, Method D. In-place density determination shall be made in
%l&ccordanee with ASTM Designaticr D1556-58T, except as otherwise approved
by the engineer. Testing for ,.ompactions in the imPrcved areas shall be
in accordance with thw testing as stated in the aecpi.on on initial Backe
f"l.
(4)Partimon,twetti separate or extra payment of any kind rill, be made
for con
A-Ishall ba n9• drying, water, of Processing of materials, but
included in the applicable salt pr_ce raid for the waterline in
Place, a includ
f. Selec�elch g�kfi ll
Select tcenchgra backgranular
l t for the )pipe shall eons:.st of crushed or naturally
occuzrinc granular material from sources selected ty the Contraet.a• Thu
•.urns and quality
ty of
Select
Engineer- Selec the material shall be subject to approval by the
trench backfill wall meet requirements for bank run
' c-avel Class "G" as outlined in Section 26-2.01 of the Standard Specifi-
cations. ,
The horicontal limits for measuring select
vbe the aide of the excavation except no P trench backfill in place shall
. replaced Outside of vertical plane payment will be made fur material
the barrel of the P es, 1.0 Lest ours"-e of and parallel to
Pipe and not the bell or collar.Any excavation in excess of the above requirema+its ah+.11 be replaced with
lthe native material or select trench backfill, as directed by th.- Engineer
and at the Contractor's expense.
's The prices per C+yni shall be full con ', ,:,, _.
furnlehb+ and pwnartlon of smL a-+i nq the source,
0 9 placing the material as outlined :Standard Sneci ficatiOne. .cn 26-2.01 of the
TS-06 PIPING MATERIALS VALVES
----��__j AND FIT1'INfc
All lips sizes as sham on the drawings, and ea s reference to "ner..inal" diameter, unless otherviseYindlc3ted All r are in
Piping
TS-Page 4
V
i
y
A