Loading...
HomeMy WebLinkAboutSWP272711 (3)Award Date: S - Z /- D T' Awarded to: Laser Qyi d-e r w r.. - 6 CAG 07- 053 Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract, Plans and Specifications City of Renton Renton Village Storm System Project City of Renton 1055 South Grady Way Renton WA 98057 General Bid Information Project Manager: Project No. SWP-27-2711 425-430-7200 425-430-7293 Daniel Carey ® Printed on Recycled Paper UNDERGROUND UTILITIES CONTACT LIST Responsible Officers Bret Lane, President 6632 S 191 st PI., E-104 Kent, WA 98032 Dan Kain, Vice -President 6632 S 191 st PI., E-104 Kent, WA 98032 On -Site Kevin Broncheau, Superintendent 6632 S 191 st PI., E-104 Kent, WA 98032 Dan West, Job Foreman 6632 S 191 st PI., E-104 Kent, WA 98032 Bonding Agent. Gary Mehl, Niehl Insurance Agency, Inc. 12826 SE 40th Lane, #105 Bellevue, WA 98006 425-251-1636 206-571-3268 (cell) 425-251-1636 206-949-4966 (cell) 425=251.1636 206-949-4901 (cell) 425-251-1636 206-949-4924 (cell) 425-644-1600 6632 S 191 st PI, Suite #E-104, Kent, WA 98032 Phone: (425) 251-1636 Fax: (425) 251-1656 C� 1 Y o� CITY OF RENTON BUSINESS LICENSE EXpiration Date Licensing Division 6/30/2008 1055 South Grady Way Renton, WA 98055 Issued Date: License # (425) 430-6851 7/1/2007 BL.029631. Business Location Billing Code: ocl_a 6632 S 191ST PL E104 KENT, WA 98032 Licensee has made application for a City of Renton business license in accordance with the provisions of Title;V, Business Regulations Chapter 1, Code of General Ordinances of the LASER UNDERGROUND &EARTHWORKS INC City of Renton and. agrees to comply with all the 6632 S 11ST E104 requirements of said ordinance. Licensee shall KENT, WAA98032PL further comply with all other City Code Ordinances, State Laws and Regulations applicable to the business activity licensed. Post this License at place of business. 1 1 1 1 1 CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the Renton Village Storm System Project PROJECT NO. SWP-27-2711 April 2007 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS �SSIONALENG f/lol0 7 EXPIRES 1a/16/Z CITY OF RENTON 1055 South Grady Way Renton, WA 98057 ® Printed on Recycled Paper I u I 1 CITY OF RENTON Renton Village Storm System Project SWP-27-2711 CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Location, Vicinity Map Instructions to Bidders, Example Schedule of Prices Call for Bids 1 - Bid Section *Combined Affidavit & Certificate Form: Non -Collusion, Anti -Trust Claims, Minimum Wage Form *Bid Bond Form *Proposal *Schedule of Prices *Acknowledgement of Addenda **Subcontractors List (if required for project) 2 — Contract Section ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement (Contracts other than Federal - Aid FHWA) ❖City of Renton Insurance Information Form ❖City of Renton Standard Endorsement Form Insurance Information and Requirements Certificate of Payment of Prevailing Wages Statement of Intent to Pay Prevailing Wages, Affidavit of Prevailing Wages Paid Prevailing Minimum Hourly Wage Rates (New job classifications) Environmental Regulation Listing WSDOT Amendments City of Renton Special Provisions Geotechnical Report Permits City of Renton Survey Control Network and Monuments Traffic Control Information Site Photos Standard Details, Typical Manufacturer's Details Construction Plans Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. * Submit with Bid ** Submit with Bid or within 24 hours of bid ❖ Submit after Notice of Award 02-Contents.1)00 CITY OF RENTON Planning/Building/Public Works Department 1055 South Grady Way Renton, Washington 98057 I I I CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3229 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non- discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job -related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub -contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of RENTON, Washington, this 7ttday of October, 1996. ' CITY OF RENTON: Mayor RENTON CITY COUNCIL: Council President 03-SUMMARY.D00 1 I CITY OF RENTON SUAAMYOFAAdEWCANS A?THDISABILITIESACTPOLICY ADOPTED BYRESOLU17ONNO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and Iocal laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection, promotion, termination and training shall be conducted in a non- �ry manner. Personnel decisions will be based on individual performance, staffing require, and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services, activities and programs. (3) ANERICANS WITH DISABILITIES ACT POLICY - The City of Rama Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTOR$' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees, shall appear in all operational doc unmtation of the City, including bid calls, and. shall be prominently displayed in appropriate City facilities. CONCURRED DV by the City Council of the City of Renton, Washington, this 4th day of October 1993. ' C RENTON Mayor Attest: X— "S City Clerk `VU 1 CITY OF RENTON Renton Village Storm System Project SWP-27-2711 SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: • Furnish and install approx. 565 LF of new 4' x 6' box culvert storm system, • Install four large structures and access risers, • Construct new outfall and channel restoration, • Temporary diversion of storm water flows, • Relocate a 12-inch water main, • Case and rebuild two sections of active sewer mains, • Replacing approx. 400 linear feet of curb and gutter, and 100 square yards of side walk. • Asphalt pavement patching in the street and parking lots, • Restoration including replanting and striping. The Contractor will need to comply with the requirements of the Washington State Hydraulic Project Approval, and Army Corps of Engineers Nationwide Permits 7, 13 and 33, included in the Bid Document The estimated project cost is $950,000 to $1,050,000. A total of 90 working days is allowed for completion of the project. For Bid Item Descriptions see Special Provisions Section 1-09.14 Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. 11 05a-Scope.DOC\ 1 1 1 1 1 1 1 1 1 1 i t 0' 1 Mile N ' Scale: 1" = 1 Mile 69 Project Location Renton Village Storm System Project City of Renton Surface Water Utility D. Carey 3/07 sl� 11 1 I 1 F1 1 11 pJ�L��*JL�JJLi Z fJ III f�� !y'L�VI� III ;�° P r - ct ONVILTER L� �Vq- �A;p1NGCEN 11 Project Location Renton Village Storm System Project 0' 1000, N ' Scale: 1 " = 1000' City of Renton Surface Water Utility D. Carey 3/07 i] 1 1 Ci INSTRUCTIONS TO BIDDERS Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until the time and date specified in the Call for Bids. At that time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents, whether made before or after letting the contract. 3 The work to be done is shown in the plans and / or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as indicated on forms enclosed under Attachment A herein and as identified within Specification Section 1-07.18. Revised: 04/06 bh 13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 1 14 Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. 15. Payment ofretainage shall be done in accordance with Section 1-09.9(1) "Retainage. ' 16. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. ' Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. ' 17. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. ' 18. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants. tThe most recent issue of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. 19. Pollution Control Requirements ' Work under this contract shall meet all ,local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos ' materials. IRevised: 04/06 bh 1� F� F I I 11 INSTRUCTIONS TO BIDDERS Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until the time and date specified in the Call for Bids. At that time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents, whether made before or after letting the contract. 3 The work to be done is shown in the plans and / or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that ` item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as indicated on forms enclosed under Attachment A herein and as identified within Specification Section 1-07.18. Revised: 04/06 bh 13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. ' 14 Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. ' 15. Payment of retainage shall be done in accordance with Section 1-09.9(l) "Retainage. 16. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive ' bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. ' 17. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench 1 safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 18. Payment of Prevailing Wages J F� !J 1 19 J In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants. The most recent issue of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. Revised: 04/06 bh 20. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Special Provisions or other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not. 1. WSDOT "2006 Standard Specifications for Road, Bridge and Municipal Construction" ' hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," ' "WSDOT," or any combination thereof in the WSDOT standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT standards shall be deleted and the measurement and payment provisions of Section 1-09 of the City of Renton Special Provisions, Measurement and Payment (added herein), and Section 1-09.14 shall govern. 21. If a soils investigation has been completed, a copy may be included as an appendix to this document. If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their ' bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. 22 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. ❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit With Bid"? ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? ' ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? ❑ Have you submitted the Subcontractors List (If required) ❑ Have you reviewed the Prevailing Wage Requirements? ' ❑ Have you certified receipt of addenda, if any? 1 IRevised: 04/06 bh " E X A M P L E- SCHEDULE OF PRICES " 1 11 fl This Example shows how the Schedule of Prices should be filled out. The prices are for illustration only, and do not represent actual unit prices for those items. The Unit Price for all bid items, all extensions, and Total amount of the bid must be filled in. Handwritten words and figures are acceptable (must be legible). FOR EACH BID ITEM 1 Write the Unit Price in words and figures (number). The words and figures must be equal. Example: Nine hundred dollars, $900.00. 2 Multiply the Quantity by the Unit Price, write the result in the "Amount' column as a figure. Example: Bid Item #2, 200 Linear Foot x $1.20 = $240.00 3 Add the Amounts for all bid items and write the result in the "Subtotal' column (example: $5,315.35). 4 Multiply the Subtotal by the Sales Tax, write the result on the "Sales Tax" line (when present). Example: $5,315.35 x 8.8% _ $467.75 5 Add the Subtotal and the Sales Tax, write the result in the "TOTAL" column. RECHECK THE WORDS, FIGURES, AND MATH The bid may be rejected if the Unit Price (in words) is not the same as the Unit Price (in figures). EXAMPLE ITEM NO. APPROX. QUANTITY ITEM NAME WITH UNIT PRICE (Unit Prices to be written in words) UNIT PRICE (figure) AMOUNT (figure) 1. 1 Erosion Control Lump Sum $ Nine hundred dollars $ 900.00 $ 900.00 2. 200 Clear Fence Line Linear Foot $ One dollar and twenty cents $ 1.20 $ 240.00 3. 150 Topsoil Cubic Yard $ Three dollars $ 3.00 $ 450.00 4. 2 Chain Link Gate Each $ One thousand two hundred dollars _ $ 1,200.00 $ 2,400.00 5. 0.40 Hydro -seed Acre $ Two thousand dollars $ 2,000.00 $ 800.00 6. 1 Restoration Lump Sum $ Five Hundred twenty five dollars and $ 525.35 $ 525.35 thirtyfive cents Subtotal $ 5,315.35 8.8% Sales Tax $ 467.75 TOTAL $ 5,783.10 11 I07-Example Sched Prices.doc 1 CAG-07-053 ICITY OF RENTON ICALL FOR BIDS Renton Village Storm System Project Sealed bids will be received until 2:30 p.m., Tuesday, May 1, 2007, at the City Clerk's office, 7`h floor, ' and will be opened and publicly read in conference room #511 on the 5"' floor, Renton City Hall, 1055 South Grady Way, Renton WA 98057, for the Renton Village Storm System Project. The work to be performed within 90 working days from the date of commencement under this contract shall include, but not be limited to: furnish and install approx. 565 LF of new 4' x 6' box culvert storm system, install four large structures and access risers, construct new outfall and channel restoration, temporary diversion of storm water flows, relocate a 12-inch water main, case and rebuild two sections of active sewer mains, replacing approx. 400 linear feet of curb and gutter,.and 100 square yards of side walk, asphalt pavement patching in the street and parking lots, restoration including replanting and striping. The Contractor will need to comply with the requirements of the Washington State Hydraulic Project Approval, and Army Corps of Engineers Nationwide Permits 7, 13 and 331 included in the bid document. The estimated project cost is $950,000 to $1,050,000. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid documents will be available April 11, 2007. Plans, specifications, addenda, and the plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on "bxwa.com"; "Posted Projects", "Public Works", "City of Renton", "Projects Bidding". (Note: Bidders are encouraged to "Register as a Bidder," in order to receive automatic email notification of future addenda and to be placed on the "Bidders List.") Questions about the project shall be addressed to, Daniel Carey, City of Renton, P/B/PW, 1055 Grady Way, Fifth Floor, Renton, WA, 98057, phone (425) 430-7293, fax (425) 430-7241. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. The City's Fair Practices, Non -Discrimination, and Americans with Disability Act Policies shall apply. ' Published: Bonnie I. Walton, City Clerk Daily Journal of Commerce April 11, 2007 Daily Journal of Commerce April 16, 2007 Daily Journal of Commerce April 23, 2007 1 - BID SECTION Renton Village Storm System Project SWP-27-2711 The following documents must be submitted for the bid at the time noted in the Call For Bids, and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. *Combined Affidavit & Certificate Form: Non -Collusion, Anti -Trust Claims, and Minimum Wage Affidavit *Bid Bond Form *Proposal *Schedule of Prices *Acknowledgement of Addenda **Subcontractors List (if required for project) * Submit with Bid ** Submit with Bid or within 24 hours of bid 22 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. ❑ Have _you submitted, as part of your bid, all documents marked in the index as "Submit With Bid"? ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? ❑ Have you submitted the Subcontractors List (If required) ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? 09-t-BID Section.D00 CITY OF'RENTON Combined Affidavit and Certification form: Non -Collusion, Anti -Trust, and Minimum Wage (Non -Federal Aid) NON -COLLUSION AFFIDAVIT ' 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 behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing 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. ' AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over- charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting ' from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. 1 AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal ' contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. ' FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT Renton Village Storm System Project Name of Project ' Z-� " C. . al ��2� 2.0 � nt D � C� ids a� � c Name of Bidder's Firm 1 W ' Signature of Authorized Representative of Bidder sr Subscribed and sworn to before me on this day of IWAV 200- 'axf-L J ' ��;SSioNF;�i/i/,L'���� Notary Pu rc in an or t tate of Washington c°, �OTAgY �; ; ; Notary (Print) My appointment expires: 1 c -1 Y -0 8 (P 4i� �j; :. �Q t b�..:�A- 0144FoFWAS�,:, • 11 IBID BOND FORM Herewith find deposit in the form of -a certified check, cashier's check, cash, or bid bond in the ' amount of $ which amount is not less than five percent of the total bid. ' Signature Know All Men by These Presents, Laser Underground & Earthworks Inc That we, _ as Principal, and ' Traveler a5 5urety, are held and firmly bound unto. the City of -'Renton, as Obligee, in the pens sum of F 4 Dollars, for the payment of which the Principa °az1 a urety in se their beirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for Renton Village ftrm System Proiect according to the terms of the proposal or bid made by the ' Principal therefor. and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the -penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit, to the -Obligee, as penalty and liquidated damages, the amount of this bond. SIONED; SEALED.AND DATED THIS 1st DAY O ! , ZOt)�• t'............ Principal Las r Under and & Earthworks Inc Sure rav ers Casualty & Surety Coatpa.ny of Americ Gary Niehl, Attorney In Fart Received return of deposit in the sum of $, 1 l-BIABONA.DOC1 ATTORNEY STPAUL POWER OF ATTORNEY TRAVELERS Farmington Casualty Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney -In Fact No. 2 14740 Certificate No. 0 l O 1.56878 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duty organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Gary Niehl of the City of Bellevue , State of Washington , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of,guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or petmided, in anyactions or -proceedings allowed by law. 44, IN WITNESS WHEREOF, the Com anies have caused this instrument to be signed and their,corporate seals to be hereto affixed, this. day of February M06 � 4 Farmington Casualty Corn pa y _ A t x St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Co pang; tiSt. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company h0y I.SUq�a %��Q`�.•i'aSf. .SRN,E.._.A,A�.N.NL�r,fai'r:.10Smf : }fa W�♦? 4':J:\. •'a[: PORq o a'4;c '• i y Et FY Ary 'o CONK G •O�,�aG^^ n State of Connecticut City of Hartford ss. By: G rge W ompson, Sen(j President On this the 22nd day of February 2006 , before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal.A 0 — W My Commission expires the 30th day of June, 2006. e Marie C. Tetreault, Notary Public 58440-9-05 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER THIS POWER OF ATTORNEY IS INVALID WITHOUT THE This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Inr,urance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power. of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of~iAmeriicavand United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power�A rney,exeeuted by�sdtdwompanies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and -Ai e4d the seals of saidtCompanies this is t day of Mai' 20 07 ti��. �` Kori M. Johans Assistant Secretary GhSVq�j f,AWfly Jy 4tRE 64 ��M �NSG p+.INSVgq JNttY ANpa /1m �/. �Y� -....9 �f'JRVOq���;�y' ��.•'ayGRA% s- 4� 9 4 z° 1977 g 1 192T K a �; — : br 195 s, ;SEAL%o1 j'ssJiL0 � To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.stpaultravelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER CITY OF RENTON Renton Village Storm System Project SWP-27-271.1 PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or. Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and: have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in_accordance with the said plans, specifications and contract and the following schedule of rates and prices: ' (Note: Unit prices for all items, all extensions, and total amount of bid should be shown. Show unit prices both in writing and in figures.) Printed Name: T- L ' Signature: l Address: o,4 Telephone: {cF,t� 4 g9o3Z Names of Members of Partnership: OR Name of President of Corporation Name of Secretary of Corporation Corporation Organized under the laws of I With. Main Office in State of Washington at R KEr i-� 6 DA-,J I¢ A- i J W aci l4 1 Al L 'r-oj 11-S4 i ufk 602- S. 191 t1< 0-- Sl(4 12-PROPOSAL.DOC1 1 u I I I u CITY OF RENTON Renton Village Storm System Project, SWP-27-2711 SCHEDULE OF PRICES (State Sales Tax Rule 171 Applies to this Project) Note: Unit prices for all items, all extensions and total amount of bid must be shown. Show unit prices in both words and figures. Where conflict occurs the written or typed words shall prevail. See Special Provisions for Bid Item descriptions. ITEM NO. APPROX. QUANTITY ITEM NAME WITH UNIT PRICE (Unit Prices to be written in words) UNIT PRICE (figure) AMOUNT (figure). 1 - 1 Mobilization, Clean and Demobilization 14D, Lump Sum �d'44, $ OGtt tiu4'alcd v►, W deI—Im_. $ 100, boo , $ 606 2 - 1 Construction Surveying, Staking, As -Built Lump Sum Drpwings $ r(I'VOR13 1t161t5a,,td do 1(4/r °= $ �-0t 000 • $ 2-0, v ee . 3 - 1 Lump Sum Traffic Control $ Feify (ill 401456to l d01(4✓f $ *Sood • $ 000, 4 - 1 TempArary Water Pollution/Erosion Control $_Ff f �i � °�Skrtd d 1 Gyr $ l f� ovy. $ 1 S�Uoy Lump Sum eyt 5 - 1 Lump Sum Dewatering $ 64e_ 17u�d✓'ec� �°uSA�oL dol��f All $ $ 6 - 1 Lump Sum Tempova Stormwater Bypass $ ` il► ouSano( Q,altr e0� $ 3yv Oy°' $ eO coo. 7 - 1 Trench Shoring and Excavation Safety Lump Sum Systems $ rii-y d51tys $ ` 0,oay. $ L�0�000• S - 1 Locate, Relocate, and Protect Existing Lump Sum Uti�lities, $ t-+�-f I16 u.SdAd' &-4 4'T $ S0, a°D, $ 7V1 d00. 9 - 1 Re val ofStructures and Obstructions dAt I41P $ 10, o oy $ '- l4, Doy Lump Sum 10 1 Remove / Relocate Existing Signing 11U,4✓to� CL�o(Ici�C $ Lump Sum $ 11 1 Lump Sum Relocate 12-in ,h Water Main $ ll,�eti�.� u,✓ `&01ASamd 61G 2 'f °� $ iSv o . $ �( �$ 2 r�00 . In c m 4e d ato l WX5 as 12 565 L ineal Foot Pre -Cast 4' x 6' Box Culvert (incl. Bedding) $ �1✓2t� tt unL(✓cGi :ib(tA�i $ �Q() 13 1 Pre -Cast or Cast -in -Place Box Culvert Lump Sum AnO PointslConnectio s $ 9A "i'tit'ksa)ld dt,lw�l $ 10, ova, $ (c,DDU• 14 2,400 Bank,Run Gravel for Trench Backfill d aff °0 l $ o� Tons $ 7e�l e 11 $ 00 GO-Sched Prices-0406.doc r 1 15 150 Unsuitable Foundation Excavation, Incl. Cubic Yards Haul $ F44-y (r`c/1 $ S $ 16 150 Cubic Yards Light -weight Control Density ill $ "I e h undeed- f►+/tn ds!(aIl$ 2 vg $ 10, �fd' 17 1 Sanitary Sewer Crossing ! Encasement Lump Sum Sta 13+18 11 $ K!< 'rKous4'1 de l(Oyr $ l bf boo $ I 18 1. Sanitary Sewer Crossing / Encasement Sty. 15+82 �y t0jk yK sad �al1Rr� y �y 0 0 0 $ $ Lump Sum $' rUeyt _ 19 1 Plu,9 and Fill Exi ting Storm Sys em 0 !`�'.o0.0 Lump Sum $ N�r?utting .��1 TuoNf4nq� G� t'A�S $�a $ 20 2,400 Sawc �I° /* $ `f $�. Linear Foot $ Ty✓v $ ✓ 21 290 Temporary Cold Mix Asphalt Concrete Ton Patc $ eue�, �" G�d q v $ $ 2 �i 3 a 0 . 22 4,300 Grind Existing Pav ment and Parking Lot 44e � Square Yards $ $ $ 23 340 Crushed Surface Top Course I ("y F� do 11 R+i� $ 0-6 °O Tons $ uJG+1 J� 24 530 Tons H MA Class 1 /2 PG-58-22 $ 60 C � nd�Gd f e✓I G�i yt�'S $ i' l $ �$ 3 00 25 300 Aspphalt Treated B e Ort ��407 1 N bilef $ $ 33, UDo Tons $ 26 400 Remove, Replace Concrete Curb & Gutter E%�� fl da lla•f/ $ l �� $r Zea Linear Feet $ e 27 110 Remove, Replace Concrete Sidewalk 111 ! (w✓I $ $ Square Yards $ t' 28 2 Each Sidewalk Ramp Type 4A $ Rk� 114 Kd/mod d°Ela" $ `L �100 $ gOD. 29 1 Lump Sum Restore Pavement Markings $ C;c c, tY PVC Gq,e�.✓►d/ed c�a llasf $ 0¢ gr 50. $ ;a g� SOU• 30 2,000 Linear Foot Restore Parking Lot Line $ Tab al0tt'i/C t� 1��1 0� �� $ Sa $ S o0o . 00 GO-Sched Prices-0406.doc 1 I I I 1 I U 31 1 Lump Sum Streambank Sta�b)•lization and Restoration $ 'jy.r� ,/ `f'yt,(,told da6140 $ 30, eoo- $ d u 60, 32 1 Remove I estore Existing Landsca ingg 'iL. �rSUO. iy Lump Sum $ �Jry k•��lrcallg%f $ $ 33 6 Each Tre Repla ement $ PlAndored �lai'14�� $ °%- Zoe d' $ 1, Zoo 34 35 Cubic Yards Tops it Type C $ 7h%/t'�/ •eve d0l(4/f $ vo 2i�, ea $ / ZZ r 35 90 Se ing Fertilizing, Mulching vA b ` °Q Square Yards $� Gi o -ff $ $ 36 1 Lump Sum TeIvision I spection $ I we Tkiii544cd do �" Z, 000. $ v d 0 37 25 Each Co paction Testing $ QJ¢-1 1A�wayu ���#v Al(a✓t $ e, �SD. o� $ l �,}5D. 38 1 Minor Changes. Lump Sum $ Ten Thousand Dollars $ 10,000.00 $ 10,000.00 State Sales Tax Rule 171 Applies to this Project od TOTAL $ 00 GO-Sched Prices-0406.doc I E E .1 1 CITY OF RENTON Renton Village Storm System Project SWP-27-2711 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA NO. DATE: S e) -7 NO. DATE: �. I D NO. DATE: NO. DATE: NO. DATE: SIGNED: TITLE: NAMEOFCOMPANY: L�Sc� ��/��CQ(r�oJnlD C�ilo�L<<S 1•J� ADDRESS: W Z S. lq ( Pc , E 16.E CITY/ STATE/ ZIP: (GCS i ✓ tv j $0 3 Z. 1 TELEPHONE: `F�- Zvi 1 3 (P 1 t . i SUBCONTRACTOR LIST Renton Village Storm System Project SWP-27-2711 ' RCW 39.30.060 requires that for all public works contracts exceeding $1,000,000 the bidder shall submit the names of all subcontractors whose subcontract amount exceeds ten percent (10%) of the contract price, and whose work involves either heating, air conditioning, ventilation, plumbing, or electrical. If the subcontractors names are not submitted with the bid, or within 24 hours of the bid, the bid shall be considered nonresponsive and, therefore, void. Complete one of the following for contracts that exceed $11000,000: A. There are no subcontractors proposed whose subcontract amount exceeds ten percent (10%) of the contract price. Name: l . �s n Title: ��10 .S \ ck_ v1 Signature: v B. The following subcontractor(s) subcontract amount exceeds 10 percent of the contract price: (list subcontractor and bid item) Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. tBid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. Bid Item (s) Subcontractor Name Address ' Phone No. State Contractor's License No. hAfile sys\swp -surface water projects\swp-27 -surface water projects (cip)\27-2711 renton village\2006 cip piperplcmt\1170 draft specs-city3-08\15- subcont-form.doc Revised 7/2002 Addendum 1 ' CITY OF RENTON Renton Village Storm System Project ADDENDUM NO. 1 Date Issued: April 23, 2007 Date of Bid Opening: Unchanged NOTICE TO ALL PLAN HOLDERS The Bid Documents for the project are modified as described below. Bidders shall incorporate this Addendum into the Bid Documents. Failure to do so may subject the bidder to disqualification of his bid. Bidders shall acknowledge this Addendum by signing the Acknowledgement of Receipt of Addenda form in the Bid Document, or by signing this Addendum, and submitting either form with the bid. THE BID DOCUMENTS ARE MODIFED AS FOLLOWS: The City is providing clarification to the existing construction plans with the attached figures. Figure 1 - Overhead power and communication lines cross the project. The Contractor shall verify the required clearances with each utility provider. Figure 2 - The gas and telephone utility relocates shown from approximately station 12+50 to 13+80 - are to be relocated north of the new storm system box culvert. The Contractor shall coordinate the utility relocates with each utility provider. The information on the figures will be added to the construction plans after the bid is awarded. Daniel Carey, PE, Pro' ct Manager, Surface Water Utility Ph# 425-430-7293 I ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA SIGNED: TITLE: NAME OF COMPANY: 070423 GO Addm-I Notice-DCv01.D00 ADDENDUM # 1, Figure 1 1 1 1 1 1 1 1 1 1 Thriftway Grocery Store RVA Center LLC New Box Culvert f \ \ \ IN I \ IN \ \ .1 C C Triton Towers One f Puget Sound Energy Overhead Power and Communication Lines A C � \ SCattle City Light A Overhead Power OSeattle City Light 230kV Transmissions Lines No conductive equipment or material shall exceed 35 feet above grade. O Puget Sound Energy 60kV Transmission Lines o ao so Contractor shall maintain a minimum of 15 feet clearance from the power lines. NORTH SCALE 1" = 80 FT OCommunications lines (Qwest & Comcast) hung on PSE poles. About 16' to 18' above ground. RENTON VILLAGE STORM SYSTEM PROJECT Project No. SWP-27-2711 City of Renton Prepared: April 23, 2007 1 1 t 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ADDENDUM # 1, Figure 2 Revised Utility Relocation North of Box Culvert Thriftway Grocery Store RVA Center LLC BOX CULVERT T- T TET-J-3 ( S / Z, \ 6' 8• V \r� , / �o• � Original Utility Relocation Shown on Bjd Plans i t mmmmCz::mmmm= 0 20 40 NORTH SCALE 1" = 40 FT RENTON VILLAGE STORM SYSTEM PROJECT City of Renton Project No. SWP-27-2711 Prepared: April 23, 2007 1 Addendum 2 CITY OF RENTON Renton Village Storm System Project ADDENDUM NO.2 ' Date Issued: April 26, 2007 Date of Bid Opening: Unchanged NOTICE TO ALL PLAN HOLDERS The Bid Documents for the project are modified as described below. Bidders shall incorporate this Addendum into the Bid Documents. Failure to do so may subject the bidder to disqualification of his bid. Bidders shall acknowledge this Addendum by signing the Acknowledgement of Receipt of Addenda form in the Bid Document, or by signing this Addendum, and submitting either form with the bid. ' THE BID DOCUMENTS ARE MODIFED AS FOLLOWS: The City is providing clarification to the existing construction plans with the attached figures. Figure 3 — The southern PSE overhead power line shown on Addemdum 1 Figure 1, and on plan sheet 4, is not shown correctly. The correct location is shown on Figure 3, and is about 80 to 100 feet southeast of the previous location. Delete Figure 1 and use Figure 3. The information on the figures will be added to the construction plans after the bid is awarded. 4,z // - 2 a - 0 7 Daniel Carey, PE, Proj6ct Manager, Surface Water Utility Ph# 425-430-7293 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA SIGNED: TITLE: NAME OF COMPANY: I 1 1 070426 GO Addm-2 Notice-DCvOLDOC\ ADDENDUM # 2, Figure 3 Thriftway Grocery Store RVA Center LLC New Box Culvert \ IN, IN, A /v Triton Towers One Puget Sound Energy Overhead Power and Communication Lines \ C A B-� A Seattle City Light L A Overhead Power Revised PSE Line Location OSeattle City Light 230kV Transmissions Lines No conductive equipment or material shall exceed 35 feet above grade. i O Puget Sound Energy 60kV Transmission Lines 0 40 80 Contractor shall maintain a minimum of 15 feet clearance from the power lines. NORTH SCALE 1" = 80 FT OCommunications lines (Qwest & Comcast) hung on PSE poles. About 16' to 18' above ground. RENTON VILLAGE STORM SYSTEM PROJECT Project No. SWP-27-2711 City of Renton Prepared: April 26, 2007 2 — CONTRACT SECTION Renton Village Storm System Project SWP-27-2711 The contract documents in this section must be executed and submitted by the successful Bidder within ten (10) days following the Notice of Award. ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement (Contracts other than Federal - Aid FHWA) ❖City of Renton Insurance Information Form ❖City of Renton Standard Endorsement Form ❖ Submit after Notice of Award 16-CONTRACT Section.DOC\ 1 CERTIFICATE OF CORPORATE RESOLUTION Laser Underground & Earthworks, Inc. 1 1 I, Daniel J. Kain, Registered Agent of Laser Underground & Earthworks Inc. do herebycertify that at a duly constituted meeting of the members held on Y Y g 1 February 16, 2007 it was upon motion made and seconded, that it be voted: That Bret Lane and Daniel J. Kain in the capacity of President and Vice - President, respectively, of Laser Underground & Earthworks, Inc. are 1 empowered, authorized and directed to execute, deliver and accept any and all 1 documents and undertake all acts reasonably required or incidental to accomplish the foregoing vote, all on such terms and conditions as .he in his 1 discretion deems to be in the best interest of Laser Underground & Earthworks, 1 Inc. 1 I further certify that the forgoing votes are in full force this date without rescission, modification or amendment; Executed by the undersigned officers effective as of 1 the date first above writ 1 �} j By: 1 Bret Lane 1 By' Dan' . Ka 1 ' Bond #104911326 i ' BOND TO THE CITY OF RENTON KNOW ALI, MEN BY THESE PRESENTS: ' That we, the undersigned Laser Underground & Earthworks Inc as principal, and Travelers Casualty & Surety �ar � ,—�rca corporation organized and existing ' under the laws of the State of rP t r as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of S 1,181,670.00 for the payment of which sum on demand we bind ' ourselves and our successors, heirs, administrators or person representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at Bellevue Washington, this 22nd _ day of May 2007. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG-07-053 providing for construction of Renton Village Storm System Project the principal is required to furnish a bond for the faithful performance of the contract; and ' WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in., the manner and within 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 materialmen, 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 harmless 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 the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. Laser Underground & Earthworks Inc Principa r-- Signature Vr c..e_ /' ll-cS_ �Cti 7 Title Travelers Casualty &//,Surety Company of America Surety !' Signature Gar} Nieh Attorv8y In>'Fzct Title t r° '<,yPAIJL POWER OF ATTORNEY ELERS Farmington Casualty Company St. Paul Guardian Insurance Company s:` = Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney -In Fact No. _2 14740 Certificate No. 000156879 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of (lie State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Gary Niehl of the City of Bellevue , State of Washington , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds. recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business ofguaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permi(tediin anyactions or,proceedings allowed by law. ``�'��' 22nd IN WITNESS WHEREOF, the Com anies have caused this instrument to be.signed and their�corporate seals to be hereto affixed, this day of February �006��' 7, Farmington Casualty Company'�. St. Paul Guardian Insurance Company Fidelity and GuarantytIusurance`Company bM St. Paul Mercury Insurance Company riters, Inc. Travelers Casualty and Surety Company Fidelity and Guaranty Insur nce Underw Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company G�SU.F ..qy+•••� Snnfrj. F\0.Ea � *��� •11' NgU'y.• ,,�(Y ANQ Y 5 �O (1 PI^^v\wulttD Z ` mY !� �OP FORAT• mf }IW :GO _._ f F ¢P Nnttrwao, CONK i tt�o, < lase :W ;�: n > \ CUVM. /� inO-• S$ 1951 m SEAL o, �;SEAL :'a- 'm Y6`y • tiN,D �i *� 9�,0 �� 2f��Mn cF `o. IS...A�+ad�! 01, ... •..'ad° �b ast f • '� f� 0' State of Connecticut City of Hartford ss. By: G rge W ompson, Sen' r Vic President 22nd February 2006 On this the day of , before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company. St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company. Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. son In Witness Whereof, I hereunto set my hand and official seal. W w" My Commission expires the 30th day of June, 2006. Marie C. Tetreault, Notary Public 58440-9-05 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID.WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Coinpany.ofAmerica-aztd United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Po� At oin yleexxecu[ d by s id�Compames, which is in full force and effect and has not been revoked. u IN TESTIMONY WHEREOF, I have hereunto set my hand and Affixed the,s6als of�~saidompanies this22nd day of May 20 07 Kori M. Johans Assistant Secretary r GI.SUA�� � SIWiEly Jy PRE S y ��M..�RSp PY IM34A '�tY ANO Y ° �ygp�gy��r I. ty * i� �* QO:- � •.9 �.;.........,q,�• �eJ a` ��Ha�r� �41n '�i'O O S � (1 �� (� rZ00.VORA>•1,1 ?4:. .. n O y �a x „At982�` i �9� $ I.72% r^ �z �; Firm z.'c0�?ORAI�: : �� i HARfFORDi FNRimFml �! 'i;SBO AL::; a . A ! `�OF hFN DANCE �fMw ANrL >1s........�aa° To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.stpaultravelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER CITY OF RENTON FAIR PRACTICES POLICY vTr�� AFFIDAVIT OF COMPLIANCE Las" (Aoop'Sr6 LA vv ec,"+kwo i k s it,". hereby confirms and declares that ( Name of contractor/subcontractor/consultant) I. It is the policy of Lase, ( Inc-, to offer equal ' ( Name of contracto /subcontractor/consultant) opportunity to all qualified employees and applicants for employment without regard to the race, creed, color, sex, national origin, age, disability or veteran status. IL Lase/ (AAc(¢/ ✓oltin. d l h r-. complies with all applicable ( Name of contracto /subcontractor/consultant) federal, state and local laws governing non-discrimination in employment. III. When applicable, 1—al;a4- (odor) (otnrneA , tg/%LI w o✓0; (Ke • will seek out and ( Name of contractor/subcontractor/consultant) negotiate with minority and women contractors for the award of subcontracts. b apt' e- ( 'T. /,/ a " o Print Agent/Representative's Name Vie-L pteS ; deel Print Agent/Representative's Title U.P. Agent/Representative' ignature ( Date Signed 4 r r F i l� t, } t; H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-2711 Renton Village\2006 CIP PipeRplcmt\l 170 City Final C ' Specs-Example2006 Specs\18-FAIR PRACTICE.1300 ' CONTRACTS OTHER THAN FEDERAL -AID FHWA THIS AGREEMENT, made and entered into this �h day of Jun¢. , 2007 by ' and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and t,a5ee (AAo(4k5rovAA r r­+!� walk" I,t c. hereinafter referred to as "CONTRACTOR." ' WITNESSETH: ' 1) The Contractor shall within the time stipulated, (to -wit: within 90 working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and ' provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the ' City's Project (identified as No. SWP-27-2711 for improvement by construction and installation of: Renton Village Storm System Project Work as described in "Scope of Work" dated April 2007, attached hereto. All the foregoing shall be timely performed, furnished, constructed, installed and completed ' in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that ' all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Contractor agrees to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if ' hereto attached. a) This Agreement ' b) Instruction to Bidders c) Bid Proposal d) Specifications ' e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions, if any i) Technical Specifications, if any ' 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the 1 benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. The Contractor agrees to name the City as an additional insured on a noncontributory primary basis. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Futhermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of (a) the Contractor's agents or employees and (b) the City, its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. 1 ' It is further, specifically and expressly understood that the indemnification provided herein constitutes the contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, ' solely for the purposes of this indemnification. This waiver has been mutually negotiated between the parties. The provisions of this section shall survive the expiration or termination of this contract. ' 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery ' thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than 90 working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard Specifications as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility 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 the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. The Contractor agrees the above one year limitation shall not exclude or diminish the City's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested 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 Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The Contractor shall require, and provide .verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right-of-way. 12) The total amount of this contract is the sum of $1,181,670.00 numbers One million, one hundred eiLhty one thousand, six hundred seventy Dollars written words which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" 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 and seal the day and year first above -written. - TRACTOR President/Partner/ ner Secretary CITY OF RENTON Mayor K Co l Ke.r ATTEST- o nnie Z. W a_!kan : City Clerk dba I--cLS ¢w- tA n d t/g / o u K o(- Eai i i� a 01 rt, c . Firm Name check one ,.,,,/ ❑ Individual ❑ Partnership L7 Corporation Incorporated in Attention: If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing business as) and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. City of Renton Human Resources & Risk Management Department Insurance Information Form FOR: Renton Village Storm System Proiect PROJECT NUMBER: SWP-27-2711 STAFF CONTACT: Daniel Carey Certificate of Insurance indicates the coverages/limits specified in ' contract? Are following in the coverages and/or conditions effect? The Commercial General Liability policy form is anI3 ' Occurrence Form or Equivalent? 1 S-(,! C CT.Cc iC % /, I <,: �! (If no, attach a copy of the policy with required coverages clearly identified) ' CG 0043 Amendatory Endorsement provided?* General Aggregate provided on a "per project basis (CG2503)?* tAdditional Insured wording provided?* Coverage on a primary basis and non-contributing basis?* Waiver of Subrogation Clause applies?* Severability of Interest Clause (Cross Liability) applies? Notice of Cancellation/Non-Renewal amended to 45 days?* *To be shown on certificate of insurance* AM BEST'S RATING FOR CARRIER ►3 ❑ Yes K Yes ❑ Yes 7— Yes Z Yes Yes Yes Yes LFi Yes GL Auto /�}- Umb 10— Professional ❑ No 0 No ❑ No ® No ❑ No ❑ No ❑ No ❑ No ❑ No ❑ No This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific declaration pages FROM awarded bidder prior to execution of contract. Agency/Broker Address ./ <i A -- Name of person to contact Completed By (Type or Print Name) Completed By (Signature) .i-j 4, Y `,- / (."C%0 Telephone Number ' NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND ATTACHED TO CERTIFICATE OF INSURANCE ' ACORD CERTIFICATE OF LIABILITY_ INSURANCE DATE(MMIDD/YYYY) rw 05/22/2007 PRODUCER - NIEHL !NSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION GARY NIEHL ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Po Box 5636 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Bellevue WA 98006 (425) 644-1600 INSURERS AFFORDING COVERAGE NAIC # ENSURED ... ..Amorirnn Inc rn Laser Underground & Earthworks Inc INSURER B: Safeco Insurance 6632 S 191st PI Suite E104 INSURERC: Kent WA 98032 INSURER D: rnVFRAr;FR THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR DD' POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATIONTR LIMITS GENERAL LIABILITY 02CE04376640 09/10/2006 09/10/2007 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED $ ZOO 000 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE FX] OCCUR MED EXP (Any oneperson) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE POLICY X LIMIT APPLIES PER: PRO- n LOC PRODUCTS - COMP/OP AGG $ 2,000,000 AUTOMOBILE X LIABILITY ANY AUTO 02CE04376630 09/10/2006 09/10/2007 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGG EXCESS/UMBRELLA LIABILITY X1 OCCUR CLAIMS MADE 01-SU-304139-50 09/10/2006 09/10/2007 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 $ DEDUCTIBLE $ RETENTION $ WORKERS COMPENSATION AND 02CE04376630 09/10/2006 09/10/2007 WC STATU- I X OTH- EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ 1 000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT 1 $ 1 000 000 OTHER 02CE04376630 09/10/2006 09/10/2007 BUSINESS PERSONAL PROPERTY -SCHEDULE EQUIP SPECIAL FORM $944,303=$1000 DED JESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS E: Renton Village Storm System Project, SWP-27-2711 - City of Renton, and its officers, agents, employees and volunteers as additional insured per attached CG76801000 Primary-noncontribury endorsement, CG86721001 Completed Operations endorsement attached, Waiver o Subro and Severability of Interest Clause included with regards to project stated I —CERTIFICATE HOLDER CANCELLATION Al 100003 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 45 DAYS WRITTEN CITY OF RENTON NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL 1055 S GRADY WAY IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR RENTON WA 98057- REPRESENTATIVES. AUTHORIZED REPRESENTATIVE CORD 25 (2001/08) Fax: (425)603- © ACORD CORPORATION 1988 ' ***' REPRINTED FROM THE FORMS LIBRARY Laser Underground & Earthworks Inc 02CE04376630 UPD 4REVISED: OCTOBER 16, 2002 POLICY NUMBER: __-__-______-= CIS 86 72 10 02 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: ############################################# ############################################# ############################################# Location and Description of Completed Operations: Illlllllllllllllllllllllllllllllllllllllltlll IIIIIIIIIIIIIIIIIIIIII11111111111111111111111 ............................................. Additional Premium: ????????? ????????? City of REnton 1055 'S-. Grady Way Renton, WA 98057 Renton Village Storm System Project SWP-27-2711 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations ' as applicable to this endorsement.) SECTION II — WHO IS AN INSURED is amended to include as an insured the person or organization shown in the Schedule, but only to the extent you are held liable due to `your work" at the location designated and ' described in the schedule of this endorsement for that insured and included in the "product -completed operations hazard". Includes Copyrighted Information of ISO Properties, Inc., ' 2001 with permission ®A registered trademark of SAFECO Corporation CIS 86 72 10 02 EP Laser Underground & --Earthworks Inc 02CE04376630 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED PRIMARY CG 76 80 10 00 COVERAGE COMMERCIAL GENERAL LIABILITY This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: ++++++++++++++++++++++++++++++ ++++++++++++++++++++++++++++++ (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement). WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule subject to the following provisions. 1. This insurance applies only to the extent you are held liable for: a. Your ongoing operations for that insured by or for you; or b. The general supervision of your ongoing operations by the person or organization shown in the Schedule. 2. This insurance does not apply to: a. "Bodily injury" or "property damage" arising out of the sole negligence or willful misconduct of, or for defects in design furnished by, the person or organization shown in the Schedule; or b. "Bodily injury" or "property damage" included within the 'products -completed operations hazard." City of Renton 1055 S. Grady Way Renton, WA 98057 RA:psotiIsttsmsnnsePunets SWP272711sorganarnorlztis status iurddehi endorsement ends when your operations for that insured are completed. No coverage will be provided if, in the absence of this endorsement, no liability would be imposed by law on you. Coverage shall be limited to the extent of your negligence or fault according to the applicable principles of comparative fault. With respect to the insurance afforded the additional insured, paragraph 4. of COMMERCIAL GENERAL LIABILITY CONDITIONS (Section IV) is deleted and replaced by the following 4. Other Insurance a. This insurance is primary and noncontributory, and our obligations are not affected by any other insurance carried by such additional insured whether primary, excess, contingent, or on any other basis. b. This additional provision applies only to the person or organization shown in the Schedule. CG 76 80 10 00 Paget of i � INSURANCE INFORMATION � and REQUIREMENTS 11 I 1 I 1 Insurance Requirements For the City of Renton Please provide this document to your insurance agent The City of Renton requires the industry standard: • $1,000,000 Commercial General Liability, with $2,000,000 in the aggregate • $1,000,000 Auto Liability (Needed if a vehicle will be used in performance of work. This would include delivery of products to worksite) • $1,000,000 Excess Liability (if specified in contract) • Proof of Workers' Compensation coverage (provide the number) • $1,000,000 Professional Liability (if specified in contract) Requirements unique to the City of Renton: • Name the City of Renton as a Primary and Non-contributory Additional Insured on the policy • Provide the endorsement page(s) from the policy(ies), evidencing Primary & Non-contributory coverage • Modify the cancellation clause to state: "Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail 45 days written notice to the certificate holder to the left." • Put descriptive text of the project in the "Description of Operations" box • The certificate holder must read: City of Renton ATTN: I City project manager name/dept provided by your insured I [Address provided by your insured I { City, State, Zip I � PREVAILING MINIMUM � HOURLY WAGE RATES State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $34.36 1 M 5D BOILERMAKERS JOURNEY LEVEL $33.32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $42.47 1 M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $41.43 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $41.33 1M 5D CARPENTER $41.33 1M 5D CREOSOTED MATERIAL $41.37 1M 5D DRYWALL APPLICATOR $41.31 1M 5D FLOOR FINISHER $41.40 1M 5D FLOOR LAYER $41.40 1M 5D FLOOR SANDER $41.40 1M 5D MILLWRIGHT AND MACHINE ERECTORS $42.27 1 M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $41.47 1 M 5D SAWFILER $41.40 1M 5D SHINGLER $41.40 1M 5D STATIONARY POWER SAW OPERATOR $41.40 1M 5D STATIONARY WOODWORKING TOOLS $41.40 1M 5D CEMENT MASONS JOURNEY LEVEL $42.26 1M 5D DIVERS & TENDERS DIVER $85.75 1M 5D 8A DIVER TENDER $44.22 1 M 5D DREDGE WORKERS ASSISTANT ENGINEER $42.02 1T 5D 8L ASSISTANT MATE (DECKHAND) $41.51 1T 5D 8L BOATMEN $42.02 1T 5D 8L ENGINEER WELDER $42.07 1T 5D 8L LEVERMAN, HYDRAULIC $43.64 1T 5D 8L MAINTENANCE $41.51 1T 5D 8L MATES $42.02 1T 5D 8L OILER $41.64 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $41.14 1 E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18.69 1 Page 1 KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS - INSIDE CABLE SPLICER CABLE SPLICER (TUNNEL) CERTIFIED WELDER CERTIFIED WELDER (TUNNEL) CONSTRUCTION STOCK PERSON JOURNEYLEVEL JOURNEY LEVEL (TUNNEL) ELECTRICIANS - MOTOR SHOP CRAFTSMAN JOURNEY LEVEL ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER CERTIFIED LINE WELDER GROUNDPERSON HEAD GROUNDPERSON HEAVY LINE EQUIPMENT OPERATOR JACKHAMMER OPERATOR JOURNEY LEVEL LINEPERSON LINE EQUIPMENT OPERATOR POLE SPRAYER POWDERPERSON ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL ELEVATOR CONSTRUCTORS MECHANIC MECHANIC IN CHARGE FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS FENCE ERECTORS FENCE ERECTOR FENCE LABORER FLAGGERS JOURNEY LEVEL GLAZIERS JOURNEY LEVEL HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC HEATING EQUIPMENT MECHANICS MECHANIC HOD CARRIERS & MASON TENDERS JOURNEYLEVEL INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC INDUSTRIAL POWER VACUUM CLEANER JOURNEYLEVEL INLAND BOATMEN CAPTAIN COOK DECKHAND ENGINEER/DECKHAND MATE. LAUNCH OPERATOR Page 2 $52.30 1 D 5A $56.21 1 D 5A $50.53 1 D 5A $54.26 1 D 5A $27.32 1D 5A $48.75 1 D 5A $52.30 1 D 5A $15.37 2A 6C $14.69 2A 6C $55.40 4A 5A $49.64 4A 5A $35.92 4A 5A $37.88 4A 5A $49.64 4A 5A $37.88 4A 5A $49.64 4A 5A $42.26 4A 5A $49.64 4A 5A $37.88 4A 5A $31.00 1 $57.88 4A 6Q $63.45 4A 6Q $12.70 2K 5B $18.71 1 $12.77 1 $29.68 1 M 5D $42.41 1 H 5G $45.13 1S 5J $33.65 1 $34.84 1 M 5D $15.65 1 $9.10 1 $38.04 1 K 56 $31.90 1 K 513 $31.59 1K 5B $34.37 1 K 56 $36.02 1 K 56 1 � WSDOT AMENDMENTS u 1 11 1 INTRODUCTION 11 1 2 The following Amendments and Special Provisions shall be used in conjunction with the 3 2006 Standard Specifications for Road, Bridge, and Municipal Construction. 4 5 AMENDMENTS TO THE STANDARD SPECIFICATIONS 6 7 The following Amendments to the Standard Specifications are made a part of this contract 8 and supersede any conflicting provisions of the Standard Specifications. For informational 9 purposes, the date following each Amendment title indicates the implementation date of the 10 Amendment or the latest date of revision. 11 12 Each Amendment contains all current revisions to the applicable section of the Standard 13 Specifications and may include references which do not apply to this particular project. 14 15 INTRODUCTION 16 The following Amendments and Special Provisions shall be used in conjunction with the 17 2006 Standard Specifications for Road, Bridge, and Municipal Construction. 18 19 This project is designed in metric units. Among the Special Provisions contained in this 20 project are revisions to sections within Divisions 1, 6, 7 and 9 that provide conversion 21 methods and charts needed to administer this project utilizing the 2004 Standard 22 Specifications. 23 24 AMENDMENTS TO THE STANDARD SPECIFICATIONS 25 26 The following Amendments to the Standard Specifications are made a part of this contract 27 and supersede any conflicting provisions of the Standard Specifications. For informational 28 purposes, the date following each Amendment title indicates the implementation date of the 29 Amendment or the latest date of revision. 30 31 Each Amendment contains all current revisions to the applicable section of the Standard 32 Specifications and may include references which do not apply to this particular project. 33 34 SECTION 1-04, SCOPE OF THE WORK 35 April 3, 2006 36 1-04.6 Variation in Estimated Quantities 37 The third paragraph beginning with "If the adjusted final quantity of any items", is revised to 38 read: 39 40 If the adjusted final quantity of any item does not vary from the quantity shown in the 41 proposal by more than 25%, then the Contractor and the Contracting Agency agree that 42 all work under that item will be performed at the original contract unit price. 43 44 SECTION 1-06, CONTROL OF MATERIAL 45 April 3, 2006 46 1-06.1 Approval of Materials Prior To Use 47 The second sentence in the first paragraph is revised to read: TEST2 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 The Contractor shall use the Qualified Product List (QPL), the Aggregate Source Approval (ASA) Database, or the Request for Approval of Material (RAM) form. Number 1 under the second paragraph is revised to read: Shall be new, unless the Special Provisions or Standard Specifications permit otherwise; 1-06.1(1) Qualified Products List (QPL) This section is supplemented with the following: The current QPL can be accessed on-line at www.wsdot.wa.gov/biz/mats/QPUQPL.cfm The following new sub -section is inserted to follow 1-06.1(2). 1-06.1(3) Aggregate Source Approval (ASA) Database The ASA is a database containing the results of WSDOT preliminary testing of aggregate sources. This database is used by the Contracting Agency to indicate the approval status of these aggregate sources for applications that require preliminary testing as defined in the contract. The ASA 'Aggregate Source Approval Report' identifies the currently approved applications for each aggregate source listed. The acceptance and use of these aggregates is contingent upon additional job sampling and/or documentation. Aggregates approved for applications on the ASA 'Aggregate Source Approval Report' not conforming to the specifications, not fulfilling the acceptance requirements, or improperly handled or installed, shall be replaced at the Contractor's expense. 1 For questions regarding the approval status of an aggregate source, contact the WSDOT Regional Materials Engineer for the Region the source is located in. The Contracting Agency reserves the right to make revisions to the ASA database at I anytime. If there is a conflict between the ASA database and the contract, then the contract shall take precedence over the ASA database in accordance with Section 1-04.2. The ASA database can be accessed on-line at www.wsdot.wa.gov/biz/mats/ASA TEST2 CITY OF RENTON � SPECIAL PROVISIONS SPECIAL PROVISIONS Project No. SWP 27-2711 TABLE OF CONTENTS 1-01 DEFINITIONS AND TERMS.........................................................................................1 1-01.1 GENERAL...................................................................................................1 1-01.2 ABBREVIATIONS........................................................................................1 1-01.2(2) Items of Work and Units of Measurement...................................1 1-01.3 DEFINITIONS............................................................................................. 1 1-02 BID PROCEDURES AND CONDITIONS.....................................................................4 1-02.2 PLANS AND SPECIFICATIONS.....................................................................4 1-02.4 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE WORK.................4 1-02.4(1) General......................................................................................... 4 1-02.5 PROPOSAL FORMS.....................................................................................5 1-02.6 PREPARATION OF PROPOSAL..................................................................... 5 1-02.6(1) Proprietary Information (New Section, Project No. SWP-27-2711)............................................................................. 5 1-02.12 PUBLIC OPENING OF PROPOSALS.............................................................. 6 1-03 AWARD AND EXECUTION OF CONTRACT............................................................ 6 1-03.1 CONSIDERATION OF BIDS.......................................................................... 6 1-03.2 AWARD OF CONTRACT.............................................................................. 6 1-03.3 EXECUTION OF CONTRACT....................................................................... 6 1-04 SCOPE OF WORK........................................................................................................... 7 1-04.2 COORDINATION OF CONTRACT DOCUMENTS, PLANS, SPECIAL PROVISIONS SPECIFICATIONS, AND ADDENDA.........................................7 1-04.3(1) Contractor -Discovered Discrepancies (New Section, Project No. SWP 27-2711).......................................................... 7 1-04.3(2) Project Coordination.................................................................... 8 1-04.4 CHANGES.................................................................................................. 8 1-04.4(1) Minor Changes............................................................................. 8 1-04.8 PROGRESS ESTIMATES AND PAYMENTS .................................................... 8 1-04.11 FINAL CLEANUP........................................................................................ 9 1-05 CONTROL OF WORK.....................................................................................................9 1-05.4 CONFORMITY WITH AND DEVIATION FROM PLANS AND STAKES ............ 9 1-05.4(3) Contractor Supplied Surveying (New Section, Project No. SWP 27-2711).....................................................................10 1-05.4(4) Contractor Provided As -Built Information (New Section, Project No. SWP 27-2711)........................:...............................11 1-05.7 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK ......................... 11 1-05.10 GUARANTEES........................................................ :................................. 12 1-05.11 FINAL INSPECTION.................................................................................. 12 1-05.11(1) Substantial Completion Date.....................................................12 1-05.11(2) Final Inspection Date.................................................................13 1-05.11(3) Operational Testing.......:........................................................... 13 1-05.12 FINAL ACCEPTANCE................................................................................. 14 1-05.14 COOPERATION WITH OTHER CONTRACTORS .......................................... 14 1-05.18 CONTRACTOR'S DAILY DIARY (NEW SECTION, PROJECT NO. SWP27-2711)................:........................................................................14 1-06 CONTROL OF MATERIAL.........................................................................................16 1-06.1 APPROVAL OF MATERIALS PRIOR TO USE .............................................. 16 1-06.2(1) Samples and Tests for Acceptance............................................16 1-06.2(2) Statistical Evaluation of Materials for Acceptance........ ............. 16 1-06.7 SHOP DRAWINGS AND SUBMITTALS (NEW SECTION, PROJECT NO. SWP 27-2711)................................................................................. 16 1-06.7(1) General (New Section, Project No. SWP 27-2711) ...................16 1-06.7(2) Required Information (New Section, Project No. SWP 27-2711).................................. ..............:.................................... 17 1-06.7(3) Review Schedule (New Section, Project No. SWP 27- 2711)..........................................................................................18 1-06.7(4) Substitutions (Additional Section) ............................................. 18 1-06.7(5) Submittal Requirements (New Section, Project No. SWP 27-2711).....................................................................................18 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC....................19 1-07.1 LAWS TO BE OBSERVED.......................................................................... 19 1-07.1(1) Archaeological Discoveries and Historic Preservation Clause (Addition).......................................................................19 1-07.2(1) State Sales Tax...........................................................................20 1-07.5 WILDLIFE, FISHERIES, AND ECOLOGY REGULATIONS (NEW SECTION, PROJECT No. SWP 27-2711).................................................. 20 1-07.6 PERMITS AND LICENSES.......................................................................... 20 1-07.6 PERMITS AND LICENSES.......................................................................... 21 1-07.9(5) Required Documents..................................................................21 1-07.11(11) City of Renton Affidavit of Compliance New Section (Project No. SWP 27-2711).......................................................21 1-07.12 FEDERAL AGENCY INSPECTION.............................................................. 21 1-07.13(1) General.......................................................................................22 1-07.15 TEMPORARY WATER POLLUTION/EROSION CONTROL ........................... 22 1-07.16(1) Private/Public Property.............................................................. 23 1-07.17 UTILITIES AND SIMILAR FACILITIES....................................................... 24 1-07.17(1) Interruption of Services (New Section, Project No. 27- 2711).......................................................................................... 26 1-07.18 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE ...................... 30 1-07.18 (1) General....................................................................................... 31 1-07.18(2) Coverages................................................................................... 31 1-07.18(3) Limits.........................................................................................33 1-07.18(4) Evidence of Insurance................................................................ 34 1-07.22 USE OF EXPLOSIVES................................................................................ 35 1-07.23(1) Construction Under Traffic........................................................ 35 1-07.24 RIGHTS OF WAY......................................................................................36 1-08 PROSECUTION AND PROGRESS.............................................................................36 1-08.0 PRELIMINARY MATTERS.........................................................................36 1-08.0(1) Preconstruction Conference....................................................... 37 1-08.1 SUBCONTRACTING.................................................................................. 38 1-08.1(2) Hours of Work...........................................................................38 1-08.1(3) Reimbursement for Overtime Work of Contracting Agency Employees.................................................................... 39 1-08.2 ASSIGNMENT...........................................................................................39 1-08.3 PROGRESS SCHEDULE.............................................................................39 1-08.4 NOTICE TO PROCEED AND PROSECUTION OF THE WORK ....................... 42 1-08.5 TIME FOR COMPLETION.......................................................................... 42 Iti 1-02.4 1-08.9 SUSPENSION OF WORK............................................................................ 43 LIQUIDATED DAMAGES................................:......................................... 44 1-08.1 1 CONTRACTOR'S PLANT AND EQUIPMENT ............................................... 44 1-08.12 ATTENTION TO WORK.............................................................................44 1-09 MEASUREMENT AND PAYMENT............................................................................45 1-09.1 MEASUREMENT OF QUANTITIES............................................................. 45 1-09.3 SCOPE OF PAYMENT................................................................................ 46 1-09.7 MOBILIZATION........................................................................................47 1-09.9 PAYMENTS.............................................................................................. 47 1709.9(l) Retainage................................................................................... 47 1-09.9(2) Contracting Agency's Right to Withhold and Disburse CertainAmounts........................................................................ 48 1-09.9(3) Final Payment (New Section, Project No. 27-2711)..................49 1-09.11(2) Claims........................................................................................ 1-09.11(3) Time Limitations and Jurisdiction ............................................. 50 51 1-09.14 PAYMENT SCHEDULE (NEW SECTION, PROJECT NO. 27-2711) .............. 52 1-10 1-09.14(1) Basic Bid (New Section, Project No. 27-2711) ......................... TEMPORARY TRAFFIC CONTROL........................................................................ 52 74 1-10.1 GENERAL.................................................................................................74 1-10.2(2) Traffic Control Plans................................................................. 75 1-10.3 FLAGGING, SIGNS, AND ALL OTHER TRAFFIC CONTROL DEVICES ........ 76 1-10.3(3) Construction Signs..................................................................... 76 1-10.4 MEASUREMENT.......................................................................................76 1-10.5 PAYM.ENT..........................................................................:..................... 76 1-11� RENTON SURVEYING STANDARDS....................................................................... 77 1-11.1(1) Responsibility for Surveys......................................................... 77 1-11.1(2) Survey Datum and Precision...................................................... 77 1-11.1(3) Subdivision Information............................................................ 78 1-11.1(4) Field Notes.................................................................................78 1-11.1(5) Corners and Monuments............................................................ 1- 11.1(6) Control or Base Line Survey ..................................................... 79 79 1-11.1(7) Precision Levels......................................................................... 80 1-11.1 8 Radial and Station - Offset Topography ................................... 1-11.1(9) Radial Topography.................................................................... 80 80 1-11.1(10) Station -Offset Topography......................................................80 1-11.1(11) As -Built Survey......................................................................... 1-11.1(12) Monument Setting and Referencing .......................................... 81 81 1-11.2 MATERIALS.............................................................................................82 1-11.2(1) Property/Lot Corners................................................................. 1-11.2(2) Monuments................................................................................ 82 82 1-11.2(3) Monument Case and Cover .................:...................................... 82 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP ........................................ 83 2-01.1 DESCRIPTION...........................................................................................83 �j 2-01.2 DISPOSAL OF USABLE MATERIAL AND DEBRIS ...................................... 83 2-01.5 PAYMENT................................................................................................ 83 2-02 REMOVAL 2-02.1 OF STRUCTURES AND OBSTRUCTIONS.........................................84 DESCRIPTION..................................................... 84 2-02.3 CONSTRUCTION DETAILS........................................................................ 84 2-02.3(1) General Requirements................................................................ 84 iii 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs ........................... 84 2-02.5 PAYMENT......................................................................................:......... 85 2-03 ROADWAY EXCAVATION AND EMBANKMENT................................................86 2-03.3 CONSTRUCTION REQUIREMENTS............................................................ 86 2-03.3(19) Wet Weather Earthwork (New Section, Project No. SWP 27-2711)...................................................................................... 87 2-03.4 MEASUREMENT.......................................................................................88 2-03.5 PAYMENT................................................................................................ 88 2-04 HAUL ................................:.......................................... :................................................... 88 2-04.5 PAYMENT................................................................................................89 2-06 SUBGRADE PREPARATION......................................................................................89 2-06.5 MEASUREMENT AND PAYMENT............................................................. 89 2-07 WATERING ....................................................................................................................89 2-07.3 CONSTRUCTION REQUIREMENTS............................................................ 89 2-07.5 PAYMENT................................................................................................89 2-09 STRUCTURE EXCAVATION......................................................................................90 2-09.1 DESCRIPTION...........................................................................................90 2-09.4 MEASUREMENT.......................................................................................90 2-09.5 PAYMENT................................................................................................ 90 4-04 BALLAST AND CRUSHED SURFACING.................................................................92 4-04.1 DESCRIPTION............................................................................................92 4-04.3(5) Shaping and Compaction........................................................... 92 4-04.5 PAYMENT................................................................................................ 92 5-04 HOT MIX ASPHALT..................................................................................................... 92 5-06 NEW SECTION (PROJECT NO. SWP-27-2711)....................................................... 94 6-02 CONCRETE STRUCTURES......................................................................................100 6-02.5 PAYMENT...............................................................................................100 7-01 DRAINS.........................................................................................................................100 7-01.2 MATERIALS........................................................................................... 100 7-01.3 CONSTRUCTION REQUIREMENTS.......................................................... 101 7-01.4 MEASUREMENT...................................:................................................. 101 7-02 CULVERTS...................................................................................................................101 7-02.2 MATERIALS...........................................................................................101 7-04 STORM SEWERS........................................................................................................101 7-04.2 MATERIALS...........................................................................................102 7-04.3 CONSTRUCTION REQUIREMENTS.......................................................... 102 7-04.4 MEASUREMENT.....................................................................................102 7-04.5 PAYMENT..............................................................................................102 7-05 MANHOLES, INLETS, AND CATCH BASINS.......................................................103 7-05.1 DESCRIPTION.........................................................................................103 7-05.2 MATERIALS...........................................................................................103 7-05.2(1) Frames and Covers (New Section, Project No. SWP 27- 2711)........................................................................................ 103 7-05.2(2) Precast Concrete Catch Basins and Concrete Inlets (New Section, Project No. SWP 27-2711)........................................103 7-05.3 CONSTRUCTION REQUIREMENTS.......................................................... 104 7-05.3(1) Adjusting Manholes and Catch Basins to Grade .....................104 7-05.3(2) Abandon Existing Manholes....................................................106 7-05.3(3) Connections to Existing Manholes..........................................107 ►v 7-05.3(5) Manhole Coatings (New Section, Project No. SWP 27- 2711)........................................................................................ 107 7-05.4 MEASUREMENT .............................................. :...................................... 107 7-05.5 PAYMENT.............................................................................................. 108 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS.........................................108 7-08.3(4) Plugging Existing Pipe.......:...............................................I.... 116 7-08.4 MEASUREMENT.....................................................................................116 7-08.5 PAYMENT..............................................................................................116 7-09 PIPE AND FITTINGS FOR WATER MAINS..........................................................116 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement.............................................................................. 117 7-09.3(21) Concrete Thrust Blocking and Dead -Man Block ..................... 118 7-09.3(23) Hydrostatic Pressure Test ..............................:......................... 118 7-09.3(25) Joint Restraint Systems (New Section, Project No. SWP 27-2711)................................................................................... 121 7-09.4 Measurement............................................................................122 7-12 7-09.5 Payment...................................................................................123 VALVES FOR WATER MAINS................................................................................124 7-12.3(1) Installation of Valve Marker Post ............................................ 124 ' 7-12.3(2) Adjust Existing Valve Box to Grade (New Section, Project No. SWP 27-2711)..................................... :................ 124 7-12.4 MEASUREMENT.....................................................................................125 7-12.5 PAYMENT (REVISED SECTION, PROJECT NO. SWP 27-2711)............... 125 7-15 SERVICE CONNECTIONS........................................................................................125 7-15.3 CONSTRUCTION DETAILS...................................................................... 125 7-15.5 PAYMENT (REVISED SECTION, PROJECT NO. SWP 27-2711)............... 125 7-17 SANITARY SEWERS...................................................................................................125 7-17.2 MATERIALS...........................................................................................126 7-17.3(1) Protection of Existing Sewerage Facilities..............................126 7-17.4 MEASUREMENT.....................................................................................127 7-17.5 PAYMENT 8-01 EROSION CONTROL (REVISED SECTION, PROJECT NO. SWP 27- 2711).........................................................................................................................128 8-01.1 DESCRIPTION.........................................................................................128 8-01.2 MATERIALS...........................................................................................128 8-01.3(3) Miscellaneous Erosion Control (New Section, Project No. SWP 27-2711)................................................................... 128 8-01.3(5) Mulching..................................................................................130 8-02 8-01.5 PAYMENT..............................................................................................130 ROADSIDE PLANTING (REVISED SECTION, PROJECT NO. SWP 27- 2711)......................... .................................................................................................130 8-02.1 DESCRIPTION.........................................................................................130 8-02.2 MATERIALS...........................................................................................131 8-02.3 CONSTRUCTION REQUIREMENTS.......................................................... 133 8-02.3(4) Preparation, Cultivation, and Cleanup ..................................... 133 8-02.5 PAYMENT.............................................................................................. 134 8-04 CURB, GUTTERS, AND SPILLWAYS (REVISED SECTION, PROJECT NO. SWP 27-2711)..................................................................................................134 8-04.1 DESCRIPTION.........................................................................................134 I 8-04.3 CONSTRUCTION REQUIREMENTS.......................................................... 135 8-04.3(3) Width of Replacement (New Section, Project No. SWP 27-2711)...................................................................................135 8-04.5 PAYMENT..............................................................................:...............135 8-09 RAISED PAVEMENT MARKERS............................................................................135 8-09.5 PAYMENT..............................................................................................135 8-13 MONUMENT CASES..................................................................................................135 8-13.1 DESCRIPTION.........................................................................................135 8-13.3 CONSTRUCTION REQUIREMENTS.......................................................... 136 8-13.4 MEASUREMENT.................................................................................:...136 8-13.5 PAYMENT..............................................................................................136 8-14 CEMENT CONCRETE SIDEWALKS......................................................................136 8-14.3(4) Curing......................................................................................136 8-14.4 MEASUREMENT.....................................................................................137 8-14.5 PAYMENT..............................................................................................137 8-17 IMPACT ATTENUATOR SYSTEMS........................................................................137 8-17.5 PAYMENT..............................................................................................137 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL ............ 138 8-20.2(1) Equipment List and Drawings ..................... :........................... 138 8-21 PERMANENT SIGNING (ADDED SECTION, PROJECT NO. SWP 27- 2711).........................................................................................................................138 8-21.3(5) Sign Relocation........................................................................138 8-21.5 PAYMENT..............................................................................................139 8-22 PAVEMENT MARKING............................................................................................139 8-22.1 DESCRIPTION.........................................................................................139 8-22.2 MATERIAL.............................................................................................140 8-22.3(5) Installation Instructions............................................................141 8-22.5 PAYMENT..............................................................................................141 8-23 TEMPORARY PAVEMENT MARKINGS...............................................................141 8-23.5 PAYMENT..............................................................................................141 9-03 AGGREGATES............................................................................................................142 9-03.8(2) HMA Test Requirements.........................................................142 9-03.8(7) HMA Tolerances and Adjustments .......................................... 142 9-03.10 AGGREGATE FOR GRAVEL BASE (REVISED SECTION, PROJECT NO. SWP 27-2711)............................................................................... 142 9-03.22 CONTROLLED DENSITY FILL (NEW SECTION, PROJECT NO. SWP 27-2711)................................................................................................143 9-03.22(1) Materials Description..........................:....................................143 9-03.22(2) Proportioning........................................................................... 143 9-03.22(3) Placement.................................................................................144 9-03.22(4) Compaction..............................................................................144 9-03.22(5) Protection.................................................................................144 9-03.22(6) Testing......................................................................................144 9-03.22(7) Payment...................................................................................145 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS...............................145 9-05.4 STEEL CULVERT PIPE AND PIPE ARCH(RC)......................................... 145 9-05.7 CONCRETE STORM SEWER PIPE............................................................ 145 9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC) ......................... 145 9-05.7(3) Concrete Storm Sewer Pipe Joints(RC)..................................145 vi 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC) ..................... 9-05.12(3) CPEP Sewer Pipe (New Section, Project No. SWP 27- 146 2711)........................................................................................ 146 9-05.13 DUCTILE IRON SEWER PIPE (DI) (REvISED SECTION, PROJECT No. SWP 27-2711)...............................................................................146 9-05.13 STEEL ENCASEMENT PIPE (NEW SECTION, PROJECT NO. SWP 27-2711)................................................................................................146 9-14 EROSION CONTROL AND ROADSIDE PLANTING (REVISED SECTION, PROJECT NO. SWP 27-2711)..........................................................146 9-14.1(3) Topsoil Type C........................................................................ 146 9-14.8 CLEANING (NEW SECTION, PROJECT No. 27-2711) ............................. 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES..................................147 147 . . ........................................ 9-23.9 FLY ASH (RC)...............................................147 9-30 WATER DISTRIBUTION MATERIALS..................................................................147 9-30.1(1) Ductile Iron Pipe......................................................................147 9-30.3(1) Gate Valves (3inches to 12 inches)..........................................147 9-30.3(3) Butterfly Valves.......................................................................148 9-30.3(5) Valve Marker Posts..................................................................148 9-30.3(7) Combination Air Release/Air Vacuum Valves ........................ 149 9-30.3(8) Tapping Sleeve and Valve Assembly ...................................... 149 9-30.3(9) Blow -Off Assembly (New Section, Project No. SWP 27- 2711)........................................................................................149 9-30.6(4) Service Fittings........................................................................149 9-30.6(5) Meter Setters............................................................................150 I 1 11 t vii SPECIAL PROVISIONS - Continued . 1-09.11(3) Time Limitations and Jurisdiction Paragraph 1, Sentence 1 is revised as follows: ... such claims or causes of action shall be brought in the Superior Court of the county where the work is performed. 1-09.13(3)B Procedures to Pursue Arbitration Section 1-09.13(3)B is supplemented by adding: The findings and decision of the board of arbitrators shall be final and binding on the parties, unless the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a petition for review by the superior court of King County, Washington. The grounds for the petition for review are limited to showing that the findings and decision: 1. Are not responsive to the questions submitted, 2. Is contrary to the terms of the contract or any component thereof; 3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing their findings and conclusions based on the evidence adduced at any such hearing. The arbitration.shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the City and the contractor unless it is the board's majority opinion that the Contractor's filing of the protest or action is capricious or without reasonable foundation. In the latter case, all costs shall be borne by the Contractor. I I IProject No. SWP 27-271 l Page 51 SPECIAL PROVISIONS - Continued n 1-09.14 Payment Schedule (New Section, Project No. 27-2711) General — Scope Payment for the various items listed in the Proposal, as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of the work all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of compliance with the regulations of public regulations of public agencies having jurisdiction, including Safety and Health Administration of the US Department of Labor (OSHA). The Owner shall not pay for material quantities that exceed the actual measured amount used and approved by the Owner. It is the intention of these Specifications that the performance of all work under the bid for each item shall result in the complete construction, in an accepted operating condition, of each item. Work and material not specifically listed in the Proposal but required in the Plans, Specifications, and general construction practice, shall be included in the various bid prices. No separate payment will be made for these items. 1-09.14(1) Basic Bid (New Section, Project No. 27-2711) This section is an outline of the basic bid, which determines the low bidder for this Project. Bid Item 1: Mobilization, Cleanup, and Demobilization (LS) The Contractor shall prepare a Mobilization and Demobilization Plan showing the proposed location for storage of all equipment and material proposed to be located at the site. Any storage within the City right-of-way shall not interfere with the traffic control and erosion control plans, and the use of traffic lanes. The Contractor shall prepare a Work Plan, which shall include the following: Proposed construction sequence and schedule for all major items of work. 2. Mobilization and Demobilization Plan showing the proposed location for storage of all equipment and materials, and the removal of all equipment and materials following the completion of construction and the removal of traffic and erosion controls. 3. Disposal Site: All excess and waste material removed from the site shall be disposed of at a Contractor Provided Disposal Site per Standard Specifications Section 2-03.3(7)C. Hauling shall be included at no extra cost. I 11 1 11 I 1 I I Page 52 Project No. SWP 27-2711 1 SPECIAL PROVISIONS - Continued 4. Temporary Erosion and Sediment Control Plan for all stages of the Project. The Contractor shall submit a Temporary Erosion and Sediment Control (TESC) Plan that meets the requirements in Section 1-07.15. 1 5. Traffic Control Plan: The Contractor shall submit a Traffic Control Plan for review and approval by the Owner. The plan shall address the proposed working areas, signage, flaggers, Contractor access to the working area, truck and equipment haul routes, and public access during construction. 6. Street Cleaning and Sweeping Plan: The Contractor, shall submit a Street Cleaning and Sweeping Plan for controlling mud and dust on any route used by trucks or equipment, as noted in the Special Provisions. Specifications Section 1- 07.23(1). The Contractor shall be prepared to use power sweepers, watering trucks, and other means necessary to avoid creating a nuisance. Any debris on the roads shall be cleaned immediately. All areas, including the street and parking lot, shall be cleaned and swept following completion of construction and the removal of traffic and erosion controls. No additional payment will be made for this work. 7. Dewatering Plan: The Contractor shall submit a Dewatering Plan for review and approval by the Owner. 8. Stormwater Bypass Plan: The Contractor shall submit a Stormwater Bypass Plan for review and approval by the Owner. The plan shall include a method for bypassing flows around existing storm pipe that is taken out of service during construction. r9. Temporary Sanitary Sewer Bypass Plan: The Contractor shall submit a Sanitary Sewer Bypass Plan for review and approval by the Owner. The plan shall include a method for bypassing flows around existing sanitary sewer pipes that are taken out of service during construction. ' 10. Spill Prevention, Control and Countermeasure Plan. 11. Trench Shoring and Excavation Safety Systems Plan: The Contractor shall submit a Trench Shoring and Excavation Safety Systems Plan for review by the Owner. The Contractor shall also submit a Settlement Monitoring Plan. The Work Plan shall be submitted to the Owner for review, revision, and approval within 10 days of the Contract award. Measurement of Mobilization, Cleanup, and Demobilization shall be per lump sum. Seventy percent (70%) of this item will be paid after the Contractor is fully in operation and construction of the Project has began; thirty percent (30%) remaining of this item will be included in the estimate issued at the completion of the work provided that all equipment has been removed from ' the Project, as -built drawings are submitted and approved by the Owner, and the cleanup is acceptable to the Owner. IProject No. SWP 27-2711 Page 53 SPECIAL PROVISIONS - Continued The lump sum Contract price for Mobilization, Cleanup, and Demobilization shall be full compensation for providing, furnishing, and installing all work and materials necessary to move or organize equipment and personnel onto the site, provide and place Project sign, provide and maintain support facilities, cleanup the Project site once construction is completed, and obtain all , necessary permits, licenses, and bonds. Bid Item 2: Construction Surveying, Staking, and As -built Drawings (LS) The Contractor shall provide all required survey work and as -built information for the project, , including such work as mentioned in Special Provisions Section 1-05.4, 1-11, and elsewhere in these specifications as being provided by the Engineer. All costs for this survey work shall be included in the Construction Surveying bid item. Measurement for Construction Surveying, Staking, and As -built Drawings shall be per lump sum. The lump sum Contract price for Construction Surveying, Staking, and As -built Drawings shall be full compensation for furnishing all materials, labor, tools, and equipment necessary as provided in the Special Provisions Sections 1-05.4 and 1-11. Payment for this item will be prorated over the construction period. Bid Item 3. Traffic Control (LS) Traffic Control shall be meet the requirements of Special Provisions Section 1-10. , The Contractor shall submit a Traffic Control Plan for review and approval by the Owner. The plan shall address the proposed working areas, signage, flaggers, Contractor access to the working area, truck and equipment haul routes, and public access during construction. Actual work hours will be approved in the Traffic Control Plan. The Contractor shall be responsible for complying with the noise variance requirements as outlined in the Contract Documents. The Owner may revise the work hours to address traffic problems or neighborhood complaints. This bid item includes all Traffic n , Controlneeded for work during and outside of normal working hours. Work for the Sanitary Sewer Crossings and Water Main Relocation may be outside of normal working hours. All adjustments to the Traffic Control Plan are considered incidental and no additional payment will be made for adjustments. Measurement of Traffic Control shall be per lump sum. The lump sum Contract price for Traffic Control shall be full compensation for all materials, , labor, tools, and equipment required to prepare the Traffic Control Plan and provide traffic control during the duration of construction, including temporary pavement markings, ' mobilization and demobilization. Payment for this item will be prorated over the construction period. Page 54 Project No. SWP 27-2711 1 SPECIAL PROVISIONS - Continued tBid Item 4: Temporary Water Pollution/Erosion Control (LS) The Contractor shall submit a Temporary Erosion and Sediment Control (TESC) Plan that meets ' the requirements in Section 1-07.15. The Contractor shall also prepare a Stormwater Pollution Prevention Plan in conjunction with an erosion control plan and submit it to the Owner for review and approval. The plan shall be based upon the Department of Ecology's Stormwater Management Manual for Western Washington (February 2005), proper construction practices and the requirements in Section 1-07.15. After the erosion control system is installed, the Contractor shall make any field adjustments necessary to reduce or eliminate any erosion and discharge of sediment -laden water. All adjustments to the TESC Plan are considered incidental and no additional payment will be made for adjustments. Measurement of Temporary Water Pollution/Erosion Control shall be per lump sum. rThe lump sum Contract price for Temporary Water Pollution/Erosion Control shall be full compensation for all materials, labor, tools, and equipment required to prepare a temporary water pollution and erosion control plan and furnish, install, and maintain the temporary erosion control measures as shown on the Plans, as specified in the Special Provisions, and as directed and approved by the Owner. ' Payment for this item will be prorated over the construction period. Bid Item 5: Dewatering (LS) ' Dewatering shall meet the requirements of Special Provisions Section 7-08.3(1)D. The Contractor shall submit a Dewatering Plan for review and approval by the Owner. The plan shall be based on the information provided in the Geotechnical Report shown in the Contract Documents, Special Provisions Section 7-08.3(1)D and proper construction practices. After the ' dewatering plan is installed, the Contractor shall make any field adjustments necessary to reduce or eliminate water in the construction area, and any erosion and discharge of sediment -laden water. All groundwater encountered during construction shall flow through an on -site settling tank or other approved filtration system prior to discharging into the sanitary sewer system or other area as approved by the Owner. All adjustments to the Dewatering Plan are considered incidental and no additional payment will be made for adjustments. tMeasurement of Dewatering shall be per lump sum. The lump sum Contract price for Dewatering shall be full compensation for all materials, labor, tools, and equipment required to prepare, furnish, and install dewatering measures as shown on the Plans, and as directed and approved by the Owner, and as specified in the Special Provisions. I Project No. SWP 27-2711 Page 55 SPECIAL PROVISIONS - Continued Payment for this item will be prorated over the construction period. Bid Item 6: Temporary Stormwater Bypass (LS) The Contractor shall submit a Stormwater Bypass Plan for review and approval by the Owner. The plan shall include a method for bypassing flows around the existing storm system that is taken out of service during construction. The Contractor shall provide a stormwater bypass system designed for a 25-year peak flow of 110 cfs. The 2-year peak flow is estimated as 70 cfs. Dry condition base flow is estimated between 5 and 10 cfs. The Stormwater Bypass System may utilize pumps, gravity flow, or a combination of both. This item also includes temporary bypass of any flows in the creek when constructing the new outfall, channel restoration, and bank stabilization, and any flows from catch basins and other storm systems in the project area. All Work in the stream shall meet the permit requirement of the Department of Fish and Wildlife HPA, and Army Corp of Engineers Permits. Discharge of by-pass flows shall be as far upstream in the creek as practical and shall be completed in such a way to not dewater the receiving waters. The Contractor shall be responsible for maintaining the bypass at all times when the existing storm system is out of service. The Contractor shall be prepared to respond immediately if a problem develops with the bypass system and flooding starts to occur. The Contractor shall provide a 24-hour contact for emergency response. The Contractor shall be responsible for all costs, damages, and claims that may result from failure of the bypass system. All adjustments to the Stormwater Bypass Plan are considered incidental and no additional payment will be made for adjustments. Measurement of Temporary Stormwater Bypass shall be per lump sum. The lump sum Contract price for Temporary Bypass Pumping shall cover the complete cost of furnishing, installing, and removing adequate pumps, pipes, hoses and other equipment necessary to bypass stormwater as need during construction. Payment for this item will be prorated over the construction period. Bid Item 7: Trench Shoring and Excavation Safety Systems (LS) The Contractor shall submit a Trench Shoring and Excavation Safety Systems Plan for review by the Owner. The plan shall be based on the information provided in the Geotechnical Report shown in the Contract Documents, Special Provisions Section 7-08.3(1)B.and proper construction practices. The Contractor shall take extra precautions to protect the existing sanitary sewer lines from damage. Page 56 Project No. SWP 27-2711 1 SPECIAL PROVISIONS - Continued I n 1 I I 1 I Trench Excavation Safety Systems shall comply with WAC 296-155 Part N, Standard Specifications Section 2-09.3(3), Special Provision Section 7-08.3(1)B, and all other applicable State and Federal regulations. The Contractor shall submit a Settlement Monitoring Plan as specified in Special Provisions Section 7-08.3(1)E, and shall be responsible for settlement monitoring throughout project construction. The Contractor shall be responsible at all times for the inspections, safety, maintenance, and adequacy of the Trench Shoring and Excavation Safety Systems. All adjustments to the Trench Shoring and Excavation Safety Systems Plan are considered incidental and no additional payment will be made for adjustments. Measurement of Trench Shoring and Excavation Safety Systems shall be per lump sum. The lump sum Contract price for Trench Shoring and Excavation Safety Systems shall cover the complete cost of furnishing, installing, and removing adequate shoring and support for all excavations to provide safe access for workers, prevent soil sloughing, soil loss, damage to pavement, structures, utilities, and ground adjacent to the excavation. Payment for this item will be prorated over the construction period. Bid Item 8: Locate, Relocate, and Protect Existing Utilities (LS) Locate; Relocate, and Protect Existing Utilities shall meet the requirements of Special Provisions Section 1-07.17. This item includes coordination with private utility companies and relocating private utility lines and conduits as shown on the Plans, and as determined in the field. The Contractor shall pot -hole sanitary sewer crossings (2), water lines (2), and private utilities as shown on the Plans. For bidding purposes the gas line and telephone cables/conduit shall be assumed to be relocated from Stations 12+50 to 13+80. The work includes clearing surface obstructions, removing pavement and sidewalk, trench excavation, excavation safety systems, providing and placing empty conduit and vaults per utility specifications, trench bedding, and backfill and compaction after the private utility has been relocated. Measurement of Locate and Protect Existing Utilities shall be per lump sum. The lump sum Contract price for Locate, Relocate, and Protect Existing Utilities shall be full compensation for locating and/or protecting all existing utilities, as may be required for the fulfillment of all requirements of Special Provisions Section 1-07.17. This shall include, but is not limited to all costs of digging exploratory pits and protecting/restraining existing utilities during excavation including but not limited to the water, sewer, gas, power, telephone, fiber optics and storm drainage lines. Payment for this item will be prorated over the construction period. Project No. SAT 27-2711 Page 57 SPECIAL PROVISIONS - Continued Bid Item 9: Removal of Structures and Obstructions (LS) Removal of Structures and Obstructions shall meet the requirements of Special Provisions Section 2-02.1. This bid item shall also include the removal, replacement, and/or relocation of surface features not included under other bid items. These features include but are not limited to mailboxes, utility boxes and vaults, power poles, sidewalks, driveways, pavement, curbs, *and other miscellaneous material that requires removal for project construction. Measurement of Removal of Structure and Obstruction shall be per lump sum. The lump sum Contract price for Removal of Structure and Obstruction shall be full compensation for furnishing all tools, labor, equipment, materials and incidentals necessary for removing, relocating, wastehauling disposal and delivery of items as noted on the Plans and as described in Special Provisions Section 2-02.1. Payment for this item will be prorated over the construction period. Bid Item 10 Remove/Relocate Existing Signing (LS) Remove/Relocate Existing Signing shall meet the requirements of Standard Specifications and Special Provisions Section 8-21, and as shown on the Plans and as directed by the Owner. This item includes providing, installing, and removing the City Project Signs per the City of Renton Sign Detail. Measurement for Remove/Relocate Existing Signing shall be per lump sum. The lump sum Contract price for Remove/Relocate Existing Signing shall be full compensation for all materials, labor, tools, and equipment required to furnish, install, remove, and/or relocate existing signing. Bid Item 11: Relocate 12-Inch Water Main (LS) Relocate 12-inch Water Main shall meet the requirements of Special Provisions Section 7-09, 7- 12, and as shown on the Plans and Details. Parts of the Water Main Relocation work will need to be performed outside of normal working hours. Water service to the Triton Tower One building may be shut off only between 10:30 p.m. and 6:00 a.m., Monday thru Thursday. Water may also be shut off to the Triton Tower One Building on Sundays, except the 2"d Sunday of the month. All connections to existing water mains shall be done by City Forces Special Provisions Section 7-09. Page 58 Project No. SWP 27-271 1 ' SPECIAL PROVISIONS - Continued The Contractor shall submit the proposed schedule for water main shutoffs, and all water main work requiring City Forces, at least two weeks in advance. The shutoffs and schedule are subject to approval by the City. The City may require the Contactor to revise the proposed schedule if it can not be accommodated by the surrounding business owners or City Forces. The Contractor 1 shall not claim any additional costs for delays if the schedule is revised by the City. The Contractor shall have all materials needed for water main shutoff and work on site and ready for inspection by the City at least 2 days ahead of each proposed shutoff. If the materials are not satisfactory the City may postpone the shutoff and work until the Contractor has satisfactory materials on site. The Contractor shall not claim any additional costs for delays if the shutoff is postponed. This item includes all materials, tools, equipment, and labor needed to install the Concrete Deadman Anchors and Thrust Blocks shown on the Plans and required for construction. ' This item includes all materials, tools, equipment, and labor needed for Hydrostatic Pressure Tests, Flushing and Poly -pigging, disinfecting, testing, and final connection. 1 Measurement for Relocate 12-Inch Water Main shall be per lump sum. The lump sum Contract price for Relocate 12-Inch Water Main shall be for full compensation of all materials, tools, labor, and equipment required to complete the relocation and replacement of the 12-inch water main as shown on the contract plans and specifications including, but not ' limited to: potholing existing utilities, sawcutting, dewatering, excavation, trench safety systems, haul and disposal of excess or waste material, removing and disposing of existing water mains, furnish and install new ductile iron pipe of the size and type shown, polyethylene encasement, ' special fittings, valves of the size and type shown, valve nut extensions, valve boxes and covers, laying and joining pipes, fittings, tees, horizontal and vertical bends, couplings, sleeves, temporary blow -offs, shackle rods, concrete blocks and-deadman blocks, reinforcing steel, anchor bolts, necessary form work, foundation and bedding material, pipe bedding, backfill, compaction, testing, flushing, ploy -pigging, disinfecting, coordination with City Forces for the cut -in of isolation valves, final connection to existing water mains, adjustment of valves to final grade, and cleanup. rBid Item 12: Precast 4' x 6' Box Culvert (incl. bedding) (LF) I Precast 4' x 6' Box Culvert shall meet the requirements of Special Provisions Section 6-02, and as show on the Plans. ' Gravel bedding material (pipe bedding) shall be Gravel Backfll for Walls per Standard Specification Section 9-03.12(2). Payment for gravel bedding material shall be included in the unit price bid for box culvert in place. Controlled Density Fill (CDF) will be used for bedding as shown on the Plans and determined by the Engineer in the field. Payment for CDF will be under a separate bid item. Native soil excavated from the trench shall be used as excavated trench backfill if it meets the specifications for Bank Run Gravel, and is approved for use the Engineer or Inspector. Payment [I Project No. SWP 27-2711 Page 59 SPECIAL PROVISIONS - Continued for excavated trench backfill shall be included in the unit price bid for Precast 4' x 6' Box Culvert in place. Bank run gravel shall be used for excavated trench backfill only if native material is found to be unsuitable for use as backfill, and after approval by the Owner. Payment for bank run gravel shall be paid under the unit price bid "Bank Run Gravel for Trench Backfill." Measurement of Precast 4' x 6' Box Culvert shall be per lineal foot along the invert centerline of the culvert from end to end of the finished installed culvert length, from inside wall of each manhole or structure to the inside wall of the next manhole or structure. The unit Contract price per lineal foot of Precast 4' x 6' Box Culvert shall be full compensation for all labor, materials, equipment, excavation, new pipe, installation, bedding, all appurtenances (such as special fittings, bends, connections, catch basin connectors, etc.), placement of trench backfill, compaction, loading and disposal of excess materials, cleaning, etc. Bid Item 13: Precast or Cast -in -Place Box Culvert Angle Points/Connections (LS) Precast or Cast -in -Place Box Culvert Angle Points/Connections shall meet the requirements of Special Provisions Section 6-02, and as show on the Plans. This item includes all access risers and fittings. Gravel bedding material (pipe bedding) shall be Gravel Backfill for Walls per Standard Specification Section 9-03.12(2). Payment for gravel bedding material shall be included in the unit price bid for box culvert in place. Controlled Density Fill (CDF) will be used for bedding as shown on the Plans and determined by the Engineer in the field. Payment for CDF will be under a separate bid item. Native soil excavated from the trench shall be used as excavated trench backfill if it meets the specifications for Bank Run Gravel, and is approved for use the Engineer or Inspector. Payment for excavated trench backfill shall be included in the unit price bid for the angle points/connections in place. - Bank run gravel shall be used for excavated trench backfill only if native material is found to be unsuitable for use as backfill, and after approval by the Owner. Payment for bank run gravel shall be paid under the unit price bid "Bank Run Gravel for Trench Backfill." Measurement of Precast or Cast -in -Place Box Culvert Angle Points/Connections shall be per lump sum. The unit Contract price per lump sum of Precast or Cast -in -Place Box Culvert Angle Points/Connections shall be full compensation for all labor, materials, equipment, excavation, new pipe, installation, bedding, all appurtenances (such as reinforcement, forming, special fittings, bends, connections, catch basin connectors, etc.), placement of trench backfill, compaction, loading and disposal of excess materials, cleaning, etc. 1 I I 1 1 I Page 60 Project No. SWP 27-2711 F� 1 SPECIAL PROVISIONS - Continued I 11 I I 1 it Bid Item 14 Bank Run Gravel for Trench Backfill (TN) Bank Run Gravel shall meet the requirements of Standard Specification 9-03.19. This item will be used only when material from trench and structural excavation is unsuitable for use as backfill and the use of imported backfill is approved by the Owner. Measurement for gravel trench backfill will be based on actual tonnage weight as determined by measurement from a certified scale. The quantity for this item is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. Measurement for Bank Run Gravel for Trench Backfill shall be per ton. The unit Contract price per ton for Bank Run Gravel for Trench Backfill shall be full compensation for all materials, tools, labor, equipment and incidentals for processing, hauling, placing and compacting the materials as specified or as directed by the Owner. Payment to haul and dispose of unsuitable excavated material shall be included in the unit bid price. Payment shall be made according to payment limits as shown on the Plans. No payment shall be made for costs due to over -excavation and subsequent backfill, unless the Owner determines that the over -excavation could not be avoided. Over -excavation is defined as trenching outside the maximum trench or excavation width. Bid Item 15: Unsuitable Foundation Excavation, Incl. Haul (Cl) This item will be used when the soil in the bottom of the trench is unsuitable, and excavation and placement of CDF is approved by the Owner. All excess and waste material removed from the site shall be disposed of at a Contractor Provided Disposal Site per Standard Specifications Section 2-03.3(7)C. Hauling shall be included at no extra cost. Measurement of Unsuitable Foundation Excavation, Incl. Haul shall be per cubic yard by truck in the hauling vehicle at the point of loading. The quantity for this item is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. Measurement may also be by physical measurement of the excavated area by the Contractor in the presence of the Owner or Engineer. Any area measured shall be recorded on the redlined plans maintained by the Contractor, and a copy shall immediately be provided to the Owner. The unit Contract price per cubic yard for Unsuitable Foundation Excavation, Incl. Haul shall be full compensation for excavating, loading, hauling and disposing of the material. I Project No. SWP 27-2711 Page 61 SPECIAL PROVISIONS - Continued Bid Item 16: Light Weight Controlled Density Fill (CY) Controlled Density Fill (CDF) shall meet the requirements of Special Provision Section 9-03.22. CDF for this item shall be used to replace unsuitable soils in the bottom of the excavation for the box culvert, and at other locations as directed by the Engineer. Measurement for Light Weight Controlled Density Fill (CDF) shall be per cubic yard of CDF in place. The quantity for this item is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. Depending on site conditions, the amount of this item may be zero (0). The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. The unit price bid per cubic yard for Light Weight Controlled Density Fill shall be full compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Bid Item 17: Sanitary Sewer Encasement — Station 13+18 (LS) Measurement for Sanitary Sewer Encasement — Station 13+18 shall be per lump sum. The lump sum Contract price for Sanitary Sewer Encasement — Station 13+18 shall be full compensation to provide and install the sewer encasement including for the following: 0 12 in. Dia. C900 sanitary sewer pipe • 24 in. Dia. steel sanitary sewer encasement pipe • Casing spacers and end caps • 12 in. flexible coupling The Contractor shall provide a temporary sanitary sewer bypass system to bypass sewer flows around existing sanitary sewer pipe that is taken out of service during construction. The system shall be designed for an estimated dry -weather peak flow of 0.52 cfs and a potential wet -weather peak flow of 1.41 cfs. All material, equipment, labor, installing, operating, and removing the bypass system is incidental to this bid item. The steel encasement pipe shall meet the requirements of Special Provisions Section 9-05.21. Payment for bedding material shall be included in the unit price bid for pipe in place and shall be Gravel Backfill for Pipe Zone Bedding per Standard Specification Sections 9-03.12(3). Bedding material shall be placed from a minimum of 6 inches below the pipe to 6 inches above the top of the pipe and compacted to 95% maximum density per ASTM D1557. Native soil excavated from the trench shall be used as excavated trench backfill if it meets the specifications for Bank Run Gravel, and is approved for use the Engineer or Inspector. Payment for excavated trench backfill shall be included in the unit price bid for pipe in place. Excess and/or unsuitable excavated material shall be loaded and disposed of offsite. This includes all soil, asphalt, concrete, existing sewer pipe, and other excavated material. Payment to Page 62 Project No. SWP 27-2711 SPECIAL PROVISIONS - Continued haul and dispose of excess excavated material shall be included in the unit price bid for pipe in place. Bank run gravel shall be used for excavated trench backfill only if native material is found to be unsuitable for use as backfill, and after approval by the Owner. Payment for bank run gravel shall be paid under the unit price bid "Bank Run Gravel for Trench Backfill." ' The lump sum Contract price for Sanitary Sewer Encasement — Station 9+78 shall also be for full compensation of all materials, tools, labor, equipment, excavation, installation, bedding, all appurtenances (such as special fittings, bends, connections, steel sleeves, etc.), placement of trench backfill, compaction, disposal of excess and/or unsuitable materials, cleaning and testing, etc. required to reconnect the existing sewer main and associated side sewers encountered during construction of the new storm sewer line as shown on the Plans. Bid Item 18: Sanitary Sewer Encasement — Station 15+58 (LS) Measurement for Sanitary Sewer Encasement — Station 15+58 shall be per lump sum. ' The lump sum Contract price for Sanitary Sewer Encasement — Station 13+18 shall be full compensation provide and install the sewer encasement including for the following: • 18 in. Dia. C900 sanitary sewer pipe • 36 in. Dia. steel sanitary sewer encasement pipe • Casing spacers and end caps • 18 in. flexible coupling i The Contractor shall provide a temporary sanitary sewer bypass system to bypass sewer flows around existing sanitary sewer pipe that is taken out of service during construction. The system shall be designed for an estimated dry -weather peak flow of 0.52 cfs and a potential wet -weather peak flow of 1.41 cfs. All material, equipment, labor, installing, operating, and removing the bypass system is incidental to this bid item. The steel encasement pipe shall meet the requirements of Special Provisions Section 9-05.21. Payment for bedding material shall be included in the unit price bid for pipe in place and shall be Gravel Backfill for Pipe Zone Bedding per Standard Specification Sections 9-03.12(3). Bedding material shall be placed from a minimum of 6 inches below the pipe to 6 inches above the top of 1 the pipe and compacted to 95% maximum density per ASTM D 1557. ' Native soil excavated from the trench shall be used as excavated trench backfill if it meets the specifications for Bank Run Gravel, and is approved for use the Engineer or Inspector. Payment for excavated trench backfill shall be included in the unit price bid for pipe in place. 1 Excess and/or unsuitable excavated material shall be loaded and disposed of offsite. This includes all soil, asphalt, concrete, existing sewer pipe, and other excavated material. Payment to haul and dispose of excess excavated material shall be included in the unit price bid for pipe in ' place. IProject No, S WP 21-2111 Page 63 SPECIAL PROVISIONS - Continued I Bank run gravel shall be used for excavated trench backfill only if native material is found to be , unsuitable for use as backfill, and after approval by the Owner. Payment for bank run gravel shall be paid under the unit price bid "Bank Run Gravel for Trench Backfill." The lump sum Contract price for Sanitary Sewer Encasement — Station 9+78 shall also be for full —� compensation of all materials, tools, labor, equipment, excavation, installation, bedding, all appurtenances (such as special fittings, bends, connections, steel sleeves, etc.), placement of trench backfill, compaction, disposal of excess and/or unsuitable materials, cleaning and testing, , etc. required to reconnect the -existing sewer main and associated side sewers encountered during construction of the new storm sewer line as shown on the Plans. Bid Item 19: Plug and Fill Existing Storm System (LS) , This item addresses abandoning the existing 42-inch storm pipe by filling with CDF and installing concrete plugs and filling it with CDF. Plugs will be at the locations shown on the plans and will meet the requirements of Standard ' Specification Section 7-08.3(4). CDF will be pressure pumped into each pipe segment to completely fill the pipe. CDF will be Class A, and will meet the requirement of Special Provision Section 9-03.22 This bid item includes all concrete, forms, CDF, and other materials need for the work. , All costs Trench Excavation Safety Systems and Dewatering shall be included under those bid , items. This item also includes all other concrete plugs for small utility pipes such as water mains and ' storm pipes. Concrete plugs shall meet the requirements of Standard Specifications Section 7- 08.3(4). Native soil excavated from the trench shall be used as excavated trench backfill if it meets the ' specifications for Bank Run Gravel, and is approved for use the Engineer or Inspector. Payment for excavated trench backfill shall be included in the unit price bid for this bid item. , Bank run gravel shall be used for excavated trench backfill only if native material is found to be unsuitable for use as backfill, and after approval by the Owner. Payment for bank run gravel shall be paid under the unit price bid "Bank Run Gravel for Trench Backfill." Measurement for Plug and Fill Existing Storm System shall be per lump sum. The lump sum Contract price for Plug And Fill Existing Storm System shall be for full , compensation of all materials, tools, labor, and equipment required to plug and fill the existing pipes as shown on the contract plans and specifications including, but not limited to: excavation, , trench safety systems, dewatering, haul and disposal of excess or waste material, removing and disposing of existing pipes, backfill, compaction, placement of fill to final grade, and cleanup. Payment for this item will be prorated as the item is completed. ' 11 Page 64 Project No. SWP 27-2711 0 SPECIAL PROVISIONS - Continued Bid Item 20: Sawcuttin (LF) Sawcutting shall meet the requirements of Special Provisions Section 2-02.3(4). The City will allow one sawcut for the initial trench work and one sawcut for final trench patch or overlay. Any additional sawcutting will be considered incidental, and will not be measured and paid. Measurement of Sawcutting shall be. per linear foot of pavement or concrete cut. Depending on ' site conditions, the amount of this item may vary. The unit price will not be adjusted if the.actual quantity used varies by more than 25 percent. ' The unit Contract price per linear foot for Sawcutting shall be full compensation for all materials, labor, tools, and equipment necessary to saw cut the existing asphalt concrete and cement concrete surfaces regardless of the depth encountered or the material to be saw cut. ' Bid Item 21: Temporary Cold Mix Asphalt Concrete Patch (TN) This item is for temporary asphalt patches. Permanent trench restoration shall be per City ' Standard Detail H 032A and as shown on the Plans and as described under the bid item "Hot Mix Asphalt (HMA) Class 1/2" PG-58-22." 1 Cold patch shall be placed, maintained (daily) and removed and wastehauled by the Contractor. Any patches in the street that will not have the final patch placed within 15 days after opening the trench shall have a Temporary Hot Patch placed. Temporary Hot Patch will be paid under the bid item for Hot Mix Asphalt (HMA). ' Measurement of Temporary Cold Mix Asphalt Concrete Patch shall be per ton. Depending on site conditions, the amount of this item may vary. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. The unit Contract price per ton for Temporary Cold Mix Asphalt Concrete Patch shall be full compensation for removing and disposing of any disturbed pavement at trench edges, furnishing, placing, and maintaining temporary patch consisting of 3 inches of temporary cold mix asphalt during construction. ' Bid Item 22: Grind Existing Pavement and Parking Lot (SY) This item is for removing asphalt surfaces in the street or parking lots by grinding in preparation ' for final patch placement, or to overlay damaged sections of street or parking lot. The exact area for Grinding shall be determined by the Engineer at the end of the project. ' Grinding shall follow the requirements Special Provisions Section 5-06, the City of Renton Trench Restoration and Street Overlay Requirements. The top 2 inches of asphalt shall be ground down and removed. I Project No. SWP 27-2711 Page 65 SPECIAL PROVISIONS - Continued Sections of pavement may be mechanically removed per Section 8 of the Trench Restoration Requirements. The quantity for this item is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. The measurement for Grind Existing Pavement and Parking Lot shall be per Square Yard (SY) area where asphalt is ground and removed measured horizontally. The unit Contract price for Grind Existing Pavement and Parking Lot shall be full compensation for all labor, equipment, tools, and materials required to grind the existing asphalt pavement, removal and disposal of all grinding spoils, cleaning of loose materials, etc required to complete this item of work in conformance with the contract documents. No additional payment will be made for work necessary to correct a grind and / or overlay not performed in accordance with specifications. Bid Item 23 Crushed Surfacing Top Course (TN) Crushed Surfacing Top Course shall meet the requirements of Standard Specification 9-03.9(3). The unit Contract price per ton for Crushed Surfacing Top Course shall be full compensation for all materials, labor, tools, and equipment necessary for the fulfillment of all requirements of Standard Specification Section 9-03.9(3) in the execution of the work shown in the Plans or as required by the Owner. Any water added to the aggregate at the plant or in the field for placement and compaction shall be considered incidental to this item. Measurement of Crushed Surfacing Top Course shall be per ton. Measurement for crushed gravel surfacing top course will be based on actual tonnage weight as determined by measurement from a certified scale. The quantity for this item is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. Bid Item 24: Hot Mix Asphalt (HMA) Class 1/2" PG-58-22 (TN) The Contractor shall place the permanent trench patch per "Typical patch for Flexible Pavement" (City of Renton Detail H 032A) within 15 calendar days after first opening the trench. The Contractor shall plan the work to place permanent trench patches throughout project construction as the 15-day period for each section of trench approaches. Any delay of the permanent patch placement is subject to the Owner's approval. Any patches in the street that will not have the final patch placed within 15 days after opening the trench shall have a Temporary Hot Patch placed. Temporary Hot Patch will be paid under the bid item for Hot Mix Asphalt (HMA). Page 66 Project No. SWP 27-271 1 SPECIAL PROVISIONS - Continued Old asphalt, concrete, soil, and other excavated material shall be disposed of offsite. Payment to haul and dispose of old asphalt and other excavated material shall be included in the unit bid price for "Hot Mix Asphalt (HMA) Class 1/2" PG-58-22." Measurement of Hot Mix Asphalt (HMA) Class 1/2" PG-58-22 shall be per ton with no deduction being made for the weight of liquid asphalt, blending sand, mineral filler, or any other component of the mixture. Measurement for furnishing and installing HMA will be based on actual tonnage weight as determined by measurement from a certified scale. The quantity for this item is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary ' from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. ' The 6-inch layer of crushed surfacing shall conform to Standard Specification Section 9-03.9(3) for top course and placed in accordance with Standard Specification Section 4-04.3. Payment for crushed surfacing shall be under the bid item "Crushed Surfacing Top Course." ' The unit Contract price per ton for Hot Mix Asphalt (HMA) Class 1/2" PG-58-22, shall be full compensation for all labor, materials, equipment, tools, and incidental costs necessary for placing, ' compacting and constructing asphalt pavement in and along the Project including asphalt concrete driveways, traffic islands, trench patching, sealing all cold joints, tack coat, raising shoulder to grade, asphalt sidewalk transitions, hauling, notifications, aggregate, sweeping, utility marking and adjustment, furnishing and preparing subgrade, removal of existing asphalt, cleanup, and all other incidentals necessary for a complete paving system to the lines, cross-section and grades as shown on the Plans. Bid Item 25: Asphalt Treated Base (TN) Asphalt Treated Base shall meet the requirements of Standard Specification 9-03.6. The unit Contract price per ton for Asphalt Treated Base shall be full compensation for all materials, labor, tools, and equipment necessary for the fulfillment of all requirements of Standard Specification Section 4-06 in the execution of the work shown in the Plans or as required by the Owner. Any water added to the aggregate at the plant or in the field for placement and compaction shall be considered incidental to this item. Measurement of Asphalt Treated Base shall be per ton. ' Measurement for Asphalt Treated Base will be based on actual tonnage weight as determined by measurement from a certified scale. The quantity. for this item is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. u ' Project No. S WP 27-27 t l Page 67 SPECIAL PROVISIONS -'Continued Bid Item 26 Cement Concrete Curb and Gutter (LF) Measurement of Cement Concrete Curb and Gutter shall be per lineal foot along the face of the completed curb including bends. Depending on site conditions, the amount of this item may vary. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. The unit Contract price per lineal foot for Cement Concrete Curb and Gutter shall be full compensation for forms, preparation of subgrade, placement, backfill and compaction, and all other materials, tools, equipment, and labor required for construction as specified on the Plans. Bid Item 27- Cement Concrete Sidewalk (SY) Measurement of Cement Concrete Sidewalk shall be per square yard of the completed sidewalk including bends. Depending on site conditions, the amount of this item may vary. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. The unit Contract price per lineal foot for Cement Concrete Sidewalk shall be full compensation for forms, preparation of subgrade, placement, backfill and compaction, and all other materials, tools, equipment, and labor required for construction as specified on the Plans. Bid Item 28- Sidewalk Ramp Type 4A (EA) This item includes all work needed to remove the existing cement concrete sidewalk and replace it with a Sidewalk Ramp Type 4A. Sidewalk Ramp Type 4A shall conform to WSDOT Standard Plan F-3d, and City of Renton Standard Details. The sidewalk ramp shall be adjusted to fit existing the sidewalk and curb dimensions. The new sidewalk ramp and curb and gutter shall be constructed with separate pours. A monolithic pour is not allowed. This item includes removing, hauling, and disposal of the waste material. This item does not include the curb and gutter in front of the sidewalk ramp, and the pedestrian curb behind the ramp. Those items will be measured and paid under the Remove, Replace Concrete Curb and Gutter bid item. All material removed for this item shall be disposed of at an off -site disposal facility per Standard Specification Section 2-03.3(7)C Contractor Provided Disposal Site. All cost for hauling and disposal shall be included in this bid item (no mileage cost). Crushed Surfacing and Sawcutting will be paid under separate bid items. Measurement for Sidewalk Ramp Type 4A shall per each. Payment for Sidewalk Ramp Type 4A will be made at the unit bid price, which payment will be complete compensation for all labor, equipment, materials, saw cutting, removing and disposal of waste material, materials hauling, preparation, imported material necessary to meet compaction requirements, forming, placement, finishing, cleanup, etc. required to compete this item in conformance with the Contract Documents. 1 1 d F1 L I Page 68 Project No. SWP 27-2711 SPECIAL PROVISIONS - Continued Bid Item 29: Restore Pavement Markings (LS) Pavement Markings shall meet the requirements of Special Provisions Section 8-22 and Standard Specifications Section 8-22. The measurement for Restore Pavement Markings shall be per lump sum. The lump sum Contract price for Restore Pavement Markings shall be full compensation for all labor, equipment, and materials required to furnish and install new pavement markings for all pavement areas affected by the Project including, but not limited to, stop bars, crosswalk striping, centerlines, lane lines, traffic buttons, channelization arrows or other channelization markers, and blue fire hydrant marker buttons. Bid Item 30: Restore Parkine Lot Lines (LF) This item is for restoring all lines in the parking lots that may be affected by construction. The exact area for restoration shall be determined by the Engineer at the end of the project. Painted parking lines shall, be solid white lines and will duplicate the existing parking line locations and width. Pavement Markings shall meet the requirements of Standard Specifications Section 8-22. Paint shall be applied per Section 8-22.3(3). The quantity for this item is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. The measurement for Restore Parking Lot Lines shall be per Linear Foot of new line. The unit Contract price for Restore Parking Lot Lines shall be full compensation for all labor, equipment, and materials required to furnish and install new parking lot lines for all parking lot areas affected by the Project. Bid Item 31: Streambank Stabilization and Restoration (LS) Streambank Stabilization and Restoration shall be as shown on the Plans (Channel Restoration) and shall meet the requirements of Special Provisions Section 2-03. All Work in the stream shall meet the permit requirement of the Department of Fish and Wildlife HPA, and Army Corp of Engineers Permits. ' Measurement for Streambank Stabilization and Restoration shall be per lump sum. ' The lump sum Contract price for Streambank Stabilization and Restoration shall be full compensation for all materials, labor, tools, and equipment required to protect, grade, enhance, and restore the streambank and affected areas as shown on the Plans, as directed by the Owner, Project No. S WP 27-2711 Page 69 SPECIAL PROVISIONS - Continued n and as specified in the Special Provisions Section 2-03. All materials, labor, equipment and other items necessary to complete the Streambank Stabilization and Restoration. Bid Item 32: Remove/Restore Existing Landscaping (LS) Remove/Restore Existing Landscaping be as shown on the Plans and shall meet the requirements of Special Provisions Sections 8-01 and 8-02. This item includes removing and restoring all landscaping in the project area. Features classified as landscaping include all shrubs, trees, planter boxes, structural and non- structural concrete and block walls, structural and non-structural rock walls, sprinkler boxes, yard lights, bark and any other plants and structures. Measurement for Remove/Restore Existing Landscaping shall be per lump sum. The lump sum Contract price for Remove/Restore Existing Landscaping shall be full compensation for all materials, labor, tools, and equipment required to protect, remove, relocate, and restore to original condition and location or better all landscaped areas inside and outside of the right-of-way that are affected or damaged by the Contractor as shown on the Plans, as directed by the Owner, and as specified in the Special Provisions Section 2-01. Topsoil, seeding, mulching, and sod will be paid under their respective bid items. Bid Item 33: Tree Replacement (EA) Tree Replacement shall be required for any tree 6 feet in height or greater that is damaged or removed and shall meet the requirement of the Standard Specifications Section 9-14.6. Trees shall be "Street Tree Grade" and a minimum of 6 feet in height. This item includes removing, storing, watering, restoring, planting, and staking of trees. Measurement for "Tree Replacement" shall be per each. The unit Contract price for "Tree Replacement" shall be full compensation for all materials, labor, tools, and equipment required to protect, remove, relocate, and restore to original condition and location or better all tree replacement inside and outside of the right-of-way that are affected or damaged by the Contractor as shown on the Plans, as directed by the Owner, and as specified in the Special Provisions Section 2-01. Topsoil, seeding, mulching, and sod will be paid under their respective bid items. Trees, shrubs, and other vegetation under 6 feet in height shall be paid under "Remove/Restore Existing Landscaping." . Bid Item 34: Topsoil Type C (CY) Topsoil Type C shall meet the requirements of Standard Specifications Section 8-2.3(4)C. Depending on site conditions, the amount of this item may vary. Measurement of Topsoil Type C shall be per cubic yard. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. 11 11 I �7 L it n Page 70 Project No. SWP 27-2711 SPECIAL PROVISIONS - Continued r ' The unit Contract price per cubic yard for Topsoil Type C shall be full compensation for furnishing all materials, labor; equipment, and supplies necessary to furnish and place topsoil as shown in the Plans and as described in the bid item "Remove/Restore Existing Landscaping." rRid Item 35: Seeding, Fertilizing, and Mulching (Sly Seeding, Fertilizing, and Mulching shall, be as shown on the Plans and shall meet the requirements of Special Provisions Sections 8-01 and 8-02. This item shall be applied in various locations throughout the Project site as needed, and as directed by the Owner. ' Depending on site conditions, the amount of this item may.vary. Measurement of Seeding, Fertilizing, and Mulching shall be per square yard. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. The unit Contract price per square yard for Seeding, Fertilizing, and Mulching shall be full r compensation for furnishing all materials, labor, equipment, and supplies necessary to prepare soil, furnish plant seeds and fertilize, and fine grade. This item shall be applied in various locations throughout the Project site as directed by the Owner. rBid Item 36: Television Inspection (LS) The existing sewer mains adjacent to the new storm system shall be inspected for damage from the construction project by the use of a television camera after the box culvert construction is completed and before final paving. The sewer main locations are as follows: ' 1. S Renton Village PL: 18" SS from SSMH east of encasement to SSMH behind Thriftway (approx. 330 LF) 2. Parking Lot: 12" SS from SSMH behind Thriftway to SSMH near outfall, south of parking lot (approx. 390 LF). Note, this section has a sag about 2.5 feet deep near the middle of the line. The TV camera may be submerged in that section. The sewer line shall be cleaned and flushed before performing the video inspection. The video inspection shall be done with a minimum flow of water in the pipe and inspected in the direction of the flow unless otherwise approved by the Owner. The camera shall have rotational capabilities and be used by the operator to view up each side ' service connection and provide best views of any non -conforming items. Once the television inspection has been completed the Contractor shall submit to the Owner the ' written reports of the inspection plus the videotapes. The videotapes are to be in color and compatible with the Owner's viewing and recording systems. The Owner's system accepts 1/2-inch wide high -density VHS tapes. The tapes will be run at standard speed SP (1-5/16 I.P.S.). r The Contractor shall use TV inspection report forms as considered industry standard and as approved by the Owner, and provide completed forms and video tapes of the completed TV inspection to the Owner. I Project No. SWP 27-2711 Page 71 SPECIAL PROVISIONS - Continued Measurement of Television Inspection shall be per lump sum. The lump sum Contract price for Television Inspection shall be full compensation for all labor, materials, equipment, and video tape recordings necessary to document the completed condition of the newly installed pipes. The new storm and sanitary sewer pipe installed for the Project shall be inspected between all Type 2 catch basins and/or manholes. Inspections are not required between Type 2 to Type 1 and Type 1 to Type 1 catch basins. The new vaults shall be inspected as well. Bid Item 37 Compaction Testinp- (EA) Compaction Testing shall meet the requirements of Special Provisions Section 2-03.3. This item applies to all compaction tests for all material needed for the Project. The test requirements for the different materials are contained in those bid items and/or Specifications. For native soil or Bank Run Gravel used for trench backfill the average testing frequency will be one (1) test per every 50 CY (or 80 tons) of backfill placed. For quantities less than 50 cubic yards, a minimum of one test shall be performed. The City may direct the Contractor to perform compaction tests at specific locations to confirm that the compaction requirements are being met. Those tests will count as part of the total number of tests allowed under this bid item. The Contractor will then adjust the frequency of the remaining tests accordingly. The total number of compaction test in this bid item is the total that will be paid for. Any compaction tests over the total number in this bid item will be considered incidental at the Contractor's discretion. Those tests will not be counted for payment. The Owner and Contractor may mutually agree to reduce the frequency and number of compaction tests performed if it is determined that the Contractor is meeting the compaction requirements. The Owner and Contractor may mutually agree to increase the number of compactions tests under this bid item if more testing is determined necessary. Any increase in number will be at the unit bid price, and will be approved by the City in writing. Measurement for Compaction Testing shall be per each test performed. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. The unit Contract price per each for Compaction Testing shall be full compensation for all labor, materials, equipment, laboratory costs, etc, needed to sample, test and report each Compaction Test for the Project. Bid Item 38: Minor ChanEes (LS) At the discretion of the Contracting Agency, all or part of this lump sum bid item may be used in lieu of the more formal procedure as outlined in Standard Specifications Section 1-04.4 Changes. The unit contract price for Minor Changes is set in the Schedule of Prices and shall not be changed by the bidder. 11 1 u 1 u Page 72 Project No. SWP 27-2711 SPECIAL PROVISIONS - Continued ' All work and payment under this item shall be authorized in writing by the City Project Manager or Supervisor. Payment will be determined in accordance with Standard Specifications Section 1- 09.4. I Measurement of Minor Changes shall be per lump sum. Payment for this item will only be for the changes and amounts approved by the Owner. If no ' items are authorized under this item, final payment for this bid item will be $0 (zero). 1 I- 11 Project No. SWP 27-271 l Page 73 SPECIAL PROVISIONS - Continued 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General Section 14 0. 1 is supplemented by adding the following: When the bid proposal includes an item for "Traffic Control," the work required for this item shall be all items described in Section 1-10, including, but not limited to: 1. Furnishing and maintaining barricades, flashers, construction signing and other channelization devices, unless a pay item is in the bid proposal for any specific device and the Special Provisions specify furnishing, maintaining, and payment in a different manner for that device; 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control labor; 3. Furnishing any necessary vehicle(s) to set up and remove .the Class B construction signs and other traffic control devices; 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic control devices, unless a pay item is in the bid proposal to specifically pay for this work; and 5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and replacing of the construction signs and the traffic control. devices destroyed or damaged during the life of the project. 6. Removing existing signs as specified or a directed by the engineer and delivering to the City Shops or storing and reinstalling as directed by the Engineer. 7. Preparing a traffic control plan for the project and designating the person responsible for traffic control at the work site. The traffic control plan shall include descriptions of the traffic control methods and devices to be used by the prime contractor, and subcontractors, shall be submitted at or before the preconstruction conference, and shall be subject to review and approval of the Engineer. 8. Contacting police, fire, 911, and ambulance services to notify them in advance of any work that will affect and traveled portion of a roadway. 9. Assuring that all traveled portions of roadways are open to traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the Special Provisions, or as directed by the Engineer. 10. Promptly removing or covering all nonapplicable signs during periods when they are not needed. Page 74 Project No. SWP 27-2711 L 11 I r I GEOTECHNICAL INFORMATION I I n I t I 11 REVISED FINAL GEOTECHNICAL REPORT Renton Village Storm System Improvement Proj. City of Renton, Washington HWA Project No. 2006-067-21 Prepared for Gray & Osborne, Inc. (G&O #05731.00) January 12, 2007 HWAGEOSCIENCES INC. • (_ret>tL'L'��Y!'li:Rl _r-l?�lYl(.'E'.1�:1'l�; • Hk droSeologj! • Geocrwiroii ruCntnl SCr-,it-eS IWVC(Iiorl & 'li t i H HWA GEOSCIENCES INC. a 1 Geotechncical 6 Pavement Engineering ° Hydroaeoloov ° Geoenvirom-crite:l Inspection u- Testing i January 12, 2007 HWA Project No. 2006-067-21 G&O Project No. 05731.00 Gray & Osborne, Inc. 701 Dexter Avenue N Ste 200 Seattle, Washington 98109-1004 Attention: Mr. Barry Baker, P.E. i Subject: \REVISED FINAL GEOTECHNICAL REPORT Renton Village Storm System Improvement Project City of Renton, Washington '■ Dear Mr. Baker: As requested, HWA GeoSciences Inc. completed a design level geotechnical engineering ?, study for the Renton Village Storm System Improvement Project. Results of our investigation and geotechnical recommendations for design and construction of the r� replacement culvert were provided in a draft report dated August 16, 2006. Revisions were made to that report based on comments from the City and project team discussions, and a final report was submitted November 9, 2006. However, additional subsurface explorations and analyses were subsequently conducted at your request to determine if subsurface conditions were more favorable along potential alternate alignments further to the east. This revised final report includes the findings of the additional investigation and analyses performed. We appreciate the opportunity to have provided geotechnical services on this project. Sincerely, HWA GEO NCES INC. Lorne Balanko, P.E. 19730 - 64thAvenue W. Geotechnical Engineer/President suite 200 Lynnwood, WA 98036.5957 1el: 425.7.74A 106 - Fax: 425.7.7.4':2714.�_= www.hwageo§ciciice's.e r&- 1 n n I 1 u TABLE OF CONTENTS Page 1.0 INTRODUCTION ...................................................... .....1 1.1 GENERAL.....................................................................................................1 1.2 PROJECT DESCRIPTION................................................................................1 1.3 SCOPE OF SERVICES AND AUTHORIZATION..................................................2 2.0 FIELD AND LABORATORY INVESTIGATIONS................................................................2 2.1 FIELD INVESTIGATION.................................................................................2 2.2. LABORATORY TESTING ....................................... .......3 .................................. 3.0 GEOLOGIC AND SUBSURFACE CONDITIONS.................................................................3 3.1 SURFACE CONDITIONS.................................................................................3 3.2 GENERAL GEOLOGY....................................................................................4 3.3 SUBSURFACE CONDITIONS...........................................................................4 3.4 GROUND WATER CONDITIONS....................................................................5 4.0 CONCLUSIONS AND RECOMMENDATIONS ..................................... ...6 .......................... 4.1 GENERAL.....................................................................................................6 4.2 FOUNDATIONS.............................................................................................7 4.2.1 Seismic Considerations.................................................................7 4.2.2 Subgrade Conditions.....................................................................8 4.2.3 Estimated Settlement.....................................................................9 4.3 LATERAL EARTH PRESSURES.......................................................................12 4.4 EXCAVATION STABILITY AND SHORING.......................................................13 4.4.1 General..........................................................................................13 4.4.2 Shoring.........................................................................................13 4.5 DEWATERING..............................................................................................14 4.6 BACKFILL PLACEMENT AND COMPACTION..................................................15 4.7 EROSION CONSIDERATIONS.......................................................... 5.0 CONDITIONS AND LWTATIONS..................................................................................16 LIST OF FIGURES Figure 1. Vicinity Map Figure 2. Site and Exploration Plan Figure 3. Cross Section A -A' Figure 4. Trench Subgrade Preparation 2006-067 Rev FinaQ.doc i HWA GEOSCIENCEs INe. r APPENDICES Appendix A: Explorations Figure A-1 Legend of Terms and Symbols Used on Exploration Logs Figures A-2 to A-8 Logs of Boreholes BH-1 t1trough BH-7 Appendix B: Laboratory Test Results Figure 13-1 Liquid Limit, Plastic Limit and Plasticity Index of Soils Figures B-2 to B-5 Grain Size Distribution Test Results Figure B-6 One -Dimensional Consolidation Plot Appendix C: Aquifer Testing and Analysis 2006-067 Rev Finalldoe ii HWAGEoSCE;NCES INC. 1 I 1 1 I F1 F1 REVISED FINAL GEOTECHNICAL REPORT RENT ON VILLAGE STORM SYSTEM IMPROVEMENT PROJECT RENTON, WASRINGTON 1.0 INTRODUCTION 1.1 GENERAL This report presents the results of a geotechnical engineering study completed by HWA GeoSciences Inc. (HWA) for the planned replacement of the Renton Village storm sewer system, located between South Grady Way and I-405, in the City of Renton, Washington. The project location is indicated on Figure 1. The objective of our work was to investigate subsurface soil and ground water conditions, and provide geotechnical recommendations for design and construction of the replacement storm sewer system. 1.2 PROJECT DESCRIPTION The project will replace two sections of existing pipe; a 440-foot long 42-inch concrete pipe, followed by a 220-foot long 48-inch corrugated metal pipe (CMP) culvert. The 42-inch pipe drains from an existing 72-inch pipe within the driveway just southeast of the Thriftway store in the Renton Village complex. The existing CMP discharges stormwater to a small stream (Rolling Hills Creek) at the south side of the One Renton Place (office building) parking lot, immediately north of I-405. The existing and proposed storm sewer alignments, together with exploration locations, are shown on the Site and Exploration Plan, Figure 2. Presently, the invert elevations of the existing lines at inlet and outlet ends are understood to be of the order of 21 and 19 feet, respectively. Corrosion of the existing CMP at the outfall and collapse of the end of the pipe destroyed two parking spaces and left a portion of the existing culvert exposed, about two years ago. At the catch basin in the parking lot, which is the juncture of the concrete and CMP sections, we understand that the invert elevation of the 48-inch CMP is about 17.61 feet, while the invert elevation at the outfall is about 19.39 feet, giving the CMP a negative slope. The difference in elevations suggests that the catch basin has settled at least 1.78 feet. Based on information provided to date, we understand the City plans to remove the existing storm sewer and replace it with a larger culvert. The preferred and alternate alignments as determined before the geotechnical exploration are shown on Figure 2. Based on the exploration data provided in the draft and final reports, a second alternative alignment close to the One Renton Place building was considered. To evaluate subsurface conditions along the second alternative alignment, three additional borings were advanced in December 2006. 1 January 12, 2007 HWA Project No. 2006-067-21 Based on the subsurface conditions encountered in the additional borings, we understand the original alignment remains the preferred. The preferred pipeline, as proposed by Gray & Osborne, Inc. (G&O), is a 4-sided, prefabricated concrete, box culvert, with dimensions of either 4 by 6 or 4 by 8 feet. It will consist of either an integral box section, or an inverted U-section set on a prefabricated concrete base. Alternatively, the existing culvert may be replaced with twin 48-inch diameter concrete pipes. Although design details of the new culvert are still in progress, we understand that the invert elevation will be of the order of 6 to 8 feet below existing grades. Based on existing ground elevations, this would provide for culvert invert elevations of approximately 21 feet at the upstream end, decreasing to approximately 19 feet at the outfall end. After culvert replacement, the asphaltic concrete pavement grades will be restored to approximately the existing ones. A new outfall area will be constructed and the lost parking spots restored. 1.3 SCOPE OF SERVICES AND AUTHORIZATION Our work was conducted in accordance with our Project Cost Estimate, submitted to Mr. Barry Baker, of G&O, on October 17, 2005. Verbal authorization to proceed was given by Mr. Barry Baker on May 15, 2006. Our initial scope of work included performing four exploratory boreholes at the site, installing two piezometer wells, slug testing and hydrogeological analysis, laboratory testing, geotechnical engineering analyses, and providing geotechnical recommendations for the proposed replacement culvert. Additional work was authorized on December 5, 2006, per our scope and cost estimate of the same date, and included drilling three additional boreholes along an alternative alignment, consolidation testing of a peat sample and settlement analyses, and revision of the previously submitted final report. 2.0 FIELD AND LABORATORY INVESTIGATIONS 2.1 FIELD INVESTIGATION We drilled four test boreholes along the proposed alignment on June 2ud and 13", 2006. Three additional boreholes were drilled on December 8, 2006. The boreholes were designated 1311-1 through BH-7, whose approximate locations are shown on the Site and Exploration Plan, Figure 2. Borehole BH-2A was attempted beyond the east side of a high - voltage transmission line, but was terminated at 6.5 feet due to a hard obstruction (later determined to be an unmarked utility vault that was never used). To monitor ground water conditions, we installed slotted standpipe piezometers in boreholes BH-1 and BH-4. Ground water readings were taken on June 16, 2006, and again on June 23, 2006-067 Rev Finalldoc 2 HWA GL'OSCIENCES INC. I I u PERMITS Washington State Hydraulic Project Approval Army Corps of Engineers Nationwide Permits 7, 13, 33 Washington State Dept. of Ecology Water QualityCertifcation 1 1 I I 1 Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard FISH and RCW 77.55.021 - Appeal pursuant to Chapter 34.05 RCW Mill Creek, WA 98012-1296 WILDLIFE (425) 775-1311 Issue Date: July 20, 2006 Control Number: 105604-1 Project Expiration Date: July 19, 2011 FPA/Public Notice #: N/A PERMITTEE Renton City Of Surface Water Utility Department ATTENTION: Daniel Carey 1055 South Grady Way Renton, WA 98055 1 1425-430-7293 I 11 AUTHORIZED AGENT OR CONTRACTOR Project Name: Renton Village Storm System Improvement Project Project Description: Replace culverts, abandon the existing culvert outfall and install a new outfall and bank protection at Rolling Hills Creek, downstream of the Renton Village shopping center; 555 S. Renton Village PI. PROVISIONS 1. Work below the ordinary high water line (OHWL) shall occur only between June 16 and October 15 of calendar years 2006 - 2010. 2. Work shall be accomplished per plans and specifications approved by the Washington Department of Fish and Wildlife (WDFW) entitled, "RENTON VILLAGE STORM SYSTEM IMPROVEMENT PROJECT', dated June 2006, except as modified by this Hydraulic Project Approval. A copy of these plans shall be available on site during construction. 3. A temporary bypass to divert flow around the work area shall be in place prior to initiation of other work in the wetted perimeter., 4. A sandbag revetment or similar device shall be installed at the bypass inlet to divert the entire flow through the bypass. 5. A sandbag revetment or similar device shall be installed at the downstream end of the bypass to prevent backwater from entering the work area. 6. The bypass shall be of sufficient size to pass all flows and debris for the duration of the project. P I 7. Prior to releasing the water flow to the project area, all bank protection or armoring shall be completed. 8. Upon completion of the project, all material used in the temporary bypass shall be removed from the site and the site returned to preproject or improved conditions. 9. Fill associated with culvert installation shall be protected from erosion to the 100-year peak flow. I Page 1 of 5 Washington HYDRAULIC PROJECT APPROVAL North Puget Sound •. Department of 16018 Mill Creek Boulevard FISH and RCW 77.55.021 - Appeal pursuant to Chapter 34.05 RCW rq' WILDLIFE Mill Creek, WA 98012-1296 (425) 775-1311 Issue Date: July 20, 2006 Control Number: 105604-1 Project Expiration Date: July 19, 2011 FPA/Public Notice #: N/A 10. The culvert shall be installed and maintained to prevent erosion of stream banks downstream of the project. 11. Placement of bank protection material waterward of the OHWL shall be restricted to the minimum amount necessary to protect the toe of the bank. 12. The toe shall be installed to protect the integrity of bank protection material. 13. Bank sloping shall be accomplished in a manner that avoids release of overburden material into the water. Overburden material resulting from the project shall be deposited so it will not re-enter the water. 14. Bank toe protection material shall be clean, angular rock, and shall be installed to withstand 100-year peak flows. River gravels or other round cobbles shall not be used as exterior armor. 1 15. Disturbance of the streambed and banks and their associated vegetation shall be limited to that necessary to construct the project. Affected streambed and bank areas shall be restored to preproject or improved habitat configuration. Prior to December 31 of the year of culvert ' replacement, the disturbed areas of vegetation shall be revegetated with native or other woody species approved by the WDFW Area Habitat Biologist (AHB) listed below. Vegetative cuttings shall be planted at a maximum interval of three feet (on center). Plantings shall be maintained as necessary for three years to ensure 80 percent or greater survival of each species or a contingency species approved by the AHB. 16. Equipment used for this project shall be free of external petroleum -based products while working around the stream. Accumulation of soils or debris shall be removed from the drive mechanisms (wheels, tires, tracks, etc.) and undercarriage of equipment prior to its working below the OHWL. Equipment shall be checked daily for leaks and any necessary repairs shall be completed prior to commencing work activities along the stream. 17. If at any time, as a result of project activities, fish are observed in distress, a fish kill occurs, or 1 water quality problems develop (including equipment leaks or spills), immediate notification shall be made to the Washington Emergency Management Division at 1-800-258-5990, and to the AHB. 18. Erosion control methods shall be used to prevent silt -laden water from entering the stream. These may include, but are not limited to, straw bales, filter fabric, temporary sediment ponds, check dams of pea gravel -filled burlap bags or other material, and/or immediate mulching of exposed areas. 19. Prior to starting work, the selected erosion control methods (Provision 18) shall be installed. Accumulated sediments shall be removed during the project and prior to removing the erosion control methods after completion of work. I Page 2 of 5 r-� I, I 1 I I fi I 1 Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard FISH and ? RCW 77.55.021 -Appeal pursuant to Chapter 34.05 RCW Mill Creek, WA 98012-1296 WILDLIFE (425) 775-1311 Issue Date: July 20, 2006 Project Expiration Date: July 19, 2011 Control Number: FPA/Public Notice #: 105604-1 N/A 20. Wastewater from project activities and water removed from within the work area shall be routed to an area landward of the OHWL to allow removal of fine sediment and other contaminants prior to being discharged to the stream. 21. All waste material such as construction debris, silt, excess dirt or overburden resulting from this project shall be deposited above the limits of floodwater in an approved upland disposal site. 22. If high flow conditions that may cause siltation are encountered during this project, work shall stop until the flow subsides. 23. Extreme care shall be taken to ensure that no petroleum products, hydraulic fluid, fresh cement, sediments, sediment -laden water, chemicals, or any other toxic or deleterious materials are allowed to enter or leach into the stream. PROJECT LOCATIONS Location #1 Renton Village WORK START: July 20, 2006 WORK END: July 19, 2011 WRIA: 09.0005 Sook Creek WpTownship: Tributary to: Black River 1/4 SEC: NE 1/4 Section: �19 Range: 05 E Latitude: N 47.46866 Longitude: W 122.21228 County: King Location #1 Driving Directions NOTES APPLY TO ALL HYDRAULIC PROJECT APPROVALS This Hydraulic Project Approval pertains only to those requirements of the Washington State Hydraulic Code, specifically Chapter 77.55 RCW (formerly RCW 77.20). Additional authorization from other public agencies may be necessary for this project. The person(s) to whom this Hydraulic Project Approval is issued is responsible for applying for and obtaining any additional authorization from other public agencies (local, state and/or federal) that may be necessary for this project. This Hydraulic Project Approval shall be available on the job site at all times and all its provisions followed by the person(s) to whom this Hydraulic Project Approval is issued and operator(s) performing the work. This Hydraulic Project Approval does not authorize trespass. The person(s) to whom this Hydraulic Project Approval is issued and operator(s) performing the work may be held liable for any loss or damage to fish life or fish habitat that results from failure to comply with the provisions of this Hydraulic Project Approval. Page 3 of 5 �+ Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard FISH and RCW 77.55.021 - Appeal pursuant to Chapter 34.05 RCW Mill Creek, WA 98012-1296 WILDLIFE (425) 775-1311 Issue Date: July 20, 2006 Control Number: 105604-1 Project Expiration Date: July 19, 2011 FPA/Public Notice #: N/A Failure to comply with the provisions of this Hydraulic Project Approval could result in a civil penalty of up to one hundred dollars per day and/or a gross misdemeanor charge, possibly punishable by fine and/or imprisonment. All Hydraulic Project Approvals issued pursuant to RCW 77.55.021 (EXCEPT agricultural irrigation, stock watering or bank stabilization projects) or 77.55.141 are subject to additional restrictions, conditions or revocation if the Department of Fish and Wildlife determines that new biological or physical information indicates the need for such action. The person(s) to whom this Hydraulic Project Approval is issued has the right pursuant to Chapter 34.04 RCW to appeal such decisions. All agricultural irrigation, stock watering or bank stabilization Hydraulic Project Approvals issued pursuant to RCW 77.55.021 may be modified by the Department of Fish and Wildlife due to changed conditions after consultation with the person(s) to whom this Hydraulic Project Approval is issued: PROVIDED HOWEVER, that such modifications shall be subject to appeal to the Hydraulic Appeals Board established in RCW 77.55.301. APPEALS INFORMATION If you wish to appeal the issuance or denial of, or conditions provided in a Hydraulic Project Approval, there are informal and formal appeal processes available. A. INFORMAL APPEALS (WAC 220-110-340) OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.021, 77.55.141, 77.55.181, and 77.55.291' A person who is aggrieved or adversely affected by the following Department actions may request an informal review of: (A) The denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic Project Approval; or (B) An order imposing civil penalties. A request for an INFORMAL REVIEW shall be in WRITING to the Department of Fish and Wildlife HPA Appeals Coordinator, 600 Capitol Way North, Olympia, Washington 98501-1091 and shall be RECEIVED by the Department within 30 days of the denial or issuance of a Hydraulic Project Approval or receipt of an order imposing civil penalties. If agreed to by the aggrieved party, and the aggrieved party is the Hydraulic Project Approval applicant, resolution of the concerns will be facilitated through discussions with the Area Habitat Biologist and his/her supervisor. If resolution is not reached, or the aggrieved party is not the Hydraulic Project Approval applicant, the Habitat Technical Services Division Manager or his/her designee shall conduct a review and recommend a decision to the Director or his/her designee. If you are not satisfied with the results of this informal appeal, a formal appeal may be filed. B. FORMAL APPEALS (WAC 220-110-350) OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.021 (EXCEPT agricultural irrigation, stock watering or bank stabilization projects) or 77.55.291: A person who is aggrieved or adversely affected by the following Department actions may request a formal review of: (A) The denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic Project Approval; (B) An order imposing civil penalties; or (C) Any other'agency action' for which an adjudicative proceeding is required under the Administrative Procedure Act, Chapter 34.05 RCW. A request for a FORMAL APPEAL shall be in WRITING to the Department of Fish and Wildlife HPA Appeals Coordinator, shall be plainly labeled as'REQUEST FOR FORMAL APPEAL' and shall be RECEIVED DURING OFFICE HOURS by the Department at 600 Capitol Way North, Olympia, Washington 98501-1091, within 30-days of the Department action that is being challenged. The time period for requesting a formal appeal is suspended during consideration of a timely informal appeal. If there has been an informal appeal, the deadline for requesting a formal appeal shall be within 30-days of the date of the Department's written decision in response to the informal appeal. C. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.021 (agricultural irrigation, stock watering or bank stabilization only), 77.55.141, 77.55.181, or 77.55.241: A person who is aggrieved or adversely affected by the denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic Project Approval may request a formal appeal. The request for FORMAL APPEAL shall be in WRITING to the Hydraulic Appeals Board per WAC 259-04 at Environmental Hearings Office, 4224 Sixth Avenue SE, Building Two - Rowe Six, Lacey, Washington 98504; telephone 360/459-6327. ' Page 4 of 5 Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard �� FISH and RCW 77.55.021 - Appeal pursuant to Chapter 34.05 RCW Mill Creek, WA 98012-1296 (WILDLIFE 425) 775-1311 ' Issue Date: July 20, 2006 Control Number: 105604-1 Project Expiration Date: July 19, 2011 FPA/Public Notice #: N/A D. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO CHAPTER 43.21 L RCW: A person who is aggrieved or adversely affected by the denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic Project Approval may request a formal appeal. The FORMAL APPEAL shall be in accordance with the provisions of Chapter 43.21 L RCW and Chapter 199-08 WAC. The request for FORMAL APPEAL shall be in WRITING to the Environmental and Land Use Hearings Board at Environmental Hearings Office, Environmental and Land Use Hearings Board, 4224 Sixth Avenue SE, Building Two - Rowe Six, P.O. Box 40903, Lacey, Washington 98504; telephone 360/459-6327. E. FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS results in forfeiture of all appeal rights. If there is no timely request for an appeal, the department action shall be final and unappealable. ENFORCEMENT: Sergeant Chandler (34) P3 Habitat Biologist v✓ for Director Larry Fisher 425-649-7042 WDFW u IPage 5 of 5 w STAP,t. G _ '?H LAY rasa STATE OF WASHINGTON ' DEPARTMENT OF ECOLOGY Northwest Regional Office e 3190 360th ,Avenue SF a Bellevue, !Washington 98008-5452 + (425) 649-7000 I December 8, 2006 Daniel Carey City of Renton Surface Water Utility 1055 South Grady Way Renton WA 98055 Dear Mr. Carey: RE: U.S. Army Corps of Engineers Reference 9200600760 Nationwide Permit #7, Nationwide Permit #13, and Nationwide Permit #33 Renton Village Storm System Improvement Project, Rolling Hills Creek, King County, Washington This letter is to confirm that the above -referenced project will not require an individual water quality certification or Coastal Zone Management consistency determination from the Department of Ecology. Your project does not meet our criteria for requiring an individual certification under Nationwide Permit #7, Nationwide Permit #13 and Nationwide Permit #33. Please note that this letter does not exempt the applicant from compliance with other requirements of federal, state, and local agencies. Please contact me if you have any questions regarding this letter at (425) 649-7271 or e-mail lenl461 gecy.wa.gov, ' Sincerely, Lori C. Enlund Federal Permit Assistant Shorelands and Environmental Assistance Program LCE:cja cc:. Amy Klein, U.S. Army Corps of Engineers Penny Keys, Ecology Loree' Randall, Ecology 1 1 DEPARTMENT OF THE ARMY SEATTLE DISTRICT, CORPS OF ENGINEERS P.O. BOX 3755 SEATTLE, WASHINGTON 98124-3755 REPLY ATTENTION OF OCT 2 6 2006 O Regulatory Branch City of Renton Surface Water Utility Mr. Daniel Carey 1055 South Grady Way Renton, Washington 98055 Dear Mr. Carey: Reference: 200600760 Renton, City of ' We have reviewed your application to replace and redesign a failing culvert and outfall pipe, place up to 20 cubic yards of rocks and/or soft gabion to reduce bank erosion at the culvert outfall point, and also divert the stream channel during construction in Rolling Hills Creek at Renton, King County, Washington. Based on the information you provided to us, Nationwide Permit 7, Outfall Structures and Maintenance, Nationwide Permit 13, Bank Stabilization, and Nationwide Permit 33, Temporary Construction, Access, and Dewatering (Federal Register, January 15, 2002, Vol. 67, No. 10), authorize your proposal as depicted on the enclosed drawings dated June 2006. In order for this NWP authorization to be valid, you must ensure that the work is performed in accordance with the enclosed Nationwide Permit 7, 13, and 33, Terms and Conditions. We are unable to determine whether or not your project requires individual Water Quality Certification and a Coastal Zone Management consistency determination response from the Washington State Department of Ecology (Ecology). Before you may proceed with the work authorized by this NWP, you must contact the following Ecology office regarding these ' requirements: Nationwide Permit Coordinator, Department of Ecology, SEA Program, Post Office Box 47600, Olympia, Washington 98504-7600; telephone (360) 407-6926. If more than 180 days pass without Ecology responding to your individual WQC and CZM consistency determination concurrence request, your requirement to obtain an individual WQC and CZM consistency determination response becomes waived. You may then proceed to construction. We have reviewed your project pursuant to the requirements of the Endangered Species Act ' and the Magnuson -Stevens Fishery Conservation and Management Act in regards to Essential Fish Habitat (EFH). We have determined that this project complies with the requirements of NWP National General Condition 11 and will not adversely affect EFH. This verification is valid until the NWPs are modified, reissued, or revoked. All of the existing NWPs are scheduled to be modified, reissued, or revoked prior to March 18, 2007. It is I -2- 1 incumbent upon you to remain informed of changes to the NWPs. We will issue a public notice when the NWPs are reissued. Furthermore, if you commence or are under contract to commence , this activity before the date that the relevant nationwide permit is modified or revoked, you will have twelve months from the date of the modification or revocation of the NWPs to complete the activity under the present terms and conditions of theses nationwide permits. Failure to comply with all terms and conditions of this NWP verification invalidates this ' authorization and could result in a violation of Section 404 of the Clean Water Act and/or Section 10 of the 1899 Rivers and Harbors Act. Also, you must obtain all State and local permits that apply to this project. Upon completing the authorized work, you must fill out and return the enclosed Certificate of Compliance with Department of the Army Permit form. Thank you for your cooperation during the permit process. We are interested in your experience with our Regulatory Program and encourage you to complete a customer service survey form. This form and information about our program is available on our website at: www.nws.usace.army.mil (select "Regulatory" and then "Regulatory/Permits"). If you have any questions about this letter, please contact me at (206) 766-6438 or via email at Amy. S.Klein(a usace.army.mil. Enclosures Sincerely, ' Amy S. Klein, Project Manager , North Application Review Section u �1 1 1 I NATIONWIDE PERMIT 7 Army Corps of Engineers Terms and Conditions of Seattle District Effective Date: March 18, 2002 A. Description of Authorized Activities — page 1 B. Corps Regional Specific Conditions for this NWP — page 2 C. EPA, Puyallup Tribe and Chehalis Tribe WQC Conditions for this NWP — page 2 D. State WQC Conditions for this NWP — page 2 E. State CZM Consistency Determination Conditions for this NWP — page 3 F. Corps National General Conditions for all NWPs — page 3 G. Corps Regional General Conditions for all NWPs — page 11 H. Additional Limitations on the Use of NWPs — page 13 I. Further Information — page 13 ,s In addition to any special condition that may be required on a case -by -case basis by ' the District Engineer, the following terms and conditions must be met, as applicable, for a Nationwide Permit 7 authorization to be valid in Washington State. A. DESCRIPTION OF AUTHORIZED ACTIVITIES Outfall Structures and Maintenance. Activities related to: (i) Construction of outfall structures and associated intake structures where the effluent from the outfall is authorized, conditionally authorized, or specifically exempted, or are otherwise in compliance with regulations issued under the National Pollutant Discharge Elimination System Program (Section 402 of the CWA), and (ii) Maintenance excavation, including dredging, to remove accumulated sediments blocking or restricting outfall and intake structures, accumulated sediments from small impoundments associated with outfall and intake structures, and accumulated sediments from canals associated with outfall and intake structures, provided the activity meets all of the following criteria: a. The permittee notifies the District Engineer in accordance with General Condition 13; b. The amount of excavated or dredged material must be the minimum necessary to restore the outfalls, intakes, small impoundments, and canals to original design capacities and design configurations (i.e., depth and width); C. The excavated or dredged material is deposited and retained at an upland site, unless otherwise approved by the District Engineer under separate authorization; and d. Proper soil erosion and sediment control measures are used to minimize reentry of sediments into waters of the US. The construction of intake structures is not authorized by this NWP, unless they are directly associated with an authorized outfall structure. For maintenance excavation and dredging to remove accumulated sediments, the notification must include information regarding the original design capacities and configurations of the facility and the presence of special aquatic sites (e.g., vegetated shallows) in the vicinity of the proposed work. (Sections 10 and 404) B. CORPS REGIONAL CONDITIONS FOR THIS NWP None C. EPA, PUYALLUP TRIBE AND CHEHALIS TRIBE WQC CONDITIONS FOR THIS NWP EPA, Puyallup Tribe and Chehalis Tribe water quality certification (WQC) has been denied without prejudice. An individual WQC is required for all Section 404 activities. D. STATE WQC CONDITIONS FOR THIS NWP State WQC has been partially denied without prejudice for this permit. 1. The NWP authorizes outfall construction only and does not authorize the discharge of effluent from the outfall. No effluent shall be discharged until the applicant has received a National Pollutant Elimination System permit, waiver, or other applicable approval from the appropriate Federal State or local authority. 2. An individual 401 Certification is required for projects or activities authorized under this NWP if the project/activity will likely result in any of the following adverse effects: a. The project or activity will likely cause or contribute to an exceedance of a State water quality standard (WAC 173-201A) or sediment quality standard (WAC 173-204). The requirement to obtain an individual 401 certification shall not apply to projects or activities that are carried out in accordance with the following permits, approvals, or management practices. These projects are presumed to comply with state water quality standards including state sediment management standards: (1) Projects, activities or portions of projects or activities designed, constructed, and maintained in accordance with the stormwater standards and practices contained in the most current version of Ecology's Stormwater Manual or an Ecology approved equivalent. (2) For WSDOT in -water or over -water construction and maintenance activities, an individual 401 certification is not required for those projects carried out in compliance I 1 F US Army Corps of Engineers Seattle District NATIONWIDE PERM, IT 13 Terms and Conditions Effective Date: March 18, 2002 A. Description of Authorized Activities — page 1 B. Corps Regional Specific Conditions for this NWP — page 2 C. EPA, Puyallup Tribe and Chehalis Tribe WQC Conditions for this NWP — page 3 D. State WQC Conditions for this NWP — page 3 E. State CZM Consistency Determination Conditions for this NWP — page 4 F. Corps National General Conditions for all NWPs — page 4 G. Corps Regional General Conditions for all NWPs — page 11 H. Additional Limitations on the Use of NWPs — page 13 L Further Information — page 13 In addition to any special condition that may be required on a case -by -case basis by the District Engineer, the following terms and conditions must be met, as applicable, for a Nationwide Permit 13 authorization to be valid in Washington State. A. DESCRIPTION OF AUTHORIZED ACTIVITIES ' Bank Stabilization. Bank stabilization activities necessary for erosion prevention provided the activity meets all of the following criteria: a. No material is placed in excess of the minimum needed for erosion protection; b. The bank stabilization activity is less than 500 feet in length; c. The activity will not exceed an average of one cubic yard per running foot placed along the bank below the plane of the ordinary high water mark or the high tide line; ' d. No material is placed in any special aquatic site, including wetlands; e. No material is of the type, or is placed in any location, or in any manner, to impair surface water flow into or out of any wetland area; f. No material is placed in a manner that will be eroded by normal or expected high flows (properly anchored trees and treetops may be used in low energy areas); and, g. The activity is part of a single and complete project. Bank stabilization activities in excess of 500 feet in length or greater than an average of one cubic yard per running foot may be authorized if the permittee notifies the District Engineer in accordance with the "Notification" General Condition 13 and the District Engineer determines the activity complies with the other terms and conditions of the NWP and the adverse environmental effects are minimal both individually and cumulatively. This NWP may not be used for the channelization of waters of the US. (Sections 10 and 404) B. CORPS REGIONAL CONDITIONS FOR THIS NWP The permittee must notify the District Engineer in accordance with National General Condition 13 for all bank stabilization projects. 2. The permittee must avoid and minimize discharges into waters of the United States at the project site to the maximum extent practicable, and the "Notification" must include a written justification to the District Engineer detailing compliance with this condition. To enable the Corps in making this determination, the notification must include the following assessments: a. The cause(s) and mechanism(s) of any existing or imminent bank failure in the project area; b. Sediment movement and deposition patterns in and near the project area, with and without the proposed project; C. Existing and with -project habitat conditions including use of the project area by animal and plant species. d. Why the discharge must occur in waters of the United States and why avoidance or additional minimization cannot be achieved. How the proposed project incorporates least environmentally damaging practicable bank protection methods. These methods include but are not limited to the use of bioengineering, biotechnical design, root wads, large woody debris, native plantings, beach nourishment in certain circumstances, and fish friendly riprap designs. 3. The permittee shall minimize the disturbance of existing vegetation in the project area and, following construction, revegetate disturbed areas with native plant species. NOTE: Information useful in preparing the assessments required above are: • the Washington State Department of Fish & Wildlife's Integrated Streambank Protection Guidelines, http:Hwww.wa.gov!wdfw/hab/ahg/ispgdoc.htn-i#toctop, (especially for fresh waters); • King County's Reconnaissance Assessment of the State of the Nearshore Ecosystem, http:/,'dnr. metroke. gov/wlr,'watersheds/puget/'nearshore/sonr.htm; • the White Papers, Marine and Estuarine Shoreline Modification Issues, and Ecological Issues in Floodplains and Riparian Corridors, Over -Water Structures: Freshwater Issues http:,//'www.wa.goN,/wdf%v/hab!ahc,,f/i-liamrsrc.htm NOTE: Bank protection length, especially in the case of barbs, is measured as the total length of shoreline/bank to be protected by the structure. NOTE: This nationwide permit does not authorize discharges of fill for bank protection in special aquatic sites including wetlands, mudflats, and pool and riffle complexes waterward of the ordinary high water line i] NATIONWIDE PERMIT 33 Army Corps of Engineers Terms and Conditions of Seattle District Effective Date: March 18, 2002 A. Description of Authorized Activities — page 1 B. Corps Regional Specific Conditions for this NWP — page 2 C. EPA, Puyallup Tribe and Chehalis Tribe WQC Conditions for this NWP — page 2 D. State WQC Conditions for this NWP — page 2 E. State CZM Consistency Determination Conditions for this NWP — page 3 F. Corps National General Conditions for all NWPs — page 3 G. Corps Regional General Conditions for all NWPs — page 11 H. Additional Limitations on the Use of NWPs — page 13 I. Further Information — page 13 In addition to any special condition that may be required on a case -by -case basis by the District Engineer, the following terms and conditions must be met, as applicable, for a Nationwide Permit 33 authorization to be valid in Washington State. A. DESCRIPTION OF AUTHORIZED ACTIVITIES Temporary Construction, Access and Dewatering. Temporary structures, work and discharges, including cofferdams, necessary for construction activities or access fills or dewatering of construction sites; provided that the associated primary activity is authorized by the Corps of Engineers or the USCG, or for other construction activities not subject to the Corps or USCG regulations. Appropriate measures must be taken to maintain near normal downstream flows and to minimize flooding. Fill must be of materials, and placed in a manner, that will not be eroded by expected high flows. The use of dredged material may be allowed if it is determined by the District Engineer that it will not cause more than minimal adverse effects on aquatic resources. Temporary fill must be entirely removed to upland areas, or dredged material returned to its original location, following completion of the construction activity, and the affected areas must be restored to the pre -project conditions. Cofferdams cannot be used to dewater wetlands or other aquatic areas to change their use. Structures left in place after cofferdams are removed require a Section 10 permit if located in navigable waters of the US. (See 33 CFR Part 322). The permittee must notify the District Engineer in accordance with the "Notification" General Condition. The notification must also include a restoration plan of reasonable measures to avoid and minimize adverse effects to aquatic resources. The District Engineer will add Special Conditions, where necessary, to ensure that environmental adverse effects are minimal. Such conditions may include: limiting the temporary work to the minimum necessary; requiring seasonal restrictions; modifying the restoration plan; and requiring alternative construction methods (e.g. construction mats in wetlands where practicable). (Sections 10 and 404) B. CORPS REGIONAL CONDITIONS FOR THIS NWP 1. Temporary fills may be in place for up to six months only, unless the applicant requests and receives approval for an extension from the District Engineer. Additional timing adjustments may be included to lessen impacts during critical times for migratory species. 2. The permittee must avoid and minimize discharges into waters of the US at the project site to the maximum extent practicable, and the "Notification" must include a written justification to the District Engineer detailing compliance with this condition, i.e., why the discharge must occur in waters of the US and why avoidance or additional minimization cannot be achieved. 3. This NWP is prohibited from use in playa lakes, prairie potholes, vernal pools, kettles, and camas prairie wetlands or within 100 feet of any such system. An individual permit application must be submitted for proposed work in these areas. C. EPA, PUYALLUP TRIBE AND CHEHALIS TRIBE WQC CONDITIONS FOR THIS NWP EPA, Puyallup Tribe and Chehalis Tribe water quality certification (WQC) has been denied without prejudice. An individual WQC is required for all Section 404 activities. D. STATE WQC CONDITIONS FOR THIS NWP State WQC has been partially denied without prejudice for this permit. An individual 401 Certification is required for projects or activities authorized under this NWP if the project/activity will likely result in any of the following adverse effects: 1. The project or activity will likely cause or contribute to an exceedance of a State water quality standard (WAC 173-201A) or sediment quality standard (WAC 173-204). The requirement to obtain an individual 401 certification shall not apply to projects or activities that are carried out in accordance with the following permits, approvals, or management practices. These projects are presumed to comply with state water quality standards including state sediment management standards: a. Projects or activities where the discharges authorized under this NWP are explicitly authorized or covered by a National Pollutant Discharge Elimination System permit. b. Projects, activities or portions of projects or activities designed, constructed, and maintained in accordance with the stormwater standards and practices contained in the most current version of Ecology's Stormwater Manual or an Ecology approved equivalent. c. For WSDOT in -water or over -water construction and maintenance activities, an individual 401 certification is not required for those projects carried out in compliance with conditions 2 through 4 below and the Ecology approved Implementing Agreement regarding compliance with the state of Washington Surface Water Quality Standards. I 1 � SURVEY CONTROL AND � MONUMENTS 1 j F3 • 18 T23N RSE SE 1/4 1 .1: 1 19 T23N RSE SE 1/4 LEGEND CITY OF RENTON 1111 ® Horizontd & Verticd SURVEY CONTROL NETWORK 2222 MONUMENTS & BENCHMARKS ® Horizontd O y •®" o TECHNICAL SERVICES 3 ® Vertical Only • PLBVII.DING/PUBLIC WORKS 02/14/00 14/00 Monument ® 450 9M —�— Renton City Limits G3 1:54M 19 T23N R5E NE 1/4 9 SECTION 19 T23N R5E W.M. 28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters 476 Location: Top of 1/2" iron pin in concrete monument in case 15' east of centerline intersection of Shattuck Avenue and South 15th Street. Monument: 1/2 IN IRON PIN IN CONC MON IN CASE NORTHING: 52799.569 EASTING: 396025.653 ELEVATION: 40.495 659 Location: Found a 1/8" bronze pin and concrete plug in 2" inside diameter steel pipe down 0.5' in a monument case at the constructed intersection of S Puget Drive & Benson Drive S. This mark is an alternate to the quarter corner to sections 19 & 20, T23N, R5E. Monument: 1/8 IN BRONZE PIN & CONC PLUG IN 2 IN STEEL PIPE, IN CASE, DN. 0.5' NORTHING: 52798.357 EASTING: 396377.308 ELEVATION: 26.055 754 Location: Found a 1/2" brass plug with a punch mark grouted in on easterly side of a 4"x4" concrete post monument down 0.6' in a monument case at the constructed intersection of SW 7th Street & Seneca Avenue SE. Monument: 1/2 IN BRASS PLUG W/PUNCH ON CONC MON, IN CASE, DN. 0.6' NORTHING: 53620.647 EASTING: 395016.102 ELEVATION: 6.801 G3-2 18 T23N R5E NE 1/4 A I `* 1149 % 2654- -2658 94 1j 43 `1142 j'; G 1 ( 3 I 1151 — 4�y Tf47$ 9481+}-26�3-} i1AA } 674 i + 655 f 1006 80T— r 2566.+---?tia 2 W 2t_145 64-t 857--� \ �84 I3 I ! I + I_� }139 + 1138 1137+ + +1135 �, —+ ++318 {317 �,- - c —, j , ; - -1 1 ! 499 \878 + 984 +1189 +1190 }} - cv N-' �<v---! ! ! +/ 119 4 +�# +� +119 8 } 119 L. JJ +1005 �2 N I - 298 zJ ! 194 - +� T d 1004 300 ` =10-2 ,; V2 + ; +22977- _ -,+ 30- 4! 1�+ +1505 L_Jt 2 +;SL'0 + i 2991 _ 1 I t I ! I _ t " 1003+LJ 1279 ' _;'� �331 246 --+245 ± {_8+``- 4 2328 I +f t ! I I + i I:v i 393H60 �' +576 +34 1274*224-- +1278 �+1276 i /� - r '- +2285; .{ 1 760i i ---- �+ 1273 + 2283 G3 - 19 MN RR NE 1/4 LEGEND CITY OF RENTON SURVEY CONTROL NETWORK MONUMENTS & BENCHMARKS TECHNICAL SERVICES • ®• PLANNING/BUII.DING/PUBLIC WORKS 02/14/00 in -t �1,1 �•,u11�1 .............. i = .17111 1111 ® Horizontd & Ver icd 2222 8 Horizontd Only 3333 ® Verticd Only Momment Renton City Limits F 3 18 T23N R5E SE 1/4 SECTION 18 T23N R5E W.M. 28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters 60 N 1/4 Corner 19 T23N R5E Location: Found 1/8" pin in concrete monument case at intersection of Hardie Ave SW and SW 7th St. Monument: 1/8 IN BRASS PIN IN CONC. 0.4' BELOW RIM OF MON. CASE NORTHING: 53611.676 EASTING: 395635.050 ELEVATION: 63 Location: Set brass disc stamped 804/BRH123 per 2 each 2 foot reference points in the right west bound lane of S Grady Way west of the intersection with Williams Ave S Monument: BRASS DISC IN MONUMENT CASE NORTHING: 53638.518 EASTING: 396486.958 ELEVATION: 205 Location: Found a concrete monument in a monument case at the intersection of Burnett Avenue S. and S. 2nd Street. Monument: CONC MON, IN CASE NORTHING: 54429.257 EASTING: 396408.155 ELEVATION: F3-1 11 SECTION 18 T23N R5E W.M. 28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters 1898 Location: Found 1.5" R.R. spike with punch mark in road surface at intersection of Shattuck Ave S. and S. 6th St. Monument: R.R. SPIKE WITH PUNCH MK. NORTHING: 53756.917 EASTING: 395983.750 ELEVATION: 1919 Location: Chiseled square at centerline top of stairway and north end of cul-de-sac on Thomas Avenue S. across the street from 13208 Renton Avenue South. Monument: CHISELED SQ @ CL TOP STAIRWAY NORTHING: EASTING: ELEVATION: 72.130 1920 Location: Found 3" brass disk stamped "King County Survey monument EN-61 1973" in sidewalk on the west side of Rainier Avenue South. Located north side of southerly driveway to building at 604 Rainier Avenue South. Monument: BRASS DISC NORTHING: EASTING: ELEVATION: 8.494 1939 Location: Top of Lead & tack set in concrete monument at intersection of Williams Avenue S. and S. Riverside drive. Monument: LEAD & TACK SET IN CONC MON NORTHING: EASTING: ELEVATION: 11.383 F3-5 TRAFFIC CONTROL INFORMATION 0 1 i 1 I li 1 ij I 1 1 SITE PHOTOS 1 t 1 1 1 1 1 1 1 t t Renton Village Storm System Project Page 1 Triton-Tov ers One A qx S Renton Village PL Thriftway Thriftway -- w j Renton Village Storm System Project Page 2 S Renton Village PL I fl 1 1 Sewer M H Thriftway OUtfail r 4 ' ' .►" �1 .��.+.� _�. �= ten. '' Looking S Thru Pa 1 1 -1-7. 2 00 To 4 • ' 1 . 17 2005. �_ I I STANDARD DETAILS 1� I �i Where shown on the plans or in the specifications or required by the Engineer, joint restraint system (shackle rods) shall be used. All joints restraint materials used shall be those manufactured by Star Notional Products, 1323 Holly Avenue, PO Box 258, Columbus, Ohio 43215 unless on equal alternate is approved in writing by the Engineer. Materials Steel Twes: High strength low —allay steel (cor—ten) ASTM A242 heat—treoted; Superstar '$ST" series High strength low —allay steel (cor—ten), ASTM A242, Superstar SS" S series 1. Tiebolt: ASTM A242, Type 2, hot —dipped galvanized. SST 7:5/8" for 2" and 3" mechanical joints, 3/4' for 4' to 12" mechanical joints ASTM A325, Type 3D, except tensile strength of full —body threaded section shall be increased to 40,000 lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4: by heat treating (quenching and tempering) to Manufacturer's reheat and hardness specifications. SST 756: 3/4 for 14" to 24" mechanical joints. Some ASTM specification as SST 7. SST 747: 3/4" some as SST 7, except 1" eye for 7/8" rod. Some ASTM specification as SST 7. 2. Tienu t: Heavy Hex Nut for Each Tiebolt. SS8: 5/8" and 3/4", ASTM A563, Grade C3, hot —dip galvanized. 3. Tiecoupling: Used to extend continuous threaded rods and are provided with Grade C3. center stop to aid installation, hot —dip galvanized. SS 10: for 5/8' and 3/4" tierods, ASTM A563, 4. Tierod: Continuous threaded rod for cutting to desired lengths, hot —dip galvanized. SS 12: 5/8' and 3/4" diameter, ASTM A242, Type 1 or Type 2; ANSI B1.1. 5. Tiewosher: Round flat washers, hot —dip galvanized. SS 17: ASTM A242, F436. Preccl Fnf Size PSI Pounds 2 3 4 6 8 10 12 14 16 24 3" 300 2,120 2— 3/8" 4" 300 3,780 3 8" 6" 300 8,500 5/8" 1 2" 3 8" e" 300 15,100 3/4" 5/8" 1 2" 10" 275 21.62 3/4" 5/8" 1 2" 12" 250 33,930 3/4" 5/8" 14" 250 46,200 3/4" 16" 225 45,250 3/4" 5/8" 18" 200 50,900 3/4" 5/8" 20" 200' 62,840 3/4" 5 8" 24" 200 90,480 3/4" 30" 200 141.370 7/8" 36" 200 203,580 7 8" Galvanized ASTM A153 for galvanizing iron and steel hardware ASTM A123 for galvanizing rolled, pressed and forged steel shapes. Joint Restrainer System Components: Installation: Install the joint restraint system in accordance with the Manufacturer's instructions so all joints ore mechanically locked together to prevent joint separation. Tiebolts shall be installed to pull against the mechanical joint body and not the M.J. follower. Torque nuts at 75-90 fool pounds for 3/4' nuts. Install tiecouplings with both rods threaded equal distance into tiecouplings. Arrange tierods symmetrically around the pipe. Where a Manufacturer's mechanical joint valve or fitting is supplied with slots for "T" bolts instead of holes, a flanged valve with o flange by mechanical joint adaptor shall be used instead, so as to provide adequate space for locating tiebolt. Where a continuous run of pipe is required to be restrained, no run of restrained pipe shall be greater than 60 feet in length hetwee fittings. Insert long body solid sleeves as required on longer runs to keep tierod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shot! be mechanical joint pipe and tiebolts shall be installed as rod guides at each joint. Where poly wrapping is not required, all tiebolts, tienuts, tiecouplings, tierods shall be galvanized. All disturbed sections will be pointed, to the inspector's satisfaction, with ATCO p2221, or approved ecuol. Where poly wrapping is not required, all tiebolts, tienuts, tiecouplings, tierods, and tiewashers may be galvanized, as specified above, or plain and pointed in their SEACKLE RODDING AND TIE BOLTS cy�ADOPTED CITY OF RENTON STANDARD PLANS l LST DATE:10/29/96 DWG. NAME: BR27 SP PAGE: B089 I CONSTRUCTION PLANS 1 ( See Separate Full Size Plans, 22" x 34") 11 1 1 .0 a t. 44�of t.s e9d' CITY OF RENTON RENTON VILLAGE STORM SYSTEM PROJECT PROJECT SWP-27-2711 VHAif.OM I PENO OREILL OKANOGAN FERRY SYAGiT I ( STEVEN I N CLAI_LAM �l �J SNOHOMISH CHELAN I JEFFEERSON SEATTLE ROJECT L TION SPlWk DOLIGLAS LINCOLN ~ RENTS SPOKANE MASON HARBOR HARBO Kii TITAS KING GRANT ��— PIERCE WHITMAN AnAMs OLYMiA ! \ .. T F.STO� PACIFI LEWIS FRANKLl' / ��` ARFIEL VAKKIAKUII YAKIMA OLUNB:A �\ C VLITZ SKAMANIA BENTLW WALLA WALL I ASOTI KLICKITAi — �— — — — — — LARY. PROJECT PLAN SCALE: 1 "=100' INDEX SHEET NO. DESCRIPTION 1 COVER 2 VICINITY & LOCATION MAPS, SYMBOL LEGEND, ABBREVIATIONS, AND INDEX 3 SURVEY CONTROL TABLE AND MAP 4-5 STORM DRAINAGE IMPROVEMENT PLAN do PROFILE 6-7 UTILITY DETAILS B-9 RESTORATION DETAILS 10-11 STRUCTURAL DETAILS 12 WORK AREA AND LIMITS CHECKED FOR COMPLIANCE WITH CITY STANDARDS By,---------------- Date '-------- BYI---------------- Date'-------- By--------- Date'-------- B"::::::: --- --------- Date' -------- RECOMMENDED FOR APPROVAL By----------------- Date'-------- ByI---------------- Date'-------- By----------------- Date l-------- BY----------------- Date, PROPERTY LINE DISCLAIMER The property Unes shorn hereon nrt bosrd on vAiln blr Infornotlon, not on a veyed IocnHon and are only nppr0Ar.tr. " S737B VICINITY MAP LOCATION MAP tiC �i �SS1oNAL' G~ NOT TO SCALE SCALE: 1 "=500' - EVIRES: 8/20/2007 _ D- 21711 1 0 1 CITY OF RENTON VILLAGE STORM SYSTEM PROJECT n4 1 7 T RENTON DATUM 7- ENGINEERS ENGINEERS S.O. wu Planning/Building/Public Works Dept. 7 0: AVEI64 MRTH SUITE 2oG N0. REVISION BY DATE A.°PR ^""� ""°A0ei017�7 I COVER ' 01' p —TTL[, V�SHINviaN 9e1. 1-1 --Ce64 B.B. T T N r— N d U) ABBREVIATIONS AVE AVENUE AC ASBESTOS CEMENT PIPE ADJ ADJUST ALT ALTERNATE ALUM ALUMINUM ANSI AMERICAN NATIONAL STANDARDS INSTITUTE ASPH ASPHALT ASTM AMERICAN SOCIETY OF TESTING AND MATERIAL ASSY ASSEMBLY BF BLIND FLANGE BLDG BUILDING BILK BLOCK BO BLOW OFF CTR CENTER CAP CORRUGATED ALUMINUM PIPE CB CATCH BASIN CI CAST IRON CENTER LINE &R CLEARANCE CMP •CORRUGATED METAL PIPE CO CLEANOUT CONC CONCRETE C CONDUIT CONN CONNECTION CONTR CONTRACTOR CONT CONTINUOUS CPEP CORRUGATED POLYETHYLENE PIPE CPLG COUPLING CY CUBIC YARD CONT CONTINUED CL CLASS CF CUBIC FEET CFS CUBIC ����FEET PER SECOND DC DEGREE IRON DIA DIA DIAMETER DOT DEPARTMENT OF TRANSPORTATION DIM DIMENSION DWGS DRAWING(S) RAIN EOA EDGE OF ASPHALT EA EACH EL ELEVATION EL ELBOW ELEC ELECTRICAL EXIST EXISTING F FORCE MAIN FIG FIGURE FIN FINISHED FL FLANGE FT FEET FO FIBER OPTIC FOC FACE OF CURB GA GAUGE GALV GALVANIZED GI GALVANIZED IRON GV GATE VALVE HOPE HIGH DENSITY POLYETHYLENE PIPE ID INSIDE DIAMETER IE INVERT ELEVATION INV INVERT IN INCH TH LB 'POUND D LF LINEAR FEET MAX MAXIMUM MFR MANUFACTURER MH MANHOLE MIN MINIMUM MJ MECHANICAL JOINT MISC MISCELLANEOUS N NORTH NO NUMBER NTS NOT TO SCALE OC ON CENTER OD OUTSIDE DIAMETER PI POINT OF INTERSECTION PP POWER POLE PVI POINT OF VERTICAL INTERSECTION PE PLAIN END PERF PERFORATED PVC POLYVINYL CHLORIDE PVMT PAVEMENT PVT POINT OF VERTICAL TANGENT PC POINT OF CURVATURE PT POINT OF TANGENCY QTY QUANTITY R RADIUS RET RETAINING RR RAILROAD I ow.as 8/20/2" I Car -y & Qabonme, lnc. CONSULTING ENGINEERS 7. pIXiFlt •VFME iIXIN SYMBOL LEGEND ABBREVIATIONS EXISTING PROPOSED DESCRIPTION RED REDUCER REINF REINFORCE REQD REQUIRED R W S RIGHT-OF-WAY SLOPE O MANHOLE OR DRYWELL (AS NOTED) UTH SCH SCHEDULE a CLEANOUT S SF SQUARE EMONUMENT .- TYPE 1 CATCH BASIN OR CURB INLET SHT SPECS SHEET SPECIFICATIONS -: O TYPE 2 CATCH BASIN SQ SSCO SQUARE SANITARY SEWER CLEANOUT POLE WITH GUY WIRE SSMH SANITARY SEWER MANHOLE SSNT SET NAIL/TAG -o- POWER / TELEPHONE / GUY POLE SSRC SET REBAR/CAP STA STD STATION STANDARD LUMINAIRE TC TEL TOP OF CURB TELEPHONE YE YARD LIGHT THIRD THRU THREADED THROUGH ® JUNCTION BOX (AS NOTED) TYP TYPICAL VERT VERTICAL N GATE VALVE WY/ y WyI y dtl BUTTERFLY VALVE W/O WITHOUT ® WATER METER WTR WATER fi FIRE HYDRANT REDUCER SYMBOL LEGEND a � THRUST BLOCK EXISTING PROPOSED DESCRIPTION TRANSITION COUPLING OR FLANGE COUPLING ADAPTER CURB & GUTTER � ] CAP/PLUG .......,. ,,. < ;:: ASPHALT PAVEMENT q BLOW -OFF GRAVEL SURFACING © WELL CONCRETE SURFACING o MAIL BOX (NOTED) CONCRETE SIDEWALK a SIGN - - - - RIGHT-OF-WAY LINE _TT EMBANKMENT _ — CENTERLINE OF ROADWAY - - - - PROPERTY LINE. TREE (CONIFER) PERMANENT EASEMENT LINE - - - - TEMPORARY EASEMENT LINE TREE (DECIDUOUS) --- 10 --- CONTOUR LINE TV BURIED CABLE TV CD SHRUBS ;F0 - BURIED FIBER OPTIC p BURIED POWER BUILDINGS T — BURIED TELEPHONE W W WATER MAIN (SIZE AS NOTED) clDc1lacco ROCK WALL G GAS MAIN ® ELEVATION POINT I, IRRIGATION LINE -� ® MONUMENT S SANITARY SEWER SD SD ° ANGLE POINT / CONTROL POINT STORM DRAIN (DIA. < 107 SD SD STORM DRAIN (DIA. >= 10' + BENCH MARK DETAIL NUMBER 1 F SANITARY SEWER FORCE MAIN 1 --- DITCH REFERENCE SHEET }-D� ..-: • CULVERT (SIZE•.&TYPE AS NOTED) - • BH-1 � GEOTECHNICAL BOREHOLE - -= FENCE (TYPE AS NOTED) FENCE (WITH GATE) TELEPHONE VAULT © POWER VAULT Q TELEPHONE MANHOLE N.A. a.B. DATUM o..+ P.M. I � `a SS.C. �1 NO. REVISION BY DATE I APPR e e roa r GENERAL CONSTRUCTION NOTES 1. ALL TYPE 2 CATCH BASINS AND ACCESS RISERS SHALL HAVE FLAT TOPS 2. LENGTHS OF PIPE AND INVERT ELEVATIONS ARE SHOWN AT CENTERLINE OF STRUCTURE PAYMENT FOR THE BOX CULVERT WILL BE BASED ON ACTUAL CULVERT INSTALS FROM FACE OF INSIDE WALL TO FACE OF INSIDE WALL OF EACH STRUCTURE. 3. CONSTRUCTION WORK HOURS SHALL BE FROM 7:00 AM TO 5:00 PM, MONDAY THROUGH FRIDA( UNLESS NOTED OTHERWISE IN THE SPECIFICATIONS. 4. THE CONTRACTOR SHALL IDENTIFY IN ADVANCE, WATER SERVICE LINES THAT MAY BE DAMAGED DURING INSTALLATION OF STORM PIPE. IF WATER SERVICE LINES REQUIRE REMOVAL TO FACILITATE STORM PIPE INSTALLATION, THE CONTRACTOR SHALL COORDINATE WITH CITY MAINTENANCE CREW. THE FOLLOWING PROCEDURES SHALL BE FOLLOWED: 1) CONTRACTOR SHALL EXPOSE WATER SERVICE LINE 2) CITY MAINTENANCE CREW WILL SHUT OFF WATER AND TEMPORARILY CUT AND CAP SERVICE LINE. 3) CONTRACTOR SHALL INSTALL STORM PIPE AT WATER SERVICE CROSSINGS. 4) WHEN CONTRACTOR IS A SUFFICIENT DISTANCE BEYOND WATER SERVICE LINE, THE CRY MAINTENANCE CREW WILL INSTALL A TEMPORARY SPLICE. 5) CITY MAINENANCE CREW WILL REPLACE WATER SERVICE WITH A COPPER LINE AT A LATER DATE. UTILITY NOTE: THE CONTRACTOR SHALL CALL THE UTILITY LOCATION REQUEST CENTER (ONE CALL CENTER; 1-800-424-5555) FOR FIELD LOCATION OF UTILITIES. THE CONTRACTOR SHALL BE RESPONSIBLE FOR VERIFYING THE LOCATION, DIMENSION, AND DEPTH OF ALL EXISTING UTILITIES WITHIN THE PROJECT, WHETHER SHOWN ON THESE PLANS OR NOT, BY POTHOLING THE UTILITIES AND SURVEYING THE VERTICAL AND HORIZONTAL LOCATION PRIOR TO CONSTRUCTION. ALL POTENTIAL UTILITY CONFLICTS SHALL BE POTHOLED A MINIMUM OF FIVE WORKING DAYS IN ADVANCE OF ANY PIPELINE TRENCH EXCAVATION. THE UTILITIES SHOWN ON THE PLANS ARE BASED UPON AVAILABLE INFORMATION AND ARE SUBJECT TO VARIATION. IF CONFLICTS OCCUR THE CONTRACTOR SHALL CONSULT THE PROJECT ENGINEER TO RESOLVE THE PROBLEM PRIOR TO PROCEEDING WITH CONSTRUCTION. RECOMMENDED FOR APPROVAL BY'--------------- Date: ------- BY`---------------- Date '-------- BY`---------------- Date! -------- BY`---------------- Date'-------- AMCITY OF RENTON VILLAGE STORM SYSTEM PROJECT RENTON Planning/Building/Public Works Dept VICINITY & LOCATION MAPS, SYMBOL LEGEND, AND INDEY. 2 "12 T T r` N r- N a U) HORIZONTALNERTICAL CONTROL TABLE POINT NORTHING (FT.) EASTING (FT.) ELEV. (FT.) DESCRIPTION MON IN CASE, 2" IP W/PLUG & BRASS PIN, DOWN 0.6', 100 174930.21 1300483.36 32.67 PC OF TALBOT RD. MON IN CASE. 2" IP W/PLUG & BRASS PIN, DOWN 0.5'. 101 174329.34 1300455.40 32.66 INTX OF TALBOT RD. & S.RENTON VILLAGE PL SET 60d NAIL W/_G&O CONTROL TAG IN S/WALK, 6.6' N OF PHONE 102 174311.34 7299943.34 3g,72 PED, 45' W. OF 2nD D/WAY S. SIDE OF S. RENTON VILLAGE PL. SET LG MAG NAIL/TAG 'G&O CONTROL, TAG IN S/WALK, N SIDE OF SOUTH 103 174362.68 1299524.19 30.50 RENTON VILLAGE PL ® ENTR. TO THRIFTWAY PARKING LOT, 5' E. OF STOP SIGN. SET LG MAG NAIL/TAG 'G&O CONTROL-, 2.4' SE OF CURB, 7' S. OF STOP SIGN, 104 174301.57 2g.g6 10' W. OF LIGHT. SET LG MAG NAIL/TAG 'G&O CONTROL-, 1' N, OF END OF FIRST STALL PARKING 705 174043.12 2g.1p STRIPE, 51' E. OF CULVERT.106 E1299318.52 SET #5 REBAR W/RED "G&O CONTROL- TAG SE CORNER OF AMC THEATER, 5' N 774017.33 27.59 OF CURB FLOW' LINE. 107 174009.60 27.64 SET LG MAG NAIL/TAG 'G&O CONTROL- . SET LG MAG NAIL/TAG -G&O CONTROL', 2' E. OF BLOCK WALL, NE CORNER FOR 108 773423.99 1299269.71 117.72 HOUSE #1413 SHATTUCK. 109 173226.59 1299294.16 132.86 MON IN CASE, #5 REBAR W/PUNCH. NE COR OF 5.15TH ST. & SHATTUCK AVE. S. MON IN CASE, 2" IP W/PLUG. & BRASS PIN, DOWN 0.5' ® INTX OF TALBOT ROAD 110 173222.61 7300447.86 85.48 & S. 15TH ST. CITY OF RENTON CONTROL NETWORK VERTICAL CONTROL DATUM 3RD ORDER, 1ST CLASS NAVD 1988 HORIZONTAL CONTROL DATUM 2ND ORDER, 1ST CLASS NAVD 1983/1991 (STATE PLAN COORDINATES) PROJECT STATIONING BEGINS AT STA. 10+00 AT THE PROPOSED PIPE OUTLET AND FOLLOWS THE PROPOSED PIPE ALIGNMENT TO IT'S CONNECTION TO THE EXISTING 144"0 CATCH BASIN CONTROL POINTS USED: CITY OF RENTON CONTROL NETWORK MONUMENTS NUMBER 476 = SURVEY POINT #109 CITY OF RENTON CONTROL NETWORK MONUMENTS NUMBER 659 = SURVEY POINT #110 LVa �T ' rH R o� co N RECOMMENDED FOR APPROVAL 4s, 4B16930 6 BY'------------- Date: -------- C C1� 1- S. �Wql. [.nN9 BY'------------ Date'--'---- e>�as 12-1-2001 BY:-------------- Date'------- BY'-------------- Date'------- BASE SURVEY CERTIFICATION I HEREBY CERTIFY THATATTHE HORIZONTAL AND VERTICAL LOCATIONS OF THE TOPOGRAPHIC FEATURES SHOWN HEREON ARE THE RESULT C4,301410w�� OF A SURVEY MADE BY ME OR UNDER MY DIRECTION. COISlLTM ENGOFIItS -T.r- +w. u«+® SCt7TT I _ THOMAS L.S. 16930 DATE: 12 01 07 SURVEY CONTROL MAP SCALE: 1 "=100' AS NOTED Arm CITY OF K RENTON o�, E'_M. DATUM I Planning/Building/Public Works Dept. S.C. N0. REVISION BY DATE APPR RENTON VILLAGE STORM SYSTEM PROJECT SURVEY CONTROL TABLE AND MAP 3 12 N ' N CD / OtiA P \ a� �� CONCRETI �BH�I�ECOLOGY DAYUGHTE8?�.I 4 I G TO NEW BANK 0 NEXT TO CULVERT I I Q 18"GONG NW IE-32 m I it STA. 10+00 PROPOSED 4'x6' BOX 12 1 CULVERT OUTLET - - IE=19.39 "SS 12 S - N=174007.71 I I E=1299264.64 STA. 10+12 I I o PROPOSED CULVERT ANGLE INT N=174017.63 E=1299271.03 S MH 1 I RI EL=31.59 1� N IE OUT=22.59 49 TLE 12 S IE IN=22. PRECAST OR 1 / CAST -IN PLACE BO CUL i 1 / 1 SECTION, SEE DETAIL 11 ISTO DRAIN OU 36"CMP SE IE=24. wo O� 1� 37779 So -. 37pNA1 cl-18 ) E7ORES 8/20/A67 . ClP7ALT1lIG ENGII✓EERS �a anm •vEae nnx anc so menu. wvacm� sf am srrem / SCALE: 1"=20' d I CALL 48 HOURS BEFORE YOU DIG \ TEMPORARY CONTRACTOR STA NG AREA 1-800-424-5555 _- = 27 '?S / 9 Owe `\ O `'• \ PRO DE TE17tPORARY FENCING Q� 6XIS11NG CATCH SIN 1 o� EL-2s.st L D Q2 O MAINTAAN 15 FOOT / \ TOP O TER-22.06 CONTRACTOR .� CLEARANCE FT ROM PSE OVERHEAD \ \ BOTTOM-n. ?s C) POWER LINES. \ ACCESS RtSEF2 /1 \ ! STD. GR/CTE 4 Z � / \ STA. 11485.50 s m )RAIN U�TLET \ / RIM- 5.75t / S I -19.39 \11 00 ----------- ---- � \ \ ' 3\ CAT H BASIN \ \RIM L=2 12" MP S IE=26.37 S TOR D AIN OUTLET Q o \ BH-7 SURV� ONTROL / N=174043.12 E=1299318.52 aCP (1\ / � O / 3 /1 -REVISED OHPW AND OHCOM LINE LOCATIONS DWC 5/7/ 7 •""" ."n ��y,w� As_ CITY OF r>- a.a. .� RENTON oa« a.aI � DATUM ��S.C. � I Planning/Building/Public Works Dept. N0. REVISION BY DATE APPR s.e. STORM DRAINAGE NOTES O CONTRACTOR SHALL REMOVE AND WASTEHAUL EXISTING AREA INLET, CATCH BASIN, OR STORM DRAIN MANHOLE. O CONTRACTOR SHALL PROTECT EXISTING STORM PIPE DURING CONSTRUCTION O CONTRACTOR SHALL FILL PIPE WITH LIGHTWEIGHT CDF (SEE SPECS.) AND INSTALL PERMANENT CONCRETE PLUG IN END OF EXISTING STORM DRAIN PIPE AND ABANDON PIPE IN PLACE. ® CAUTION: POTENTIAL UTILITY CONFLICT. CONTRACTOR SHALL USE "ETHAFOAM" PAD AS SEPARATION BETWEEN UTILITIES WHERE VERTICAL SEPARATION IS LESS THAN 6" O5 CONTRACTOR SHALL REMOVE AND WASTEHAUL EXISTING STORM DRAIN PIPE. ©CONTRACTOR SHALL MAINTAIN 6" MINIMUM HORIZONTAL SEPARATION BETWEEN CATCH BASIN AND GAS LINE. CONTRACTOR SHALL IDENTIFY ANY SEPARATION LESS THAN 6" FOR REVIEW BY CITY. O7 CONTRACTOR SHALL INSTALL WATER LINE PER SPECS. ®CONTRACTOR SHALL MAINTAIN 12" MINIMUM HORIZONTAL SEPARATION BETWEEN CATCH BASIN AND WATER LINE. CONTRACTOR SHALL IDENTIFY ANY SEPARATION LESS THAN 12" FOR REVIEW BY CITY. O9 CONTRACTOR SHALL COORDINATE UTILITY RELOCATIONS WITH UTILITY OWNERS. OO PRIOR TO CONSTRUCTION, CONTRACTOR SHALL POTHOLE EXISTING 18" SEWER LINE TO VERIFY LOCATION AND CONSTRUCTABILITY WITH BOX CULVERT. 11 CONTRACTOR SHALL CORE DRILL AND CONNECT EXISTING STORM PIPE TO NEW BOX CULVERT. LOCATION OF 8" PIPE SHOWN IS APPROXIMATE. CONTRACTOR TO PROVIDE TEMPORARY BYPASS UNTIL A PERMANENT CONNECTION IS MADE. g CONTRACTOR TO STAY UNDER 35 FOOT HEIGHT RESTRICTION SET BY SEATTLE CITY LIGHT. © LOCATIONS OF GEOTECH BORE HOLES ARE APPROXIMATE. 14 CONTRACTOR TO REMOVE ECOLOGY BLOCKS AND DELIVERY TO CITY SHOP. COORDINATE DELIVERY WITH SHOP. RIP -RAP TO BE REMOVED, AS NEEDED. © CONTRACTOR TO TAKE PRECAUTION AND IMPLEMENT MEASURES TO PROTECT EXISTING SEWER LINE ®PROTECT LIGHT POLE, OR REMOVE AND RESTORE AFTER CONSTRUCTION. PROTECT TREES, CITY APPROVAL NEEDED FOR REMOVAL. ®REMOVE 1" IRRIGATION PIPE. RESTORE POWER AND WATER IMMEDIATELY AFTER CULVERT CONSTRUCTION PASSES AREA. 19 PROJECT SIGN PER CITY DETAIL, SEE SPECIFICATIONS. ® CONTRACTOR SHALL FURNISH AND INSTALL TELEPHONE VAULT TO CONNECT TO EXISTING SYSTEM. CONTRACTOR SHALL COORDINATE WITH UTILITY. RECOMMENDED FOR APPROVAL BY'------------- Date'------- -------- By ----------------- Dnte'-------- RENTON VILLAGE STORM SYSTEM PROJECT PLAN AND PROFILE ­ 4 -12 O� 1� 37779 So -. 37pNA1 cl-18 ) E7ORES 8/20/A67 . ClP7ALT1lIG ENGII✓EERS �a anm •vEae nnx anc so menu. wvacm� sf am srrem / SCALE: 1"=20' d I CALL 48 HOURS BEFORE YOU DIG \ TEMPORARY CONTRACTOR STA NG AREA 1-800-424-5555 _- = 27 '?S / 9 Owe `\ O `'• \ PRO DE TE17tPORARY FENCING Q� 6XIS11NG CATCH SIN 1 o� EL-2s.st L D Q2 O MAINTAAN 15 FOOT / \ TOP O TER-22.06 CONTRACTOR .� CLEARANCE FT ROM PSE OVERHEAD \ \ BOTTOM-n. ?s C) POWER LINES. \ ACCESS RtSEF2 /1 \ ! STD. GR/CTE 4 Z � / \ STA. 11485.50 s m )RAIN U�TLET \ / RIM- 5.75t / S I -19.39 \11 00 ----------- ---- � \ \ ' 3\ CAT H BASIN \ \RIM L=2 12" MP S IE=26.37 S TOR D AIN OUTLET Q o \ BH-7 SURV� ONTROL / N=174043.12 E=1299318.52 aCP (1\ / � O / 3 /1 -REVISED OHPW AND OHCOM LINE LOCATIONS DWC 5/7/ 7 •""" ."n ��y,w� As_ CITY OF r>- a.a. .� RENTON oa« a.aI � DATUM ��S.C. � I Planning/Building/Public Works Dept. N0. REVISION BY DATE APPR s.e. STORM DRAINAGE NOTES O CONTRACTOR SHALL REMOVE AND WASTEHAUL EXISTING AREA INLET, CATCH BASIN, OR STORM DRAIN MANHOLE. O CONTRACTOR SHALL PROTECT EXISTING STORM PIPE DURING CONSTRUCTION O CONTRACTOR SHALL FILL PIPE WITH LIGHTWEIGHT CDF (SEE SPECS.) AND INSTALL PERMANENT CONCRETE PLUG IN END OF EXISTING STORM DRAIN PIPE AND ABANDON PIPE IN PLACE. ® CAUTION: POTENTIAL UTILITY CONFLICT. CONTRACTOR SHALL USE "ETHAFOAM" PAD AS SEPARATION BETWEEN UTILITIES WHERE VERTICAL SEPARATION IS LESS THAN 6" O5 CONTRACTOR SHALL REMOVE AND WASTEHAUL EXISTING STORM DRAIN PIPE. ©CONTRACTOR SHALL MAINTAIN 6" MINIMUM HORIZONTAL SEPARATION BETWEEN CATCH BASIN AND GAS LINE. CONTRACTOR SHALL IDENTIFY ANY SEPARATION LESS THAN 6" FOR REVIEW BY CITY. O7 CONTRACTOR SHALL INSTALL WATER LINE PER SPECS. ®CONTRACTOR SHALL MAINTAIN 12" MINIMUM HORIZONTAL SEPARATION BETWEEN CATCH BASIN AND WATER LINE. CONTRACTOR SHALL IDENTIFY ANY SEPARATION LESS THAN 12" FOR REVIEW BY CITY. O9 CONTRACTOR SHALL COORDINATE UTILITY RELOCATIONS WITH UTILITY OWNERS. OO PRIOR TO CONSTRUCTION, CONTRACTOR SHALL POTHOLE EXISTING 18" SEWER LINE TO VERIFY LOCATION AND CONSTRUCTABILITY WITH BOX CULVERT. 11 CONTRACTOR SHALL CORE DRILL AND CONNECT EXISTING STORM PIPE TO NEW BOX CULVERT. LOCATION OF 8" PIPE SHOWN IS APPROXIMATE. CONTRACTOR TO PROVIDE TEMPORARY BYPASS UNTIL A PERMANENT CONNECTION IS MADE. g CONTRACTOR TO STAY UNDER 35 FOOT HEIGHT RESTRICTION SET BY SEATTLE CITY LIGHT. © LOCATIONS OF GEOTECH BORE HOLES ARE APPROXIMATE. 14 CONTRACTOR TO REMOVE ECOLOGY BLOCKS AND DELIVERY TO CITY SHOP. COORDINATE DELIVERY WITH SHOP. RIP -RAP TO BE REMOVED, AS NEEDED. © CONTRACTOR TO TAKE PRECAUTION AND IMPLEMENT MEASURES TO PROTECT EXISTING SEWER LINE ®PROTECT LIGHT POLE, OR REMOVE AND RESTORE AFTER CONSTRUCTION. PROTECT TREES, CITY APPROVAL NEEDED FOR REMOVAL. ®REMOVE 1" IRRIGATION PIPE. RESTORE POWER AND WATER IMMEDIATELY AFTER CULVERT CONSTRUCTION PASSES AREA. 19 PROJECT SIGN PER CITY DETAIL, SEE SPECIFICATIONS. ® CONTRACTOR SHALL FURNISH AND INSTALL TELEPHONE VAULT TO CONNECT TO EXISTING SYSTEM. CONTRACTOR SHALL COORDINATE WITH UTILITY. RECOMMENDED FOR APPROVAL BY'------------- Date'------- -------- By ----------------- Dnte'-------- RENTON VILLAGE STORM SYSTEM PROJECT PLAN AND PROFILE ­ 4 -12 N r- N V) RIM EL=29.21 8" NW IE=17.91 8" SW IE=17.91 6"PVC NE IE=27.30 BACK-UP POWER - SSMH PRECAST OR CAST -IN PLACE SSMH GENERATOR CATCH BASIN RIM EL=28A5 BOX CULVERT ANGLE SECTION RIM EL=29.19 = RIM EL=27.41 4"'PVC N IE=25.51 18" E&W IE=16.45 WITH RISER, 18" E&W IE=16.89 GAS METER " - 4"PVC E IE=24.01 12" S IE=16.95 SEE DETAIL 3 B" NE IE=17.44 WITH BOLLARDS >.- 8" S IE=23.41 6" NE IE=17.75 li X" N IE= ' 6" NW IE=17.75 _ r. ' n 4 PVC. ..� W cl I SURVEY CONTRA 28 I PT.# 104 - N=174301.57 40I m E=1299251.32 \ I I � CATCH BASIN 1 _ RIM EL=27.19 \ PLl 8" N IE=21.94 \ 8" S IE=21.94 ,PRECAST OR T-1 LACE BOX CULVERT PON WITH RISER, aL P � 11 MATCHLINE - STA 12+60 qqqap 4131mw ml- I.I.M.014 Slim CENSILTM ENGQFatS �a gnu •sae om� anc tso mmr" wm�sm� tsn ®esrao RIM EL=28.41 8" N IE=17.91 8" SW IE=17.91 CATCH BASIN RIM EL=25.21 / 6"DI E IE=24.01 SURVEY COIj qt1 APT.$ 103/ / N=17 � 8 E=Y1 �3204 / CALL 48 HOURS BEFORE YOU DIG / / / / 96 CATCH BASIN 1-800-424-5555 ul / / IM EL=28.67 rot/ 6" PVC E IE=23.96 GG/ / / / 42"CC NE IE=20.92 42"CC SW IE=20.88 ry 48"CC SE IE=20.84 144"0 CATCH BASIN RIM =29.48 8: 4 " C NW IE=20.73 \10 Xf 2"CC E IE=20.92 SCALE: 1"=20' 72" CC - - - - -S7A-16+-22:39 - - - _ CENTER oF_ _ _. _ STORM DRAINAGE NOTES 0 CB N=174391.97 _\ E=t29955y.85 Ot CONTRACTOR SHALL REMOVE AND WASTEHAUL EXISTING WATER LINE SE INSTAL4W�A�JX- 8" PROJECT-� 8" 8" I 0 //// 1 " 1 ENC ENT SIGN 20' END O SS jV7RIM=30.7OO± ESS RISER #40 SE�A'ERTD. OVER a ENCASEMENT I / / TA+ r i x J-BOX 9H-3 / i ACCESS ¢tSER STD: COVER 1 9 TA,-13+84.O / PW=28.5t STA. 12+70.07 / STA. 13+84.03 PROPOSED CUL RT ANGLE POINT //// PROPOSED CU Rl N-174276.11 / / N=1743 .45 E=129925 . 3 //// E=129 59.59 - CESS RISER #2, / [5- STD. COVER .STA. 12+70.07 RIM=26.5± I IOWT 'p'ZI LINE vZll i PRECAST OR T-IN PLACE a BOX CUE T` v1 PO TH RISER, ONp STA. S ETAIL 4 PROI E=1: 17 AREA INLET, CATCH BASIN, OR STORM DRAIN MANHOLE. J O CONTRACTOR R DURING CONSTRUCTION PROTECT EXISTING STORM PIPE DO O CONTRACTOR SHALL FILL PIPE WITH LIGHTWEIGHT CDF ITE (SEE SPECS.) AND INSTALL PERMANENT CONCRETE PLUG IN END OF EXISTING STORM DRAIN PIPE AND ABANDON ' PIPE IN PLACE. / ® CAUTION: POTENTIAL UTILITY CONFLICT. CONTRACTOR SHALL USE "ETHAFOAM" PAD AS SEPARATION BETWEEN UTILITIES WHERE VERTICAL SEPARATION IS LESS THAN 6" 62 O CONTRACTOR SHALL REMOVE AND WASTEHAUL EXISTING STORM DRAIN PIPE. ©CONTRACTOR SHALL MAINTAIN 6" MINIMUM HORIZONTAL SEPARATION BETWEEN CATCH BASIN AND GAS LINE. CONTRACTOR SHALL IDENTIFY ANY SEPARATION LESS THAN 6" FOR REVIEW BY CITY. O7 CONTRACTOR SHALL INSTALL WATER LINE PER SPECS. ® CONTRACTOR SHALL MAINTAIN 12" MINIMUM HORIZONTAL SEPARATION BETWEEN CATCH BASIN AND WATER LINE. CONTRACTOR SHALL IDENTIFY ANY SEPARATION LESS THAN 12" FOR REVIEW BY CITY. i O9 CONTRACTOR SHALL COORDINATE UTILITY RELOCATIONS WITH UTILITY OWNERS. 10 PRIOR TO CONSTRUCTION, CONTRACTOR SHALL POTHOLE EXISTING 18" SEWER LINE TO VERIFY LOCATION AND CONSTRUCTABILITY WITH BOX CULVERT. 11 CONTRACTOR SHALL CORE DRILL AND CONNECT EXISTING - STORM PIPE TO NEW BOX CULVERT. LOCATION OF 8" PIPE SHOWN IS APPROXIMATE. CONTRACTOR TO PROVIDE TEMPORARY BYPASS UNTIL A PERMANENT CONNECTION IS MADE. 40 ©CONTRACTOR TO STAY UNDER 35 FOOT HEIGHT RESTRICTION SET BY SEATTLE CITY LIGHT. ©LOCATIONS OF GEOTECH BORE HOLES ARE APPROXIMATE. ?5 ®CONTRACTOR TO REMOVE ECOLOGY BLOCKS AND DELIVERY TO CITY SHOP. COORDINATE DELIVERY WITH SHOP. RIP -RAP TO BE REMOVED, AS NEEDED. ®CONTRACTOR TO TAKE PRECAUTION AND IMPLEMENT $0 MEASURES TO PROTECT EXISTING SEWER LINE ®PROTECT LIGHT POLE, OR REMOVE AND RESTORE AFTER CONSTRUCTION. 25 ©PROTECT TREES, CITY APPROVAL NEEDED FOR REMOVAL ®REMOVE 1" IRRIGATION PIPE. RESTORE POWER AND WATER IMMEDIATELY AFTER CULVERT CONSTRUCTION PASSES AREA. 20 19 PROJECT SIGN PER CITY DETAIL, SEE SPECIFICATIONS. CONTRACTOR TO MAINTIAN 15 FOOT CLEARANCE FROM PSE OVERHEAD POWER LINES. 1 REVISED OHPW AND OHCOM LINE LOCATIONS DWC 5 7 7 "" "' Z-71.` CITY OF ws sr�o..i RENTON Planning/Building/Public Works Dept. S.C. NO. REVISION BY DATE APPR e.s. v+c .omens RECOMMENDED FOR APPROVAL DY`-------------- Date: ------ BY`................ Date -------- DY:---------------- Date: ------ DY--------------- Date -------- RENTON VILLAGE STORM SYSTEM PROJECT PLAN AND PROFILE 5 12 T N N >. U) NATIVE BACKFILL OR BANK RUN GRAVEL 10'-0' MIN. - CARRIER PIPE - . STEEL CASING 4' X 6' PRECAST CONC. BOX CULVERT 10'-0" MIN. - IF A BELL ENDS UP INSIDE I_ CASING THEN ONE SPACER SHALL ' BE PLACED ON THE SPIGOT END 1 v AND BE IN CONTACT WITH THE BELL OF THE JOINT. L MAX. DISTANCE PLACE END SPACER BETWEEN SPACERS SHALL BE SIX (6) MAX OF ONE (1) 1 FEET O.C. FOOT FROM END OF CASING (TYP.) SEAL END OF CASING WITH NEOPRENE CASING END SEALS (CALPICO END SEALS OR APPROVED EQUAL) ROMAC COUPLINC OR EQUAL (TYP. EACH END) MINIMUM ENCASEMENT INSIDE DIAMETER (I.D.) CARRIER DNA. IN. ENCASEMENT I.D. IN. 8 18 10 1 21.5 12 1 23 18 1 36 ANTICORROSIVE COATING THICKNESS CASING - 8 MILLS OFT EXISTING 12' CONC. NOTES: SEWER PIPE 1. CASING SPACERS (C/UJPCO OR EQUAL) SHALL BE 'CENTER POSITIONING' TYPE MINIMUM RUNNER'WIDTH SHALL BE 2' 2. RUNNER HEIGHT SHALL BE S® TO PROVIDE A MIN. 0.75' BETWEEN CARRIER PIPE BELL AND CASING PIPE WALL AT ALL TIMES B. MIN. 1' CLEARANCE BETWEEN RUNNERS AND TOP OF CASING WALL TO PREVENT JAMMING WRING INSTALLATION. NATIVE BACKFILL OR BANK RUN GRAVEL 10'-0' MIN. CARRIER PIPE _ (CqOo) 36' STEEL-\ X 6' CONC. BOX CULVERT (CMT IN PLACE SECTION) 10'-0' MIN. IF A BELL' ENDS UP INSIDE CASING THEN ONE SPACER SHALL BE PLACED ON THE SPIGOT END AND BE IN. CONTACT WITH THE BELL OF THE JOINT. MAX. DISTANCE BETWEEN SPACERS PLACE END SPACER MAX OF ONE (1) FOOT FROM END OF SHALL BE SIX (6) FEET O.C. CASING (TYP.) `SEAL END OF CASING WITH UNKNOWN PIPE NEOPRENE CASING END SEALS DEPTH, SEE SHEET (CALPICO END SEALS OR 11. DETAIL 4 APPROVED EQUAL) •• EXISTING 18' CCINC. SEWER PIPE ROMAC COUPLING OR EQUAL (TYP. EACH END) 24" SEWER ENCASEMENT PROFILE 36" SEWER ENCASEMENT PROFILE NOT TO SCALE 5 36" FRAME AND GRATE NOT TO SCALE q OR RING MID COVER ASPHALT PAVEMENT AS NOTED PER PLANS I 16' MAX. 4' MIN. • Dom"" -RISER AND 8 ADJUSTMENT SECTION 48" DA. MANHOLE FLAT SLAB COVER SEE EA LIMIT NOTE SEE PAYMENT LIMIT NOTE PER RENTON 18 MAX. 20 MAX. STANDARD DETAIL B027. CA 1H 0 EPDXY AREA - ._ _._..._......_._ _ / WITH GUNffE MIX NOTE ,-EPDXY AREA & GROUr SEE TRENCH SEE TRENCH CATCH BASIN &GROUT WfTH—� BRIM El- 29.48 - GUNITE MIX ---------- - FINISHED .. r -� FIN GRADE X PRECAST CONC. BOX CULVERT - - .. - MIN. _ - 4' X 6' PRECAST .. - _ .. _ SEE SHEET 8 FOR - S� PAVEMENT CONC. BOX CULVERT - .:. ._ __..---.._._ _.._-.-.._- -. -. - 1 ASPHALT PAVEMENT REPAIR��� 8 FOR 72' MIN.47 TYP REPAIR 12' SPECIAL PRECAUTIONS ,—, - -..:. _.... .. •. - _ TO PROTECT T CULVERT. - - _ 2,. 12- TO THISLEVEL_ `r . MIN. TO CULVERT CROWN MIN __ . SECTION NATIVE BACKFILL 4' X 6' VARIES, SEE PUNS 4' X 6' TIVE BACK OR BANK RUN GRAVEL BOX WLVERi BOX WLVERf OR BANK RUN GRAVEL - SEE SPECIFICATIONS. .E 20.73 EXISTING KNOCKWT :. FULL6LENGTFN BOTHE 1T y ,' JK.. _ ,Y (EE � GHT COF PROVIDED. •• SIDES - GROUT BOX CULVERT TO - - =a -_ _ _ _- = I - EXISTING STRUCTURE. - i ii PIPE BEDDING 1ENT I 12'-0" SEE SPECIFICATIONS SEE PAYMENT LIMB NOTE I ' SEE PAYMENT LIMIT NOTE NOTE i i i GOOD SOILS POOR SOILS CONTRACTOR SHALL DRILL 1' HOLES AT 2' SPACING TO PROVIDE � � KNOCKOUT SUITABLE FOR PIPE CONNECTION TO EXISTING 144' CATCH I i NOTE - BASIN. TRENCH NOTE, EXTENT _-Alt PAYMENT LIMIT NOTE TRACTOR SHALL MINIMIZE TO g DETERMINED 81CHCN �L POOR SOILS H--- ---Hi TRENCH SLOUGHING USING ENGINEER IN THE FIELD. 4- X 6- PRECAST THE TRENCH SECTIONS SHOWN ON THE APPROVED TRENCH SHORING CONC. BOX CULVERT PLANS ARE FOR THE PAYMENT LIMITS EQUIPMENT. SEE CONNECTION TO EXISTING 2-/6 BAR FOR PIPE BEDDING AND SURFACE SPECIFICATI' RESTORATION. PAYMENT FOR ALL PIPE _ BEDDING AND SURFACE RESTORATION STORM DRAINAGE 3 SLWl BE FROM THE MEASUREMENT OF SCALE 1/4•=1'-0' S - _-._-----/--___._._.......... .... TO THE MAXIMCON STURUCTEMD ITS TRENCHDSETI ON oN THE TRENCH DETAILS OR THE EXTENT PLAN OF PAVEMENT RESTORATION SHOWN ON (- 1. CLASS s000 CONCRETE GROUT INTERFACE AREA TO BE CLEANED AND THE SHEET RESTORATION PLAN, TYPICAL BOX CULVERT TRENCH SECTION s P. TREATED WITH BONDING AGENT. SHEET B.SCAM-/ _ ��•« ° p�E� 2. SEE RENTON STANDARD DETAIL B019 FOR FRAME AND GRATE OR B074 1 " FOR RING AND COVER ASSEMBLIES. 3. PREFABRICATED LADDER PER CITY STD. DETAIL DRILL AND EPDXY ALL j RECOMMENDED FOR APPROVAL "'o ♦ o' STEPS AND HANDHOLDS. 12' MAX SPACING. { By:---------------- Dater------ .nf• ♦Q�atst�G� By----------------- Date'-------- Bs1aNAL b TYPICAL ACCESS RISER SCALE SR - j By----------------- Date'-------- EIMM 8/20/2007 i By'- D- 2 71 ------------- Date'------- CITY OF RENTON VILLAGE STORM SYSTEM PROJECT 4/6/07 T �!� RENTON CONSULE EERS _ sc ~� DATUM Planning/Building/Public Works Dept I �TM DETAILS '�. NO. REVISION BY DATE I APPR e.e - _._ '�: 6 °f: 12 T N N CL mm J Q2 CONTRACTOR TO MAINTIAN 15 FOOT CLEARANCE FROM PSE OVERHEAD POWER LINES. CALL Q HOURS BEFORE YOU DIG 1 VVn AAA JJJJ CONSTRUCTION SEQUENCE FOR 124NCH WATER MAIN RELOCATION ABOVE NEW BOX CULVERT 1. INSTALL CONCRETE DEAD —MAN BLOCKS ON EXISTING 12" WATER LINE ON EAST AND WEST SIDE OF NEW BOX CULVERT, ALLOW 5—DAY CURING TIME. 2. CUT IN 2 NEW 12" ISOLATION GATE VALVES, AND INSTALL 12" X 8" TEE ON EAST SIDE OF BOX CULVERT. SHACKLE NEW VALVES AND TEE TO DEAD —MAN BLOCKS WITH 6— 3/4" SHACKLE RODS (TYPICAL). CITY CREW WILL PERFORM CUT IN OF VALVES. 3.INSTALL TEMPORARY 12—INCH END CAPS ON EACH SIDE OF EXISTING 12—INCH WATER LINE. 4. INSTALL NEW 8" D.I. WATER LINE FROM NEW TEE ON EAST SIDE OF BOX CULVERT TO EXISTING 6" WATER LINE IN PLANTING STRIP TO SOUTH. 5. PRESSURE TEST, DISINFECT, FLUSH NEW 8—INCH LINE. 6. AFTER OBTAINING SATISFACTORY PURITY TESTS, CITY CREW WILL CONNECT NEW 8—INCH LINE TO EXISTING 6" WATER LINE ON SOUTH SIDE, AND WILL INSTALL NEW 6—INCH TEE AND VALVES. 7. CITY CREW WILL CLOSE NEW VALVES TO ISOLATE THE SECTION OF THE 12—INCH LINE THAT WILL BE RELOCATED BY CONTRACTOR. 8. REMOVE ISOLATED SECTION OF EXISTING 12—INCH WATER LINE AND INSTALL NEW BOX CULVERT. 9. INSTALL NEW 12—INCH WATER LINE ABOVE BOX CULVERT, WITH 6—INCH THICK ETHAFOAM PAD UNDER 12—INCH WATER LINE ABOVE BOX CULVERT, INCLUDING VERTICAL BENDS, TEMPORARY END CAPS AND BLOW —OFFS. SHACKLE ALL PIPES, FITTINGS, BENDS, END CAPS, WITH 6 —3/4" SHACKLE RODS. 10.PRESSURE TEST, DISINFECT AND FLUSH NEW SECTION OF 12—INCH WATER LINE. 11.AFTER OBTAINING SATISFACTORY PURITY TESTS, CITY CREW WILL CONNECT NEW 12—INCH WATER LINE TO NEW 12" VALVES AT BOTH ENDS OF BOX CULVERT AND SHACKLE PIPES TO EXISTING DEADMAN BLOCKS. CONSTRUCTION NOTES O1 CONTRACTOR SHALL REMOVE AND PRESERVE SIGN AND SMALL TREES AND SHRUBS THAT INTERFERE WITH WATER MAIN WORK. PLACE ROOTBALL IN BURLAP OR CONTAINER AND WATER. REPLANT IN SAME LOCATION AFTER WATER RELOCATION IS COMPLETED. 02 REMOVE EX. 8" WATER AS NEEDED AFTER NEW 8" WATER IS COMPLETED AND CONNECTED TO EX. 6" WATER FOR OFFICE BUILDING. PLUG AND C/ OPEN ENDS WITH CONCRETE. 03 RELCCATE 55'± NEW 12" WATER MAIN OVER NEW BOX CULVERT AFTER BOX CULVERT IS INSTALLED. EXISTING GRADE EXISTING GRADE EXIST114G GRADE CONCRETE SHALL BE KEYED 12" SHACKLE RODS (AS REQUIRED) MIN. AGAINST UNDISTURBED EARTH 6-3/4 FOR 12-INCH PIPE BOTH FACES (SEE CITY DETAIL B089) 12" PIPE 4'6"t 3't 3� CLR 8' MIN. 8' MIN. 2Tt 5' MIN. I 17't NEW 12"DI PIPE � 8't . Room 12-DI SPOOLS (TYPICAL)A _ 1.5' MIN. _ LENGTHS AS NEEDED 18" MIN CLASS 5 1/2 SACK CONCRETE 3" CLR 3000 PSI MIN EX 12" DI W EX 12" DI PLAN NEW #4 REBAR 8" O.C. E.W. 7REMOVE - --F ^;�'+, SPOOL CENTER IN CONCR 6 3/4" SHACKLE SPOOL SPOOL _ SPOOL 1"'— —�� RODS (TYPICAL) 6" THICK ETHAFOAM PAD 72" SLEEVE (MJ) NEW 4' X 6' BOX CULVERT OVER BOX CULVERT DEADMAN BLOCK NEW 12" GATE VALVE NEW 72" GATE VALVE 12" WATER (FL X MJ) 7SEE DET BLOCK o(TYP EACH SIDE) (MJ X MJ)-'SEE DETAIL6 3/4" SHACKLE12"X 8" TEE (FL X FL) 6 3/4" SHACKLE2- 12" 22 1/2 - BENDS (MJ X - RODS (TYPICAL) 12" ADAPTER (FL X MJ) RODS (TYPICAL) SHACKLE TO VALVE, DEADMAN BLOCK. - I 6' MIN. _I AND THROUGH ALL BENDS TO OPPOSITE - _ _ _ SIDE. (TYPICAL BOTH SIDES) r- '' - SECTION NEW RECOMMENDED FOR APPROVAL TYPICAL CONCRETE DEADMAN ANCHOR DETAIL 2 ��e• os� 12" WATER MAIN RELOCATION BY'---------------- Dater------- NOT TO SCALE - �ess7oxAL F6��" NOT TO SCALE BYT--------------- — Date'----- - BY'-------------- Date'-------- E7PIR5S` B/20/2007 By: ---- Date: -------- D— 2 i REVISED OHPW AND OHCOM LINE LOCATIONS DWC 5 7 7 CITY OF I RENTON VILLAGE STORM SYSTEM PROJECT 4/6/07 RENTON I s CQlSlLTI1aC QIGDEIIS s.c. Planning/Buiiding/Public Works Dept. WATER MAIN RELOCATION a.aco NO. REVISION BY DATE APPR ^°` ( ,� 7 '; 12 e.e- I , N / IL I I I\ \ / TEMPORARY CONTRACTOR STA NG AREA \ SCALE: 1' 0' SEE BAN ' 2 \ / 27 POTENTIAL GRIND ANY OVERLAY \ f PROTECTION 9 / / ALL DAMAGED PA7NG AREAS DETAIL ZQ SEE J-H o o'r� DETAIL t 1 1 t o \ / "A PRO DE TE /ORARY FENCING EJCISTING CATCH SIN Q3\TOP O- TER/ 22-06 BOTTOM=17. 26 n p? CONCRETE - IE=17.64 (y,TY) _ 11 /I EcoLocY 1 I BH / N .f.:.:.:.. STORM DRAIN OU ET / �t _ - _ _ 8"DI SE IE=2 .24 - :-: ST-0 bt•:D.N: UTLE7: :� :;:�.-.-:-: :- �. .../.;.;.:.;. : 77 STORM DRAIN UTLET 18'•CONC NW � _ - - - �' GRADE PATCH TO DRAIN/,CONNEC TH / I " M4 / TO.ESS RISER $1 / /\ co IP Oyp EXISTIN /CURB / RE OR CURB A HALT I / \ MP 1 LIGHT 0& PATCH 12"SS 12 TREES 1 � / CAT H BASIN RIM L=26.77 \12" MPS I STO D All N OUTLET 1 "C P IE=25.24 d> \ \\ \ S MH N N I / RI EL=31.59 I 1 N IC OUT=2259 BH-7 _ \ 121 S IE IN=22.49 ROADWAY RESTORATION NOTES D1 CONTRACTOR SHALL RESTORE EXISTING LANDSCAPING IN KIND. ALL GRASSED AREAS SHALL BE REPLACED WITH SOD. C) CONTRACTOR SHALL REMOVE EXISTING SIDEWALK AND/OR CURB TO THE NEAREST JOINT, AND REMOVE AND WASTEHAUL CONCRETE. CONTRACTOR TO INSTALL CEMENT CONCRETE CURB, GUTTER, AND/OR REPLACE SIDEWALK OR DRIVEWAY CUT IN KIND. 0 CONTRACTOR SHALL ADJUST UTILITY COVER TO GRADE. SEE CITY STANDARD DETAIL BR 36. 04CONTRACTOR SHALL RESTORE ALL CHANNELIZATION MARKINGS DISTURBED DURING CONSTRUCTION, INCLUDING STOP BARS, CROSSWALKS, LANE MARKER BUTTONS AND PAINT STRIPES, HYDRANT MARKERS. CHANNELIZATION ARROWS, AND ANY OTHER EXISTING CHANNELIZATION MARKERS LOCATED WITHIN THE LIMITS OF THE PROJECT. PAINT STRIPES SHALL BE REPLACED WITH BUTTONS WITH REFLECTORS. STOP BARS SHALL BE REPLACED WITH THERMOPLASTIC MATERIALS. COORDINATE WITH CITY INSPECTOR. 5 RESTORE PARKING SPACES TO MATCH EXISTING. © RESTORE PLANTING STRIP INCLUDING IRRIGATION SYSTEM, TOPSOIL, BEAUTY BARK, AND ALL SMALL PLANTS. INSTALL NEW CURB RAMPS, TYPE 4. \8/ ALL PARKING AREAS USED BY THE CONTRACTOR OR AFFECTED BY CONSTRUCTION MAY NEED TO BE RESTORED BY GRINDING AND OVERLAYING. ALL STRIPING IN THE PARKING AREAS MAY NEED TO BE REPAINTED (SEE SHEET 12, AREAS A,B,C,F,G.) THE EXACT EXTENT OF OVERLAYING AND PAINTING WILL BE DETERMINED BY THE CITY AT THE END OF CONSTRUCTION. CLEAN AND TACK ALL ASPHALT EDGES PRIOR MATCH EXISTING TO PAVING. SEAL ALL (2" MIN.) COMPACTED JOINTS AFTER PAVING THICKNESS, .IAA WITH CSS-1 EMULSIFIED CLASS 1/2" ASPHALT 12" 12" 12" 12" MIN I MIN MIN I--{- -{MIN 6" MIN. COMPACTED -� THICKNESS ASPHALT e s e EXISTING TREATED BASE a �, PAVEMENT 6" CRUSHED SURFACING TOP COURSE COMPACTED BACKALL NOTES: FINAL ASPHALT PATCH MAY BE DIFFERENT THAN SHOWN. EXTENT OF PATCH SHALL BE APPROVED BY CITY INSPECTOR BEFORE FINAL SAWCUT. ANY EXISTING ASPHALT SHALL BE REMOVED BY GRINDING MACHINE BEFORE PLACING FINAL PATCH ASPHALT PAVEMENT REPAIR 1 NOT TO SCALE /� SPRINKLER VALVES� RESTORE CURB_I CC 4 P. ORE CURB / / / / AS NEE ED AND SIDEWALK WATE //// 4 VALE 8 EC //// 3\ ZF HPgy ROMMENDED FOR APPROVAL / Q By'-------------- Date'-------- �nA •e8<< t //// _ w / ' - Date: ------ PoNAL ATCHLINE STA 12+60 � BY'_________ aweEsa/zo/�oo7 BY'--------------- Dnte'-------- D — / 1 11018 CITY OF 4�6/07 e.e. RENTON VILLAGE STORM SYSTEM PROJECT -� RENTON P. DATUM Planning/Building/Public Works Dept. ENGDAEM Ci m P" RESTORATION PLAN CONSULTD NO. REVISION BY DATE APPR 6.8. t� N r- N in BANK FULL WIDTH 1/3 1/3 1/3 SCOUR POOL CREEK BOTTOM CREEK BOTTOM B l� 'GAPS BETWEEN BOULDERS IN TOP COURSE OF 'HOOK' - 1/3 BOULDER J-HOOK PLAN AND SECTIONS @ NOT TO 'SCALE ON SLOPES: SOIL LEVELED AT PLANTING HOLE LOCATION; PLANTS INSTALLED UPRIGHT (SEE NOTE 3) BIODEGRADEABLE COIR WEED MAT ` �\ INSTALLED AT TREES AND SHRUBS PLANTED ABOVE TOP OF BANK (SEE NOTE 7) LIVE STAKES 4' MIN. LENGTH ALL DISTURBED AREAS - SNALL BE SEEDED WITH NATIVE GRASSES 6' NATIVE TOPSOIL FILL STAKED KEOTEXTILE-/ TYPICAL SECTION A NOT TO SCALE 9 TYPICAL SECTION B NOT TO SCALE 9 3' MAX_ r 2 �1 NATIVE TOPSOIL BACKFILL ' BALLAST BACKFILL 1' MIN. THICKNESS J-HOOK CONNECTION TO CREEK BANK TYPICAL SECTION C NOT TO SCALE 9 TOP OF ROOT BALL 1/2' ABOVE FINISH GRADE UNDISTURBED NATIVE SOIL EA \ 44Yo� u• e4F ROOTS SPREAD INTO PLANTING HOLE \ \ (SEE NOTE 3) PUNTING HOLE PLANTING HOLE 2X WIDTH BACK -FILLED WITH OF CONTAINER NATIVE SOIL �a< (SEE NOTE 3) PB °ratsa ct�' arONAL 6 1 GALLON TREE & SHRUB PLANTING DETAIL owY ES s/sa/ero� SCALE 1' = 6' - OF BANK TOP OF BANK EL VARIES LIVE STAKES 4' MN. LENGTH 3' ALL DISTURBED AREAS MAX. SHALL BE SEEDED WITH NATIVE GRASSES , z I Ica..... 6' NATIVE � TOPSOIL FILL STAKED BANK STREAM RESTORATION NOTES GEOTEXTILE WRAPPED MATTRESSES 1'-1.W THICK . 1. LIMITS AND GRADES SHOWN ARE APPROXIMATE. 4' MIN. BANK EMBEDMENT FIELD ADJUST PER ENGINEER QUANTITIES FOR LIVE BRANCH BUNDLES BIDDING SHALL BE BASED ON PLANT SCHEDULE. 6' THICK, 5' MIN. BANK EMBANKMENT 2. PLANT QUANTITIES, SPECIES, AND SPACING ARE ORDINARY HIGH WATER MARK INDICATED BELOW APPROX. P_ 22.0 NAVD 88 TOE of BANK ELEVATION VARIES 3. LIVE STAKES WHICH ARE NOT PLANTED WITHIN 8 e HOURS OF CUTTING SHALL BE SOAKED IN WATER CREEK BOTTOM FOR 24 HOURS MINIMUM PRIOR TO INSTALLATION. STAKES WHICH HAVE ALREADY DEVELOPED ROOTS SHALL NOT BE USED. PRIOR TO INSTALLATION OF LIVE STAKE TRIM SIDE H MARK TOP OF BANK NATIVE TOPSOIL BACKFILL b BRANCHES CLOSE WITH SHARP BLADE. CREATE WD 88 BALLAST BACKFILL /V = 2 PILOT HOLE (1-2" DIAMETER) PERPENDICULAR 1' MIN. THICKNESS MIN' TO FINISH GRADE. GENTLY INSTALL STAKES, ME N. BUTT -END -DON, INTO PILOT HOLE. IF STAKES ARE POUNDED INTO PILOT HOLES, USE CREEK BANK REGRADE AND TREATMENT DEAD -BLOW HAMMER. INSTALL STAKES SUCH THAT APPROXIMATELY 75% OF THE LENGTH OF THE ENTIRE STAKE IS BELOW GRADE AND SUCH �� BANK PROTECTION f \ THAT A MINIMUM OF 3 BUD SCARS REMAIN " NOT M SCALE a ABOVE GRADE AVOID DAMAGING THE BUDS WHEN INSTALLING THE STAKE. AFTER INSTALLATION, BACKFILL PILOT HOLE WITH NATIVE SOIL ROCKS, TRASH OR DEBRIS FOUND IN LIVE EXCAVATED SOIL SHALL NOT BE USED TO 3/4- TO 1 1/2- DIAMETER 36. TO 48" HOCK BACKFILL THE PLANTING HOLE. TAMP SOIL AROUND STAKE. BACKFILL SOIL SHALL MAKE GOOD CONTACT WITH THE STAKE, LEAVING NO BIODEGRADEABLE COIR WEED MAT AIR POCKETS. INSTALLED AT LIVE STAKES PLANTED MINIMUM 3 BUD ABOVE TOP OF BANK SCARS ABOVE (SEE NOTE 7) GROUND 4. PRIOR TO INSTALLATION OF 1 GALLON CONTAINER (SEE NOTE 2) PLANTS, CLEANLY PRUNE ANY BROKEN BRANCHES TOP OF BANK AND SCARIFY OUTER 1 INCH OF ROOTBALL EL. VARIES 90 FINISH GRADE CLEANLY PRUNE BROKEN, DEAD, OR DISEASED ROOTS. IF ROOTBOUND, TEASE OUT OR CUT ER R ORDINARY HIGH WATER MARK RDINAR CIRCLING ROOTS. EXCAVATE CIRCULAR PLANTING HI 22_o APPHOLE WITH VERTICAL SIDES AS SHOWN IN DETAIL TOE OF BANK Y 24 (THIS SHEET). SCARIFY SIDES AND BOTTOM ELEVATION VANES I OF PLANTING HOLE. ON SLOPES, LEVEL SOIL AT PLANTINGGE CREEK BOTTOM I OF ON DOWNHILL IDEEOFUP ANT AND NAI!VEUR IL NATIVE SOIL INSTALL PLANT UPRIGHT. PLACE ROOTBALL ON APPROX. 75% OF 1 PILOT HOLE UNDISTURBED NATIVE SOIL AT BASE OF PLANTING iz, LENGTH OF STAKE BELOW GRADE I BACK-FII L ED � HOLE AND SPREAD ROOTS OUT TO SIDES OF PIT. IL2)CLEANLY TRIM ANY ROOTS THAT ARE TOO LONG � N (SEEOTE TO LAY STRAIGHT IN PLANTING HOLE PLANTS V-0, MIN. SHALL BE UPRIGHT, PLUMB, AND TOP OF TOE ROCK ( ROOTBALL SHALL BE Y,2^ ABOVE FINISH GRADE. ` BACK -FILL PLANTING HOLE WITH 11w TTEE SOIL FROM PLANTING HOLE AND TAMP SIDE BRANCHES TRIMMED CLOSE SOIL AROUND ROOTS TO PREVENT AIR POCKETS. (SEE NOTE 2) ROCKS LARGER THAN 1' DIAMETER AND ANY TRASH OR DEBRIS FOUND IN EXCAVATED SOIL DETAIL `� SHALL NOT BE USED TO BACKFILL THE PLANTING LIVE STAKE INSTALLATION HOLE. BACKFILL SOIL SHALL MAKE GOOD SCALE. I' = V-O' - CONTACT WITH THE ROOTBALL, LEAVING NO AIR POCKETS. 5. IMMEDIATELY AFTER PLANT INSTALLATION, THOROUGHLY WATER IN EACH INSTALLED PLANT. OR LIVE STAKE. FINISH GRADE RMIMMENDED FOR APPROVAL By:--------------- Date; ------- BY`---------------- Date; -------- By:---------------- Date: ------- By:---------------- Date'--------" PLANT SCHEDULE PLANTING AREA SPECIES SPACING (O.C.) QUANTTiY TYPE 8 SIZE NOTES LOWER BANK 295 sf - " '"- " •�� Location. Between OHW and Salix sitchensis - Sftka willow 1' 148 LIVE STAKE 5' LENGTH Comus stelondera Red-osiar dogwood 2' 37 LIVE STAKE, 5' LENGTH 2 vertical feel above OHW. UPPER BANK 805 sf Syrnphoricarpos albus Srrowbeny 4• 1 GALLON CONTAINER PLANT IN SINGLE -SPECIES GROUPS OF 2-3 PLANTS Location. Between upper L of Lower Bank Planting Area and upper Limit of Planting. Rosa nootkana Nootka rose 4' 20 1 GALLON CONTAINER PLANT IN SINGLE-SPECIES GROUPS OF 2-3 PLANTS Sax scoulenana . Scouler's wallow 4' 10 1 GALLON CONTAINER " 1 4/6/07 CITY OF I RENTON VILLAGE STORM SYSTEM PROJECT RENTON t3' y Sr Oebo», 1I1^,. o.., P. CONSULTING ENGINEERS ' a 1 Planning/Building/Pubic Wor{o DePL N0. REVISION Bt DATE APPR ass c °°®'a' CHANNEL RESTORATION DETAILS ,a a a, 12 B.B. GENERAL STRUCTURAL NOTES T GENERAL RAL CONTRACTOR SHALL VERIFY ALL DIMENSIONS AND SITE CONDITIONS BEFORE DEFORMED ASTM A615, GRADE 60 (GRADE 40 FOR #3). REINFORCING STEEL N THEGSTARTING WORK. THE ENGINEER SHALL BE NOTIFIED OF ANY DISCREPANCY. USE DETAIL UNLESS OTHERWISE NOTED ON THESE DRAWINGS, MINIMUM CONCRETE COVER FOR REINFORCING ALTERNATE SEE LAP SEE LAP MARKED "TYPICAL" WHEREVER APPLICABLE. CHANGES, OMISSIONS OR SUBSTITUTIONS ARE BARS SHALL BE AS FOLLOWS: HOOKS SCHEDULE SCHEDUL N NOT PERMITTED WITHOUT WRITTEN APPROVAL OF THE ENGINEER. REFER TO THE CONCRETE CAST AGAINST SOIL=3". 13- -_— SPECIFICATIONS FOR FURTHER REQUIREMENTS. DO NOT SCALE THE DRAWINGS. FORMED CONCRETE AGAINST SOIL=2". WALLS AND BEAMS EXPOSED TO WATER k WEATHER=2". RENF ALL MATERIALS AND WORKMANSHIP SHALL CONFORM TO THE 2003 EDITION OF THE WALLS AND BEAMS DRY CONDITION=1 1/2 cn INTERNATIONAL BUILDING CODE AND WSDOT "STANDARD SPECIFICATIONS." at__- 2'-4" THE DESIGN, ADEQUACY AND SAFETY OF ERECTION BRACING, SHORING, TEMPORARY SUPPORTS, PROVIDE 2-/5 MIN. U.N.O. TRIM BARS AROUND ALL OPENINGS IN CONCRETE WALLS OR SLAB PROVIDE WALL S-01 ETC., IS THE SOLE RESPONSIBILITY OF THE CONTRACTOR, AND HAS NOT BEEN CONSIDERED BY EXTENDING 2•-6" PAST CORNERS, TYP. AT TIME OF CONCRETE PLACEMENT, REINFORCING SHALLBE FREE OF MUD, OIL. OR OTHER NONMETALLIC COATINGS THAT MAY DECREASE BOND. wVERTICALBAR f 6 V-6' THE ENGINEER OF RECORD. THE CONTRACTOR IS RESPONSIBLE FOR THE STABILITY OF THE CORNER STRUCTURE PRIOR TO THE COMPLETION OF ALL WALLS, TOP SLABS AND FINISH MATERIALS. THE WELDING OF REINFORCING BARS SHALL CONFORM TO ANSI/AWS D7.4. BAR j7 CONTRACTOR SHALL PROVIDE THE NECESSARY BRACING TO PROVIDE STABILITY PRIOR TO THE APPLICATION WHERE PERMITTED, LOW HYDROGEN WELDING RODS SHALL BE USED FOR ALL WELDING OF f 4'-10� OF THE ABOVE MENTIONED COMPONENTS. REINFORCING BARS. FIELD WELDING OF REINFORCING BARS IS NOT ALLOWED ON THIS JOB. SINGLE CURTAIN p 1 5'-3" THE GENERAL NOTES APPLY TO ALL STRUCTURES UNLESS NOTED OTHERWISE (U.N.O.). LOCATION SUBMIT SHOP DRAWINGS OF REINFORCING STEEL FOR REVIEW BY THE ENGINEER PRIOR TO /10 V-6' AND SIZE OF ANCHOR BOLTS FOR SPECIFIC EQUIPMENT SHALL BE SPECIFIED BY THE VENDOR. FABRICATION. REINFORCING SHALL BE DETAILED IN ACCORDANCE WITH ACI 315 AND 318 (LATEST INTERSECTION CORNER CONTRACTOR SHALL COORDINATE LOCATIONS OF STRUCTURAL OPENINGS, PENETRATIONS AND i11 B-0� EMBEDDED ITEMS WITH THE CIVIL SECTIONS OF THE DRAWINGS, AND WITH SUPPLIERS AND SUBCONTRACTORS EDITION). AS MAY BE REQUIRED. 'CI I I'n .TIOIN TES RN SPECIAL INSPECTQNS SHALL MEET THE REQUIREMENTS OF IBC CHAPTER 17 AND WSDOT "STANDARD SPECIFICATIONS". SPECIAL INSPECTORS SHALL BE UNDER THE SUPERVISION OF A WASHINGTON REGISTERED CIVIL ENGINEER. OBSERVE THE WORK ASSIGNED FOR CONFORMANCE WITH APPROVED DRAWINGS AND SPECIFICATIONS. TYPICAL REINFORCING STEEL TYPICAL LAP FURNISH INSPECTION REPORTS TO THE BUILDING DEPARTMENT AND ENGINEER. AT WALL INTERSECTION �11� SCHEDULE 2 1 DISCREPANCIES SHALL BE BROUGHT TO THE IMMEDIATE ATTENTION OF THE NOT TO SCALE TYP. NOT 1D SCALE TYP. CONTRACTOR FOR CORRECTION; THEN, IF NOT CORRECTED, TO THE BUILDING DEPARTMENT AND ENGINEER. SUBMIT A FINAL REPORT, SIGNED BY A WASHINGTON REGISTERED CIVIL ENGINEER, STATING THE WORK WAS IN CONFORMANCE WITH THE APPROVED DRAWINGS AND SPECIFICATIONS AND THE APPLICABLE SUPPLEMENTAL STRUCTURAL ABREVIATIONS: WORKMANSHIP PROVISIONS OF IBC AND WSDOT "STANDARD SPECIFICATIONS." ' SPECIAL INSPECTION REQUIRED: CONCRETE: IN ACCORDANCE WITH SECTION 1704.4 AND TABLE 1704.4 OF IBC AND WSDOT "STANDARD ABV. ABOVE FRM'G FRAMING STIRR. Sn P SPECIFICATIONS AF.F. ABOVE FINISH FLOOR F.S. FAR SIDE STRUC. STRUCTURE(AL) SOIL IN ACCORDANCE WITH SECTION 1704.7 OF IBC AND WSDOT "STANDARD SPECIFICATIONS ADD'L ADDITIONAL FTG. FOOTING SYM. SYMMETRICAL ADJ. ADJACENT GA. GAUGE T. TOP SHOP DRAWINGSAL ALUMINUM G.B. GRADE BEAM T&G TONGUE AND GROOVE SHOP DRAWINGS, WHERE REOUIRED, SHALL BE CHECKED AND APPROVED BY THE GENERAL ARCH. APPROXIMATE H.A.S.GLBGLUE-LAMINATED BEAM T.N. TEMPORARY CONTRACTOR PRIOR TO SUBMITTING FOR ENGINEER REVIEW. SHOP DRAWINGS SHALL BE ARCH. ARCHITECTURAL H.AHEADER ANCHOR STUDS T.N. TOE NAIL OF — SUBMITTED TO THE ENGINEER FOR REVIEW OF DESIGN INTENT, PRIOR TO FABRICATION. O AT HDR. HEADER T.O. TOP FIR GENERAL CONTRACTOR IS RESPONSIBLE FOR VERIFICATION AND COORDINATION OF BET. BOTTOM H.F. HANGTRANS. TRANSVERSE BEL.. BELOW HGR. HANGER HSS TUBING STRUCTURAL DIMENSIONS AND DETAILS FOR EACH SUBCONTRACTOR. - B.F. BRACED FRAME H.S.B. HIGH STRENGTH BOLT (A325 U.N.O.) IBC INTERNATIONAL BUILDING CODE ' CAST -IN -PLACE INTERIOR DIMENSIONS SHOWN ON THE DRAWINGS ARE NOMINAL AND • B. BEAM I.F. INSIDE FACE U.N.O. UNLESS NOTED OTHERWISE PRECAST / B.N. BOUNDRY NAIL MT. INTERIOR VFY. VERIFY SHALL BE ADJUSTED, IF NECESSARY, TO MATCH THE ACTUAL PRECAST BOX CULVERT DIMENSIONS. BNDRY. BOUNDRY JST. JOIST WN.S, WELDED HEADED STUD B.O. BOTTOM OF... K KIPS (1000 POUNDS) W.P. WORK POINT BRDG. BRIDGE(ING) LAT. LATERAL WS WESTERN SERIES AN EQUIVALENT FLUID PRESSURE - 90 PCF BRG. BEARING LDGR. - LEDGER W.T.S. WELDED THREADED STUD DESIGN LIVE LOAD - AASHTO H2O-44 LOADING CAM. CAMBERED) LLH LONG LEG HORIZONTAL X-STG EXTRA STRONG . CANT. CANTILEVER(ED) LLV LONG LEG VERTICAL XX-STG DOUBLE EXTRA STRONG FOUNDATION DATA: C.D.F. CONTROLLED DENSITY FILL L.S. LAG SCREW ' C.G. CENTER OF GRAVITY LSL LAMINATED SIRAND LUMBER ALLOWABLE BEARING PRESSURE...........................................2.000 PSF C.I.P. CAST IN PLACE LT. WF. LIGHT WEIGHT EXTEND ALL EXTERIOR FOOTINGS 2'-0" MINIMUM BELOW FINISHED GRADE, U.N.O. BOTTOM OF ALL FOOTINGS C.J. CONSTRUCTION JOINT LAMINATED VENEER LUMBER TO BEAR ON NATIVE, INORGANIC, UNDISTURBED SOIL OR COMPACTED STRUCTURAL FILL IN ACCORDANCE WITH COL COLUMN MAS. MASONRY COVSr rnuc-rw,rn_na MAYL MATERIAL ' THE SOIL REPORT NO. 2006-067-21 FILED BY "HWA GEOSCIENCES, INC.", DATED JANUARY 12, 2007. CONT. CONTINUOUS M.B. MACHINE BOLT (A307) " NO FOOTING SHALL BEAR HIGHER THAN 1 VERTICAL TO 1.5 HORIZONTAL SLOPE ABOVE ANY EXCAVATION, CTSI(. COUNTERSINK MFR. MANUFACTURER EXISTING OR PLANNED. CONTRACTOR SHALL PROVIDE TEMPORARY SHORING TO PREVENT MOVEMENT OF DBL DOUBLE MRF. MOMENT RESISTING FRAME WALLS IF BACKFILL IS PLACED BEFORE FLOOR SYSTEM IS IN PLACE. THERE SHALL BE 95% COMPACTION D DEPTH MTL METAL (ASTM D1557 MODIFIED PROCTOR DENSITY) OF ALL BACKFILL SOIL UNDER SLABS ON GRADE. d PENNY (NAILS) (N) NEW MEMBER: CONTRACTOR MUST VERIFY EXISTING CONDITIONS PRIOR TO START WORK. CONTRACTOR SHALL BECOME N.S. NEAR SIDE D.F. DIA GLAS FIR FAMILIAR WITH THE SOIL CONDITION BY READING SOIL REPORT. O-H. OVERHANG ' DIAL. DIAGONAL ORNT. ORIENTATE (ION) DIAPH. DIAPHRAGM CAST —IN —PUCE CONCRETE PAR. PARALLEL CONCRETE SHALL HAVE THE FOLLOWING PROPERTIES: do DITTO (DO OVER) DWGP/C PRECAST CONCRETE . 28—DAY COMPRESSIVE STRENGTH fC=4,000 PSI, U.N.O. DRAWINGOWL. DOWEL PERP. PERPENDICUUR AIR ENTRAINMENT: 5%-7% I EACH PSL PARALLEL STRAND LUMBER Ell MAXIMUM SLUMP: 3" FOR SLABS AND FOOTINGS, 4" FOR WALLS AND BEAMS. CONSTRUCTION TO BE IN (� EACH MEMBER P.T. PRESSURE TR`-AT(ED) ' ACCORDANCE WITH ACI 318, "PART 2—STANDARD FOR TESTS AND MATERIALS" AND "PART 3 — E.F. EACH FACE P/T POSTTEN90NED CONSTRUCTION REQUIREMENTS AND WSDOT STANDARD SPECIFICATIONS.' E.J. EXPANSION JOINT QTY. QUANITY SUBMIT MIX DESIGN FOR REVIEW AND PROVIDE NOT LESS THAN 6 SACKS OF CEMENT PER CUBIC YARD FOR EIMBD EMBED(MENT) RIFF, REFERENCE ALL CONCRETE WITH MAXIMUM W/C=0.45. E.N. EDGE NAIL REINF. REINFORCEMENT ENG. ENGINEER S HL STREET EQ. EQUAL SHTG. SHEATHING E.S. EACH SIDE SIM. SIMILAR EXT. EXTERIOR SKW. SKEWED) FF.E FINISHED FLOOR ELEVATION SPC. SPACING F.N. FACE NAIL S.S. STAINLESS STEEL FIND. FOUNDATION STGR. STAGGER s .. F.O. FACE OF_. STIFF. STIFFENER RECOMMENDED FOR APPROVAL i By Date: M14 - gy Date: °'o a c v hallo AL 6c I By. Date: % owRfe a/31/oa i By Date: Y.D.G. m,c & CITY OF { RENTON VILLAGE STORM SYSTEM PROJECT REIN TON j u.s. I��� DATUM GENERAL STRUCTURAL NOTES CONSULTING ENGINEERS q'�s; Planing/BWTdinf]/PUWRC Works Dept. I AND TYPICAL STRUCTURAL DETAILS ¢.�vaw�w� rmrs esu -Y.D.G. I N0. REVISION BY DATE APPR G.M.M. 10 - 12 CULVERT 8' STRUCT. SLAB, TYP. 0 I f 1 I 1 I V I PRECAST CONC. BOX CULVERT ANGLE POINT CAST -IN -PLACE CULVERT PLAN DETAIL r-l"\ SCALE 1/4' = V-0' 4 48'0 MANHOLE PER RENTON STANDARD DETAIL 36'0 RISER PER-- RENTON STANDARD DETAIL 8' STRUCT. CONC. 'TAB. TYP. PRECAST CONC. BOX Y CULVERT C TYP. / 0 O BOTTOM. D slAe , 2-45 TRIM I I I CULVERT ANGLE BARS, TYP. 1 POINT I PRECAST CONC. BOX C Off (;ULVERT CL CULVERT V-0' CAST -IN -PLACE CULVERT PLAN DETAIL SCALE: 1/4- = 1'-0- S 5'-6't 48'0 MANHOLE PER RENTON- STANDARD DETAIL 36'0 RISER PER I RENTON STANDARD \ / DETAIL /P.TYP. O BO SLAB \� 8' STRUCT CONC, SLAB. TYP. B PRECAST CONC. 80X _ CULVERT TYP. -2-/5 TRIM BARS, TYP. - - PRECAST CONC. BOX CULVERT CULVERT ANGLE POINT CAST -IN -PLACE CULVERT PLAN DETAIL SCALE 1/4- = 1--0- 5 STANDARD FRAME AND 1/2'x3/4' DP. ELASTOMERIC � �a' CAST IN JOINT SFJUANT, TYP. - - - ASPHALT PAVEMENT GRATE OR RING AND � / COVER PER CIVIL �C- � nECA'T' CONC. ...�rr...L. P:::EiFS.'T COI#5 CULVERT WALL FlNISHED � . _ � - � _ a �' < GRADE 36' DIA SEE NOTE BELOW / / ; .p APPROVED _ / _ RISER IXt ADJUSTMENT Q - - - - - - - - - - - -� - COMPACTED f `:__ h �Ba W BECKON PER RENTON STEPS AND i— BACKFILL� TYP- / I :o• STANDARD DETAIL LADDER PER TYP. 8' STRUCT CONC. SLAB %5%-tiD�•S RENTON W/ �i O 8' O.G FA _ O 1Y D.C. W MANHOLE PER RENTON STANDARD DETAIL TYP. WALL RONF. /---- -- - --y WAY AT BOTTOM - STANDARD DETAIL THREADED COUPLER ` `n� a DOWEL -IN THREADED 2— CONE. O U 1 T•o• 1' NON -SHRINK GROUT, 48' DIA• 1' THICK MIN GROUT, REBAR PLAN VIEW / TOP Ac BOT. OF —; CULVERT Typ. ETUET, TYP. B / / WALL. TYP. 8' STRUCT m PRECAST CONC. Box CONC. SLAB CULVERT DETAIL c CULVERT 8' CONC. WALL 6'-p• 8' o - SCALE: 3 4 = 1'-0' O.0 FA WAY. TYP. / FdF / 8' CONG 6'_0• 8• Go1/2'x3/4' DP. ELASiOMERIC - - - - E0. E E E o I JOINT SEALANT, TYP. B.O. WALL. TYPCE-- w 8' CASTLAB PLACE D \ / CULVERT CAST -IN -PLACE - `8' C.CA SLAB 2_� ECAST CONC. • b - �2-_TRIM CONCRETE -"�:: .. CONT. BASE SLAB U m w b cY TYP. / �OULVERT ANGLE TYP.'' . =� I CULVERT B.O. TOS S O BOTTOM I B.O. CULVERT 19 N / c� SLAB \ \ �48'OTMANHOLE PER TYP -------- - --- - RENTON STANDARD 8' CONG SLAB Yd1H:./5;1;•1Z' O.C. Ei•_ & DETAIL WAY O MID. DEPTH -OF SLAB OVER 6' NOTETYP. b ,L�d COMPACTED FOUNDATION GRAVEL., OVER 6' STRUCT. CONc.-/ 36'0 RISER PER V-O' MIN. CONTROLED DENSITY FILL BALANTYP_ SLAB REINF. SLAB. TYP. .CR RENTON STANDARD (CDF) INFORMATION 8' CONC ON . SLAB DOWEL -IN L THREADED THREAD1HREADm COUPLER i DETAIL SEE SECTION A REBAR Vv« � 0 9� NOTE DEPTH OF SEWER PIPE AT CROSSING IS UNKNOWN: SECTION A SECTION B RECOMMENDED FOR. APPROVAL SECTION D SEE SPECIAL PROVISIONS 1-08.3 AND SHEET 5. _ e A. SCALE 3/8- 1'-0- — By - Date: SCALE 3/4• = 1'—O' boy �m14 �o SCALE 3/8' = 1'-0' — A +asss�fti By. Date: 83jONAL 6`• CAST -IN -PLACE CULVERT PLAN DETAIL �� By. Date: SCALE 1/4• _ ,'—°' S By Date: D — 2 7 1 _11111 °= "" "M "° .� CITY OF RENTON VILLAGE STORM SYSTEM PROJECT a/6/07 V.D.G. -a RENTON 4a .p a I[., . Ys. �� DATUM Planning/Bulrrng/Public Works Dept cumlLTM o+ma� CAST -IN -PLACE CULVERT DETAILS Y.D.G. �u ""a•� •�'� aa,c NO. REVISION BY DATE APPR � 11 u: 12 m,TnL N•Li6101 mf ®o �!0 _... G.Y.M. N I- 0V E C AT INTERSECTION CONTRACTOR MAY OPEN A TEMPORARY CONSTRUCTION ENTRANCE — E G AT INTERSECTION PARKING LOT jT ¢; P. 69 ass'rOxAL� EYA1rES 8/20/�� CQm1ETM ENGDEO S sr vnae w� onx nnc !a srwrnr. wuaetr� sera aso �eeo A AND STORAGE (MAX. AREA) M 4 EPARKING LOT I SCALE: 1"=30' THRIFTWAY STORE AT iNTERSECTION 0' 30' ( I c \ D DIS RENTON VILLAGE PL B I PARKING LOT f C L Ejo NO. CONTRACTOR SHALL KEEP THIS ENTRANCE OPEN AT ALL TIMES FOR BUSINESS TRAFFIC, EXCEPT WHEN CONSTRUCTION PASSED IN FRONT OF IT. a.a. REVISION BY DATE APPR � E WORK AREA GENERAL NOTES 1. THE CONTRACTOR SHALL SUBMIT A TRAFFIC CONTROL PLAN TO THE CITY FOR REVIEW AND APPROVAL. AT LEAST ONE LANE OF S RENTON VILLAGE PL SHALL BE KEPT OPEN FOR TRAFFIC DURING CONSTRUCTION HOURS. BOTH LANES SHALL BE OPEN TO TRAFFIC AFTER CONSTRUCTION HOURS- _-- 2. — 3. THE CITY MAY REQUIRE THE CONTRACTOR TO ADJUST THE TRAFFIC CONTROL PLAN, WORK AREA, AND PARKING LIMITS AS NEEDED TO MAINTAIN BUSINESS ACCESS AND PARKING. 4. AREAS OF PARKING LOT NOT BEING USED BY THE CONTRACTOR SHALL BE RETURNED TO PARKING USE FOR THE E BUSINESSES. AT INTERSECTION 5. THE CONTRACTOR SHALL NOTIFY THE CITY AND PROPERTY OWNER AT LEAST 7 DAYS IN ADVANCE OF USING A WORK AREA AND BLOCKING OFF PARKING. 6. THE CONTRACTOR IS RESPONSIBLE FOR PLACING NO PARKING SIGNS AND TEMPORARY FENCING FOR ALL WORK AREAS. NO PARKING SIGNS SHALL BE PLACED AT LEAST 2 DAYS IN ADVANCE OF CLOSING A PARKING AREA. &M CITY OF RENTON r DATUM Planning/Building/Public Works Dept. WORK AREA NOTES AND LIMITS A- CONTRACTOR STAGING AND STORAGE AREA. MAXIMUM AREA THAT MAY BE USED DURING THE PROJECT. B. AREA MAY BE TEMPORARILY CLOSED DURING CONSTRUCTION. AREA SHALL BE REOPENED TO TRAFFIC AND PARKING AFTER CULVERT CONSTRUCTION PASSES IT. C. PLACE TEMPORARY PATCH OR STEEL SHEETING ON AREAS TO REOPEN TO TRAFFIC AND PARKING. D. CONTRACTOR SHALL KEEP AT LEAST ONE LANE OF STREET OPEN TO TRAFFIC DURING CONSTRUCTION. E. PLACE SIGN "CONSTRUCTION AHEAD" "LOCAL TRAFFIC ONLY" "EXPECT DELAYS" F. THIS AREA MAY BE TEMPORARILY CLOSED AND USED FOR STAGING AND STORAGE FOR CULVERT CONSTRUCTION BETWEEN STATION 15+00 AND THE 144" CATCH BASIN. THE AREA MAY BE USED FOR TEMPORARY STAGING AND STORAGE FOR THE SEWER ENCASEMENT AND WATER LINE RELOCATION. THE AREA WILL BE REOPENED FOR PUBLIC PARKING AFTER EACH OF THOSE WORK ITEMS ARE COMPLETE. G. AREA MAY BE CLOSED TO TRAFFIC AND PARKING DURING CONSTRUCTION. AFTER CULVERT CONSTRUCTION PASSES THE AREA PLACE A TEMPORARY PATCH AND REOPEN IT FOR TRAFFIC. RECOMMENDED FOR APPROVAL By:--------------- Date --------- Dy:---------------- Date'------- Dy`---------------- Date: -------- Dy'---------------- Date'-------- T1 i RENTON VILLAGE STORM SYSTEM PROJECT WORK AREA AND LIMITS 12 - 12