Loading...
HomeMy WebLinkAboutTED4001516(6) Monroe Ave. NE & NE 2nd St. Bids BEGINNING OF FILE ME WU MONROE AVE NE. E N. C . arid Sr. � �1y I�+.aie,Aev. wa.aar 3 G� STATE OF WA*04CTON .DEPARTMENT OF LIBOR AND mLISTRES Greral lbws jh-&A*w • Qr nioa,wmtww ,5eyw 7abruary 23. 1)33 Ntw of 7e5ton MO till.\venue 2entan,'S'\ 4055 let =ir.n 'Jo. 137,303-M-3 Q :entract No. CkG 051192 Gentle nen: ?lease ne aivise.3 t'Tat t+.e 'kpart sent of L%1xw all Industries does hereby release the :ity of .'Onion fro' any (ur'ner " tility "smut to 2CA SI.ILOM all t:tl xv. )70 a eastwou of ter wise i%Cut in connecti'an with a contract calling Inr + rrne ert JCJdtnast Ste-It i 9prove.nests. �nis certificate does rot release Gary ',terlino 'onitructien C"pany from liwjdity I,w aJditionai contriwuwu which later -nay be determined to be Ow with resp^ct to tle wove TentloYl contract or any other ctntracts said Contractor may `tlwe w,ws. Yee js -onlnue Assistant r r'ompliance Unit 'tunes (256) 753-4a3 ccu1. <.dm.3.12 cc to ;ary 1»61 3('onstt uction '"piny Afcff F 'it', Oven to i.wn D u "' • �t�rk���n4 D U MONROE AVE. N E. N.E. 2ND Sr EN6IJVEEg'S 64,tY me'Wao R-W. 5COT7 R.L. AUA P&AROl LAND COMSbQ. WEST COAtiT TR/- SATE TvAUEY [EMENf E57/N A7a CONS"IRUC7/ON CON37R9cr/m cowAllr mar ximd COMPANY CoN3TRacty@M Cosa ecrJAN CON31iWpioN GONiANY COMPANY ColvAN7,/N[. II COMPAM7 / jl INC. A bw1T UNIT UNIT UNIT IM1T yM1T UNIT • - --- ----- --- - .7lJ1GOY/ ____ _-Y- ..----_.. fflt_[ lOT6} race 'pt+4 /llcl TetAk r Polce.-,. , TOVM. ,tilu ,Terµ UwIT IT QNIT NN1T tlI1TT KNIT �To- ot- R1 44 uwlr s. /;Ow a /Syo00.00 /S,000.QD/x000 0o p,doo ;S00 00 1J 900.Q7 21,300.(b 9 6Bf.3/ $668.f! 2s,000.00 z oe600 74- 30,fIQeo 3tie80 eo tQi�• 1'8,00o Nog 50 !fo,/ o- -- -- _ 2 �JNlfas. fJUNM1io� Z�y 4.60 11,60 -40 lo0 VOW 400 It f0d00 0.50 1,450.00 t26 6 Ss1.A0 /-25 3,624.00� !!0 /l, fe.M--- - -- I __ 3 !' s:oo /ts6neo j -+ ---- ,3 S,OpO M ;dN 00 l0,90000 l0,90000 LoOD AO L,00Q00 J1,50000 l�S0e00 1,e17 }4 /1037 4 55"0 MOO , 4,d00.d0jtjdd0.00II13,odo. 13,o06.00 g 560.M 3500.00 Crrr4rd ir•I• zloo _ _ -. i�4 . .nae (iy=J 7c�n ., &00 I7,i1d40 700 /5,40000 goo 17,60000 1#0 I$760.00 1.09 444.00 7.71 /7,050.00 ,72a00 010 00 d.s0 7d0.00 - _ .00 � 7f0 16 lb 000 /t, a 6 A wC CwMc. C/• R �ss 10.00 ft,63e.M 14.00 41,640.00 L4.00 41,64Q� Yl.26 50,7f6.10 95.04 44.Ift.40 1l.7S 41,2ef.25 PESO 4Y,507 Y700 4;dt5 00 25.60 #3,37s•06 � , 1' - - - � 1Ac,l/�VA AIVly �s 55.00 t.75o 0o fd.00 6900.00 5-0.00 Z,500.00 /0.00 $00.00 18.50 1,925.00 40.00 1,060.0 gt.so 1,8Y5.Oe i 7 00 /,Tso.eO - -- - - -- --- cow aw�x 60 _- 3s 00 o.00 o0 �"- 4*f s 40.00 ;ddd 00 9Y•oo 1,f00.00 60.00 9 n.00 l0.00 500.00 4l•56 ;01f.00 30.00 1,500.001 45.00 $250,60 1 95.00 1,750.00 4Q,00 _ Z,do.M P Cinc.C,44f L.F 5.50 949/73O 4.00 / 940.00 5.00 I$9Z5.00 4,30 /7932.50 4.75 1B920.75' 5.45 zi7/d.25 3•to ZgJ2s.so , 2 67 e0 /y ,90 - - 494 9 Cosa. srG.w/r �f 13.00 q 4f1.o0 11.00 ll,d16.00 /1.00 /111too /0.60 /0760.00 11.33 /t,I9/ob /2.10 /3,oN.fO /Y.yp JJ,fJ410 I0.10 M1 ,rfo•00 /7.00 /2,9/1.00 -- -- _ /o Cenc ali.ww�ys s Y• . 15.00 /,ZoO.Oo /3.00 . 1,040.00 i:.00 960.00 IL00 990.00 12.88 1,010.40 17.00 1,360.00 ; It 1,50o.00f~ /�00 /,440.Otl 14.Oo 1,126.00 75.00 215.00 /50.00 450.00 25.00 75.00 125.00 915.00 87.00 191.00 10.06 /50.06 /1 Sew`"A3.t fF „ 1.00 450.00 /.00 4fO.00 j.00 900.00 d.60 7�e0 125.°BO SS.00 /65.00 /75.00 525 60 ZTO.Oo 0.75 � - - -- - --- -- -- 3750 075 937.50 too 450.00 0•so ZZ5.00 too 4: 3.Oo /3 sc�Sz�r�rdr.p,/>o /xF 40.0o si,8uaoo 40.00 -_ __ - - - - f3,soo.00 1900 5/,110.00 51.00 68,595.00 40.84 549t' 80 4J.15 58,016. i 4s,7o 59,,774.50 #160 55,145.00 45.50 61,197.50 /6 3c"� `Yrferr�to 66f - -- Sfev�d� Pe.. ef4 $5.00 3(,245.00 4L00 Z7,01900 4LOO 27,0/9.60 27.96 /8,425.64 41.38 27,261.42 45.50 19,9450 50.66 31,950.00 45.00 29,65So0 48.00 3/ 632,00 qq�y r i/c✓ 5 5/or,., d. yl^ t.F 65.00 /2,6/060 48.00 1,,lit.0o 52.00 4006.00 42.22 8,190. SO 54.79 10,619.26 61.75 11,979.50 70.00 /3,580.60 72.00 /3,960,00 5'4.25 10,524.4o 4, /2•�4.57irw lr.l,^ �F I6.00 U2.00 /5.00 105.00 /8.00 116.00 60.00 420.00 10.00 2/0.00 30.00 210.00 22.00 154.00 10.00 2/0.00 I5.00 /65.60 17 Y S7biA~ oF.P,�r �f l2.00 2 340.aa ll.00 2,145.00 /2.00 2,140.00 7.20 1,404.00 /4.45 2,817.75 10.00 1,950.00 13.70 2,671.50 15.00 2 915.e0 r2 00 f,340.00 5W- de. 4.F 30.0o h056.00 30.00 1,030.00 24.00 840.00 25.50 891.50 36.25 1,268.75 94-00 r,190.00 32.00 1,120.00 31.00 1,015-00 40.60 /,400.00 /9 Ty/k/ C.1d. Ed. 600.00 3,000.00 550.00 Z.75000 600.00 1,000.00 5i0.00 2,550.00 451.12 2,256.16 540.00 2,70000 5/5.00 2375.00 675.00 3,375.o0 700.06 1,560.00 l0 7yfx-A=-e- cwri 1n/els At. 4SO.00 /,800.00 400.00 1,600.00 450.00 1,800.00 410.00 1,640.00 401.24 1,c64.96 425.00 1,760.00 ' 435.00 1,140.00 515.oe 1,100.00 4,;00.60 3g100.00 y9000 2,40000 2/ �7ia14�'t 7jfrrF)L 3,000.00 Z6000.60 3,000.00 2l,000.oO 3,000.00 2/,000.00 T,500.00 17,500.00 1,860.30 10,021.10 Z,850.00 /9,9s0.00 -3,760.00 26,120.004,025.00 29,175.00 5pec,./ 4kwi l-- / _ _ 1L � •�_7L Ea SAO" 5,000.00 2,700.00 2,70000 2,700.00 2,700.00 2,750.00 2,750.00 1,391.47 4377.97 3,200.00 3,200.06 14,900.04 4,9oo•00 4,5oe.00 4,566.00 3,700.00 3,700.00 - - - -- - - i i MONROE- AYE IV E. N.E. 2.v4) ST. - �,r�ir i,•: 1 ENGINEER�S 6ARY MERLINO 11 R.M. SCOT? R.L. gLj•3 Pir.Wj 4ANO ylV COW TR/• 6TAT6 1 I CiNfNf ESTINATg CONSTROc730M I�C'ON+iTRvcnON I TROCV*6 CONSIVOC770N - CalsrIPO6T/eN ji 6ONPA11YCANJ7RML7(O7/ CeN37•fNcfiow CON PAN Y COMPAVY Comemy COMMN LOrIIA 7 1N � CONPANJ � � Y N `+ _- UNIT _i_--UNIT UNIT ON IT UNIT UNIT - - -- -- -- - '-- - - ` -_ . ' / A �• UNIT UXIT UNIT OMIT eN1T IINI'T UM17 iitr UNIT -- UNIT UNR j UNR �OYIG /r _ Pi(ICl TOTA PR iC[ TOTAL I _ _ PRIG! TOTAL TOTAL IM�L _lRfti T4L�l j/tl_C TO7_k s u•/ .>,�vAw -" u $72500 I1.4J000 70e0.00, Ob00 >_i2J*j. Ppl�� T3rA� _ k PR.lit PAl4 -Y' Zo - 8,0440 aK,ot.Ioii fOw,00 12,000.00 4060.0a 14000.00 6,050.00 12.100.00` i,208.75 ' 11,417.50 /1y 7,dno•oo /s,600 0 47oa0o t3400.00 --- - P. H• 7.100 4,9w•eo da0 S,60o.00 loo0 7000.00 6.25 6.2soaa a-01 ta0o 6Ba 4800.00 8.5o Id.Sa000 6.7f 6,7fs.00 Zs Z4 ks_ T 00 7,000 00.I f SO 6,500.00 f 00 `9,OOo 0o 0•SC 35D.Oa 6.15 4,3?S00490400 - ' ' -- 7.00 6.80 4,760.00 15do 16,1".001 100 4,�e0.00 ZG , r. cr'7fr.r/ 6CiC/L : 5.00 s,o0oeo ooI /ao0 8.60 8,000.00 o.SO So0.00 5.a f-el lo.00 -- - __ a 5,doo.00' 4.00 4,0w•o0 S•'0 s� ,l0o•o0 1.to I,tw.00- - - - - i0 _... . ._--- _.-- _. - Z: t/Aw.. £xuw C•y 5.00 25a00 0.01 0.50 4.00 t00.00 /0.00 5aao0 7.13 156.50 s.00 t5a00 8.00 4p0.00 Toe 35a00 10.00 Sms.do _ .. 40 G s8 r,sl Ado 0.01 /.so zoo 1,Oso.001 0.50 73.00 4.80 720.00 7..15 1,087.50 , 5.00 150.00 5,10 885.00 tic 165.00 9 ¢ -00 _- - , _- . _ - -- a f 75 00 00 00 Mod, � 60000 200.00 BOo.oO /so 00 600.00 t01.05 8/6 20 125.0 se0 eo 1 /eO.00 460.00 175.00 7 00 .O0 toe.00 800.00 / b. 75.00 30040 --- - - AiN 3° G �.p.Nr�c _ 3 _ '! a°.00 � 100.00 400.00 ; _fo.0o too.0o /5o.o0 10o.00 115.0o Sos.00 7s.oa 900.00 /25.0o Soo•00 loe•ao 400.00 - - - - _ Ae~v - ex 61j JAY � ___. .. _._. -. 31 . cN.,r 4 ywy�r _ R _ 2•so . 840.00 l00 l3800 /.00 l36.00 /.o0 9U00 r24 752.64 1.50 SO4.001 too 35400 1.50 5o4.00 - 1.50 504.60 32 C . 8. �,w �P. 35000 35000 50000 "0.0o 60400 600.00 800.00 M-00 ; - - �t/aci PXs� -- - -- - l4s•2o 14s.t0 tSo.00 t5o.eo /oD•0o 1ao•a0 450.00 4SM40 35a.0o 350.00 33 p+e>< SYS► L.S,y8,o00b B4O00dO 5,00000 5000.00 7,000,00 7,000.00 6,000. 00 f,000.00 99Z2.509,9t2.50 4,2oo.0o 4,soaw a,000.60 4600.00 , 5,500.00 5,500.00 6,800.Od 6,goo.oo ' 34 Fw sh i 4AIw.* L 5 / Oee b 1,000 00 6oe oD 600.00 500,00 500.00 1b-00 106.00 1,000.06 1,000.00 100.00 100,00 1,70o.00 1,70o•00 �00p - 1 35 C► f., 70 - - -- - �- .00 3,000.00 3,3M.60 9,300.60 '' 740 41o.0o 80o 560.00 14.09 980.Oo 2000 1,400•oo 8.00 S60.00 90.00 4160.00 /5.50 145.00 1t.00 *40.00 15.00 /,oso.00 ' MONRGF Al/E NL�. iJ r. 21V(D Sr FNG/NEfA's 644Y minm0 R.w. 9corr R.G.AL%A P1r44oi LAND CeNSTR. Wfsr cOAsl" 791- 5TATA ✓ALLEY CEM.ENr EsTen m CONSTROC7/ON CONSWc7iOM COMPANY rRocR/N6 Co. Co. C OrRNcriop cwsntucriaN 6003TitacrlEN COMPANY COMPANY INC. CSHMNY compA11Y ton. G / 00 If IDJIT UMIr UM IT OMIT UNIT OMIT UMIi '" -- - /(t��A_ PRICa TOTAL PRICE. TOrAl_ Q ICE Tafsl rElcE Tat�l PMVG! °"L N1 rtwTr IT Wllr :T VOW T U T Uee w 60 -''s- :: , ,: _ TOT4 TRILE r ►RICE i Torl11.. _ 1111i�-__ _W_111, /RICE Tura► / ,Swd. 6p 2xo.e0 2860.00 /72.00 Z,236.00 180.60 2,940.00 250.00 3,250.00 189.10 2,459.60 175.00 2,275.00 /80.00 2,s40.00 221.00 1,115.00 180-eo l,;4e.00 t y4/ SAW. • erw 13 _ *_ --- --- " - ---Z .ao'nrwe.6_ Ee. 150.00 9,75ao0 771.06 10,056 00 80aoo 10,400.00 775.b 10,075.00 849.to 140lSq 775.00 10,075.00 8ro.00 1415a00 8/0.00 10,5l000 600,e0 10r400.00 a. Fd - - fl ---- - - L_ Ara. -_ 36Y.00 4706.00 Staoo 4940A0 US-00 4,745.00 j830o 4, U00 450.00 5,8So.00 4b.M 5,200.85 32000 4,160•60 4t5.a0 _ S52S.Oo 39B_10 S,1u.60 - - - �- -- j_ s_� 4p /SOeO 3.30000 153.00 736600 If0.00 3,520.06 200.0o 4400.06 /a.30 ;70t,C0 /55-00 3,40.00 160•VO %52900 110.00 1,41eA0 /to•/o 3,51ade 5 - d r Sere.6i'mial _� E,,. I,Sases y5p.00 I,19o.00 ;,230.00,�„ /,40n00 b40Go0 I,SSa08 I,SSO.00 /,;�},00 /,3SS.00 1,15000 /,IS0.00 4 1,900.00 11300•00 11125.00 1,12S_00 00/,40 *00 /4040 9.25 313.75 9.90 136.00 1.00 145.00 10.13 956.30 9•25 M.73 9.70 339.SO 780 Z71•60 Io.00 lS0.00- 0(z- W/z rMW2 0.40 184.00 0.41 188.60 0.50 230.00 1.10 Sm.00 J.45 207.00 0.50 110.00 043 l97.80 a90 /3d.00 aS0 LSa00 t, 1s Ce d"406p, ,iPh elr. L4ee .-.. . _. 8 (7- �� P✓c . c.f 000 1,U0.00 l.13 Z,7/1.00 1.20 1,006.00 125 3,000.00 1.24 Z,911.00 1.16 4716.00 /.2o 1,8a 06 0.10 1,--- - - /,ps 3�oeo•Oo 9 3`0 LE 2.75 90.... _. 3.25 / 0.00 ?.YS l,176.00 , . -._.CoTda,/- 2IRole., LSO 3. 1, . 3.48 3.20 ,1 .003.32 i,19610 2.35 846.IV . 41 440.00 � 544. ¢o c.F Z.66 Soab 6.00 1,50000 6.25 /,562.50 /5.00 9,750.00 6.66 l,C6s.00 6.05 /,SIZ.SO 6 35 /,587.50 }./0 1,025.00 7.00 G750.00 * ____ _ _ c.,C 4.00 3,Z00.00 1•50 2,000.00 1.6o 2,000.00 Z. 2,016.00 2.75 1,Z00.00 2.50 2,006.00 Z.60 Z,O1o.O0 610 go.00 3.00 j,40o.00 /2 . 5hvv f AfA A!__ a<. 100.60 j00.00 120.00 440.00 Z10.00 4CO.00 100.06 206,00 242.00 484.00 ZZO.00 440-00 L30.00 460.60 235.00 470.00 250-M 5'00.60 /3 �o%e GtllLswt L.S 80000 80o." I,?3S.40 1,135.00 1,40000 1,406.00 1,650.06 1,650.00 /,48.50 11461.50 /,400.00 1,400.00 /,400.00 1,400.60 3,000.00 3,m-w /,40o.00 1,400.00 /¢ 5r-/r-e>` ,E1944411 S-00 175.60 0.01 0.35 10.00 350.00 5.00 175.00 Iloo 385.00 10•00 350.00 l0.so U7. so l6.00 566.60 Sew C+ a *o*'// zoo /e.00 350.60 /5 /%' c, c 1.00 410.60 1.00 480.00 Z.l0 504.00 /.50 764.00 2.20 528.00 2.00 480,00 2. /0 504.00 1.CO Af a 7" 7 314.00 2 10 S28.Oo /6 46Abrs, yc111ol-I /0.50 7"jo 9.50 673.50 /0.00 750.00 10.00 730.60 /0.45 761.85 /0.00 730.00 10.00 730.00 17 " e mincers 0014 10.00 4 /.n 730.00 10.00 750.00 it/, 4A4,1' . 6.v. 2.00 890.00 Z.00 aid-00 t.00 890.00 2.00 810.06 2.01 930.05 Z.00 ego.00 2.00 890.60 2.20 979.00 Z.LJ 810 00 /f 4")e//~p".11 Lnc L F 0.20 63a.o0 0 /S 472.50 6.16 504.00 0. 16 501.00 s - 4 0. ,,7 535,ro 0f0 630.00 0.17 3-35.50 0.16 504-00 0.16 50+60 /4 rhel 410*14 . Alauis de. 75-W 300.00 /10.00 4Bo.00 190.60 520.00 /t5.or 500.00 13Z.00 528.00 13500 54600 /3o.00 510.00 130•60 510.00 /30.00 Si0.00 14500-60 16,So0.60 /S,/68.00 /5,me.00 is,Soo 00 15,500.00 14,000.00400060 16,684.00 /6,684.8o 15,200-0015ZOO.OD /5,930.0015,136.60 17,840-0017840.60 /Q00o•00 /B4O00.b 2/ I?.im(c a4< /aep c4F Soo 6470.00 400 /,176.00 4.20 /,234.80 e.00 ;3sx.0o 4.38 (t87.7L 400 1,/76.00 4.to /,23480 5.50 11617.00 4.00 L176. 00 /NGNROE 4VE" N E. N E. 2.VD Sr E& NO R. S✓. Scott „ R.6, AbA Plr"D.' tAIZK/N6 LANo fCAO*V*Ucrtw BSf COAsr 7v/ srAr[ - A ESt1HA7 CON57,�OC7/eN CoNJTRUcrioN Co.. iNC. CaNSMper/oN YAttFr cENEwY i COMPANYLoNJ7RVCT7oNCOME COMPANY COM/ANY Cp UNIT UNIT UNIT UNIT UNIT VNIT * _ _ _ IMC, . PAILk TOTAL felce To"., PeiCI bMIT VNIT VXIT UNK �I �X.•1 {)Apr �CIT-i_11�K `�MN_ ____�� CnoN I r S/iN/o�ed /ay 330 - TOAI . MICE TOTAL PA Itt � r e i 4 UA Ir UNIT UNIT TeT�t- - �. M I[t_ Z2 oiw 4,A" z/G LF 0 70 231.00 /.lo 361.00 1.20 396.00 1.00 330.00 = - J PeILE To 23 Co,du/ P. iss !2i 399.30 R/0 MI-00 145 579.50 Lao 421.00 1.20 396.co Sc1. 40 /%a" e.i 1. 10 /70.50 3.00 465.00 1.10 480.00465. 00 - -- --- Z4 � 5,y *caw X." b e 3.00 3.30 511.So 1.00 giS.00 3.75 4a8.15 2.06 $/4.00 3.30 51). 50 5 wbo/ N.wd- rAw. ,.E.. 45c.eo 1700.66 140.00 2,04a00 1.60 t1.60 So0.00 3,007.00 31400 - _ - 10-0 Z5 yCb,c% 5y. ,jewel i0 _ 2,144.00 140.00 Zt�,00 560.00 [16000 f90.00 1,54o.0O 360.00 2, 76o.00 ,a xix xia' C.. 450.00 4,500.oO 4/0.00 4,/0pp0 49000 4,300.00 500.00 S,O0p.o0 451.00 4,S/0.00 410.00 4,140.0o 43o.00 41$ao0 570.00 5,70a00 440.00 4,400.00 --- _ 1G kk�. ANp/. es .. 160.00 LoOo a0 120.00 1,20000 110.00 1,900.60 150.00 /,500.00 I?z.00 / 910.G0 - - Z7 6.yx ya.cy LtA'c/`- 2 - - •_ l20. 06 411o.60 . 11C.00 I M.00 f50.eo 3 500.Oo I30.00 - ?,SOo•eo gaeo.oe L,000.00 4,000.o0 2,060.004,000.00 4906.00 $000.00 Z1/1.00 4i114.00 1,9o#.00 1f1a00 ' 1,3M•00 zP E»•`•7"•`y s, a 6ao.e0 zopa.a0 (2,09ado 4,aft 1.9M.eo 3LBZO.A7 2,o -da ;MOAO T- 800.00 3,200.00 860.00 1200.00 500.00 1,000.00 812,10 1'N9.z0 800.00 3,2N.00 + z9 SrSre/i3nweS, s *. 15aas 60a.60 - - , SJS.o0 A34a00 S75.00 /,SOO.00 860." 1100.00 � -_1_"_ _ 80.00 320.oG l30.00 52aoo iao.ao 80a.00 l?2.0o f1d.0o lio.00 g00.o0 125.a0 SOo.00 11.00 Stow 3n clues . R+Jf-IarA.JIrB � /50.60 450.40 /60.00 480.00 J6C. 00 48a00 _ __ 150.0", 400.00 too.ao 60o.o0 168.16 f04.90 /53.o0 459.00 /6o.eo 31 Z-.w,f . d.��{.ii has 46a oo //0.00 370.00 /60.60 4d0.0q ir�r, za"o �.F 4.00 540.00 3.00 445.00 2•10 283.50 5.00 675.00 1.20 197.00 2.0e P7o.00 2.10 - 283,50 2.20 IV.00 240 2I1.00 i MONROE 4VE. /V E. 4t N. E. 2N0 ST, - -.. " ErytiNEEP,S GARY riF.R1iNo ' U. SGOTT R.[. A[lA FITARD/ LAMP c6as71mc7yoN' west toesr � 7Kj. SrA7� � VALLEY cENENT E•5710mm CoNSTRUC71oN CoN3rRUCrION coNPANy Wf.111N6 Co., COMMe,y cbMSTRU trioM CONS7guerlarl GONs7RatTloN COMPANY col"wY INC. �i COMPANY CoNIANY - Y - _-- 44y v F,. T=r'_ �. $0•0O 500.00 3/00 3/0.00 70.00 700.00 Bo.oO 800.00 58.85 s88.50 Gs.o6 65o.a0 3Lo0 '1MOO 61.6o 69C.Oe Acer n.6....w 61 - - _ _ 2 Rewls,,,,d,t��.9.0 IS0.00 600.00 95,00 38000 85.00 340.00 /50.00 600.00 131.50 550.00 /50.00 600.00 - pholl.s f�+�s� s �40 _.- _. 114.00 456.00 /60.00 640.00 US-00 440. 00 -4 p�P s /z y+/ , . 10.50 /1 too.06 ZOO t/1&00 7.50 1,200.00 12.00 1,910.00 770 1,Z31.00 7.50 /,200.00 8.00 1,28p00 7.75 /,tN co 160 � 7.l0 /,248•b 81.00 9.00 JS 4 �At Y. 25.00 3,000.00 ZO.� Z.400.00 19.50 1,54o.00 /8.50 4220.00 15.18 1,821.60 Y5.00 •3,000000 2500 EOM QO 27.00 Z�i -�-MOO IO - i - ��b t u: yjs• 4.C. XSoO 00 i3OMe 00 GOAD 00 SiagO 00 S�o00 00 IOU 00 1 TOfZ 00� oo-80 I �71N AO 7loe.gs 7 se0100 i,7a0 dri�7b0 00 T,900•os�7,90s• o - _ d t t i I I �ht`D4tE_ • TO-T.YL S A 325, 9/7.60 Z78, 085.00 286, 425.00 274, 901.4Z - 279, 651.43 .. 292,078.85 - 32 9, 623. 8-0- 32- ,�- -_ � 517.00 ^"4, 43S. 90 779T.44. S4gW4 t" B 60, 3oZ0o 67, 176.70 67, 93t.90 74, 991.00 74, 010.82 67, 946. Z5 70, vs.o5 - - 1 7bTAt. SGNdGt/CE C 5, Oss.00 4, 291. oo 51 45% 5, 615.00 7� 56t•00 7S, ��i 7TdTAL Sc//EpucE J 4, Z33.35 5,540.00 5, 201.00 870.00 4, 74 e.s0 it D 3, 500.00 6, 000. 00 5, 000.00 7, o37.o0 6, 700•0° Z6o0.°° ---- - l---_ G, 106.0o 7a "o-00 I: 4000•00 TOTiIL 6/p 403, S71.o0 355, 552.70 362, 794 90 144, 546.42 364, 595. 60 4 373, 165.10 4/L, 238.E5 11 4/S, 911.00 �4 SC 40 J s _. . . .Mill I + , T _ r ffl - t I _ C , 4 3_. a ,t� :. r Y g f . N r, w � - I t - ——— j : , T. 77 � . . . , . . _ . i 1 t 1 ' ' , . I - '{ . . 1 f tl 1 3G _1 i _ Y j r �. . . . . . .-. ..—. .._..,.d- ._._�_ .." ,: , , , - . . . .� , , , - .. .w- .. _ .—_. -. . - - 'F,�1 -+C-----ate* _•-- __^.' ,.. r"", �„� l� . { I rr kt I 77 I I ., _ -rrWwrt%s%tlR .lYwkWmes.WY= =t�aWf %W%+�Gwu�.> ,.>.:�+v.<,�....ewk} „� ,.. . . ,:',sNiip1tNaiWRNf afar ■N\ •n.,wkaN NNaia.tlffNarrRriw *manaarlR9�rwrRN% NI afaMrRi\Nfsome am p••�Ne•N. e•Nat/b•/\•Nbbo ra # ..Ylie af.ia' ..!ffi6iILdi Mu.F+4W fiararraa ir#.'Saef Re Yii'S Wxdf:A }EHif rre#rfafY#N#RMn+WSWWR#ir RrW RWRrWa9 x 0i %5 A.awYiiNfa/R#rriR* •fN•r rf#N'aJatrN■ •rar!•fr•a Nir\■ meter\#rtfs: #rrr:'rrtr ;.RYfy�{\if if i•r S�3i aea Rir�{Sfls:iiR irf ii: iii\�y�ySNiIR•Ri ii fr ag�{�raP"1i�la R.a Rr iRSSR\i Ri RRRt•MirR N:.a.raf aigO�RI�RtWaaLi�piiaia GaRNara it*GY<.ERRRi-Wig' rr\/i■•iif NibrR •ri WarR Rf rlN•i R6 ii1 Ff1MANW ri9RiiR'lrbii rR fir. •t • ■tRR I,r Nq■ N••r■• p •r/r■•ri•}iia. WNpS•r1■ 1 fia#irNff ■■W Rieif•fine•oY•of;,;i�'}iaNiip#■yf■rasa# arib • !: tsar+#'IJ�rr�rMrr:rr.rr:rrArMrrrY HOUR::t\ i.■a1��%lfr���M•i� %i1i11•Ir1i1:±RA l..!•ir1S •■ I tiNrR r•�p N ■ r•a•iirrf arWY riiat ■tl PA is N /%!R% .\t��:::• af•tN■ q NY/ alaRl�ftMN1��:•.S ± ti iaWWNarr mass Ni aranum W% ■rat■ilreNrR•�I a■�a! • r �� 1 N•\ ii/aWh fi • Nf •Nr N Ni r aNaaoNol���':Jtorrp#oRi •i/•rftNir/ffN rf••r '� _ u araa.ro•:e•a\./r t'..wiL ifa � •a•: rN'Y W'a ri.a■Nae■N N■i •ra•••N Jar N N woes■seerF...'^tt�aa•■�r/■*Msy■rirr\■ /Ne■rr\\■/Nth■ea�•r•■aN A as ■aa• ■■ 0YN pat '� ■.�. on N r ■ •.:.f%• yfiq*+waYitNafp•a�/raMb%{rW �■tw. arwaa•aMaN�■ptl{iGJ1at�Y■tNrN•N•Laf• .'■ riY■ri_N•a arf•t•fpf•■ wr! a•■if err Rat/ tlan ivtr•C�.•.■■r' ■t r•/e•�rNN■O■NorkA trt_�r�q \i•iuni/■tfi�ii y�!%�iS iR/t••iuri so�i ,r,�7i eaN• • ��aft\tapnn����fN�s%%�,�H�%��NNNf•rt■��trMtrtt• p�rtNNt•�� ■t��•atN�trN�a\N\c�'�L7LCr. a r •N�aa■NiaMaa� _. �__ywrwrrw ■a�Nr�a N N �■■�rttr`ttirrb'.1rMrria■.N _ f f•�Jr�N■■ '_�sj fN�/ ■gNifN•NR dq/f tpNq�':yNM�f�■ �:;.■',-•■�N/p/NNN•S■ i• •tO•it\�•i attptNfaN•gr��ttN■•f•N�■�NttN•/t■NNNN• ! N fta ■it•�•NtllttrttNNp R r an Sea •�N� eN_■■ftNrt�Mp-/iN��•ptN RIN�tMpr N� ■rNN a•!CN fNlf �G!�0 iG ow"O J4oviramebmx CI�NN�:��■ N�_ ■■■Bafi�rpi��.r■t N ��a�N■O��•r N/r��\rN aiatt�■■Ir•NtNprrMNa�%MNt�Y a1r1 ��ialaN•t�� ����e%%�%\iti=r••� gammas fNN •r NtaaNa\i•�rttN�i*EM_r�r Nf��rriltlt/tNrtNritia�l�Nt�iR•af�p�NatrtNa�■af_ !fp •�i3r N ■t■ _ ■aN/■■NNrr felt \■■1�fft�■�•ptK Nita•■� �trilrtR,t�••rNN•■ N%�f�M��CO�r�f��tr■N�•�tp■• N:•N•bNN�=ili��aNt�•eNt�I�iY��i rrA •A�N•r•■flns!\irtNa/N�•�N•\ fn N••i'aoJrBIMY ROO • Ni NrNir,•N•'.!i.r:Nr•tNaNa� W R r�ttr■HtfN■Na Ma•rtttatttN..•As■t..pr/■et tort■ft� �� •u•nNeptNNNNtaitt�Na•N �tNt�Nt�•�C :3 !�r•■A■t�Np■Nitit�i��N •�Nrr�rr2N#•N l�ataNN r ar '1a%R^f 9b'•Da r••b N•• fN/Np■t• ■tataie•iini�iti�/■�Nr/N •Na■=Ntu .■ ra;ru r■\iiiriu•N�MMN tp••�N/�Yall■mil go age •�i�lrN��•/�% r���•Nw�f•aN��MZiN�Y�N•/! raal wl • •.%N•r.a Nla •e\Ni1■N ,�r■■ ate �tr ■sp_ ■•r ••tt ■tapaar.•u_ •t_ atp �t�j ■rrr■N•/ art fie■ •p•Nt .+■e ♦fa • aua \rNrN•r HrrrfNar\Niragrrrrrrrrrxr■:J•MaN iiotMai r\ •irrrlrt■r• •tor ■i■/rrrrt �N•r•aN■Np•rlltaprN•\M ■NN■■at iiMa i N�t N%i\r�fi ------- on:r#MriiiNrarflira p Nir iai •• �pti����\�� ■■ ro / /i/•f/•■NNfff ■erNo Ot p.NNt•N�•••itr��q•t�■tNNft••N N I ■ • ii� ��p NNNNN N NN/..M tt•� ■ /N N • • arMf N trim et••a• N ■ • •■ ffaMttf f p r•Nr MI••it%!q p•i••t#i■%rrrorN/ ■t ■ •rtNN•O\r■r■NNNtrNNtpu/Na■•NNaNNrNrrNMriNNttNt ■•Mt NNN t■ • r Nttt tt rf r tli /N•rtt�� ■tt■t�prtat •■itM N .•ptNN ttO•••pN trtrfp■a• NON ■N/••tNoaN■ N/ N r NNtNN■•■ •/f•MIIN�p•aN•fN •N f•a •\■■N•taoi• ■arN HratNa■fr■fso Nlrtf�� Sr� tN Hr�tort%rr%YrrN \N1r�■r�rrr r:■■f.R�\.�rNrafN tMrN■/Mopt r MNq�M•NN�NNrNlNttp rr : ir�:�f■r •tier _.. ti •t•arr:rr•NN•ratN ■to■••ta•/ leer aNNNorta i rM eNe/■iopM Ne• i aa■NNN■N\N ■aN NMt/\eN ■ ■■aaNNw N=a�ay�yiNt�u��Nt�rttr•t■tapur�r•/�N tr ■utNu Nt wrN ttpN •rrR�NN ■ .� .NNrip�rir%irirr r■off iot■■i•�N rrr/rrrtfo■.■ • pNNirM • r pM•NtN../! rtMra••erprs:rN� Mr N aa■ N N No/to tMra • io a ■ aN ■■ Mason p N N tui • era ■_�tNau •p/NNN �rl err ISrt a • N ■ M ai s4 /L1cy�,'ko� AiB,fN.E. 2�iD ST �i.�•�rrirr['s Curb � qu•i�e-c._ 3-+ .- -, _ • ice..-,�.,. 2..i � YO z.y i /p rz" � ., rain..• � �.F e; T7pc, 1 C..Rs. 5 ts., 41 46 x too {.t 7av 4,,,,_, - I I M, :'Y...♦sYy. * I I '-r • — iw ��� � t� t + i;. V, ' I a �i ` �\' `� i �, _. i pti ` � ry�pp � 4 .r atl Mt. a e .'� � _ t. r � � � d t b �� �a // i � 1L ... �� a_ L. OQ rt rc. ,.�r� z r . .n. � . 7�r,J.� �� a ::Y; .. �t e.. ,, ey a _ _ .^^,> L/i _ ✓ • • • AUGIST 23, 1982 C A S T E S T I M A T E Project: N.E. 2ND STREET, MONROE AVENUE N.B. TO CITY SHOP SITE - LANDSCAPE PLAN r— tI tem Item 6 Descri tion Quantity Unit Cost Total Total MEN PSrudotsuga menziesii Douglas Fir, 7'-8' ,B&B 10 Each $50.00 $500.00 $500.00 Acer rubrum, Red Sonset Red Sunset Maple 1 4 Each S150.00 $600.00 $600.00 2-2 Cal., B&B Photinia fraseri Photinia, 2 gal. 160 Each $10.50 $1680.00 $1680.00 Too soil-3 Way Mix 3 C.Y. $25.00 $75.00 $75.00 Bark mulch, medium grind,A, inch -I� inch 120 C.Y. $25.00 $3000.00 $3000.00 r or hemlocI. SUBTOTAL $5855.00 • Monroe Ave. N.E. and W.E. 2r1 Iaproveo,ent■ SCHEWLE OF PRICES SCHEDULE A (Note: Unit pziaes for all items, all astensicns and total asount of bid lust be shown. Show unit prices in both Words and figures and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY lunit Prima to be writter, in WordsJ DOLLARS CTS. DOLLARS CTS.� 1 = L.S. Mobilization — S �S awe oa Per 1, 1lo rds 911faa 2 2,900 Unclassified Excavation C.Y. $ �. Per C.C. 3 L.S. Clearing and Grubbing I ' $ D O Per L.S. — r 4 2,200 Crushed Surfacing Course Tons 1-1/4" rel P:O Per Ton 5 1,735 Asphalt Concrete Class "B" Tons r $ Per Ton r 6 50 Incidental Asphalt Tons s rPer Ton 7 50 Cold Mix Asphalt Patching Tons rPer Ton r 8 3.985 Cement Concrete Curb 6 Gutter L.F. S r Per 1.F. 9 1,076 Cement Concrete Sidewalk S.Y, rPer S.Y, 10 80 Cement Concrete Driverays S.Y. l rprovements SCHEDULE Of PRICES SCHEDULE A (Note: unit prima for all titer, all extensions sad total asount of bid rust be shown. Show unit prices in both Words and figures and where conflict occurs the Written or typed Words shalt prevail.) ITEM APPROX. ITEM WITH UNIT PRICED DID UNIT PRICE AMOUNT NO. QUANTITY unit Prices to be Written in Vordsj DOLLARS CTS. DOLLARS CTS. 11 3 Wheelchair Ramps Each 75 c)o Zz5 S Per Each , ,brds Figures 12 4S0 sawcuttinq L.F. l OCJ 45v --ya Per L.F. 13 11345 36" Diameter Storm Drain Pipe ^, L.F. S Per L.G. 14 I 659 36" Diameter Perforated Storm L.F. Drain Pipe 15 r? Oo 2r.2,�/ S Per L.F. 15 194 48" Diameter Perforated Storm Drain L.F. Pipe b4 S Per L.F. 16 7 12" Diameter Storm Drain Pipe L.F. 5 Per L.F. 17 195 8" Diameter Storm Drain Pipe L.F. S Per L.F. 18 35 24" Diameter Perforated Storm L.F. Drain Pipe Per L.F. 19 5 Type I Catch Basins Each Is Per Each I � ova. n.. . n.�. .. u.L. a • >L. lmprovements SCHEDULE OF PRICES SCHEDULE A (Note: Unit Prices for all items, a22 ertensions and total amount of Did must be sham. Show unit Prices in both words and fiyurex and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO, QUANTITY Unit Priors Lo be written in MozdsJ DOLLARS CTS. DOLLARS CTS. 20 4 Type IV-C Curb Inlets Each 4- JBOD OJ' S Per Each or 5 figures 21 7 Manholes Type II-72 Each 30d77 Ov Z/,DO rJ 00 Per Each 22 1 Special Manhole Type 11-71470 �DGt .J Each 5- $ Per Each 23 2 Special Manhole Type 11-96 Each O rO d7<7 C /(enpn Per Each 24 ( 1,000 Gravel for Pipe Bedding, Class 'B' Tons J S Per Ton 25 700 Gravel for Pipe Bedding, Mashed Tons Gravel 7 $ Per Ton 26 1,000 Select Trench Backfii Tons Per Ton 27 50 Unsuitable Excavation C.V. $ Per C.Y. 28 150 Bank Run Gravel, Class 'B' Tons $ Per Ton 29 4 Adjust Existing MH to Grade Each $ Per Each improvements - SCHEDULE OF PRICES SCHEDULE A (Note: Unit Prices for all items, all astensiaos and total amount of Did must be shown. Shur unit Prices in both words and figures and where oonflict occurs the written or tgpad words shall prevul.) ITEM APPROX. ITEI4 WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY ,nit prices to be written in MordsJ DOLLARS CTS. DOLLARS CTS. 30 4 Adjust Existing Water Valve Cases Each to Grade S Per Eech (Words) (Figures) 31 336 Remove Existing Curb and Gutter L.F. .. S Per L.F. 32 1 Relocate Existing Catch Basin Each S Per Each 33 L.S. Construction Staking $ ?7�00 d Per L.S. 34 L.S. Finish and Cleanup S Per L.S. 35 10 Tons Crushed Surfacing 3/81' S Per Ton TOTAL - SCHEDULE A NE 2ND STREET EXTENDED EASTERLY) FNEDULE OF PRICES SCHEDULE "!" STREET LIGHTING a CHANNELIZATION (Note: Unit prices for all iteas, all artensicns and total aaount of Did must be shown. Show unit prices in both words and figures and where conflict occurs the writtan or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY unit Prices to be Written in words DOLLARS CTS. DOLLARS CIS. I. 13 EA. Luminalre, 150 Watt Sodium Vapor 0-•pith external photo cell) Per Each Wor s Figures 2. 13 EA. Light Standard, 6' arm, 30' mountin height Per Each 3. 13 EA. Concrete Foundation (for light standards) Ter Each 4. 22 EA. J-bones, Type 4l8" er Each 5. 1 EA. Electrical Service Cabinet and Foundation er Each 6. 35 LF Service Conductor with Conduit (2-0, I-ground conductor, 1-1/2" conduit) Per Linear Foot 7. 460 LF Conductor, Illumination (2412 THW) Per U near Foot 8. 2400 LF Conductor, Illumination (2-N8 THW) $ er—lrnea�I-oot (NE 2ND STREET EXTEND:D EASTERLY) SCHEDULE OF PRIZES SCHEDULE "B" STREET LIGHTING t CHANNELIZATION (Note. Unit prates for all items, ell astenslans and total amount of Sid out be shown. Show unit priors in both roads and figures and where conflict occurs the written or typed wurds shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITI Unit P"cas to be Written in WoxdsJ DOLLARS CTS. DOL*JARS CTS. 9. 360 LF Cond.Jt, 1-1/2" PVC Schedule BO Tel Linear Foot Ilo rds F gu e—S 10. 250 LF Conduit, 2-2 inch PVC Schedule 40 Per Linear Foot Ii. 800 LF Trench 6 Backfill 1' x 2' (width x depth) $ Per Linear Foot 12. 2 EA. Remove Existing Street Lights $ Per Each 13. LS Splice Kit 6 Fusing Per Lump Sur. 14. 35 Tons Select Backfill S Per ?on i 15. 240 LF Saw Cut Asphalt 1-I/2v Depth - $ er L near Foot 16. 73 EA. 10" Plastic Traffic Buttons, Yellow Per Each 17. 445 EA. 4" Line Markers, Type I, White each TOTAL_..SLHLOU".6 - I N.E. 2nd - N.E. 2nd St. Extended SCHEDULE OF PRICES Easterly (Note: Ur-it prices for all item, all •stanaions and total asount of bad rust be shown. Show unit prices in both words and figures and where conflict xcurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY rumt Prices to be written in words DOLLARS CTS. DOLLARS CTS. 18. 3,150 L.F. 4" Yellow Paint Line S Per Linea _o iior s iqures 19. 4 EA Thermoplastic Arrows S der _ACV_'----- 20. 1 EA Traffic Signal Controller 6 Cabinet ,I S Per Each 21. 294 L.F. Vehicle Detection Loop S Lineal—Foot 22• 330 L.F. Shielded Detection Loop Return Cable 2/C 5 er _ nea TToot 23. 155 L.F. Conduit P.Y.C. Schedule 40, 1-1/2" S _Ve_F' Line—'�TTooL--- 24. 6 EA (Pedestrian Signal Head-Int. Symbol S Hand-Man —her Eacl_ 25. 10 EA Vehicular Signal Head 12"-12"-12" S er ac 26. 10 EA Detector Amplifiers $_ Per ac 27. 2 EA mergency Vehicle Phase Selector er ac -- 28. 4 EA mergency Vehicle Pre-emption De-e i SCHECULE "B" Monroe Ave. N.E. - N.E. 4th St. to N.E. 2nd - N.E. 2nd St. Extended SCHEDULE Of PRICES Easterly (mote: Unit Prices for all items, all extensions and total amount of Did exist be shin. Show unit Prices in both words and figure, and where oonflict occurs the written nr typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED :_ UNIT PRICE AJ40UNT NO. QUANTITY uwt Prices to be written in WozdsA DOLLARS CTS. DOLLARS CTS. 29. 4 EA Street Name Signs S _ ems ach or s igures 30. 3 EA Junction Box, Design "B" S Per Each 31. 135 L.F. Trench & Backfill, 12" wide, 24" deep E -der LineaT�oot TOTAL SCHEDULE 'B" imy[oVemruta SCHEDULE OF PRICES SCHEDULE C !Note. Unit prima for all item, all *:tensions and total sm.unt of Did mus he shown. Show unit prima in both words and figures and where conflict occurs the written or typed words shall prevsil.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY Unit Prima to be written in wwdsj DOLLARS CTS. DOLLARS CTS. Per tach 1 10 Pseudotsugs menziesii Each Douglas Fir, 2'-8', B 6 B Per Each or s iguree 2 4 Ater ruhrum 'Red Sunset" Each Red Sunset Maple - - 2-24" Cal., B 4 B Per Each 3 160 Photinia fraseri Each Photinia, 2 gal. Per Each 4 3 Top soil - 3 Way Mix C.Y. S 120 Per C.Y. Bark Mulch, medium grind, iS inch - i C.Y. 1U inch fir or hemlock $ ar C�Y�—.._____ TOTAL - SCHEDULE C TOTAL SCHEDULE "A" TOTAL SCHEDULE "B" TOTAL SCHEDULE "C" TOTAL BID Easterly - SCHEDULE OF PRICES SCHEDULE "D" Watermain In (Note. Unit priors for all iteaa'., all extensions and total anount of Dad mart be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY runat Prices to be written in words DOLLARS CTS. DOLLARS CTS. 1. uum^ sum 12" D.I. CL 52 (T.J.) Watermain { with 12" valve and all necessary parts for complete installation S " er amp um or s figures TOTAL SCHEDULE "D" f CITY OF RENTON ADDENDUM NO. 2 TO THE CONTRACT DOCUMENT FOR MONROE AVE. N.E. - N.E. 4th TO N.E. 2nd AND N.E. 2nd STREET EXTENDED EASTERLY TO ALL PLANHOLDEPS: You are hereby notified of the following changes, additions, deletions and correc- tions to the Contract Documents, Specifications, Proposal and Plans for the City of Renton Monroe Ave. N.E. and N.E. 2nd Roadway Improvement Project. SCHEDULE D - Watermain Installation SPECIFICATIONS: 1. All work materials and installation shall be in conformance with the standards and specifications of the City of Renton Utility Department and the latest edition of the APWA Standards and Specifiat'ons or as modified in this addendum. 2. All locations of existing utilities shown are approximate and it shall be the contractor's responsibility to verify the true and correct location so as to avoid ddmage or disturbance. 3. All water main pipe to be cement lined ductile iron pipe conforming to ANSI Spec's A-21-51-1976 or latest revision, thickness Class 52. Cement mortar lining and seal coating shall conform to ANSI A-21-4-74 or latest rev+, .on. Pipe joints to be push-on or mechanical joint. Bedding to be Class C. 4. All fittings to be cast iron, cement lined, Class 250, unless otherwise speci- fied on drawing conforming to ANSI Spec. A-21-10-1977, ANSI A-21-11-1977 or latest revision. All fitting joints to be mechanical joint or flanged. Flanged joints shall be drilled in accordance with ANSI B 16.1 and shall be 125 lb. configuration, unless otherwise specified on drawing. S. Gate valves shall be cast iron body, non-rising stein, full bronze mounted with double disc gates. All valves shall be designed for a minimum water operating pressure of two hundred (200) pounds per square inch and shall conform to ANWA Speci- fications C-500-71 and any subsequent modification thereof. Each valve shall be "C" ring type, provided with a standard square operating nut, and shall open by turning counter clockwise (left). The valves shall be IOWA List 14, Mueller A-2380, Pacfic States, U.S. Metropolitan, Kennedy, or M 6 H. 6. Valve chambers shall be in accordance with Section 76 of the Standard Specifica- tions except as modified by detail bound in this addendum. 7. All water main 12 inches and larger shall be at a minimum of 48 inches below finish grade. Where utilitv conflicts occur, water mains are to be lowered to clear. If grade conflicts occur because of the 12" gate valve and vault location, the valve can be relocated to the opposite end 0 the main. -1- CITY OF RENTON ADDENDUM No. 1 Monroe Ave. N.E. - N.E. 4th to N.E. 2nd B. All water mains -hall be pressure testes and disinfected in accordance with the specifications of the City of Renton and the Washington State Health Department. All pressure testing shall be done in the presence of a representative of the City of Renton. 9. A preconstruction conference and twenty-four hour notice will be required prior to starting new construction. 10. It shall be the contractor's responsibility to secure all necessary permits prior to starting construction. 11. All connections to the existing mains to be accomplished by the contractor under the direction of the City of Renton Utilities Department. 12. Inspection will be accomplished by a representative of the City of Renton. It shall be the contractor's responsibility to notify the Utility Department 24 hours in advance of backfilling all construction. 13. Contractor to provide plugs and temporary blow-off assemblies for testing and purity acceptance prior to final tie-in. DRAWINGS Attached is a drawing titled "Addendum A2 Watermain Installation and Standard Detail for a 12" Gate Valve Assembly". PRICE FOR INSTALLATION The price shall be lump sum for this installation of approximately 70 LF of 12"D.I. C1.52 (T.J.) watermain, 1-12" gate valve assembly in a conc, vault, with by-pass valve, and two tie-ins. This price shall be for a complete installation. -2- Monroe Ave. N.E. - N.E. Ith St. to N.E. 2nd - N.E. 2nd st. Extended Easterly SCHEDULE OF PRICES 4 SCHEDULE "D" Wate-main Installation (Note: Unit prices tar all Item, all estensims and total aaount of bad must be shown. Show w.it prices in both words and figures and where oanflict xcors the written or typed words shall provul.) ITEM APPROX. ITEM WITP UNIT PRICED BID UNIT PRICE AMOUNT NO. pUANT ITY Unit prices _o be wra Man in words DOLLARS CTS. DOLLARS CTS. 1. ( Lump Sum 12" D.I. CL 52 (T.J.) Watermain with 12" valve and all necessary parts for complete installation S 1'e-r—Lump um - (Words) figures i TOTAL SCHEDULE "U" I I ADDENDUM # Z 11 � WARRMAIN INSTALLATto I I A .¢ NE ✓T- ST -. -- I IQ v � — — --- i20 ..G si. (♦.3` �1' WA 1y11 Sta (East) 16 Ft. S. ~'7`/// Sta 0+37 (South) 28 F[. W. O 12" C.I. Tee (MJxMJ) 16"x12" C.I. Tee (MJxMJ) 2- 12" C.I. Solid Sleeve IN) 16" C.I. Solid Sleeve (MJ) 0. 50 Sta o.37 (South) 22 Ft. E. 12" C. I. 900 Bend (MJxM,) Sta 0037 (South) 18 Ft. W. 12" Gate Valve (MJxMJ) in Std. t(V1Vk�IS'� ,�1LhYU Conc. Vault, with Bypass Valve 7 I I r wltla r lwrnr s wn 1nR m ur.�w•YR ww wr 1w FTI Inn .-11w r 1r.sw. wNa Y wno PLAN NI hY .Y.�w r w•yil vrWi.W N�e[16f1n�r w .U\.1.wBM1 s ♦.nw` �V 4 Mnn tY1 wt r..,�I IYN ro Ynr[wtl.l fYlNn..o..w umu [rlvn fo Ya.n. Iw wnr lwrn'. 1 i wwwn. :tl e ran Iwun w.w YanWl.iFNfn. '.�)•'IYMIR..YY.�w wW::�.:. wMY NN r tw".1 W\ ELEVATION ELEVATION it" OATE VALVE INSTALLATION WATER STANDARD DETAIL CITY OF RENTON fp U.L. DEPARTMENT OF PUBLIC WORKS w.. « .... CITY OF RENTON ADDENDUM No_ I TO THE CONTRACT DOCUMENT FOR MONROE AVE N•E. 2nd AND N.E. 2nd STREET EXTENDED N E - N.E. Oth TO TO --_�qLL p LANHpIpEgS; EASTERLY t�on"I hereby notified of the following Renton 1Monre Contract Documents, g changes, e Ave. N,E, Pd Roadway additions, deletion and N.E. 2nd Roatlwa ons, Proposal and pi s and correc- t Improvement Project. for the City of SCHEDULE B roject. - Street Liohting, Channelization and Signalization Schedule of Prices DELETE under Item 17, Total Schedule B ADD Items +18 _ 031 and new Total Schedule B SPECIt,:CATIONS: Per the following; BID ITEN r18 _ 4 Yellow Paint slot Line t lines shall Specifics± be installed in accordan refl ions. Paint shall be be Factorized using T chlorin tad erwith Section B-22 Preservative pain YPe 1 and Type a ubber Dase traff of the WSDH Standard marki t Co,s as noted in or l be per eal I installi�gtdoubleua dglsurface�preParattoandspayment ofeSPaintirnstal Paint lallipa4ntl Inc? t actor Pain[ sin B1D Imo__ rEM r1y _ Ref__Ipcto riled gle center line, preliminary spotting is nd furnishing l Where indicated Thermo lastic pavement Arro_s furnish on Plans or where directedGeneral Symboils and install white reflectoriz by the Engineer The tneby th sEn paleEngineer Contractor saha�larr Theconstruction requirementsthena rkings for includi and In a�1 ddct Guides Contractor matersialstl nvol ct On Surface PB-09rofitheInd la out shall be ow adheredcto. When Product manufacturers recommended Specifications govern by these special ProvisIo s andeebee ePublished dPPlicworkm Procedures shall be governedno Payment ment will ob,arromad symbol, will be per Section 8- of the andard Specifall ications. 09 Standard each complete set furnished and The unit contract r� be Arrows prices for set in place markings shall be full compensation of all labor, -I- CITY OF RENTON ADDENDUM NO. 1 Monroe Ave. N.E. - N.E. 4th to N.E. 2nd material and equipment .:ecessary for or incidental to furnishing and installing the markings in accordance with these Technical Provisions, including all cost and expense involved with traffic control. Application Requirements: 1. The air temperature shall be 450 F minimum for Type A application and 6^_ F minimum for Type B application. 2. The pavement shall be dry, clean and free of oil or paint. 3. Primer shall be applied at the rate specified by the manufacturer of the material. 4. The application temperature of the Type A material shall be 375' to 4250 F. 5. the application syeed for Type A material shall be 2 to 3 fps. G. The application thickness shall be a minimum of 90 mils. BID ITEM *20 - TRAFFIC SIGNAL CONTROLLER GENERAL - Each traffic signal controller to be furnished and installed shall be an expan able six to eight-phase, fully actuated, volume-density, modular, solid state, digital-timing device. The unit shall operate on 120-volt, 60-cycle, single-phase alternat,� Current and shall use the power line frequency as a time base. The traffic signal controller shall meet the requirements of the National Electrical Manufacturers Association (NEMA) Standard Publication No. TS 1-1976. The traffic signal controller shall be capable of interfacing with the Multisonic real time Master Computer. The controller shall be capable of both on-line operation (control by the Multisonic Master Computer) and standby operation. The controller shall establish the sequence of signal phases, including overlaps, in conformance with the Signal Phasing Diagrams as provided by the engineer. Components such as resistors, capacitors, diodes and transitors shall be individually replaceable utilizing approved standard soldering techniques. Integrated circuits shall be mounted in sockets and shall be easily replaceable without soldering, ON-LINE OPERATION - When operating through the on-line master computer (M,ultisonic Master), the controller shall be capable of operating either in a fixed time mode or in a fully actuated mode with volume density on each phase. All cleanance timing and pedestrian timing shall be accomplished at the local intersection. STANDBY OPERATION - For the standby operation, the traffic-signal controller shall nc u e�T�nTT circuitry required to provide all timing and all functions for signal operation in a fully actuated mode with volume density on each phase. Standby opera- tion shall automatically occur upon opening of interconnect lines, failure of central master computer, or when specified by the master. The standby operation shall follow and be coincidental in phase to that phase being displayed at the start of standby operation, Transfer from computer supervision shall not call up a starting yellow. -2- CITY Or RENTON ADDENDUM NO. 1 Monroe Ave. N.E. - N.E. ath to N.E. 2nd CONTROLLER FUNCTIONS - All timing functions and input and output features for fully actuated, olume-density operation shall be provided in accordance with NEMA Standard TS 1-1976. The controller shall provide for setting each timing interval by means of positively calibrated settings. The timing funcitons shall be on the front of the controller unit. Timing functions shall be color ceded and shall be easily identifiable. AUXILIARY TRAFFIC SIGNAL CONTROL EQUIPMENT FLASH UNIT - Flash unit shall be a two-circuit type, capable of switching loads up to IMU—watts per circuit alternately at a rate of 60 flashes per minute per circuit, plus of minus two flashes per minute. CONFLICT MONITOR UNIT The conflict monitor unit shall monitor both the positive and negative portions of the A.C. sine wave for all green, yellow and pedestrian walk indications. The duration of a display of conflicting indications shall not be long enough to be visible to motorists or pedestrians before the monitor initiates flashing operation. The monitor shall immediately stop time the controller in addition to initiating flashing operation. There shall be a visual indication that the monitor has preempted normal op .cion. EMERGENCY VEHICLE PREEMPTION UNIT - Emergency vehicle preemption shall be furnished either as separate units or as moC.iles that plug directly into the controller case. The preemption system operation shall be compatible with the 3M Company "Opticom" system which the City of Renton is currently using and shall be capable of being activated by the same transmitters. When a preemption detector detects an emergency vehicle, the plase selector shall hold the controller in the required phase or advance directty to that phase after observing all clearances. The phase selector shall hold the controller in the phase selected until the detector no longer detects the emergency vehicle. When the phase is responding to one detector, it shall not respond to any other detector until calls from the first detector are satisfied. The phase selector shall have adjustable pulse rates for controller advance and yellow advance on each phase. Indicator lights shall indicate power on, signal being received, channel called, and advance circuit operation. Switches shall control system power and simulate detector calls for each phase. COMPUTER INTERFACE UNIT - Interface communication devices shall be furnished either as separate units or as modules that plug directly in�g the controller case. The com- munication devices shall be used for on-line computer control of the intersection and shall be capable of transmitting all detector and signal status information and receivinc and decoding command information form the computer all in conformance and within the capability of the Multisonic Master Computer and the interconnect cables. In the event of loss of signal from the master computer, the interface communication device shall cause the controller to revert to standby operation. The communications device shall employ the latest state-of-art encoding/decoding, multiplexing technologies in order to provide for the bidirectional communication of data and command information between the master computer and the intersection. LOOP AMPLIFIERS GENERAL - Solid state, digitally timed induction loop amplifiers shall be furnished and installed. Loop amplifiers small operate on 105-130 VAC 60 Hz in temperatures ranging -3- CITY OF RENTON ADDENDUM NO. 1 Monroe Ave. N.E. - N.E. 4th to N.E 2nd from -30°F, to 165°F. without giving false calls. They shall operate up to ten 6'x6, loops and lead-ins with a total inductance range of from 50 to 550 microhenries and detect any type of vehicle over each loop. They shall have lightning protection and an indicator light to show when detection is positive. The amplifiers shall have a three position switch to select levels of sensitivity. The high level of sensitivity shall detect up to .02t change in loop inductance. Medium sensitivity shall detect .08` -.12< charge and low .161. -.243. The amplifiers shall have a switch to select one or two (Minimum) operating modes labeled pulse and presence. Pulse mode shall hold a continuous call for up to three minutes when a vehicle is over the detection area. The amplifiers shall have a switch to select three levels of operating frequency. Tuning the amplifiers shall be accomplished without the use of external tools or meeters. Once tuned, changes in roadway environment shall be automatically compensated for by tracking the characteristics of the loop. The amplifiers shall be connected with a harness and a standard pin MS connector. ACCESSORY. E UIPMENT Vent Fan - The cabinet shall have a filtered air intake and a vent fan. The air intake filter shall be capable of impeding foreign bodies, such as dust, lint, etc. The vent fan shall be in the top of the cabinet and thermostatically controlled. POWER SWITCHES - There shall be a main power switch inside the cabinet that shall render a-M c0ntro equipment electrically dead when turned off. There shall be . controller power switch that shall render the controller and load switching devr.ces electrically dead while maintaining flashing operation ofr purposes of changing controllers or load switching devices. STOP TIME BYPASS SWITCH - There shall be a switch in the cabinet identified as the stop time bypass switch. If the intersection id placed on flashing operation either by the flash switch or the conflict monitor, the controller shall immediately stop time. The stop time bypass switch shall remove stop time from the controller and permit normal cycling operation white the intersection remains in flashinq operation. DETECTOR TEST SWITCH - Each vehicle and pedestrian phase shall have a momentary jspn ng return etector test switch. Wien depressed, the switch shall place a call on its respective signal phase. CONVENIENCE OUTLET AND LAMP SOCKET - A convenience outlet protected with a ground fault interrupter and an incandescent amp socket shall be furnished in the main cabinet. A door switch for the lamp shall be provided. This circuit shall be protected by a circuit breaker rated at 20 amps. A.C., INPUT LINE FILTERS - A cornell-Dubiler radio interference filter NF 10801-1 30 amps or equiv Bent s a1 be used to filter the A.C. power. Additionally all power supplies shalt have noise immunity from other devices within the cabinet. SURGE PROTECTOR (Lightning Arrester) - The controller Shall have an input voltage surge protector that shall protect the controller input from any voltage surges that could damage the controller or any of its components. -4- CITY OF RENTON ADDENDUM NC. I Monroe Ave. N.E. - N.E. 4th to N.E. 2nd FIELD MIRING TERMINAL - There shall be a terminal strip for field wiring in the con- troTfer cabinet. The terminals shall be numbered in accordance with the Schematic Miring Diagram on the Plans. if a differing numbering system is rsed for the cabi- net wiring, then both numbers shall label each terminal and the c.binet wiring sche- matic drawings shall include the field wiring numbers where the terminal strip is illustrated. A common bus bar with a minimum of 15 terminals and a ground bar with a minimum of 6 terminals shall be provided. SCHEMATICS ANC MANUALS - The controller cabinet shall have a waterproof envelope with a side access attached to the inside of the cabinet door. At the time of delivery the envelope shall have four complete sets of schematics and manuals for all assemblies and sub-assemblies. IDENTIFICATION Every module or device shall have affixed thereto permanent name tags or name plates stating the component's function within the composite signal control system. TRAFFIC SIGNAL CONTROLLER CABINET GENERAL Weatherproof type P-1 outdoor cabinet shall be furnished and installed on type P-1 existing concrete foundation in accordance with WSDOT Standard Plan J-6c. The cabi- net shall have a shelf or shelves of sufficient size to easily house the traffic signal controller, auxiliary control equipment, and cabinet wiring without utilizing the floor of the cabinet. The cabinet shall be clean-cut in desion and appearance, and shall have a metal etch primer coat under the finishing coat. Finish paint shall be a durable aluminum or hammertone gray, or similar color, capable of preventing rust for at least five years. All manufacturer's wirinq and field wiring shall be neatly harnessed. MAIN DOOR AND POLICE PANEL The main door of the cabinet shall include a two position bar stop and shall be secured with a Corbin Type 2 lock. The main door shall also contain a police door with a conventional police lock. Inside the police panel there shall be a signal on-off switch which shall prohibit any signal display in the field but will allow the control equipment to operate when placed in the "off' position. A second switch shall be the Auto-Flash switch. When placed in the "Flash" position, con- troller power shall remain on and controller shall stop time dependent on switch setting on the auxiliary panel described later. AUXILIARY PANEL The auxiliary panel shall Contain an Auto-Flash switch which, when placed in the "Flash" position, operates as the switch in the police panel except that it shdi: not stop time the controller. A second switch shall be a Contuller Power On-Off switch. A third switch shall be the Stop Time Switch and shall be a three position switch. One position Shall cause the controller to stop time when the Police Panel Flash switch is in the "Flash" position. The second position shall not stop time the controller with the police panel flash switch and the third position shall apply a constant stop time command to the controller. -5- CITY OF RENTON ADDENDUM No. 1 Monroe Ave. N.E. - N.E. 4th to N.E. 2nd CONFLICT MONITOR INTERLOCK DOOR SWITCH A conflict monitor interlock door switch shall be provided which will allow the Controller to function normally with the conflict monitor removed and the cabinet door open. When the door is closed with the monitor removed, the intersection shall be placed in a flashing operation. TELEPHONE JACK A standard telephone jack shall be provided in the cabinet for the telephone re- ceiver and transmitter for voice communications as part of the communication system. The telephone jack shall be wired so that a telephone receiver and transmitter will operate using the traffic signal interconnect cable. The telephone receiver and transmitter need not be provided at this time. TRAFFIC SIGNAL CONTROLLER ASSEMBLY TESTING The traffic signal controller assemblies, including the traffic signal controller, auxiliary control equipment, and cabinet shall be shop tested to the satisfaction of the Engineer. Testing and check-out of all timing circuits, phasing and signal operation shall be at the City of Renton Traffic Signal Shop in Renton, Washington. The Signal Shop will make space available to the Contractor for the required test demonstrations. The Contractor shall assemble the cabinet and related signal cun- trol equipment ready for testing. A complete demonstration by the Contractor of all components satisfactorily functioning shall start the test period. All con- trol elements shall function properly as a complete system for a minimum period of 240 hours. The 240-hour test period need not be continuous. Any malfunction shall Stop the test period until all parts are satisfactorily operating. All components of the interconnected signal system shall be totally integrated for the entire duration of this test demonstration; the test shall be extended until a minimum of 72 hours continuous satisfactory performance of the entire integrated system has been demor,trated. The demonstration by the Contractor to the Engineer of all components functioning properly shall not relieve the Contractor of any responsi- bility relative to the proper functioninq of all aforestated control gear when field installed. The controller ano cabinet shall be paid for under Bid Item 20. Detector Amplifiers shall be paid under Bid Item 26. Emergency vehicle Preemption Unit shall be pa'.d under Bid Item 27. BID ITEM #21 - INDUCTION LOOP VEHICLE DETECTORS Induction loop vehicle detectors shall be installed as directed by the Engineer. All detector loops shall be six feet square with diagonally cut corners. 3/8 inch sawcuts shall be cleared of debris with compressed air before installino three turns of loop wire. !me wires shall be covered with tight-fitting poly- proplylene rope before filling the slots with tar. From the loops to the pull box, the loop wires shall be twisted two turns per foot and labeled at the pull box in accordance with the loop schematics included in the Plans. A three-eigths- inch (3/8") sawcut will be required for the twisted pair. Loop wire shall be No. 12 AWG, class "B" stranded copper, with a crosslink polyethylene type U.S.E. in- sulation. Loop wires shall be spliced to lead-in wire a' he junction box with a butt-soldered, epoxy encapsulated waterproof splice, leaving an extra three feet of loose wire for future work. -6- CITY OF RENTON ADDENDUM NO. 1 Monroe Ave. N.E. - N.E. 4th to N.E. 2nd BID ITEM 022 - Traffic Signal Wiring The 2/c cable indicated for the detection loop return cable shall be a special commu- nications cable. This cable shall be Belden, Beldfoil 09'20, or equal, with 014 AWf conductors stranded (19 x 27). The cable shall have pol. .thylene insulated copper conductors, an aluminum polyester shield, a tinned copper drain wire and a chrome vinyl jacket. Each wire shall be numbered at each terminal end or spliced with a crap-around type numbering strip according to the schedule attached to these Special Provisions. All wires terminated at a terminal block shall have an open end, crimp style solder- less terminal. All terminals shall be installed witha tool desiqned for the instal- lation of this type of terminal and crimping with pliers, wire cutters, etc., will net be allowed. All wiring inside the controller cabinet and at intermediate points shall be trimmed and cabled together to make a neat and clean appearing installation. No splicing of any traffic signal conductor shall be permitted unless otherwise indi- cated on the Plans. All conductor runs shall be pulled to the appropriate signal terminal compartment board with pressure type binding posts. The Only exceptions shall be the splices for detector loops at the nearest junction box to the loops. Measurement will be the linear foot. BID ITEM h23 - Conduit P.V.C. - Schedule 40 The contractor shall provide and install all conduit and necessary fittings at the locations indicated by the Engineer. Schedule 40 heavy wall P.V.C. shall conform to ASTM rD2466-67. All joints shall be made with strict complaince to manufacturer's recommendations regarding cement used and environmental conditions. Measurement and payment will be made by the lineal foot. BID ITEM 424 - Pedestrian Signal Heads Pedestrian signal heads shall be neon grid type and conform to Section 9-29.20(2) with International Hand-Man Symbol. The heads shall replace the existing pedestrian heads. The contractor shall furnish and install all necessary equipment to make heads oper- ational. Payment shall be made on an installation and removal per each basis. BID ITEM #25 - Vehicle Signal Heads Vehicle signal heads shall have the 3 section, 12 inch lenses as specified by the Engineer. Vehicle signal heads shall be sectional and may be either cast aluminum or polycarbonate. Lenses shall be polycarbonate and shall meet I.T.E. specifications for light output. Reflectors may be alzac. Each signal head shall have a 1/4" drain hole in its base. All vehicle signal heads shall have square doors and shall be equipped with 5" border backplates. All vehicle signal heads shall be highway yellow in color. Back- plates shall be flat black on the face and yellow on the back. Visors shall be flat Flack on the inside and yellow on the outside. As shown on the Plans, vehicle signal heads shall be mounted with type L or type M brackets, as illustrated on WSDOT Standard Plan J-6b, which shall be yellow in color. Vehicle signal heads shall have tunnel visors, as illustrated in WSDOT Standard Plan J-6a. -7- Monroe Ave. N.E. - N.E. 4th St. to N.E. 2nd - N.E. 2nd St. Extended Easterly The contractor shall furnish, and install the heads. Work shall include removal of existing heads. Payment shall be made on an installation and removal per each basis. BID ITEM 028 - Preemption Detectors Preemption detectors shall be installed in a driller. and tapped hole in the top of the mast arm as directed by Engineer. They shall be t`ahtly fitted to point in the dir- ection as directed by Engineer. The optical detectors shall operate in the near- infrared frequency ranges and shall receive transmissions from up to 1/3 mile with line-of-sight transmission. The optical detectors shall be 3M Company "Opticom," or approved equal, and shall be capable of being activated by the "Opticom" trans- mitters used by the City of Renton. The contractor shall be paid for furnis A ng and installation on a per each basis. BID ITEM 029 - Street Name Signs Street name signs shall be installed on existing signal pole mast arms. Signs shall be fabricated in accordance with WSDOT Sign Fabrication Manual No. D3-3. Sion$ shall consist of two (2) MONROE AVE. N.E. and two (2) N.E. 4TH ST. and mounted to appropri- ate mast arms by means Of stainless steel straps. BID ITEM a30 - Junction Boxes (Pull Boxesi The Contractor shall provide and install junction boxes of the type and at the lo- cations specified in the attached Plans and Detail Sheets. Junction boxes to be provided and installed for this Project shall be Design B and shall conform to Specifications and Detail Sheets. The inscription on the covers of all junction boxes shall be as indicated below: (1) "Street Lighting" and "Traffic Signals" or "Lighting" and "Signals" -- all used for street lighting circuits and one or more signal circuit functions (inter- connect, loop detectors, future signal conduit, vehicle and/or pedestrian siq- nal functions, service). (2) "Traffic Signals" or "Signals" - all used exclusively for one or more signal circuit functions (interconnect, loop detectors, future signal conduit, vehicle and/or pedestrian signal functions, service). Inscriptions on junction boxes performing the same function, i.e., street lighting, traffic signal, or both, shall be consistent throughout the Project. All junction boxes shall be installed in conformance with provisio-s contained in the Standard Specifications and Standard Plan J-181b. Measurement will be by the unit for each type specified, complete in plare. (1) "Design Junction Box," per each. The unit contract price per each for "Design B Junction Box," shall be full compen- sation for furnishing same and for all costs of labor, material, tools, and equip- ment necessary 6o provide and install the junction boxes including excavation, backfilling and compaction all in accordance with the Plans, these Special Provi- sions, and the Standard Plans and Specifications. -8- CITY OF RENTON ADDENDUM No. 1 Monroe Ave. N.E. - N.E. 4th to N.E. 2nd BID ITEM 031 - Trench and Backfill The Contractor shall supply t,,ench as necessary for complete and proper installation of the signal and illumination conduit. All trenches shall be backfilled in accordance with the applicable portions of the Standard Specifications. Trenching for conduit runs shall be done in a neat manner and the trench bottom shall be graded to provide a uniform grade, with a width and Jepth as called out on the drawing or as directed by the Engineer. No work shall be covered until it has been examined by the Engineer. Earth which fills around and over the conduit shall be free of rocks greater than two inches up to a depth of six inches. When trenching is being accomplished within the sidewalk area, the backfill can be made with acceptable materials from the excavation and shall be considered a neces- sary part of and incidental to the excavation in accord>.nce with the Standard Spec; fications. The tamping requirements for roadway backfit' shall apply. When trenching is being accomplished within the roadway area, the top 12" shall be select trench backfill and shall consist of crushed or naturally occuring granular material from sources selected by the Contractor. The source and quality of the material shall be subject to approval by the Engineer. The City reserves the right to make additions or deletions to the trenching which prove necessary for the completion of this project. Trench depth will be sufficient to allow 24" cover over the top conduit. The minimum width for the trenches will be at the option of the Contractor. Trench width will, however, be sufficient so that all of the necessary conduit can be in- stalled within the specified depth ai ' nimom cover be maintained. Measurement for Trench and Backfil oy the linear foot. Payment will be made under: (1) "Trench and Backfill," per linear foot. The unit contract price for trench and backfill per linear foot shall be full com- pensation for excavating, loading, hauling and otherwise disposing of the native materials, for backfilling, for tamping backfill material and native material and for the restoration of the trench as shown or the Plans or as directed by the Engi- neer all in accordance with the Plans, these Special Provisions and the Standard Plans and Specifications. SALVAGE OF EXISTING EQUIPMENT - Where ordered by the Engineer, existing electrical equipment, inc uding signal heads, dedestriar, heads, signs, posts, poles, pedestals, etc., shall be removed, cleaned, salvaged and stockpiled as directed by the Engineer. Care shall be exercised in removing and salvaging electrical equipment so that it will remain in its original form whenever possible. -9- CITY OF RENTON ADDENDUR ND. 1 Monroe Ave. N.E. - N.E. 4th to N.E. Znd The Contractor shall handle existing signal equipment carefully to avoid breakage and shall return all completely dismantled material to the City of Renton yard as directed by the Engineer. TURN ON The Contractor shall not turn on any signal system(s) or part thereof visible to any traveled roadway without the accompaniment of the Engineer or his duly authorized representative. The Contractor or his duly authorized representative shall be present at such furs-on time, with materials and tools necessary to correct any mal- functions whicu occur. All signal heads that are not operating shall have the cor- plete uiit covered with a suitable material, black in color. -10- SCHEDULE "B" Monroe Ave. N.E. - N.E. 4th St. to N.E. 2nd - N.E. 2nd St. Extended SCHEDULE OF PRICES Easterly (Note: Lnit prices for all stems, all extensions and total amunt of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM KITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY funIt Pritrs to be written in Words) DOLLARS CIS. DOLLARS CTS. 18. 3,150 L.F. 4" Yellow Paint Line S Per Linea oot Words Figures 19. 4 EA Thermoplastic Arrays S er ac 20. 1 EA Traffic Signal Controller 6 Cabinet S Per Each - - 21. 294 L.F. Vehicle Detection Loop S _ der Lineal foot °2• 330 L.F. Shielded Detection Loop Return Cable 2/C S er inea cot 23. 155 L.F. Conduit P.V.C. Schedule 40, 1-112" S er T inea ont 24. 6 EA Pedestrian Signal Head-Int. Symbol S Hand-Man er Eac 25. 10 EA Vehicular Signal Head 12"-12"-12" — S er ac 26. 10 EA ,Detector Amplifiers S er ac 27. 2 EA Emergency Vehicle Phase Selector pL er ac 28. I 4 EA mergency Vehicle Pre-emption Detector I k rWr ac _.__ _ SCHECULE "B" Monroe Ave. N.E. - N.E. 4th St. to N.E. 2nd - N.E. 2nd St. Extended SCHEDULE OF PRICES Easterly (Vote: Unit Prices for all items, all extensions and total amount of Dad must be shown. Show unit prixs in both words and figure and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID LNIT PRICE AMOUNT NO. QUANTITY Unit Prices to be written in wordsi DOLLARS CTS. DOLLARS CTS. 29. 4 EA Street Name Signs a � der ach Mords igu rem 30. 3 EA ( Junction Box, Design "B" 3 Per Each 31. 135 L.F. Trench d Backfill, 12" wide, 24" deep S _ e�eaT�oot � TOTAL SCHEDULE "B" PAINT LINE DETAILS •.t. }a" WHITE APPROACH LINE 9 0I5_0 4„ pi SKIP YE� 4 �4.1 SOLID YELLOW 12' ------------- TWO-WAY LEFT TURN LANE SINGLE LANE ROADWAY 3,5 RATIO �� YELLOW MULTI—LANE ROADWAY 4"1 YELLOW T4„ LINES SEPARATING DIRECTIONAL FLOW 41 DETAIL SHEET /° PAINT LINE DETAILS s 10 1,•� •.2 •0 WHITE • N x \ f O � `• R.4'3" 45 O� STOP LINE n R.313" o —•I 11 0" a_ WHITE TURN MARKINGS WHITE • 0 WHITE —7 13 m I EDGE OF ROAD LINE 10, 0" _ N CROSSWALK Te'=e" WHITE OR YE LLOW� e4 ISLAND W / CROSSHATCHING 9.0 15,0" 9�0" 044 3,5 RATIO WHITE —' LANE_ Lim e DETAIL SHEET �/ JUNCTION t30X - DESIGN "B" 5/A6" GALV. STEEL COVER PLATE - (DIAMOND PATTERN) I I 1 I • 22 i�„ I e A N by A #6 GALV WELDED WIRE GALV, STEELTEEL FRAME ANCHORED IN PLACE (DIAMOND PATTERN) SECTION A-A SECTION 8-8 r I� 4 DETAIL SHEET ,z INDUCTION LOOP WIRING DETAIL PARALLEL- PARALLEL LEAD-IN S ERIES-PARA: LEAD-IN J.B. U l; � o J F J � 3 o SERIES- PARALLEL LEAD-IN F J J.B. LL: 1A r p Q J K � F LOOP SPLICING DETAIL EPDXY ENVELOPE ONE LAYER VINYL ELEC. TAPE S PROTECTIVE ( CLEAR ) I, I• VE I. COATING (SCOTCHKOTE) h-• H LEAD-IN LOOP MIRES CABLE METAL TAPE COMPRESSION OR SOLDER CONNECTION ON SHIELD TWO LAYERS Of SPLICING • COMPOUND TAPE & ONE LAYER Of FRICTION TAPE DETAIL SHEET 13 INDUCTION LOOP DETAIL 9 ' ,9 B 8 1' i TAR FILLER X= �/i OF DEPTH FOR POLYETHYLENE CORD EACH TWISTED PAIR . LOOP WIRES • " 1/4" SAND NOTE: A-A B-S TWIST EACH PAIR _&_ NOTE: TURNS PER FOOT FROM TURNS OF WIRE PULL BOX TO END OF IN EACH LOOP AS - LOOP. SHOWN ON DETEC- TOR SCHEDULE OR AS DIRECTED BY THE ENGINEER . DETAIL SHEET PRE-EMPTION END CAP + JCAP END 36 D DETAIL SHEET /5* CITY OF RENTON Plan Holders List PROJECT: NDNROE AVE. N.E. AND N E 2ND CTRFFT BID DATE: Sept 15, 1982 PRICE: $35.00 + 55.00 Postage ._PLACE: 4TH Floor Conference Rm. TIME: 2:00 P.M. UN SATE-PLANS DATE CHE K NAME PAID ISSUED RETURNED REFUNDED- I.-West Coast construction Co., Inc. 535.00 9-19-1=82 _ P.O. Box 419 _Woodinville WA 98072 _ _- 483-1900 . . . . . . . . . . . . . . . . . . . . . . . . 2. Renton Construction Comnany, Inc. c�5 Op 9'182 10601 Rustic Road South_ Seattle WA 98176 772-2085 . . . . . . . . . . . . . . . . . . . . . . . . 3. Signal Electric, Inc. 35.00 9_1-82 _9012 South 208th St. Kent W_A_98031 872-7177 . . . . . . . . . . . . . . . . . . . . . . 4. (.handler Engineers $35 00 9-1-82, 700918oth Av, A.F Redmond WA 9BD52 _BQj-0955 . . . . . . . . . . . . . . . . . . . . . . . . S. R. L. Alia Companv $35009 1-82 9215 Empire Way S. Seattle, WA 98118 722-4900 . . . . . . . . . . . . . . . . . . . . . . . . 6._State EIecST1L_6 Inves:mant rn_ $35_00 9-2=82 _ _ 7 25 Highway "_ _. Lynnwood WA 98036 '745-1996 . . . . . . . . . . . . . . . . . . . . . . . . CITY OF RENTON Plan Holders List PROJECT: MONROE AVE. N.E. AND N.E. 2ND STREET BID DATE: Sept 15, 1982 PRICE: $35.00 + S5.00 Postage PLACE: 4TH Floor Conference Rm. TIME: 2:00 P.M. AMOUNT %TETLAA - 6 T-& NAME PAID ISSUED RETURNED REFUNDED 7. Moss Constructton. Inc. $35.00 9-2-82 P.O. Box 98340 _Des Moines WA 98188 878-7126 . . . . . . . . . . . . . . . . . . . . . . . . 8. Tri-State Construction _ 9-2-82 959 308th Ave. N.E. Bellevue WA 98004 455-2570 . . . . . . . . . . . . . . . . . . . . . . . . 9. CTM Electrical Contractors (Carl T. Madsen, Inc1540.00 9-7-R? 1929 Tacoma Ave. So. Tacoma WA 98402 . . . . . . . . . . . . . . . . . . . . . . . . 10. Renton Concrete Proeucts 3$ 5.00 115 South 7th Street Renton WA 98055 255-1521 _ . . . . . . . . . . . . . . . . . . . . . . . . Rainier Associates Inc. $35.00 9-2-82 13747_Ashvorth Ave N. Seattle, Washington 98133 _ 1A7-487' . . . . . . . . . . . . . . . . . . . . . . . . 12. Land Construction Company 915.00 9-2-82 General Delivery, Clearvlev Route Station Smohomish, Washington 98290 . . . . . . . . . . . . . . . . . . . . . . . . CITY OF RENTON Plan Holders List PROJECT: MDNROE AVE. N.E. AND N.E. 2ND STIM BID DATE: Sept 15. 1982 PRICE: 535.00 + SS OD Pcataaa PLACE 4TH Floor Conference Pm. TIME: 2:00 P.H. DATE PLANS DATE OiMK NAME PAID ISSUED RETURNED REFUNDED 13. Donald R. Dundas (Dundas Construction) _ $35_00 9-3_82 _ 1110 N. 34th St. Renton, WA 98056 271-7614 . . . . . . . . . . . . . . . . . . . . . . . . 14. Doolittle Construction Co. 135.00 9-782 1900 118th Ave. S.E. Bellevue WA 98005 GL5-1150 . . . . . . . . . . . . . . . . . . . . . . . . 15. Gordon T. Pathmann (John R. Ewing d Assoc.) $35.00 9-8-92 _ 622 S. Central Kent WA 98031 852-6633 . . . . . . . . . . . . . . . . . . . . . . . . 16. R.W. Scott Construction Co. $35.00 9-8-82 9840 Carr Road Renton WA 98055 _ 226-4452 . . . . . . . . . . . . . . . . . . . . . . . . 17. Landscape services, Inc. $35.00 0_8`R2 P.O. Box D Auburn WA 98002 833-1555 . . . . . . . . . . . . . . . . . . . . . . . . 18. Gary Merlino $35.00 99-8-82 _ 9125 loth Ave South Seattle WA 98108 _ 762-9125 . . . . . . . . . . . . . . . . . . . . . . . . CITY OF RENTON Plan Holders List PROJECT: MONROE AVE. N.E. MM W.E. 2MD sixcer 610 DATE: S*Pt 15. 198 PRICE: $35.00 + $5.Uo Eo.catr___PLACE: 4TH Floor Conftrence Rm. TIME: 2:00 P.M. -- AMOUNT4QRS NAME PAID ISSUED RETURNED REFUNDED 19. Pitardi Trucking rn_ Tar 535.00 9-2-82 12218 51st Ave. Sn. Seattle WA 98178 763-8180 . . . . . . . . . . . . . . . . . . . . . . . . 20. M.A. Segale, Inc. (Asphalt Division) 3` 10 9-2-82 _ P.O. Box 88050 Tukwila WA 98188 575-3200 . . . . . . . . . . . . . . . . . . . . . . . . 21. Tyee Concrete 135-00 oA 10504-50th Ave. E. Tacoma, WA 98446 _ 531-2418 . . . . . . . . . . . . . . . . . . . . . . . . 22. Rental Mart $35.009 29805-Pacific Highway sni h Federal Way, WA 98003 839-6701 Seattle 927-1011 Tac .ma . . . . . . . . . . . . . . . . . . . . . . . . 23. U.G.L. Inc. _ t35.00 __- 12020-S.E. 32nd Street Bellevue- WA. 98005 746-4777 . . . . . . . . . . . . . . . . . . . . . . 24_Associated Sand A Crav 1 Cn Tnr $35.00 9-9-82 P.O. Box 2037 6300 Glenwood Ave. Everett, WA 98203 . . . . . . . . . . . . . . . . . . . . . . . . CITY OF RENTON Plan Hc'9ers list PROJECT: MONRGL AVE. N.E. AND X.L. 2M sneer _ BID DATE: Sept 15. 1982 PRICE: $35M + S5,00 Poata.e __PLACE: 4TH Floor Conference Ph. TIME: 2:00 P.X. - CK - NAME PAID ISSUED RETURNED REFUNDED 25. P and G Landscaping Inc. $35 00 9-9-82 15912-73rd Ave. S.E. Snohomish, WA 98290 485-6091 . . . . . . . . . . . . . . . . . . . . . . . . 26. Town Concrete Pipe S35.00 9-10-82 _P.O. Box 9156 Tacoma WA 98409 --475-8888 . . : . . . . . . . . . . . . . . . . . . . . . 21. _Lakeside Industries S3500 9-10.82 !_ _P.O,_Ux__J179 — Bellevue WA 98009 641-4600 . . . . . . . . . . . . . . . . . . . . . . . . 28._Hi-Line Aspahlt Paving Co.. Inc. _ S35.00 9-10-82 P.D. Box 68279 Seattle, Washington 98188 762-5210 . . . . . . . . . . . . . . . . . . . . . . . . ,9. Superior Concrete Construction. Inc_ $35.00 9-13-82 3223 C Street N F . Room 100 Auburn WA 98002 833-2037 . . . . . . . . . . . . . . . . . . . . . . . . 30. Assoc. General Contractors (Plan rnntnr) 1200 Westlake No., 0310 Seattle, WA 98109 . . . . . . . . . . . . . . . . . . . . . . . . CITY OF RENTON Plan Holders List i PROJECT: MONROE AVE. N.E AND N.E. M STREET BID DATE: Sep[ 15. 1982 PRICE:___$35.00 + 55.00 Poecag, PLACE. 4TH Floor Conference Pa. TIME:_ 2:00 P.M. -- -- CHECK LANS DATE NAME PAID ISSUFO RETURNED REFUNDED 31. Valley Cement Construction, Inc. $35.00 9-13-82 iO3-26th St. N.E. Auburn, MA 98002 833-6370 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .