Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
SWP272057(16)
1 1 AWARDED 3 �u, 96 . Ky Contract No. CAG a -� TO (ALA j6k MArs-r+c 1 . SwP - '3t - 2os7 �Y 5 fat �.s. 1 Pi u NT 1 1 1 MAPLEWOOD CREEK SEDIMENTATION BASIN 1 RECONSTRUCTION AND IMPROVEMENT PROJECT 1 1 1 i 1 1 CITY OF RENTON PUBLIC WORKS DEPARTMENT 1 MUNICIPAL BUILDING,200 MILL AVE.S. RENTON,WA 98055 (206)235-2631 i 1 Printed on Recycled Paper WALASHEK ' INDUSTRIAL & MARINE 3236 16th Ave. S.W., Seattle, Washington 981 34-1 024 (206) 624-2880 FAX (206) 624-3324 TO: CITY OF RENTON ' FM: MICHAEL WALASHEK ' RE: MAPLEWOOD CREEK SEDIMENTATION BASIN RECONSTRUCTION AND IMPROVEMENT PROJECT ' CONTACT LIST FOR PERFORMANCE OF CONTRACT tRESPONSIBLE OFFICER: MICHAEL WALASHEK 17735 SE 102ND STREET ' RENTON, WA. 98059 (206) 228-7043 (HOME) ' (206) 624-2880 (WORK) 972-7551 (MOBILE PHONE) 1-800-566-5103 (BEEPER) ' PROJECT FOREMAN: J.R. IRIBARREN ' (206) 254-9249 HOME PHONE ' BONDING AGENT: DURHAM & BATES INSURANCE AGENCY JIM CAMBURN, BONDING AGENT ' 1-800-929-0171 (WORK) 5555 N. Channel Drive 5785 Plantation Rd. 595 "C" Street Building 10 Theodore,Alabama 36582-1735 Chula Vista, California 91 91 0-1 406 ' Portland, Oregon 97217-4367 (334) 653-6900 (619) 498-1711 (503) 285-9926 FAX (503) 285-9934 FAX (334) 653-8700 FAX (619) 498-0710 BOARD OF DIRECTORS C 001FIV ' OF WALASHEK INDUSTRIAL & MARINE, INC. RESOLUTION ON C.E.O. OR PRESIDENT' S AUTHORITY TO NEGOTIATE CONTRACT ' Upon a duly made and seconded motion, a majority of the directors of the Board of Directors of Walashek Industrial & Marine, Inc. adopted the following resolution: RESOLVED, that the Chief Executive Officer (C.E.O. ) OR President of Walashek Industrial & Marine, Inc. are hereby authorized to enter into a contract with the City of Renton, ' Planning/Building/Public Works Department for the accomplishment of the Maplewood Creek Sedimentation Basin Reconstruction and improvement project, in the name and in behalf of this Corporation, and on the best terms and conditions the C.E.O. or President can obtain from the City of Renton, Planning/Building/Public Works Department . ' Furthermore, herewith find sample signatures of Michael Walashek, C.E.O. , and Gail Walashek, President, of Walashek ' Industrial & Marine, Inc. : /J ' Michael Walashek, C.E.O. 9' gned, E. Walashek, President ' The under Gail Walashek, certifies that I am the duly appointed Secretary of Walashek Industrial & Marine, ' Inc. and that the above is a true and correct copy of a resolution duly adopted at a meeting of the directors thereof, convened and held in accordance with law and the ' Bylaws of said Corporation on August 27th, 1996, and that such resolution is now in full force and effect . ' IN WITNESS THEREOF, I have affixed my name as Secretary of Walashek Industrial & Marine, Inc. and have attached the seal of Walashek Industrial & Marine, Inc. to this ' resolution. Dated: August 27th, 1996 ' a' 1 Walashek, Secretary (SEAL) REGISTERED AS PROVIDED BY LAW AS A _ =5. .REGISTAATJO,j�1.NUMBF `,� :0lP1RATIOM:DATF A;: Tye e.t 4 7 7 { [{ La' fi EF, EM,ll E"x D.AT i �3ALASHEY '31IDSTRL MAR Fh' 11, C - '33b_ bTH:' AVE SW £ATTLE WA 98134: - 1 S40NATURE. ISSUED BY DEPARTMENT OF LABOR AND INDUSTRIES 1 . i I CITY OF RENTON BUSINESS LICENSE 1996 Li---has made appucaion for a City of Renton business ricense in accordance with the 486 Sl30196 3236 16TH AV SW provisions of Title V,Busirwsss Reguladons _.._ Chapter 1.Code of Gen"Ordinances of the City of Renton and agrees to comply with all the ' requirements of said ordinance. Licensee shall tether comply with and all other City Codes Ordinances,State laws and Regualtions applic2ble to the business actNliy licensed. Post this License at place of business. ' WALASHEK INDUSTRIES 3236 16TH AV SW SEATTLE WA 9 8 1 34-1 024 City of Renton Licensing Division 200 Mill Avenue South Renton,WA 98055 (246)235-260B DP 3132 12,14 1 1 CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF i 1 1 MAPLEWOOD CREEK SEDIMENTATION BASIN SN ' RECONSTRUCTION AND IMPROVEMENT PROJECT 1 Pospi 1 '$ 5792 Gl1t� CSS fONALGR' 1 ExaiRES �2 — 1 1 City of Renton Planning/Building/Public Works Department 1 1 Prepared by: Dana E. Postlewait P.E. Project Manager Harza Northwest, Inc. 1 ' Maplewood Creek Sedimentation Basin Contract Plans and Specifications W PC%96P RW7163GWAPCOV E R.DOC CITY OF RENTON ' MAPLEWOOD CREEK SEDIMENTATION BASIN RECONSTRUCTION AND IMPROVEMENT PROJECT ' CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy ' Summary of Americans with Disabilities Act Policy Scope of Work Location Map t Site Vicinity Map Instructions to Bidders Call for Bids *Combined Affidavit & Certificate Form: Non-Collusion Anti-Trust Claims Minimum Wage Form * Bid Bond Form * Proposal ' * Subcontractors List * Schedule of Prices ❖Bond to the City of Renton ❖Contract Agreement (Contracts other than Federal - Aid FHWA) ' :•Attachment "A" Insurance Information - Sample Prevailing Minimum Hourly Wage Rates (New job classifications) Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Certificate of Payment of Prevailing Wages Environmental Regulation Listing ' Permits City of Renton Supplemental Specifications Special Provisions ' Standard Plans and City Monuments Soil Borings 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 (yellow pages) •:•Submit with Notice of Award (green pages) CITY OF RENTON ' Planning/Building/Public Works Department 200 Mill Avenue South Renton, WA 98055 ' Contract Documents-Maplewood Creek Sedimentation Basin H:DOCS:96-446:DWC:ps ' EXHIBIT "A" CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ' ADOPTED 8Y RESOLUTION NO. 2340 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure equal employ- ment opportunity to all persons regardless of race; creed; color; ethnicity; national origin; sex; the presence of a non-,job-related physical, sensory, or mental handicap; age, or marital status. This policy shall be based on the principles of equal employment opportunity and affirmative action guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: ' (1) EMPLOYMENT PRACTICES - All activities relating to employ_' ment such as recruitment, selection, promotion, termination and training shall be conducted in a non-discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with governing Civil Service Laws and the agreement between the City of Renton and the Washington State ' Council of County and City Employees. (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 PROGRAM - The City of Renton Affirmative Action Program will be maintained to facilitate equitable representation within the City workforce and to assure equal employment opportunity to all. It shall be the responsibility and duty of all City officials and employees to carry out the policies, guidelines and corrective ' measures as set forth by this program. Corrective employment programs may be established by the Mayor on the recommendation of an Affirmative Action Committee for those departments in which a protected class of employees ' is under-represented. (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors and suppliers conducting business with the City of Renton ' shall affirm and subscribe to the Fair Practices and Non- Discrimination policies set forth by law and in the Affirmative Action 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 2nd day of June 1980. ' CITY OF RENTON: RENTON CITY COUNCIL: ' �)wlh c�n.w --`�.• Sh,,-ram oC-ti- ��i�c�u% �'.�(im�rr/ Mayor Council President Attest: Issued: July 10, 1972 Revised: February 9, 1976 Revised: June 2, 1980 City Clerk CITY OF RENTON SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICI' ADOPTED BY RESOL UTION NO. 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 local 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- discriminatory manner. Personnel decisions will be based.on individual performance, staffing requirements, 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) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton 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) CONTRACTORS' 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 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 4th day of October 1993. CITY,OF RENTON RENTON CITY COUNCIL: Mayor Council President Attest: City Clerk MAPLEWOOD CREEK SEDIMENTATION BASIN RECONSTRUCTION AND IMPROVEMENT PROJECT SCOPE OF WORK ' The work involved under the terms of this contract document shall be The full and complete installation of the work for the Maplewood Creek Sedimentation Basin Reconstruction and Improvements at the Maplewood Golf Course as shown on the plans and described in the construction specifications, to include but not be limited to: removing the upper concrete dam and other structures and debris; bank stabilization and channel regrading for about 250 linear feet; regrading about 550 linear feet of gravel road; installing 240 linear feet of 18-inch diameter storm pipe and 3 Type 1 Catch Basins; ' placing about 2,300 square yards of PVC liner; constructing a new 3,000 cubic yard earth embankment sediment basin; constructing about 80 cubic yards of reinforced concrete spillways and structures; and ' asphalt repair, planting, and complete restoration. The estimated project cost is $260,000 to $300,000. 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. A total of 40 working days is allowed for completion of this project. Construction within the Ordinary High Water Line (OHWL) shall be completed by no later than October 31, 1996. The funding of this project will be from City, State, and Federal funds. r Contract Documents-Maplewood Creek Sedimentation Basin H:DOCS:96-446:DW C:ps Corps of Engineers Permit Appiication Air yy 'SE • ��,( ,�C i h"►+tom .�� iE•T!"l• Es w (1. J' St iE'9 a51 p S.. -.. Sam z V :t SEea,W u May tl WAS}iINGTQN o y a .� y w•� Cnek N W! $FArnE PROJECT LCr-%TIC" SE 17 TACOMA n ANt SEIS&SI Y 3rYHYt y 9 SE �yf Kertmdale ;` N332 S. z V� -Cair�flst Naw st NE N>• ` O vJ 27$t NO Sr••r 2 .to N Ismu Nf.. Cz� NE 23 .. iI'X n� iE.°,5, �y S, ■ 3 ! =1^'� 2 7f < a w I tt 1 v. ar av:ti d MrNH 1•� .l Nt i t° S SSE ;i L •�r �y�` 9�w ,lw ,e u • • Esc. E 2 'a F SEtO.Sl - trrvm,v Z I '9 W.t' 2 SrS. �'� •% cL r' .�r .i a?la NE e`e�<�+I '.i 12sf _,�•. ..VS " _ \� S■eelr '..Zi' - 1 Qg .a0 w;ii'.:1 � .: M•..v �> .'1_\� i a • i„uy ' w s,. 8e�G1 "', .' a E l�1�a 1�s , 3- ��wi ae- .�_ S ,o � ;�"�� :rrw■erl„gIYA' • lih,sw O frti 10w a •°Hs z a .I I - _6 all �St� e < S„eA rf ,eh <E N •. - ,■ ^_�_. ^ �<�1,1 Ig �>'>^ S,'r Si < l,ew � f tw wq�••� <il„ 1a > �} .5r 'a'S1,,.9—t E r�' _' 90EYe6 COMPawl' s' A< E' e S �• .arlw eS s 'Y 51i s, nl ` etl lr I h■ ,1,•$l , 4 ? 4w ES>'' st A i J l•2 =,n■■e5 _in w H Rento I a - .�• -- ' '� r -,:.� c� .• is +'�� � .r«.N.� " s,i S •Wei < R■ntOn �� ;• tl •• I •,yE 'ra.,■w•. SE,:s St r AAAbVW }.-5l a /r �■ lw.r..r I NE sU 5t + :1 5 atOn� Err E! S 'r"S, — N y{ - _■ .,�,� C' 51132 1 ` • G >F UJ71 ` S133 S1 w ■ c �sw I<n M f Sw • i M.� ' YC Cr• coati �� $ g �'<w` se• }�i� t r;)� t•:)F `�.`ry r�• !fir-'!EC%r'�' L... •1 ftaI _ �i ,•lJ� Ae,Nw� Sa :� y s!, tf9 ,� �� .."\�JJ�}"��---__ - - .C'�-i7h_ Am P p sttl s71f,Sf�2`■d / "c R Ve c '�y� 1_i_ Blaeft s s tiar_ Rived h r"J `ny1°' °g PROJECT SITE fir' 2 _ .v g•M> d Sw 1f51 i Z �,. €-,es> ilJ .. r sa , 3 Maplewood ' S. 9 I a E�✓ w• w se sC,rE .Lfa q F;,�`•. may: e 1 s� ■ d u OrS C• d u l; ••SSii� �C•O�NGACRES 1 n y ^:F d d � tt,a.v•- �0 •59 w W , •sa a. �Slt > Lti 'n■r� _�' c3 ES ?- sv il•si i�G:a,1�Aa5.+s1 n �^�� ` C2Scadt!F• SE yet ; Pw IC R..� 111`i I.n SE SS c<'w .Y � _ •�'rMa• 1t' YI 2! �ci:, .... i_• e)�r+ c.■�� y :��x _`� N ' ���I SOURCE: King of the Road Map Service Inc. 'v1II.E Bellevue City Map Figure 1 a Project Vicinity Map tbower Maplewood Cheek Flooding and Habitat Improvement Projects Corps of Engineers Permit Application 406 11 - West Branch 40 ' �� 11 A .. ... r 15' ^� A •• •• East Branch Maplewood Creek ~'••. Upper Dam • •. ip (RM 0.5)- • - ,• .•, Existing Sedimentation ••• .• ,••• ���•• .'' Basin (RM 0.4) Golf CO N O \ Q • •♦ • • •• 1� \ Ila SOURCE: U.S.G.S. RENTON SHEET, 1:24,000 N Latitude= 1221109'15" 1000' Longitude=471128'06" Figure lb Project Vicinity Map l Lower Maplewood Creek Flooding and Habitat Improvement Projects 1 Maplewood Creek Sedimentation Basin Reconstruction and Improvement Project 1 D Carey 7/96 1 1 o Ex. Sediment 1 Basin A 1 Contractor Staging ' and Parking Area 30 iV 1 � I 1 Old Club l House o ` 1 Maplewood Creek lb 1 1 1 � \ . b 1 a 1 3 I � B a � � 1 0 1"=60' 60 bo col ( IN FEET ) INSTRUCTIONS TO BIDDERS t 1. 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 2:30 o'clock PM, on the date specified in the Call for Bids. 1 At this 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. The work to be done is shown on the plans. Quantities are understood to be only approximate. Final payment will be based on field measurement of actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as tdeemed necessary. 3. 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. 4. The bid price for any item must include the performance of all work necessary for completion ' of that item as described in the specifications. 5. 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. 6. 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. 7. 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. 8. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. ' 9. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. t10. Payment for this work will be made in Cash Warrants. ' 11. The Subcontractor List must be filled out if the total contract amount exceeds $100,000, and if any subcontractor will perform work that exceeds 10 percent of the total contract amount. Failure to provide the list will render the bid non responsive and therefore void. Contract Documents-Maplewood Creek Sedimentation Basin ' H:DOCS:96-446:DWC:ps CITY OF RENTON MAPLEWOOD CREEK SEDIMENTATION BASIN RECONSTRUCTION AND IMPROVEMENT PROJECT CALL FOR BIDS tSealed bids will be received until 2:30 PM, August 6, 1996 at the City Clerk's office and will be opened and publicly read in the 3rd floor conference room, Renton Municipal Building, 200 Mill Avenue South. The work to be performed within 40 working days from the date of commencement under this contract shall include, but not be limited to: The full and complete installation of the facilities as shown on the plans and described in the ' construction specifications including removing the upper concrete dam and other structures and debris, bank stabilization and channel regrading for about 250 linear feet, regrading about 550 linear feet of gravel road, installing 240 linear feet of 18-inch diameter storm pipe and 3 Type 1 ' Catch Basins, placing about 2,300 square yards of PVC liner, constructing a new 3,000 cubic yard earth embankment sediment basin, constructing about 80 cubic yards of reinforced concrete spillways and structures, asphalt repair, planting, and complete restoration. ' The estimated project cost is $260,000 to $300,000. Construction within the Ordinary High Water Line (OHWL) shall be completed by no later than October 31, 1996. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. ' Approved plans and specifications and forms of contract documents may be obtained in the Public Works Department, at the fourth floor Customer Service counter in the Renton Municipal Building, for t a non-refundable fee of $27.05 ($25.00 plus $2.05 sales tax) each set plus $5.00 to cover postage, if mailed. The mailing charge is also non-refundable. A certified check or bid bond in the amount of five percent (5%) of the total amount of each bid must accompany each bid. A 100% performance bond will be required of the successful bidder. ' No bids will be accepted after the time and date shown above. If a bidder has any questions regarding this call for bid, please contact the City of Renton Department of Planning/Building/Public Works, 200 Mill Avenue South, 4th floor at 277-6193, staff contact Daniel Carey. Marilyn Pe rse ity Clerk Published: Daily Journal of Commerce: July 22 and July 29, 1996 Contract Documents-Maplewood Creek Sedimentation Basin H:DOCS:96-446:D WC:ps ' 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. 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 MAPLEWOOD CREEK SEDIMENTATION BASIN RECONSTRUCTION AND IMPROVEMENT Name of Project PROJECT ' WALASHEK INDUSTRIAL & MARINE, INC. Name of Bidder's Firm - 4,764",�7 ?AI.44� Signature of Authorized Representative of Bidder ' Dated: Uo � 9 G Notary Public i nd for the State of Washington. ' Notary (Print) L fJ o f h C My appointment expires: Contract Documents-Maplewood Creek Sedimentation Basin H:DOCS:96-446:DWC:ps ' BID 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. Sign here ' Know All Men by These Presents: That we, WALASHEK INDUSTRIAL & MARINE, INC. as Principal, and AMWEST SURETY INSURANCE COMPANY as Surety, are held and firmly bound unto the City of tRenton, as Obligee, in the penal sum of SEVENTEEN THOUSAND FIVE HUNDRED DOLLARS & no/100---- Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, ' administrators, successors and assigns,jointly and severalty, by these presents. ' C�SitEtUon�rA�b�1, t st ell iS��e Mwee shall make any award to the Principal for APr�,wooD AND TWROyEMENT PROJECT 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. tSIGNED, SEALED AND DATED THIS 2ND DAY OF AUGUST 19 96 ' Principal WALASHEK INDUSTRIAL & MARINE, INC. Suret AI` T SURETY INSURANCE COMPANY ' Marie J. Tedesco, Attorney—in—Fact Received return of deposit in the sum of$T 1 Contrsci Documcnrs slapir,-nod Crook 5c4imcntation Basin X:DOCS:96-44b:DWC:ps LEI Ari EXPIRATION DA TE 5-10-97 POWER NUMBER 0000598108 M I ME_EZ RFAD CAREFULLY This document is printed on white paper containing the artificial watermarked logo(A of Amwest Surety Insurance Company(the"Company )on the front a and brown security paper on the back. Only unaltered originals of the POA are valid. This POA may not be used in conjunction with any other POA. No S Big— representations or warranties regarding this POA may be made by any person. This POA is governed by the laws of the State of California and is only valid until ' = the expiration date. The Company shall not be liable on any limited POA which is fraudulently produced,forged or otherwise distributed without the permission oftheCompany. Any party concerned about the validity of this POA or an accompanying Company bond should call your local Amwest branch office at (503)284-2029 ' _ —— KNOW ALL BY THESE PRESENT,that Amwest Surety Insurance Company,a Nebraska corporation(the"Company"),does hereby make, if g. constitute and appoint: JAMES F.CAMBURN MARIE J.TEDESCO PATRl[CIA.A_FAMS AS EMPLOYEES OF DURHAM&BATES AGENCIES,INC. H its true and lawful Attomey-in-fact,with limited power and authority for and on behalf ofthe Company .7,cute, eli affix the seal of the company c 0 _q thereto if seal is required on bonds,undertakings,recognizances,reinsurance agreement for a Miller Ac o rpe n bo or other written obligations in the nature thereof as follow: Bid Bonds up to S *500,000.00 Contract(Performance&Payment),Court,Subdivision$**1,500,000.00 License&Permit Bonds up to$*****50,000.00 Miscellaneous Bonds up to$*****25,000.00 �19M HIM and to bind the company thereby. This appointment is made under and by au e By-La e in rich are now in full force and effect. 1,the undersigned secretary of Amwest Surety Insurance Company NetrflWAcorporation D BY,.QkRTIFY that this Power ofAttomey remains in full that 'Ith ttomey,and that the relevant force and effect and has not been revoked and furthermore,t r ftheBoard or4*AQJ on this Power ofA provisions of the By-Laws of the Company,are now in full force an C. 00, Bond No. Signed&sealed thi of Aucrus _4L M Karen G.Cohen,Secretary ' rlt iIt tlt # ilr rlr ilr rlr rlr ONS T DIRECTORS I This POA is signed and sealed by facsimile under n" or. o t owi%Le ns adopted by the Board of Directors of Amwest Surety Insurance il d d by DIRECTORS if Company at a meeting duly held on December 1975: RESOLVED,that the President or any e 'dent,in njunc wil2SSI Lcretary or any Assistant Secretary,may appoint attomeys-in-fact or agents with St. c authority as defined or limited in the in me vi enc poi tmentw' .rac case,for and on behalf of the Company,to execute and deliver and affix the seal o e Company to bonds,undertakings n nces,i ip obliga�QTS of all kinds;and said officers may remove any such attorney-in-fact or agent and revoke any POA previously gran rson. RESOLVED FURTHER,that an nd,unde gni ce suretyship obligation shall be valid and bind upon the Company: (i) when signed by the President o any Vi resi an and sealed(ifa seal be required)by any Secretary or Assistant Secretary;or ..... M. (ii) when signed by the President or any dent r or Assistant Secretary,and countersigned and sealed If a seal be required)by a duly authorized attomey-in-fact or age o (iii)when duly executed and seal e (ifa requir one or more attorneys-in-fact or agents pursuant to and within the limits of the authority evidenced by the power of attorney issue ompany to suc person or persons. RESOLVED FURTHER,that the si na re of any authorized officer and the seal of the Company may be affixed by facsimile to any POA or certification thereof authorizing the execution and deli ery of any bond,undertaking,recognizance,or other suretyship obligations of the Company;and such signature and seat when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF,Amwest Surety Insurance Company has caused these presents to be signed by its proper officers,and its corporate seal to be hereunto ' - — affixed this 14th day of December,1995. State ofCalifornia John E.Savage,Pre dent Karen G.Cohen,Secretary County of Los Angeles On December 14,1991 before me,Peggy B.Lofton Notary Public,personally appeared John E.Savage and Karen G.Cohen,personally known to me(or __:: proved to me on the basis of satisfactory evidence)to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me all that pia he/she/they executed the same in his/her/their authorized capacit7y(ies),and that by his/her/their signature(s) n t in ru en he n o he of u on of which the Derson(s)acted,executed the instrument. WITNESS hand and official seal. PE=Y&LOFTON A, ........... Conwinim#10MM NotayNdft—Calk I ,kF ' ' 00 • Los Angola County 0,11 Signature (Seal) e Lofton,Notary PuNW My Comm.Expir"Aug 6.1 DEC.14, I 10= 1995 d) 10 rj.�ir 4�TAMN r 1 CITY OF RENTON MAPLEWOOD CREEK SEDIMENTATION BASIN RECONSTRUCTION AND IMPROVEMENT PROJECT ' 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 tprices both in writing and in figures.) Signature (51/1 Address: 3236 16TH AVE S .W. SEATTLE, WA 98134-1024 ' Names of Members of Partnership: T.' ' OR ' Name of President of Corporation GAIT WALASHEK Name of Secretary of Corporation GAIL WALASHEK ' Corporation Organized under the laws of WASHINGTON STATE ' With Main Office in State of Washington at 3236 1 6TH AVE S.W. SEATTLE, WA 93134-1024 ' Contract Documents-Maplewood Creek Sedimentation Basin H:DOCS:96-4446:D WC:ps SUBCONTRACTOR LIST ' MAPLEWOOD CREEK SEDIMENTATION BASIN RECONSTRUCTION AND IMPROVEMENT PROJECT ' RCW 39.30-060 requires that for all public works contracts exceeding $100,000 the bidder shall submit the names of all subcontractors whose subcontract amount exceeds 10 percent of the contract price. ' If the subcontractors names are not submitted with the bid, or within 24 hours of the bid, the bid shall be considered non-responsive and, therefore, void. ' Complete one of the following for contracts that exceed $100,000: A. There are no subcontractors proposed whose subcontract amount exceeds 10 percent of the contract price. ' Name:,/h/C&/geL (&JgLA,�ggEk Title: C,E, D . Signature: 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 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 ' Bid Item (s) ' Subcontractor Name Address ' Phone No. State Contractor's License No Contract Documents-Maplewood Creek Sedimentation Basin H:DOCS:96-446:D W C:ps SCHEDULE OF PRICES All entries shall be written in ink or typed to validate the bid. Show unit prices in both words and figures. Where conflicts occur the written or typed words shall prevail. Contract Documents-Maplewood Creek Sedimentation Basin H:DOCS:96-446:D WC:ps CITY OF RENTON - MAPLEWOOD CREEK SEDIMENTATION BASIN ' RECONSTRUCTION AND IMPROVEMENT PROJECT SCHEDULE OF PRICES ' Now: 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 Section 1-09.3(1)of Special Provisions for Bid Item descriptions. ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT AMOUNT ' NO. QUANTITY (Unit Prices to be written in words) PRICE (figure) (figure) 1 Mobilization 00 Lump Sum $ 1:1 FTCCN TN ou rAmb $/j5 0 Q 0 $ /S" O O Q ' 2. 1 Construction Surveying, Staking, As-Builts Lump Sum $ F I v E-- -rN a u s A.v/_1 4 r�° $SRO 0 0 $ S O D O 3. 1 Traffic Control Lump Sum $ CVvE- -rHoyf A16 $ 00p o^ $ / 000 ' 4. 1,120 Removal and Disposal of ACP in Parking Lot Square Yard $ ONCr TllousANdl Fora NUNnP�^lt d fak7 j� $ Two *- ' ►cn 5. 1 Removal and Disposal of Concrete Weir and Dam Lump Sum $THQE,--TKau,SAV0;6-16hr h UA/417MV-Fl6NT/,/ _ p 6. 1 Remove and Relocate Existing Sanitary Sewer Manhole and Pipe Lump Sum $r,vE ] IN o uSAaQ $S.-O o 0 $ 5-C) O 7. 1 Removal and Disposal of Existing Water Pipes Lump Sum $ aNE TNOUSAN6 $ / 0 o $ © p 0 1 8. 1 Furnish and Install 24-inch CMP Access Road Culvert and Riprap ' Lump Sum $ F.,aR 'TKe,jSgyfl Tuj HuNnkH0 -Tw;4✓4' 9. 0.8 Clear and Grub ' Acre $ GIP1C-CA.) THiAsAND C16Nr HNao n -54 40 $ 5:8 $/pl,r70o 10. 470 Crushed Surfacing Ton $ �_ tFTQCn) $ is- $ 7os-p v 11. 1 Remove and Stockpile Existing Riprap Lump Sum $TINS N0aSRNQ F700a H AA/Op�J1 $ 4+00 $ ot_Ll-�d 12. 200 Place Stockpiled Riprap Cubic Yd. $ i FT Q-E' l t % . $ j J� c,0 $ 0© C7 i Contract Documents-Maplewood Creek Sedimentation Basin H:DOCS:96-446:DWC:ps ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT AMOUNT ' NO. QUANTITY (Unit Prices to be written in words) PRICE (figure) (figure) 13. 330 Furnish and Place Heavy Loose Riprap ' Ton $ Tug EN'ry TWO *' $ �0 ' 14. 243 Furnish and Install 18" Plastic Bypass Pipe 00 Linear Feet $ TW L j4j jU t- O- $ a,o $ Lf- C) U 15. 1 Furnish and Install Bypass Pipe Inlet Structure Lump Sum $ Fty�z "TNnAsA,,O + °�� $ 00� $ 0C) ) 16. 3,200 Excavate Sedimentation Basin CY $ 1' 1 V E oo $ 5 t» $ O 0 ' 17. 2,900 Place Stockpiled Soil Suitable for Fill Cubic Yard $ -rH R t-:L' k $0O° $ 7 0 0 18. 410 Furnish and Place Imported Backfill Ton $ lr i r'rtEA) $ %- o© $ 6 1 0 ' 19. 20 Perform Compaction Testing 00 Each $ ONE' k'A N D,q c�,l) + $ f 0 0 — $ `o'.0 0 0 ' 20. 3 Furnish and Install Type I Catch Basins Each $ S oL H tq!V t7 PciN + $ 600 ov $ / 8 o o ' 21. 1 Regrade Maplewood Creek Channel Lump Sum $ Two THoLAAArv/) Foul kgMOR� �t ° $ pQ $ a 4Q p 22. 205 Furnish Install Channel Bank Stabilization Linear Feet $ T W E NTY 4- n $ a 0 $ { 100 23. 1 Furnish and Plant Vegetation for Bank Stabilization Lump Sum $—,we+ ;N•JASANL1 r=��F Hu,�n��Yi $ p"� s(�t� $ S'00 24. 13 Furnish and Install Channel Boulder Grade Controls �— ' Each $ TWO H u AI ARL b +�% $ a 0 O a—' $ 9" (a 0 7 ' 25. 10 ACP Replacement, Overlay, and Restoration 00 Ton $ ONtr H aN42en _ $ / 0 O ' $ © d 0 26. 1,180 Furnish and Place Clean Sand for Liner vo ' Tons $E I C-Are co d-rQ $ $ a 1 Z O ' 27. 2,300 Furnish and Install PVC Basin Liner Z t Sq. Yd. $ F t E _ $ 5 $ �3 700 Contract Documents-Maplewood Creek Sedimentation Basin H:DOCS:96-446:DWC:ps ' ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT AMOUNT NO. QUANTITY (Unit Prices to be written in words) PRICE (figure) ' (figure) 28. 1 Furnish and Plant Vegetation for Basin Slopes ' Lump Sum $F lVr TNousAgO G1VF' HgAlh. d- % $ 5-00 $ SO0 29. 112 Furnish and Install Basin Subdrain Linear Feet. $ EI GH T 010 �L $ 8 q 30. 65 Drainage Geotextile Square Yard $ -RM it L V L a $ a $ 7 8 Q 31. 1 Erosion Control Lump Sum. $TEnJ TN o Us 4 A1A ��� $ p $/0-0� O 0 32. 1 Construct Spillway Structure and 72" RCP Lump Sum $SIXTY 51k TNoasAw7 PIVC HµA016014- ' $ (o 00 $ (p6, SOO 33. 1 Construct Fishway Outlet Structure and 42" RCP e7 Lump Sum $Ti CAlrY EaU2 TNDUSANQ dPe' Nk t-�6 $ / 0 $ YH R a-c- + j i o0 34. 1 Care and Diversion of Stream During Construction ' Lump Sum $, VL-A) TNQuS4A1D Toro iYUA1Ajer4 T16ftTk $ $If O 35. 19 Furnish and Place Boulder Clusters in Channel Ton $ s�4Z-V�r�/TY F t e- $ $ 36. 1,000 Off-Site Disposal of Excess Material Ton $ E1 4- so $ 8 $ 8,8-00 luo 37. 80 Golf Course Disposal of Excess Material Cubic Yards $ + 110 $ $' `�y $ koo 38. 80 Cedar River Park Disposal of Excess Material Cubic Yards $ F l Je' e, O° $��" oa $ Q C) f L 39. 1 Restoration of Complete Project Lump Sum $Ei 68 T THe(jg4^./_4 F j APE' Itl11AAQ�EA $ g.SU O $ 00 Subtotal: $ 2 C14 3S-Q 8.2% Sales Tax: $,4 /3 7 r Total: $_,3l g.496 Contract Documents-Maplewood Creek Sedimentation Basin 1 . H:DOCS:96-446:D WC:ps `( •r BOND NO. 1321515 ' BOND TO THE CITY OF RENTON ' KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned VOU-ASHEK INDUSTRIAL & MARINE as principal, and AMWEST SURETY INSURANCE COMPANY corporation organized and existing under the laws ' of the State of NEBRASKA as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of$ 318,496.44 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 , Washington, this day of 19_. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG- q O`j6 providing for construction of Maplewood Creek Sedimentation Basin Reconstruction and Improvement Project ' (project name) 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. VMLASHEK INDUSTRIAL & MARINE AMWEST SURETY INSURANCE COMPANY Principal Surety i nature Sign Lure b1cffie J. Tedesco s C-1 /2F�r(4 Attorney in Fact Title 7 1 11 Title Contract Documents-Maplewood Creek Sedimentation Basin ' H:DOCS:96-446:DWC:ps .......... EXPIRATION DATE 5-10-97 POWER NUMBER 0000598115 ' READ CAREFULLY This document is printed on white paper containing the artificial watermarked logo(W )of Amwest Surety Insurance Company(the"Company")on the front and brown security paper on the back. Only unaltered originals of the POA are valid. This POA may not be used in conjunction with any other POA. No ' representations or warranties regarding this POA may be made by any person. This POA is governed by the laws of the State ofCalifomia and is only valid until the expiration date. The Company shall not be liable on any limited POA which is fraudulently produced,forged or otherwise distributed without the permission of the Company. Any parry concerned about the validity of this POA or an accompanying Company bond should call your local Amwest branch office at (503)284-2029 ' KNOW ALL BY THESE PRESENT,that Amwest Surety Insurance Company,a Nebraska corporation(the"Company"),does hereby make, constitute and appoint: JAMES F.CAMBURN MARIE J.TEDESCO PATRICIA A.FARIS ' AS EMPLOYEES OF DURHAM&BATES AGENCIES,INC. its true and lawful Attomey-in-fact,with limited power and authority for and on behalf of the Company a sur�ecute, ell affix the seal of the company thereto if a seal is required on bonds,undertakings,recognizances,reinsurance agreement for a Miller Ac of r perfo n bo or other written obligations in ' the nature thereof as follow: Bid Bonds up to$****500,000.00 �r Contract(Performance&Payment),Court,Subdivision$**1,5009000.00 ���.•••//// +( ' License&Permit Bonds up to$*****50,000.00 YY Miscellaneous Bonds up to$*****25,000.00 � and to bind the company thereby. This appointment is made under and by au a By-La emvllfich are now in full force and effect. I,the undersigned secretary of Amwest Surety Insurance Company,a Ne corporation H BY RTIFY that this Power of Attorney remains in full force and effect and has not been revoked and furthermore,that the re ons f the Board or fo h on this Power of Attomey,and that the relevant provisions of the By-Laws of the Company,are now in full force an ct. . Bond No. 1321515 Signed&sealed thi 3 o Au_ St A\,yz-�- Karen G.Cohen,Secretary ' ilr +IF 4r ilr rlr ilr ilr +IF �Ir +Ir ilr ONS T O DIRECTORS ilr ilr ilr alr ilr ilr ilr rlr +Ir qr • This POA is signed and sealed by facsimile under d by author' o t owl a utions adopted by the Board of Directors of Amwest Surety Insurance Company at a meeting duly held on December 1975: VY7 RESOLVED,that the President or any i e dent,in ijunc witty Secretary or any Assistant Secretary,may appoint attorneys-in-fact or agents with authority as defined or limited in the ins me yr encin �Wpoliptment' ac case,for and on behalf of the Company,to execute and deliver and affix the seal of the Company to bonds,undertaking, n' ces, liga) s of all kinds;and said officers may remove any such attomey-in-fact or agent and revoke any POA previously grante rson. h RESOLVED FURTHER,that an nd,unde gni ce suretysip obligation shall be valid and bind upon the Company: (i) when signed by the President o any Vi resr and and sealed(if a seal be required)by any Secretary or Assistant Secretary;or (ii) when signed by the President or any r e 'dent r ry or Assistant Secretary,and countersigned and sealed(if a seal be required)by a duly authorized attomey-in-fact or age 'o (iii) when duly executed and sealed(if a requirt one or more attomeys-in-fact or agents pursuant to and within the limits of the authority evidenced by the power of attorney issue ompany to such person or persons. ' RESOLVED FURTHER,that the si na re of any authorized officer and the seal of the Company may be affixed by facsimile to any POA or certification thereof authorizing the execution and del i ery of any bond,undertaking,recognizance,or other suretyship obligations of the Company;and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF,Amwest Surety Insurance Company has caused these presents to be signed by its proper officers,and its corporate seal to be hereunto affixed this 14th day of December,1995. / John E.Savage,Pre dent Karen G.Cohen,Secretary ' State ofCalifomia County of Los Angeles On December 14,1995 before me,Peggy B.Lofton Notary Public,personally appeared John E.Savage and Karen G.Cohen,personally known to me(or proved to me on the basis of satisfactory evidence)to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me all that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s) n t in m en he er n o he entitv u on behal ' of which the person(s)acted,executed the instrument. WITNESS hand and official seal. PEGGY d.IOFMN • �( \N S(/9 comrttYdw#10" 6� p Oqq -: N*W PJb1C—CaYbtnlo °`Q•`V �1 0S Signature (Seal) LoeMp«MCour>fY ' J;'Z `•((1_ e Lofton,Notary Pu ' My Comm.ExpkM Aug 6.1994 '� DEC.14, ' &RA`? a,, OEM, MINIM ggnnnnnnuaa r ' CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this _day of ' 19�0 . by and between THE ' CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and_Walashek Industrial & Marine. Inc. , hereinafter referred to as "CONTRACTOR." ' WITNESSETH: ' 1) The Contractor shall within the time stipulated, (to-wit: within - 40 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. CA G - 96- 0 U for ' improvement by construction and installation of: Maplewood Creek Sedimentation Basin Reconstruction and Improvement Project ' Construction within the OHWL shall be completed by no later than October 31, 1996. 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 Consultant 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 t Contract Documents-Maplewood Creek Sedimentation Basin ' H:DOCS:96-446:DWC:ps 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 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. ' 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. t Contract Documents-Maplewood Creek Sedimentation Basin ' H:DOCS:96-446:DWC:ps 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. 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 40 _ ' 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. ' 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 11. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. ' Contract Documents-Maplewood Creek Sedimentation Basin H:DOCS:96-446:D WC:ps ' 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 numbers $318,496.44 Three Hundred Eighteen' Thousand, Four Hundred Ninety Six Dollars and 44 cents wn«en 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. CONTRACTOR CIT OF RENTON li_IaL" ckav�l President/Partner/Owner Mayor jATTEST ' retary DEPUZt C>y Clerk I -d6a WALASHEK INDUSTRIAL & MARINE, INC . ' Firm Name check one ❑ Individual ❑ Partnership Q Corporation Incorporated in WASHINGTON ' 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. Contract Documents-Maplewood Creek Sedimentation Basin H:DOCS:96-446:D WC:ps 1 ATTACHMENT A CITY OF RENTON INSURANCE INFORMATION - SAMPLE i 1 i 1 i iContract Documents-Maplewood Creek Sedimentation Basin H:DOCS:96-446:DWC:ps r SEP 11 '96 11: 12AM_ DURHAM S BATES _ P.4i4 rnuna. cU06243324 T0: 1 ^ PA,GE:. 4 f SFPr ,4-96 WED 1.?:33 " . W.' 3HEY FAX"N0. 2G.,243324 P.,04 c CIZY OR RENTON, llumkY RESouRcps"&RISK MANAGEMENTNSURANCZ DEP1lR��w • �Td COrrrp kCTOWCO�qSUI,TANTa W111ASM( ACtt ��tt of�ra,ncrLttth4-IfeS lac spxifu;d in cantfatt7d'a and limit if nv.expwa blow: YCZ ff Np u the I Com=wdal,Gea ISO 1993 rsrl I iauilir�policy m.•" gnu Form or Pgaivai;,� (If ao.zaach n appp ofy,c policy mar {md caceraEes cicsrIy id�ified) 4 yes T•6 No ,CO OQ4�a�meodatfl�y�adonrIIr,�p�avldc�lre ` .. Yes C3 No -'-�+�►Iet1I A�jc�P�,tded as a`ptt PmI�basis(6G2-T317• m Yes „ d 2.1e • . ad�ittCnal.ta�uei aordiag pr�7. Fj Ya L7 Nc A]7 wVCagc oa a prinuuy basis aad naz.wwn dng L",W. 13 Yes ❑ 210 Walva Qf Subtaklaou Cjjte app=;ej. Sevtrabcliry cflm(-=Cla=ICE L4zkW apph, Dyes dNa Naricc cif C;n=jIaaaelNon-It4ww4 zx=ded to 4 5� da.� ® Yts D'NO' `To be XlOwn onecrof,Gol[afjajyrwrcc d Nol ngulred pr1S0 Ckurrrer.celQrn,tr 199G ar eevl.rr:ma3'cCro bn aulArea'v�,a�cr"rnne•oec At BESTS RA-1-Mr,FOR C1tsmMR COL A,"AV-t--... Umb l 1 Tl COL oanmrz sltr" of ialbrmativa Tbz qutstianaairc it not,na hum anc+c poiPolicyanQ does t area CEATMICATE Cr IIVSURAN(g a � Povcia ladiratd•oa Ile,attac&d POL10109 andltar T� �'OF REh!f at ila timt� �. 'r �!f'Qdt�du'doaF�FItpME � ON' op v��,aoDles�iLie. hdderpdoorto&a=aoa Of MMUL " n[JRtiAM w 6 �ATa5,At�CiES r IlVC, P+ ` •A6co4Yl8ro3ccr ��, �. •330 S.W.,6TH AVENM Ccmpktod (Ty X'e 04f nt "_', Ski 72 :. A6drest� �- � �4 ' Co I (503 � Nsroa of — _ } 224-5170 ➢tea to an=cl . TrlcptwaC Nub NVIE 1XlSQF7F�71aNN�;11�E,�RlST ECQWL-C ZD�ATrAmwToCFI2TIFICATEOF INSURIWCEFORLrACXUlVED' rr ,�G� 19 �. �a+,-rrca.cs.a�as,a mt�air, " •SEP 11 '96 11: i2AM DURHAM g BATES P.3i4 • ENDORSEMENT '.' In considcrat1on.or the premium charged, iris,hereby agreed and understood that PoIicy Number,5632463 ' issued'by qt011, Insurance Company, is amended to include ihe,,toilowing .Leans And conditions as respects Contract Number CAG_yam issued by the(OWNER). . 0 9 6 HARZA NORTHWEST . ,. L- ADDITIONAL LNSURED. The OWNER and CITY OF RENT6N AND•'(C(O 'fOR),• ,their elected.,,or appointed officers, officials, employees, subconsullants, 'and.voluatcers.are inciuded as additionally instsrpd moth regard to damages and derensc of claims arising from: (a), activities performed.by or orvbehalf of the NAMED INSURED;or(b)products and completed operations of'thc NA1v4ED INSURED,or(c)premises oward, leased or used by the.NAMED INSURED. 2. CONTRXBUTION NOT REQPLRED. As respects: (a)worts performed by the NAMED INSURED for or on behalf of the OWNS 'R, of r u(b) p od cts sold by the NAMED INSURED to the OWNER; or (c) premises leased by the NAKED INSURED from the OWNER, the, afforded by, this' Policy shalt be, primary insurance as respects the OWNER, or any other insured; 'its elected or; ''• appointed officers, officials; employees, subcoasultanis or voluntcus; or stand in an unb'rokcn'chain of coverage excess of the NAMED INSURED'S scheduled underlying primary coverage: In either, event;any other insurance niaintained by the OWNER, or any other Rnsured, its elected'or.appointed .� offncers,,officials, employ=, subconsvltants or volunteers shall be in excess of this irnsuranoe and shall not contribtitc with it. 3.• .SEVERABtLn-I' OF INTEREST: The inclusion of more than one Insured'unndes this.policy shall ' not k5ect the rights of.any Insured as aspects any claim, suit or judgment made oor brought by or fbr any other,Iasttred,or,by or for any employee of any'other las=&L This policy,shall,protect each ' Inscuredlin the Marne manner,as,through a separate policy bad been issued to.each,xj=pt'tliat notWng -'' herein shall operate:to inctease.tlie coiapany's:liabUity beyond the amount or.amounts for•which"the ' company would:have becn'liabl'c had only one in=ed been named CANCELLATION NOTICE..The inm=ce afforded by this policy shall-not be,suspended;voidcx, canceled, reduced in coverage or in limits except after FORTY-FIVE (45) days:prior wiittcn'notscc by certified"rnail;rct= i6ccipt requested has been given to the OWNER :Such notice shall,bd- addressed ta'(a)`thc'OWNEIt and(ts) the CONTRACTOR fi CLAIM,,REPORTING.'';;The.OWNER has no obligation to report occuircaccs ualess"b{Claim bas•be 'blcd OWNER= with the •;. `.,��;>���, :•' <i;,,;•• .� r�if;:': , 6. AGGRE.GATE'LIA1 : The General Aggregate Limit undo Limits'of-Iasurdnoc appliesst-paraicly;':'�,f�: to the above named`contract for the above named OWNER 8' .30/_96. DURHAM & ,BATES,AGF2ICIFSr INC. Date, Autho atativc Signature r :' ;. ;SEP 11 '96 11: 10AM DURHAM & DATES P.214 - • ' " ' c '9 J)v)'`.' 110 a w ,q ,Su n•; )i « a;r- �c.i• .k:Y%ori •r, " S " 1llf DATE MCnwaw/ Ilt S Ft JX3Y iy 4JF � 11 5r4w' •�,���® NM\^� . r � �r �,r r Jw•V; XV N! � .�''��. � � �")r..��`4 N,. ' A �s ag "' na` �iM:ty r; y ...:..��9/ 5 2996• f�".6� '.,:tfiakTyY.3GRn:r4a.4&�'ir., '.�.` .<tTri,"u�•srl�b?v.�r.���.ioYSY'a�"arG-:...F;1X3s;.a`��.'�t��$; �;i< iC.`.�� :R••.•.t �;�,.eqa-•. � ., ai .i THIS CERTIFICATE'15 ISSUED A&:A MATTER OF'INFORMATION ONLY jLND CONFERS NO RIQHTS.UPON THE CERTIFICATE-.HOLDEN.'THIS CERTTFICATE Vitrha�a:,_and: 8,ste's 'Ageaaiss Inc. DOE9'NOT;AMEND,.EXTEND OR ALTER THE COVERW 'AFFORDED,8Y'TWE 3 .0•':S' '.W' `BI Avenu9 i PQUCIEB a Low. ::....:..., .... ..........r..,....................... .. .po tl 4d,''"OR 7 O d COMPANIES AFFORDING CO�IERAGE ............... ................... ...... .... MANY A 'LEXIN6TOIdNSQRANCE CO• ':: ,liE{IIaEJi , '8 � AMERICAat '8T•ATEB 'SNC 'CO LErreR , iLA88ER , ,NbIIBTRIAL .& � C SIGNAL XUT`UAL INS ASSN l ARIii$' INC .... .......................................' ...........:..... ...................... ., i . 323 6,'•' STS'•AVENOE, S.W. . T.I L LEM COW ANY A$ATTi .."WA, .9g 13 d . .......................:,,,.:. ""r D AMERTCAN •INTBRNA BPEC �LINES COMPANY E ••rTINHO, �„ RE L CES _I ii F. IFATE � �' '- m3,TC CEn!F';THATTHE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE-INSURED;NAMED ABOVE"FOR THE POUCY'PERIOD Tta. NOTWffHSTANDiNQ,ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WrIH RC•a4PECT'TO'WHICH THIS 'COMFIPATE•MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO,AL1 TH9 TERMS, EXCIUEiONS;ANO,,CONoinoN3..OF,:SUCN•POUOI!S: LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS:.._................... L tYPG bI MSYiL1MQs. I Jq ICT MUtrtBEN :10l,ICT OTIM dE iPOLICT EKIWATON i YiRS liz 1 PAWWv) pIAlgWrl Aioi�aut eUeasnr ... . : ....r.r.... ...3................................................ ,.......„ „,.. ....; 0"'ini ' ';r;C6AhIlS 1NAt:,OB1 PA-LWaLM- :7Ft00t1CT3COM�AP AbG ?i• x sraa a s ..................i:, 1:i,Q.aA.r:a��P, %. : t:��'�• O Z/2 8/9 6 POV0NAL'6'AOV.NWRY 'n , ' Qcow• --t--� i 03/O1/97......... ....:.:....:.:....... ..... tr...;.,.,r...�, �. i EAa cam' caMaAeXaa� :-� - OcaiRRE�I s],rY+oT '000 O.OD•:• :BHIF?tiEPAIR, LL: i - XeMJ 11FE.DAAt+10 my:ana nvy. -tD...... v 1 a 50. 0'0 i �. . �a t +� MED.E7PDlSE (Any are Aareen. i •,;Autolioeia NIJAe,NNt1I7 . . "�x+ :COMBINED SINGLE 'AAr�Wrd' C� 71 ;i 1 I � "` �0,00 7'000 u%Owt+EpAUT03 �•* : j02/28/96 02/2'8/97-emLymm" , i,(ror parson)- ?i ' & KN6•Aa>tafi, ODDLY wiilri $,='NON fIMMED'AUiDB "t`' I (r • 'f ";>'`V i.,P.r selldsn0 }. ..;. ,, S C.. ` +`.'� t:�, r4 y'';J; ; : • ....................... ......... .....................,,,.....,... - _•i.. ..K I �, DDD � � `�y,.1r � L,•1 ?RiOP'ERIY DiNdAGE ;i „' 1 7 WN441TT' ;. 1,EACH �' 0.0 0•',O d•Q FDA+ CLM?7aM 0 2/2 8/9 6 .................. i'�%l:Z,l'u n•.'•1.y•....,%:!7.•F`.'�i5s• )':R-'. F fs{Yb;Y.:wi. g':QTM6R TiWiaMABi1p LA FORM w., •�3'.&rZ?:.n .:a,:ssri7 ?,'<'r.. y":5:;, L,,.i•.r.: ..�,.. ..1.. «.hi •i1.. ...r... ..........:...................r.....,� ........ ......� ................. ..................«..}. ...d•:c:r:fYr::r:.I.«...':.�s.ir.r.r..w�;.,:..L:.rr.;,�':�,:..)n^a�issp;..,Y;:�'A`b'F�k.:..'. ..-.. .,.�..i.......�.. . .l,�.V,WI.1 Lvl..i ��f!' 4:ti�vn•..'�M•`y,',•:,{�y�4: ;,,' •�• ,�� JIMI L�'R'Y:•GO{IPBIBATNt�11y ............................ • i.i".,.r...�n..ne \ti 2'6�.'i.;t , r Ara EAG11 ACCIDE?!r ..1p................................�...... •'wr' . r . .. • :•DNS Ne?ACN PIf:i m• „3 I- .. : .... o.......................��.:,::...... ....,...........,.....:..._... ... { $`<illiJ $I1 TiyN Ccnag71 102/28/96 02/28/97: PER ;PERSON 10ob0,,,00:0- . ,?$TOP- 'Gl�P,`•' PER ACEI'DE•NT 1';000:;O9O0 .............................................. ... : . ..... ......................:.. ... . .. ...................r.,... ........... ;.... �• .:,,.. •� :,,.. . .:.,. ..s+vnitDt�a+aretui..rteirst... , Oi1611A eM1OCIITIbN •- , . re•s.;,; 'Rapi6vood',•CreNek, Sedimentation Basis Reconstruction and : Ymppt vemtnt :Fro feet. CITY OF RENTON & BARZA VORT ST Z8. AN AQDITIONAL INSURED- AS .RESPECTS LIABILITY ON ABOVE PROJECT 3 . WAYVER OF APIPLIES•• POL C 8 PRIMARY & NON CONTRIBUTORY. �' t1t9.a Y. A�� �.,!f•.����.5 ..ib�'S".�v�.".Y)�}t7Y 9�1-'��.�kJ9. :�A.f4f[i �Y��gaYt�t2�..� A�-Y"i4'.v�� � h•�4. �� � ��'� \.: SHOULD ANY,OF THE ASOVE'DESCRIBED POUCIES'BE CANCELLED BEFORE THE ' �' EXPIRATION DATE THEAEOF, THE LtS4JINa'COMPANY WILL ` . MAIL 45 DAYS-WRITTEN NOTICE TO THE,CERTIFICATE,HOt.DER'.NAMFP•TO,TNE ctY..;aF' fafv�ra�f�; WA$s=rraToar. LE+r ATSIiT;.. :3El.VZRLY-':NELSON-GLODE 41*Lt+';"AViki--.1 TB au"low aTw Rr�"N ON` A 98'055' ' N -� .q :,iY .,'M:xsi<t�13�"',^:Y� �+"r�.„�y �i. .'a Y.•�•it"'%� i..3 i.:i�.. POOR, �x tics' CITY OF RENTON • CONSTRUCTION CONTRACTS INSURANCE AND RELATED REQUIREMENTS MINIMUM INSURANCE COVERAGES AND REQUIREMENTS The (CONTRACTOR) shall obtain and maintain the minimum insurance coverages set forth below. By requiring such minimum insurance, CITY OF RENTON shall not be deemed or construed to have assessed the risks that may be applicable to the(CONTRACTOR) under Contract Number The (CONTRACTOR) shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages.. Coverages (1) Commercial General Liability - ISO 1993 Form or equivalent, written on an occurrence basis, including: • Premises and Operations (including CG 2503 general aggregate to apply per project if applicable) • Explosion, Collapse and Underground Hazards • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability (2) Automobile Liability including all • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles (3) Workers'Compensation • Statutory Benefits(Coverage A)-Show Washington Labor&Industries Number (4) Umbrella Liability(when necessary) • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. When the contract includes performance of work involving professional activities (i.e. architectural, engineering, computer programming, or advertising) or pollution risk to the environment, the City may also require the following coverages: (5) Professional Liability the (CONTRACTOR) shall maintain professional liability covering wrongful acts, errors and/or omissions of the (CONTRACTOR) for damage sustained by reason of, or in the course of, operations under this Contract. 21 /mama Contrw Gi kl� BNG: RW Revved 995 (6) Pollution Liabilitythe City- t) may require this coverage to include sudden and gradual coverage for third party liability including defense costs and completed operations whenever work under this contract involves pollution to the environment. LIMITS REQUIRED The(CONTRACTOR) shall carry the following limits of liability as required below: Commercial General Liabilitv General Aggregate* $ 2,000,000 Products/Completed Operations Aggregate S 2,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 Fire Damage(Any One Fire) S 50,000 Medical Payments(Any One Person) S 5,000 Stop Gap Liability S 1,000,000 *General Aggregate to apply per project(ISO Form CG2503 or equivalent) ■ Automobile Liabilitv Bodily Injury/Property Damage $ 1,000,000 (Each Accident) Workers'Compensation Coverage A(Workers' Compensation)-Show Washington Labor&Industries Number Umbrella Liability Each Occurrence Limit $ 1,000,000 General Aggregate Limit $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 Professional Liability(If required) Each Occurrence/Incident/Claim $ 1,000,000 Aggregate S 2,000,000 (The City may require the CONTRACTOR keep this policy in effect for up to two(2)years after completion of the project) Pollution Liability(If required) To apply on a per project basis Per Loss S 1,000,000 Aggregate S 1,000,000 hn urn Contract Guidck� BNG: RW 22 Revd W ADDITIONAL REQUIREMENTS (CONTRACTOR) shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers as Additional Insureds (ISO Form CG 2010 or equivalent). (CONTRACTOR) shall provide CITY OF RENTON Certificates of Insurance and copies of policies, if at our sole discretion it is deemed appropriate Further,all policies of insurance described above shall: 1) Be on a primary basis nor contributory with any other insurance coverages and/or self-insurance ' carried by CITY OF RENTON. 2) Include a Waiver of Subrogation Clause. 3) Severability of Interest Clause(Cross Liability) ' 4) Policy may not be non-renewed, cancelled or materially changed or altered unless forty-five (45) days prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF RENTON by certified mail. The (CONTRACTOR) shall promptly advise the CITY OF RENTON in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At his or her own expense the (CONTRACTOR) will reinstate the aggregate limits to comply with the minimum requirements and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. Required insurance coverages shall be maintained throughout the term of this contract and, except Automobile Liability and Workers' Compensation for a period of two(2)years after the date of substantial completion of the project. 23 Ins a Contact CAndelinm BNG: RW Revn&d 5195 1 G1 �� a ENDORSEMENT In consideration of the premium charged, it is hereby agreed and understood that Policy Number 1 issued by Insurance Company, is amended to include the following terms and conditions as respects Contract Number issued by the(OWNER). 1. ADDITIONAL INSURED, The OWNER and (CONTRACTOR), their elected or appointed officers, officials, employees, subconsultants, and volunteers are included as additionally insured with regard to damages and defense of claims arising from: (a) activities performed by or on behalf of the NAMED INSURED;or(b)products and completed operations of the NAMED INSURED,or(c)premises owned, leased or used by the NAMED INSURED. 2. CONTRIBUTION NOT REQUIRED. As respects: (a)work performed by the NAMED INSURED ! for or on behalf of the OWNER; or (b) products sold by the NAMED INSURED to the OWNER; or (c) premises leased by the NAMED INSURED from the OWNER, the insurance afforded by this policy shall be primary, insurance as respects the OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or volunteers; or stand in an unbroken chain 1 of coverage excess of the NAMED INSURED'S scheduled underlying primary coverage. In either event,any other insurance maintained by the OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or volunteers shall be in excess of this insurance and shall not contribute with it. 3. SEVERABILITY OF INTEREST. The inclusion of more than one Insured under this policy shall not affect the rights of any Insured as respects any claim, suit or judgment made or brought by or for any other Insured or by or for any employee of any other Insured. This policy shall protect each Insured in the same manner as through a separate policy had been issued to each, except that nothing herein shall operate to increase the company's liability beyond the amount or amounts for which the company would have been liable had only one insured been named. 4. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended,voided, 1 canceled, reduced in coverage or in limits except after FORTY-FIVE (45) days' prior written notice by certified mail return receipt requested has been given to the OWNER Such notice shall be addressed to(a) the OWNER and(b) the CONTRACTOR ' 5. CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has be filed with the OWNER 6. AGGREGATE LIMIT. The General Aggregate Limit under Limits of Insurance applies separately to the above named contract for the above named OWNER- Date AuthorizedRepresentative ep esentailve Signature 1 t Insurance Contract GuWdints BNG: RW 20 Revised SAS CITY OF RENTON ' HUMAN RESOURCES & RISK MANAGEMENT DEPARTMENT INSURANCE INFORMATION FORM ' CONTRACTOR/CONSULTANT: PROJECT NUMBER STAFF CONTACT: Certificate of Insurance indicates the coverages and limits specified in contract? If no,explain below: ❑ Yes ❑ No 4 the Commercial General Liability policy form an ISO 1993 Occurrence Form or Equivalent? ❑ Yes ❑ No (If no,attach a copy of the policy with required coverages clearly identified) CG 0043 Amendatory Endorsement provided?*A ❑ Yes ❑ No CGL General Aggregate provided on a"per project basis(CG2503)?* ❑ Yes ❑ No Additional Insured wording provided?* ❑ Yes ❑ No All coverage on a primary basis and non-contributing basis?* ❑ Yes ❑ No Waiver of Subrogation Clause applies?* ❑ Yes ❑ No Severability of Interest Clause(Cross Liability)applies? ❑ Yes ❑ No Notice of Cancellation/Non-Renewal amended to 45 days?* ❑ Yes ❑ No *To be shown on certificate of insurance A Not required if ISO Occurrence form is 1990 or earlier; may also be assumed under contract. AM BEST'S RATING FOR CARRIER: CGL Auto Umb Professional ' 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 Completed By(Type or Print Name) ' Address Completed By(Signature) Name of person to contact Telephone Number NOTE: THIS Q UESTIONNAIRE MUST BE COMPLETED AND ATTACHED TO CERTIFICATE OF INSURANCE FOR EACH LINE OF COVERAGE 19 tuuu Co bsa Guxkiuws BNG: RW Revised 5,95 CITY OF RENTON INSURANCE INFORMATION FORM FOR- ABC Construction Company; Install and Remove USTs and build Fire Sta PROJECTNUMBER: Renton 100A FFCONTACT: Beverly Nelson—Glode Certificate of Insurance indicates the coverages/limits specified in contract? -'s Yes ❑ No Are the following coverages and/or conditions in effect? X`0 Yes ❑ No The Commercial General Liability policy form is an ISO 1993 Occurrence Form or Equivalent? IET Yes ❑ No (If no,anach a copy of the policy with required coverages clearly identified) CG 0043 Amendatory Endorsement provided?* =U Yes ❑ No ' General Aggregate provided on a "per project basis (CG2503)?* -70�Yes ❑ No Additional Insured wording provided?* :0:Yes ❑ No Coverage on a primary basis and non-contributing basis?* Mc Yes ❑ No ' Waiver of Subrogation Clause applies?* $k Yes ❑ No Severability of Interest Clause (Cross Liability) applies? ZY,Yes ❑ No Notice of Cancellation/Non-Renewal amended to 45 days?* Kc Yes ❑ No *To be shown on certificate of insurance AIM BEST'S RATING FOR CARRIERS: GL AXIV Auto AXIV Umb AXIII Professional A++ XV This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not amend, emend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific declaration pages FROM awarded bidder prior to execution of contract. Arthur J . Gallagher & Co. Priscilla McCoy AgencyBroker Completed By(T)pe or Print Name) 7900 E. Union Ave, Denver ' Address Completed By(Signature) Priscilla McCoy 303-773-9999 Name of person to contact Telephone Number NOTE. THIS QUESTIONXAIRE;1/UST BE COAlPLE=.4NDATT4CHED TO CERTIFIC-fTE OF INSURANCE SPECIMEN 19941995 Concha Guid,!n BNG: RW 14 ANOu�7 �` . . \ , ::..... ISSUE DATE(MM/DD/YY) H0111127.; '"'C ERTIFICATE iCATE OF I f SU R NCE ......;: .—: >::........:::;:;:;....;....?;......:....isi;:i:`:::i::ii isisi::is i::::::;::::;;:::i;.':::;:i;::;:::::;::; 12104194 .. .. ...... _. .-... .... ..... . .. PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY ANC CONFERS NO RIGHT UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY TH. AR77IURJ.GALLAGILER&CO.-DF_NVER POLICIES BELOW. 7900 E UNION AVENU$SUITE 200 DENVER, CO 8023 7-2 73 7 COMPANIES AFFORDING COVERAGE ...... (303)773-9999 i COMPANY A LETTER AE7NA CASUAL7YAND SURE7YCOMPANY PRISCILLA A.MCCOY COMPANY B HREMAN'S FUND INSURANCE COMPANY................................................................. INSURED LETTER COMPANY C NA7701VAL UMON FIRE INSURANCE COMPANY ABC CONS77ZUCITON COMPANY LETTER .................................................................................................................................................................... 1000 FIRST AVENUE COMPANY AJNYTDWN, WA 00000 LETTER D ET ............. ........................................................ COMPANYLETTER ............... ....... E COVERAGES: _. THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ......:.......................................................................................................................................................................................................................................................................................I......... CO: POLICY EFFECTIVE POLICY EXPIRATION LTR TYPE OF INSURANCE POLICY NUMBER DATE(MM/DD/YY) DATE(MWOD/YY) LIMITS ' GENERAL LIABILITY RODUCTS CO /OP AGG. .......Z'000,0� A i> - PKG1000000-095 01/OIF95 01101196 ;GENERAL AGGREGATE :$ X !COMMERCIAL GENERAL LIABILITY _.._......_._..... .:$ P MP $ 2,000,0 .'CLAIMSMADE X OCCUR' - :PERSONAL&ADV.INJURY :$ 1,000,000 (Gefreral aggregate OWNER'S&CONTRACTOR'S PROT• applies per project) EACH OCCURRENCE $ 1,000,000 X STOP GAP LIA.INCL FIRE DAMAGE one fife) .$ 50,000 .......... ........................................ ......... i ........ ...'..n..........erson). ............... .. i MED.EXPENSE(Any one person :$ 5,000 AUTOMOBILE LIABILITY A :..-..,... AU71D100000-095 01/0Ii95 01/01/96 i COMBINED SINGLE ..'.....•..•.-.. 5...•.••.1,000.000..-.MIT X :ANY AUTO ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS :(Pei Person) ' ,HIRED AUTOS BODILY INJURY :.. ...... � :NON-OWNED AUTOS (Pe AcoidenU $ . . ....GARAGE LIABILITY : .... PROPERTY DAMAGE S g 'EXCESS LIABILITY XSLIOOOOOO-095 01101195 ? 01101196 EACH OCCURRENCE IS 1,000,000 X (UMBRELLAFORM :AGGREGATE S 1,000,000 OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION LABOR AND INDUSTRIES - 01/01;95 Ol/Ol/96 _ STATUTORY LIMITS E.WPLOYFR I.D.NUMBER :EACH ACCIDENT :S AND ........................ ................. DISEASE-POLICY UMIT c$ EMPLOYER'S LIABILITY ....................................................................................... � DISEASE-EACH EMPLOYEE $ C OTHER POLLUTION COVERAGE: POLL100000-095 01/01/95 - 01101196 $1,000,000 PER LOSS CONTRACTORS COK $1,000,000 AGGREGATE;CLALSfS. FORSf SPADE FORM;APPLIES PER PROJECT BASIS;$75,000 DED PER LOSS COMPL OPS:2 YEAR=ENSION DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS RE; CONTRACT#RLYTON 100001;IN.ST 1LLA77ON AND RLNOV 1L OF U,YDL-RGROUND STORAGE TANKS INCLUDING CONSTRUC77ON OF NEW FIRE ST 1T7ON. C17Y OF RENTON IS AN ADDITION 1L INSURED ON GL,POLLUTION,AND U3fBREL A AS RESPECTS ABOVE CONTRACT. WAIVER OF SUBROGATION APPIIE4;POLICY IS ON A PRIMARY BASIS AND.NOT CONTRIBUTORY,•CGOO f3,t tfENDATORY F-�VDORSLifEVT PROVIDF0 CERTIFICATE HOLDER: CANCELLATION 1 _ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL lttetttton:BEVERLYNILSON-GLODf MAIL �5 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE CITY OF RLN71ON, WASIIINGTON 200 5fILL AVENUE SOUTII LEFT, RLVTON, WA 98055 AUTHORIZED REPRESENTATIVE ACOFID 25-5(7/90) ACORDT CORPOORAT#OK.I990 1 1 i 1 PREVAILING MINIMUM 1 1 HOURLY WAGE RATES 1 1 1 1 1 1 1 1 1 1 Contract Documents-Maplewood Creek Sedimentation Basin H:DOCS:96-446:DW C:ps 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 KING COUNTY ' Effective 03-02-96 (See Benefit Code Key) ' Hourly Hourly Over Wage Fringe Time Holiday Note Classification Rate Benefits Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $19.51 $4.65 1M SD BOILERMAKERS ' JOURNEY LEVEL $23.57 $8.76 1 R 5N BRICKLAYERS&MARBLE MASONS JOURNEY LEVEL $23.09 $5.38 1 R SA. CABINET MAKERS(IN SHOP) JOURNEY LEVEL $11.71 $0.00 1 CARPENTERS ACOUSTICAL WORKER $22.28 $5.81 1M 5D ' CARPENTER $22.12 $5.81 1M SD CREOSOTED MATERIAL $22.22 $5.81 1M 5D DRYWALL APPLICATOR $22.12 $5.81 1M 5D ` FLOOR FINISHER $22.25 $5.81 1M 5D FLOOR LAYER $22.25 $5.81 1M 5D FLOOR SANDER $22.25 $5.81 1M 5D MILLWRIGHT AND MACHINE ERECTORS $23.12 $5.81 1M 5D PILEDRIVER $22.12 $5.81 1M 5D SAWFILER $22.25 $5.81 1M 51D SHINGLER $22.25 $5.81 1M 5D STATIONARY POWER SAW OPERATOR $22.25 $5.81 1M 5D STATIONARY WOODWORKING TOOLS $22.25 $5.81 1M 5D CEMENT MASONS CEMENT MASON $21.59 $7.27 1N 6E CONCRETE SAW $21.84 $7.27 1N 6E CURB&GUTTER, SIDEWALKS $21.59 $7.27 1N 6E CURING $21.59 $7.27 1N 6E FINISH COLORED CONCRETE $21.84 $7.27 1N 6E GUNITE NOZZLE PERSON $21.84 $7.27 1N 6E MASTIC, EPDXY, PLASTIC $21.84 $7.27 1N 6E PATCHING& PAVING $21.59 $7.27 1N 6E POWER TOOLS&GRINDERS $21.84 $7.27 1N 6E SANDBLASTING $21.84 $7.27 1N 6E ' SEALING COMPOUND $21.59 $7.27 1N 6E TROWEL MACHINE ON COLORED SLABS,COMPOSITION OR KALMAN $23.09 $7.27 1N 6E FLOORS TROWELING MACHINE, CURB&GUTTER MACHINE,SCREED& $21.84 $7.27 1N 6E RODDING MACHINE TUNNEL WORKERS $21.84 $7.27 1N 6E UNDERLAYMENT $21.84 $7.27 1N 6E DIVERS&TENDERS ' DIVER $54.19 $5.81 1 M SD 8A DIVER TENDER $24.11 $5.81 1M 5D DREDGE WORKERS 1 ASSISTANT ENGINEER $21.50 $6.81 1N 5D 8L Page 1 KING COUNTY Effective 03-02-96 ' (See Benefit Code Key) Hourly Hourly Over Wage Fringe Time Holiday Note Classification Rate Benefits Code Code Code ASSISTANT MATE(DECKHAND) $21.07 $6.81 1 N 5D 8L BOATMEN $21.50 $6.81 1 N 5D 8L CRANEMAN $21.55 $6.81 1 N 5D 8L ENGINEER WELDER $21.55 $6.81 1N 5D 8L ' LEVERMAN, HYDRAULIC $21.93 $6.81 1 N 5D 8L MAINTENANCE $21.07 $6.81 1 N 5D 8L MATES $21.50 $6.81 1 N 5D 8L OILER $21.15 $6.81 1 N 5D 8L DRYWALL TAPERS JOURNEY LEVEL $22.45 $5.21 1.1 5A , ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $8.00 $1.37 1J SA ELECTRICIANS-INSIDE CABLE SPLICER $26.74 $7.61 11 6H ' CABLE SPLICER(TUNNEL) $29.41 $7.67 1J 6H CERTIFIED WELDER $25.53 $7.57 11 6H CONSTRUCTION STOCK PERSON $13.37 $4.61 11 6H , JOURNEY LEVEL $24.31 $7.53 1J 6H JOURNEY LEVEL(TUNNEL) $26.74 $7.61 11 6H ELECTRICIANS-MOTOR SHOP CRAFTSMAN $13.95 $1.42 2A 6C JOURNEY LEVEL $13.29 $1.40 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $26.37 $6.17 4A 5A 8E , CERTIFIED LINE WELDER $23.81 $6.08 4A 5A 8E GROUNDPERSON $16.89 $4.84 4A SA 8E HEAD GROUNDPERSON $17.97 $4.88 4A 5A 8E HEAVY LINE EQUIPMENT OPERATOR $23.81 $6.08 4A 5A 8E JACKHAMMER OPERATOR $17.97 $4.88 4A 5A 8E JOURNEY LEVEL LINEPERSON $23.81 $6.08 4A 5A 8E LINE EQUIPMENT OPERATOR $20.54 $4.97 4A 5A 8E POLE SPRAYER $23.81 $6.08. 4A 5A 8E POWDERPERSON $17.97 $4.88 4A 5A 8E ELECTRONIC&TELECOMMUNICATION TECHNICIANS ' JOURNEY LEVEL $12.07 $0.00 1 ELEVATOR CONSTRUCTORS CONSTRUCTOR $17.87 $7.65 4A 61 MECHANIC $25.53 $8.30 4A 61 MECHANIC IN CHARGE $28.72 $8.57 4A 61 PROBATIONARY CONSTRUCTOR $12.77 $0.32 4A 61 FABRICATED PRECAST CONCRETE PRODUCTS ' ARCHITECTURAL AND PRESTRESSED CONCRETE-All Classifications $9.10 $0.00 1 ALL OTHER CONCRETE PRODUCTS-Clean-up $13.70 $2.73 1 B 6S ALL OTHER CONCRETE PRODUCTS-Fabricator $13.95 $2.73 1 B 6S ALL OTHER CONCRETE PRODUCTS-Gunite $13.95 $2.73 1 B 6S ALL OTHER CONCRETE PRODUCTS-Maintenance $14.45 $2.74 1 B 6S ALL OTHER CONCRETE PRODUCTS-Operator $13.95 $2.73 1 B 6S ALL OTHER CONCRETE PRODUCTS-Rebar $13.95 $2.73 1 B 6S , ALL OTHER CONCRETE PRODUCTS-Welder $13.70 $2.73 1 B 6S ALL OTHER CONCRETE PRODUCTS-Wet Pour $13.70 $2.73 1 B 6S ALL OTHER CONCRETE PRODUCTS-Yard Patch $13.70 $2.73 1 B 6S Page 2 1 1 1 1 1 1 1 1 PERMITS 1 1 1 Hydraulic Project Approval Short-Term Water Quality Modification - DRAFT 1 Army Corps of Engineers - Nationwide Permit 26 1 1 1 1 1 1 1 ' HYDRAULIC PROJECT APPROVAL R.C.W. 7 5 . 2 0 . 10 0 DEPARTMENT OF FISHERI General A nistratio Bldg. R.C.W. 75 .20. 103 Olympia, "Was ngt 98504 June 26, 1996 (206) 7 6650 DEPARTMENT OF FISHERIES (applicant should refer to this date in all correspondence) ' PAGE 1 OF A� PAGES 10 LAST NAME FIRST 18 CONTACT PHONE(S) ICONTROL NUMBER City of Renton Surface Water (206) 277-6193 00-C3239-01 ' 19 STREET OR RURAL ROUTE Ut1 lit V 7� ® q❑ WRIA 200 Mill Avenue South ATTN: Dan Carey 08. 0302 CITY STATE ZIP 14 17 Renton WA 98055 12 ATER TRIBUTARY TO , 11 TYPE OF PROJECT Maplewood Creek Cedar River Sediment Basin and 13 UARTER SECTION TOWNSHIP RANGE(E-W) COUNTY ' SECTION 21 22 23N 05E King Fish Channel ————————— ————————————— ---- --------- TIME LIMITATIONS• 51 THIS PROJECT MAY BEGIN ©AND MUST BE COMPLETED BY Immediately-Pry 5 June 26, 1999-Pry 5 THIS APPROVAL IS TO BE AVAILABLE ON THE JOB SITE AT ALL TIMES AND ITS PROVISIONS FOLLOWED BY THE PERMITTEE AND OPERATOR PERFORMING ' THE WORK, SEE IMPORTANT GENERAL. PROVISIONS ON REVERSF. SIDE OF APPROVAL, 1. NOTIFICATION REQUIREMENT: The permittee or contractor shall notify the Area Habitat Biologist (AHB) listed below, by fax at (206) ' 391-6583 or mail at Washington bepartment of Fish and Wildlife IWDFW) , Office Park, Suite 240, Bldg E, 22516 SE 64th Place, ssaquah, WA 98027 , of the project start date. Notification shall be received by the AHB at least 3 working days prior to the start of construction activities. The notification shall include the permittee' s name, project location starting date for work, and the control number for this H drauiic Pro]]ect Approval (HPA) . The A HB shall also be contacted a� (206) 392-9159 within 7 days of com- pletion of work to arrange for compliance inspection. ' 2 . Work shall be accomplished per plans and specifications entitled "MAPLEWOOD CREEK SEDIMENTION BASIN RECONSTRUCTION AND IMPROVEMENT PROJECT, " and "MAPLEWOOD CREEK FISH CHANNEL PROJECT, " each dated June 6, 1996, submitted to WDFW, except as modified by this HPA. These plans reflect design criteria per Chapter 220-1 0 WAC. A copy of these plans shall be available on site during construction. ' 3 . The following revisions shall be incorporated into the project plans prior to the bid opening: a. the addition of a second 42-inch outlet pipe from the sediment pond in case the fish ladder location needs to be changed; b. boulders to be placed in the stream channel upstream of the sediment pond shall be clustered, rather than being laced straight across the channel, and spaced 20 to 25, rather than ' 15 feet apart; ' SEPA: DNS by City of Renton, March 19 , 1996 REGIONAL HABITAT MANAGER - Larry Fisher (206) 392-9159 PATROL - Boone 030 [Pl] ' APPLICANT - WILDLIFE - READER - PATROL - HAB. MGR. - WRIA DEPARTMENT OF FISHERIES / �� / DIRECTOR ' 61 l WASHINGTON DEPARTMENT OF FISH AND WILDLIFE ' 600 CAPITOL WAY NORTH OLYMPIA,WASHINGTON 98501-1091 (360) 902-2534 ' This Hydraulic Project Approval pertains only to the provisions of the Fisheries Code (RCW 75.20). Additional_ ' authorization from other public agencies may be necessary for this project. GENERAL PROVISIONS ' This Hydraulic Project Approval shall be available on the job site at all times and all its provisions followed by the , permittee and operator(s) performing the work. The person(s) to whom this Hydraulic Project Approval is issued may be held liable for any loss or damage to fish life or fish habitat which results from failure to comply with the provisions of this Hydraulic Project Approval. ' 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 or a gross misdemeanor charge, possibly punishable by fine and/or imprisonment. ' All Hydraulic Project Approvals issued pursuant to RCW 75.20.100 or 75.20.160 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 permittee has the right pursuant to Chapter 34.04 RCW to appeal such decisions. ' All Hydraulic Project Approvals issued pursuant to RCW 75.20.103 may be modified by the Department of Fish and Wildlife due to changed conditions after consultation with the permittee: PROVIDED HOWEVER,that such modifications shall be subject to appeal to the Hydraulic Appeals Board established in RCW 75.20.130. t APPEALS -GENERAL INFORMATION iF YOU WISH TO APPEAL A 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 75.20.100, 75.20.103, 75.20,106, AND 75.20.160: ' 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. ' It is recommended that an aggrieved party contact the Area Habitat Biologist and discuss the concerns. Most problems are resolved at this level, but if not, you may elevate your concerns to his/her supervisor. A request for an INFORMAL REVIEW shall be in WRITING to the Department of Fish and Wildlife, 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. ' The 30-day time requirement may be stayed by the Department if negotiations are occurring between the aggrieved party and the Area Habitat Biologist and/or his/her supervisor. The Habitat Protection Services Division Manager or his/her designee shall conduct a review and recommend a decision to the Director or its 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-J50) OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 75.20.100 OR 75.20.106: A person who is aggrieved or adversely affected by the following Department actions may request an 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, 600 Capitol Way North, Olympia, Washington 98501-1091, shall be plainly labeled as "REQUEST FOR FORMAL APPEAL"and shall be RECEIVED DURING OFFICE HOURS by the Department 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 75.20.103 or 75.20.160: 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 3601459-6327. D. FAILURE TO APPEAL 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. ' HYDRAULIC PROJECT APPROVAL R.C.W. 7 5 . 2 0 . 1 0 0 DE RTMENT OF FISHER General�dministra n Bldg. ' R.C.W. 75 . 20 . 103 Olympia, lr shi on 98504 4 June 26, 1996 (20 53-6650 DEPARTMENT OF FISHERIES (applicant should��r77efer to this date in all correspondence) PAGE2_OF � PAGES 10 LAST NAME 18 CONTACT PHONE(S) 1 CONTROL NUMBER WATE WRIA ' City of Renton Water Utility (206) 277-6193 00-C3239-01 12 9� Maplewood Creek 08 . 0302 ' C. Any woody debris (12-inches diameter or larger) found within or adjacent to the stream channel upstream of the sediment pond shall be incorpporated into the channel within the ordinary high water line (OHM for habitat. 4 . Construction of the "fish channel" is required to mitigate for impacts to fish life for the sediment pond construction operation, and maintenance. Maintenance of the sediment pond shall not occur ' until the fish channel has been constructed, and WDFW has issued final inspection approval of it. 5 . ADDITIONAL TIMING LIMITATIONS: Construction within the OHWL shall occur between: a. Immediately and October 31, 1996, and b. June 16 and October 31 of calendar years 1997-1998 . ' Construction of the fish channel may occur at any time within the above overall time limitation. Revegetation shall be per Provision 15. 6. A temporary,by- ass to divert flow around the work area shall be in place prior �o initiation of other work in the wetted perimeter. 7 . A sandbag revetment or similar device shall be installed at the by-pass inlet to divert the entire flow through the by-pass. 8 . A sandbag revetment or similar device shall be installed at the downstream end of the by-pass to prevent backwater from entering the work area. 9 . The by-pass shall be of sufficient size to pass all flows and debris for the duration of the project. ' 10. Prior to releasing the water flow to the project area, all bank protection or armoring shall be completed. 11. Upon completion of the project all material used in the temporary by-pass shall be removed from the site, and the site shall be ' returned to preproject or improved conditions. 12 . The ermittee shall capture and safely move ame fish, foodi fish, and �ish life from the job site. The permit ee shall have fish capture and transportation equipment read and on the job site. Captured fish shall be immediately and sagely transferred to free-flowing water downstream of the project site. The permittee ' REV 10/16/88 WASHINGTON DEPARTMENT OF FISH AND WILDLIFE ' 600 CAPITOL WAY NORTH OLYMPIA,WASHINGTON 98501-1091 (360) 902-2534 ' This Hydraulic Project Approval pertains only to the provisions of the Fisheries Code (RCW 75.20). Additional ' authorization from other public agencies may be necessary for this project. GENERAL PROVISIONS This Hydraulic Project Approval shall be available on the job site at all times and all its provisions followed by the , permittee and operator(s) performing the work. The person(s)to whom this Hydraulic Project Approval is issued may be held liable for any loss or damage to fish life or fish habitat which results from failure to comply with the provisions of this Hydraulic Project Approval. ' 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 or a gross misdemeanor charge, possibly punishable by fine and/or imprisonment. ' All Hydraulic Project Approvals issued pursuant to RCW 75.20.100 or 75.20.160 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 permittee has the right pursuant to Chapter 34.04 RCW to appeal such decisions. , All Hydraulic Project Approvals issued pursuant to RCW 75.20.103 may be modified by the Department of Fish and Wildlife due to changed conditions after consultation with the permittee: PROVIDED HOWEVER,that such modifications shall be subject to appeal to the Hydraulic Appeals Board established in RCW 75.20.130. APPEALS -GENERAL INFORMATION IF YOU WISH TO APPEAL A 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 75.20.100, 75.20.103, 75.20.106, AND 75.20.160: 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. it is recommended that an aggrieved party contact the Area Habitat Biologist and discuss the concerns. Most problems are resolved at this level, but if not, you may elevate your concerns to his/her supervisor. A request for an INFORMAL REVIEW shall be in WRITING to the Department of Fish and Wildlife, 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. The 30-day time requirement may be stayed by the Department if negotiations are occurring between the aggrieved party and the Area Habitat Biologist andlor his/her supervisor. The Habitat Protection Services Division Manager or his/her designee shall conduct a review and recommend a decision to the Director or its 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 ACT70NS TAKEN PURSUANT TO RCW 75.20.100 OR 75.20.106: A person who is aggrieved or adversely affected by the following Department actions may request an 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, 600 Capitol Way North, Olympia, Washington 98501-1091, shall be plainly labeled as "REQUEST FOR FORMAL APPEAL"and shall be RECEIVED DURING OFFICE HOURS by the Department 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 75.20.103 or 76.20.160: 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 forrnal 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 360/4S9-6327. , D. FAILURE TO APPEAL THE REQUIRED TIME PERIODS RESULTS IN FORFEITURE OF ALL APPEAL RIGHTS. IF THERE IS NO TIMELY ' REQUEST FOR AN APPEAL,THE DEPARTMENT ACT10N SHALL BE FINAL AND UNAPPEALABLE. ' HYDRAULIC PROJECT APPROVAL DEPARTMENT OF FISHER R.C.W. 75 . 20 . 100 ' Gene Administr on Bldg. R.C.W. 75 .20. 103 olyrr�ia, gton 98504 0 June 26, 1996 DEPARTMENT OF FISHERIES (applicant should refer o this date in all correspondence) PAGE OF PAGES uLAST NAME 18 CONTACT PHONE(S) 1 CONTROL NUMBER City of Renton Water Utility (206) 277-6193 00-C3239-01 ' 12 WATEr Iaplewood Creek �URIA 08 . 0302 ' may reque st WDFW assist in capturing and safely moving fish life from the Job site to free-flowing water, and assistance may be granted if personnel are available. ' 13 . Materials used for woody habitat features in the "fish channel" shall be western red cedar or Douglas fir. ' 14 . The ppond facility shall be maintained by the owner(s) per RCW 75. 20. 060 to ensure continued, unimpeded fish passage. If the structure becomes a hindrance to fish passage, the owner(s) shall be responsible for obtaining a HPA and providing prompt repair. Financial responsibility for maintenance and repairs shall be that ' of the owner(s) . 15. Alteration or disturbance of the bank and bank vegetation shall be limited to that necessary to construct the pro]]ect. Within 7 calendar days of pro]ect completion and prior to the initial filling of the pond, all disturbed areas shall be protected from erosion using vegetation or other means. Within one year of roject comple- tion, the banks shall be reve etated with native or other approved woody species. Vegetative cu) tings shall be planted at a maximum interval of 3 feet (on center) . All plantin s shall be maintained as necessary for 3 years to ensure 80 percen� survival. 16. The and shall be constructed so the outflow temperature is not ' harmful to fish life. 17 . Placement of bank protection material waterward of the OHWL shall be restricted to the minimum amount necessary to orotect the toe of the bank or for installation of mitigation features approved by WDFW. 18 . The toe shall be installed to protect the integrity of bank protection material. 19 . 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. 20. Bank 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. ' REV 10/16/88 WASHINGTON DEPARTMENT OF FISH AND WILDLIFE , 600 CAPITOL WAY NORTH OLYMPIA,WASHINGTON 98501-1091 ' (360) 902-2534 This Hydraulic Project Approval pertains only to the provisions of the Fisheries Code (RCW 75.20). Additional ' authorization from other public agencies may be necessary for this project. GENERAL PROVISIONS ' This Hydraulic Project Approval shall be available on the job site at all times and all its provisions followed by the , permittee and operator(s) performing the work. The person(s) to whom this Hydraulic Project Approval is issued may be held liable for any loss or damage to fish life or ' fish habitat which results from failure to comply with the provisions of this Hydraulic Project Approval. 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 or a gross misdemeanor charge, possibly punishable by fine and/or imprisonment. ' All Hydraulic Project Approvals issued pursuant to RCW 75.20.100 or 75.20.160 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 permittee has the right pursuant to Chapter 34.04 RCW to appeal such decisions. All Hydraulic Project Approvals issued pursuant to RCW 75.20.103 may be modified by the Department of Fish and Wildlife due to changed conditions after consultation with the permittee: PROVIDED HOWEVER,that such modifications shall be subject to appeal to the Hydraulic Appeals Board established in RCW 75.20.130. ' APPEALS -GENERAL INFORMATION IF YOU WISH TO APPEAL A 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 75.20.100, 75.20.103, 75.20.106, ' AND 75.20.160. 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. It is recommended that an aggrieved party contact the Area Habitat Biologist and discuss the concerns. Most problems are resolved at this level, but if not, you may elevate your concerns to his/her supervisor. A request for an INFORMAL REVIEW shall be in WRITING to the Department of Fish and Wildlife, 600 Capitol Way North, Olympia, Washington 98501-1091 and shall be RECEIVED by the Department within 30-jays of the denial or issuance of a Hydraulic Project Approval or receipt of an order imposing civil penalties. The 30-day time requirement may be stayed by the Department if negotiations are occurring between the aggrieved party and the Area Habitat Biologist and/or his/her supervisor. The Habitat Protection Services Division Manager or his/her designee shall conduct a review and recommend a decision to the Director or its designee. If you are not satisfied with the results of this informal appeal, a formal appeal may be filed. B. FORMAL APPEALS(WAC 220-110-360) OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 75.20.100 OR 76.20.106: A person who is aggrieved or adversely affected by the following Department actions may request an 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, 600 Capitol Way North, Olympia, Washington 98501-1091, shall be plainly labeled as "REQUEST FOR FORMAL APPEAL" and shall be RECEIVED DURING OFFICE HOURS by the Department 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 76.20.103 or 76.20.160: , 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 3 6 0145 9-6 3 27. D. FAILURE TO APPEAL 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. 1 ' HYDRAULIC PROJECT APPROVAL PARTMENT OF FISHERIFZ R.C.W. 75 . 20 . 100 Genera dministrat' Bldg. R.C.W. 7 5 .2 0 . 10 3 Olympia, hi on 98504 DEPARTMENT OF FISHERIES 0 June 26, 1996 (206 3-6650 (applicant should refer t this date in all correspondence) PAGE 4 OF PAGES ' 10 LAST NAME CONTACT PHONE(S) Cityof Renton Water Utility 18 1 CONTROL NUMBER y (206) 277-6193 00-C3239-01 ' 12!UATE 9❑uRIA Maplewood Creek 08 . 0302 ' 21. Fish habitat components such as toqs stumps, and/or large boulders are required as part of the nroJecf fo mitigate project impacts. These fish habitat components shall be installed to withstand 100-year peak flows. ' 22 . All work operations shall be conducted in a manner that causes little or no siltation to downstream areas. If at any time, as a result of project activities, fish are observed in distress, a fish kill occurs, or water quality problems (including equipment leaks or ' spills) develop, operations shall cease and WDFW at (360) 534-8233 and Washington Department of Ecology at (206) 649-7000 shall be contacted immediately. Work shall not resume until further approval is given by WDFW. 23 . Wastewater from pproject 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. 24 . 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. 25. All waste material such as construction debris silt, excess dirt ' or overburden resultin from this project shall be deposited above the limits of flood wa er in an approved upland disposal site. 26. Extreme care shall be taken to ensure that no petroleum products, hyydraulic fluid, fresh cement, sediments, sediment-laden water, cFiemicals, or any other toxic or deleterious materials are allowed to enter or leach into the stream. 27 . A facility operation and maintenance manual shall be approved by WDFW prior to any maintenance of the facility. 28 . Final inspection is required. The AHB shall be contacted to conduct an inspection prior to departure of the contractor after ' the initial construction and after the site is planted. LOCATION: Maplewood Golf Course, 4000 Maple Valley Highway, Renton, WA. cg ' REV 10/16/88 WASHINGTON DEPARTMENT OF FISH AND WILDLIFE , 600 CAPITOL WAY NORTH OLYMPIA,WASHINGTON 98501-1091 (360) 902-2534 This Hydraulic Project Approval pertains only to the provisions of the Fisheries Code (RCW 75.20). Additional ' authorization from other public agencies may be necessary for this project. GENERAL PROVISIONS , This Hydraulic Project Approval shall be available on the job site at all times and all its provisions followed by the t permittee and operator(s) performing the work. The person(s) to whom this Hydraulic Project Approval is issued may be held liable for any loss or damage to fish life or fish habitat which results from failure to comply with the provisions of this Hydraulic Project Approval. ' 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 or a gross misdemeanor charge, possibly punishable by fine and/or imprisonment. t All Hydraulic Project Approvals issued pursuant to RCW 75.20.100 or 75.20.160 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 permittee has the right pursuant to Chapter 34.04 RCW to appeal such decisions. ' All Hydraulic Project Approvals issued pursuant to RCW 75.20.103 may be modified by the Department of Fish and Wildlife due to changed conditions after consultation with the permittee: PROVIDED HOWEVER,that such modifications shall be subject to appeal to the Hydraulic Appeals Board established in RCW 75.20.130. ' APPEALS -GENERAL INFORMATION IF YOU WISH TO APPEAL A 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 75.20.100, 75.20.103, 75.20.106, ' AND 75.20.160: 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. It is recommended that an aggrieved party contact the Area Habitat Biologist and discuss the concerns. Most problems are resolved at this level, but if not, you may elevate your concerns to his/her supervisor. A request for an INFORMAL REVIEW shall be in WRITING to the Department of Fish and Wildlife, 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. ' The 30-day time requirement may be stayed by the Department If negotiations are occurring between the aggrieved party and the Area Habitat Biologist and/or his/her supervisor. The Habitat Protection Services Division Manager or his/her designee shall conduct a review and recommend a decision to the Director or its designee. If you are not satisfied with the results of this informal appeal, a ' formal appeal may be filed. B. FORMAL APPEALS(WAC 220-110-360) OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 75.20.100 OR 75.20.106: A person who is aggrieved or adversely affected by the following Department actions may request an 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, 600 Capitol Way North, Olympia, Washington 98501-1091, shall be plainly labeled as "REQUEST FOR FORMAL APPEAL" and shall be RECEIVED DURING OFFICE HOURS by the Department 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 75.20.103 or 75.20.160: ' 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. , D. FAILURE TO APPEAL THE REQUIRED TIME PERIODS RESULTS IN FORFEITURE OF ALL APPEAL RIGHTS. IF THERE IS NO TIMELY REQUEST FOR AN APPEAL, THE DEPARTMENT ACT10N SHALL BE FINAL AND UNAPPEALABLE. ' 07i16i96 10: 14 ECOLOGY, NWRO 002 Order No, 96WQ-N230 Short-Term Water Quality Modification City of Renton Public Works Depaitmen Sedimentation Basin Reconstruction& Improy-7rntProject Maplewood Creek Tributary to Cedar Creek ' DRAFT COPY ONLY CONDITIONS ' GENERAL 1. Location: Maplewood Golf Course,4000 Maple Valley Highwa Section 21/22,Township 23N, ' Range 05E,Renton,King County I 2. The water quality standard modification time limitation shall beg�ii immediately and terminate October 31, 1996. Any work outside of this period shall require an amendment to this Order. ' 3. The turbidity standard Is modified from the constructioin activiti s downstream to a distance of 150 feet. 4. The activities must comply with a[1 water quality related conditi`'�'s contained in the Hydaulics Project Approval issued by the Washington State Department of Fish and Wildlife. ' 5. This approval does not relieve the applicant fl-oni the responsibility of meeting applicable regulations of other agencies. 6. Copies of this Order shall be kept on the job site and readily avaiILle for reference by the City of Renton Public Works Department personnel,the construction superintendent, construction managers and foremen,and state and local goverrunent inspector. CQNSTItUCT101V ACTIVITIES ' The construction contractor shall use all reasonable measures to minimizcjthc impacts of construction activity on waters of the state. Water quality constituents of particular coticern are turbidity, suspended sediment,settleable solids, and oil and grease. Required mitigation measure include,but are not limited to, the following. I. The contractor sliall implement the mitigation measures including use of Bost Management Practices(BMP's)to control erosion and sedimentation,pruper use of chemicals,oil and chemical ' spill prevention and control,clean-up of surplus construction supplies ati,d other solid wastes (debris). 2. The contractor shall follow and implement all specifications for erosion and sedimentation control ' specified in the contract documents. Adjustments to planned eroosion and sedimentaiton control may be necessary to successfully control off site movement of material not covered under this modification. 3. A11 construction debris shaI]be properly disposed of on land in sYch a manner that it cannot cuter into the waterway or cause water quality degradation to state waters. ' 4. Work in or near the waterway shall be done so as to minimize turbidity, erosion, other water quality impacts, and stmani bed deformation. 07/16/96 10: 15 ECOLOGY, NWRO 003 ' DRAFT COPY ONL Y ' 5. All areas disturbed or newly created by the project construction will be seeded,riprappcd with clean,durable rlprap or given some other equivalent type of prot ction against erosion. ' 7. The natural flow of Maplewood Creek shall be diverted around t1I a construction site. The stream diversion system shall be designed and operated so as to not cau c erosion or scour in the stream channel. , 8. Dewatering water that is not turbid may be discharged directly to Maplewood Creek. The discharge outfhll shall be designed and opurawd so as to not causr,erosion or scour in the stream ' channel. 9. Turbid water generated from construction activities,including turbid dewatcring water,shall nDI , be discharged directly to Maplewood Creek. Temporary sedimej t traps shall be used to allow the turbid water to settle for a minimum of two hours before discharl e. 10. Temporary sediment traps shall be cleaned out and the settled set invents removed from the stream , channel bed removing the stream diversion system and returni g the flow of Maplewood Creek to its natural channel. Settled sediments shall not be allowed to inter Maplewood Crock due to water or run off flows Qtat may occur after construction is compl;rtcd. ' 1 1. Periodic inspection and maintenance of all sediments control str ctures must be provided. Sediment control measures shall be in workutg condition at the cIid of each working day. After any significant rainfall,sediment control structures shall bt inspected for integrity. Any , darnagcd devices shall be repaired immediately. 12. A separate area shall be set aside,which does not have any possibility of draining to surface waters, for the wash out of concrete delivery trucks,pumping equipment, and t4o13. WATER QUALITY ' All water discharges at the project site shall meet the following criteria: 1. Turbidity levels in the receiving stream at all points outside the specified area shall comply widr , Chapter 173-201 A Water Quality Standards_ i 2. There shall be no visible sheen from petroleum products in waters of they state as a result of project activities. MONITORING ' 1. The Department may require sampling and analysis for pollutan�of concern at any during the project. , _NOTIFICATION 1. The Department of Ecology,Northwest Regional Office must beinotifled at least 36 hours prior to , commencement of this work. Contacts: Ron Devitt(206)649-7 28(King County only)or Mary Kautz(206) 649-7036. ' I ' 07/16/96 10: 15 ECOLOGY, NWRO 004 ' ,DRAFT COPY ONL Y ' 2. if distressed or dead fish are noticed in the vicinity,the proponcnIt shall immediately notify the Department of Ecology,Northwest Regional Office at(206)649-7000,and take immediate action to identify and eliminate toxic sources causing the problem. POT.T.UTION CONTR L INSPECTION ' l. A full time Pollution control Inspector shall be made available to�supervise implementation of the Erosion and Sediment Control Plan. 2. The Pollution Control Inspector shall be on site, or on call and r I dily accessible to the site,at all ' times while construction activities are occurring that may affect the quality of ground and surface waters of the state, including all periods of construction activities. ' 3. The Pollution Control Inspector shall have adequate authority to ensure proper implementation of the Erosion and Sediment Control Plan,as well as immediate corrective actions necessary because of changing field conditions. If the Pollution control Officer iss des an order necessary to implement a portion of the Pollution Control Plan or u prevent ollution to the river,all personnel ' on site, including the construction contractor and the contractor's employees, shall immediately comply with this Order. SPYLLS ��i I. Extreme care shall be taken to prevent any petroleum products,iresh cement, lime or concrete, ' chemicals or other toxic or deleterious materials from entering the water in any manner. 2. In the event of a spill or a non-regulated discharge to waters of tFre state,the Northwest Regional Office Regional Office shall be notified Immediately at(206)649-7000). 3. Any discharge of oil, fuel or chemicals into state waters,or ontoilwid with a potential for entry into land with a potential for entry into state watcrs, is prohibited. ' 4. All oil,fuel or chemical storage tanks shall be diked and locatc&on impervious surfaces so as to prevent spills from escaping to surface waters or ground waters of the state. ' 5. Fuel hoses,oil drums,oil or fuel transfer valves and fittings,etc.` shall be cltecked regularly for drips or leaks,and shall be maintained and stored properly to prevent spills into state waters. Proper security shall be maintained to prevent vandalism. ' 6. In ilre event of a discharge of oil, fuel or chemicals into state wafers, or onto land with a potential for entry into state waters, containment and clean-up efforts shall begin immediately and be completed as soon as possible, taking precedence over normal r+�ork. Clean-up shall include ' proper disposal of any spilled material aitd used clean-up materials. 7. No emulsifiers or dispersants are to be used in waters of the state without approval from the ' Department of Ecology,Northwest Regional Office. 8. Spills into state waters, spills onto land with a potential for entry)into state waters, or other significant water quality impacts,shall be reported untnediatcly to the Department of Ecology, Northwest Regional Office at(206)649-7000(24 hour phone number). 11 5 1 r% DEPARTMENT OF THE ARMY SEATTLE DISTRICT, CORPS OF ENGINEERS P.O. BOX 3755 SEATTLE, WASHINGTON 98 1 24-22 55 -- REPLY TO ATTE .ATTENTION Of Regulatory Branch ' Mr. Daniel Carey City of Renton 200 Mill Avenue South ' Renton, Washington 98055 Reference : 96-4-00169 ' Renton, City of Dear Mr. Carey: ' A nationwide permit authorizes your proposed sedimentation basin reconstruction and improvement project in Maplewood Creek at Renton, Washington. The project will consist of removing two dams and excavating in the creek. Total impact area within waters of the United States will be about 0 . 25 acres . Routine maintenance and excavation of accumulated sediments in the ' sedimentation basin is also authorized by this nationwide permit . Regulations governing our permit program contain a series of ' nationwide permits . Each nationwide permit authorizes a specific category of work, provided certain conditions are met . Nationwide Permit 26 (33 CFR 330 Appendix A, Paragraph B (26) ) allows "Discharges of dredged or fill material into headwaters ' and isolated waters . " The entire text of Nationwide Permit 26 is enclosed (enclosure 1) . The conditions on nationwide permits are also enclosed (enclosure 2) . Please read them carefully. You ' must comply with all conditions and requirements . The project is not authorized in documented habitat for State-listed endangered, threatened or sensitive animal species . Prior to placing fill, you must contact the Washington State Department of Ecology to determine whether documented habitat for State-listed species is present . Please contact : Mr. Tom Luster Washington State Department of Ecology ' P.O. Box 47600 Olympia, WA 98504-7600 Telephone (360) 407-6918 ' tlus461@ecy.wa.gov If a listed species or documented habitat is present , Nationwide Permit 26 is not valid and you must contact us again to determine permit requirements . -2- ' The project described in your application appears to meet the requirements of the regulations and if all conditions are , met, the project needs no further authorization from us . This permit verification will be valid for 2 years from the date of this letter or until the nationwide permit is modified, reissued ' or revoked. This nationwide permit is scheduled to expire on January 21, 1997, but is expected to be reissued. The verification will remain valid for 2 years if the reissued , Nationwide Permit 26 is not modified or your proposed work complies with any subsequent modifications . Please note that construction of the proposed low flow ' channel does not require a Department of the Army permit since it will not occur in waters of the Untied States . However, any work within the existing channel of Maplewood Creek, including the ' future high flow channel improvements, will require a Department of the Army permit . For any instream work on the existing channel of Maplewood Creek which is not authorized by this ' letter, you should submit an application and receive authorization from us prior to commencing work. You must still comply with other local and State , requirements which may pertain to the proposed work. If you have any questions, please contact Mr. Evan Lewis at (206) 764-6908 . Sincerely, , Ann R. Uhrich Chief, Environmental and Processing Section Enclosures ' 26. HEADWATERS AND ISOLATED WATERS DISCHARGES. Discharges of dredged or ' fill material into headwaters and isolated waters provided: a. The discharge does not cause the loss of more than 10 acres of waters of the United States; ' b. The permittee notifies the District Engineer if the discharge would cause the loss of waters of the United States greater than one acre in accordance with the "Notification" general condition. For discharges ' in special aquatic sites, including wetlands, the notification must also include a delineation of affected special aquatic sites, including wetlands. (Also see 33 CFR 330.1(e) ) ; and ' C. The discharge, including all attendant features, both temporary and permanent, is part of a single and complete project. For the purposes of this nationwide permit, the acreage of loss of waters of the United States includes the filled area plus waters of the United States that are adversely affected by flooding, excavation or drainage as a result of the project. The ten-acre and one-acre limits of NWP 26 are absolute, and cannot be increased by any mitigation plan offered by the applicant or required by the DE. Subdivisions: For any real estate subdivision created or subdivided after October 5, 1984, a notification pursuant to subsection (b) of this nationwide permit is required for any discharge which would cause the aggregate total loss of waters of the United States for the entire subdivision to exceed one (1) acre. Any discharge in any real estate subdivision which would cause the aggregate total loss of waters of the United States in the subdivision to exceed ten (10) acres is not authorized by this nationwide permit; unless the DE exempts a particular subdivision or parcel by making a written determination that: (1) the individual and cumulative adverse environmental effects would be minimal and the property owner had, after October 5, 1984, but prior to January 21, 1992, committed substantial ' resources in reliance on NWP 26 with regard to a subdivision, in circumstances where it would be inequitable to frustrate his investment-backed expectations, or (2) that the individual and cumulative adverse environmental effects would be minimal, high quality wetlands ' would not be adversely affected, and there would be an overall benefit to the aquatic environment. Once the exemption is established for a subdivision, subsequent lot development by individual property owners may proceed using NWP 26. For purposes of NWP 26, the term "real estate ' subdivision" shall be interpreted to include circumstances where a landowner or developer divides a tract of land into smaller parcels for the purpose of selling, conveying, transferring, leasing, or developing said parcels. This would include the entire area of a residential, ' commercial or other real estate subdivision, including all parcels and parts thereof. (Section 404) Regional Conditions - 1. The discharge of dredged or fill material which would cause the loss of greater than 2 acres is not authorized by this NWP. An individual permit application must be submitted for discharges greater than 2 acres. 2. The discharge is not authorized in documented habitat for ' state listed endangered, threatened, or sensitive animal species. 401 Certification NWP partially denied without prejudice. An individual 401 Certification or demonstration of State waiver ' of such certification to the District Engineer is required for projects affecting more than 1 (one) but no more than 2 (two) acres of headwaters or isolated waters. , CZM Consistency Determination - NWP partially denied ' without prejudice for the same limits as the 401 Certification. An individual CZM Consistency Determination is required from the State in those cases for projects located in counties within , the coastal zone. Special Note - 1. Notification and individual 401 Certification , and CZM are not required for fills affecting 1 (one) acre or less provided regional condition #2 is complied with along with the nationally imposed NWP conditions listed at the end of this PN. ' 2. Notification is required for fills affecting more than 1 (one) acre, but less than 2 (two) acres of waters of the U.S. ' 1 NATIONWIDE PERMIT CONDITIONS ' General Regional Condition for the State of Washington applicable to all nationwide permits (NWP) : Any activity or work authorized under these NWP shall not adversely impact onsite mitigation or restoration efforts. 33 CFR Part 33n, Appendix A, Section C. GENERAL CONDITIONS: The following general conditions must be followed in order for any authorization by a NWP to be valid: 1. Nav,�gation. No activity may cause more than a minimal adverse effect on navigation. i2. Proper maintenance. Any structure or fill authorized shall he properly maintained, including maintenance to ensure public safety. ' 3. Erosion and siltation controls. Appropriate erosion and siltation controls must be used and maintained in effective operating condition durinq construction, and all exposed soil and other fills must be permanently ' stabilized at the earliest practicable date. 4. Aquatic life movements. No activity may substantially disrupt the ' movement of those species of aquatic life indigenous to the waterbody, including those species which normally migrate through the area, unless the activity's primary purpose is to impound water. 5. Equipment. Heavy equipment working in wetlands must be placed on mats or other measures must be taken to minimize soil disturbance. 6. Regional and case-by-case conditions. The activity must comply with any regional conditions which may have been added by the Division Engineer (see 33 CM 330.4(e)) and any case specific conditions added by the Corps of ' Engineers (Corps) . 7. Wild and scenic rivers. No activity may occur in a component of the National Wild and Scenic River System; or in a river officially designated by ' Congress as a "study river" for possible inclusion in the system, while the river is in an official study status. Information on Wild and Scenic Rivers may be obtained from the National Park Service and the U.S. Forest Service. 8. Tribal rights. No activity or its operation may impair reserved tribal rights, including., but not limited to, reserved water rights and treaty fishing and hunting rights. 9. Water quality certification. In certain States, an individual State ' water quality certification must be obtained or waived (see 33 CFR 330.4(c)) . 10. Coastal zone management. In certain States, an individual State coastal zone management consistency concurrence must be obtained or waived (see 33 CFR 330.4(d)) . 11. Endanaered species. No activity is authorized under any NWP which is ' likely to jeopardize the continued existence of a threatened or endanoered species orva species proposed for such designation, as identified under the Federal Endanaered Species Act, or which is likely to destroy or adversely modify the critical habitat of such species. Nonfederal permittees shall ' notify the District Engineer if any listed species or critical habitat might be affected or is in the vicinity of the proiect and shall not begin work 11 on the activity until notified by the District Engineer that the requirements of ' the Endangered Species Act have been satisfied and that the activity is authorized. Information on the location of threatened and endanqered species and their critical habitat can be obtained from the U.S. Fish and Wildlife , Service and National Marine Fisheries Service (USFWS/NMFS) (see 33 CFR 330.4(f)) . "I - 12. Historic properties. No activity which may affect historic properties listed, or eligible for listing, in the National Register of Historic Places is authorized, until the District Engineer has complied with the provisions of 33 CFR 325, Appendix C. The prospective permittee must notify the District ' Engineer if the authorized activity may affect any historic properties listed, determined to be eligible, or which the prospective permittee has reason to believe may be eligible for listing on the National Register of Historic Places, and shall not begin the activity until notified by the District , Engineer that the requirements of the National Historic Preservation Act have been satisfied and that the activity is authorized. Information on the location and existence of historic resources can be obtained from the State , Historic Preservation Office (SHPO) and the National Register of Historic Places (see 33 CFR 330.4(g)) . . 13. Notification. (a) Where required by the terms of the NWP, the prospective permittee must notify the District Engineer as early as possible and shall not begin the activity: (1) Until notified by the District Engineer that the activity may , proceed under the NWP with any special conditions imposed by the District or Division Engineer; or ' (2) If notified by the District or Division Engineer that an individual permit is required; or ' (3) Unless 30 days have passed from the District Engineer's receipt of the notification and the prospective permittee has not received notice from the District or Division Engineer. Subsequently, the permittee's right to ' proceed under the NWP may be modified, suspended, or revoked only in accordance with the procedure set forth in 33 CFR 330.5(d)(2) . 2 ' i i (b) The notification must be in writino and include the following information and any required fees: (1) Name, address, and telephone number of the prospective permittee; (2) Location of the proposed project; 1 (3) Brief description of the proposed proiect; the proiect's purpose; direct and indirect adverse environmental effects the proiect would cause; any other NWP(s) , regional general permit(s) , or individual permits) used or intended to be used to authorize any part of the proposed project or any i related activity; (4) Where required by the terms of the NWP, a delineation of affected ispecial aquatic sites, including wetlands; and (5) A=statement that the prospective permittee has contacted: 1 U) The USFWS/NMFS regarding the presence of any federally listed (or proposed for listing) endangered or threatened species or critical habitat in the permit area that may be affected by the proposed proiect; and any available information provided by those agencies. (The prospective permittee may contact Corps District Offices for USFWS/NMFS agency contacts and lists of critical habitat.) i (ii) The SHPO regardino the presence of any historic properties in the permit area that may be affected by the proposed project; and the iavailable information, if any, provided by that agency. (c) The standard individual permit application form (Form ENG 4345) may by used as the notification but must clearly indicate that it is a predischarge notification (PON) and must include all of the information required in (b)(1)-(5) of General Condition 13. 1 (d) In reviewinq an activity under the notification procedure, the District Engineer will first determine whether the activity will result in more than minimal individual or cumulative adverse environmental effects or will be 1 contrary tc the public interest. The prospective permittee may, at his option, submit a proposed mitigation plan with the predischarge notification to expedite the process and the District Engineer will consider any optional I mitigation the applicant has included in the proposal in determining whether the net adverse environmental effects of the proposed work are minimal. The District Engineer will consider any comments from Federal and State agencies concerning the proposed activity's compliance with the terms and conditions of the NWP and the need for mitigation to reduce the proiect's adverse environ- mental effects to a minimal level. The District Engineer will upon receipt of a notification provide immediately (e.g. , facsimile transmission, overnight i mail, or other expeditious manner) a copy to the appropriate offices of the USFWS, State natural resource or water quality_ agency, EPA, and, if appropri- ate, the NMFS. With the exception of NWP 37, these agencies will then have 5 calendar days from the date the material is transmitted to telephone the 1 3 1 District Engineer if they intend to provide substantive, site-specific comments. If so contacted by an agency, the District Engineer will wait an additional 10 calendar days before making a decision on the notification. The District Engineer will fully consider agency comments received within the specified timeframe, but will provide no response to the resource agency. The District Engineer will indicate in the administrative record associated with ' each notification that the resource agencies' concerns were considered. Applicants are encouraged to provide the Corps multiple copies of notifica- tions to expedite agency notification. If the District Engineer determines that the activity complies with the terms and conditions of the NWP and that the adverse effects are minimal, he will notify the permittee and include any conditions he deems necessary. If the District Engineer determines that the ' adverse effects of the proposed work are more than minimal, then he will notify the applicant either: (1) that the project does not qualify for authorization under the NWP and instruct the applicant on the procedures to seek authorization under an individual permit; or (2) that the project is , authorized un-der the NWP subject to the applicant's submitting a mitigation proposal that would reduce the adverse effects to the minimal level. This mitigation proposal must be approved by the District Engineer prior to commencing work. If the prospective permittee elects to submit a mitigation plan, the District Engineer will expeditiously review the proposed mitigation plan, but will not commence a second 30-day notification procedure. If the ' net adverse effects of the project (with the mitigation proposal) are deter- mined by the District Engineer to be minimal, the District Engineer will provide a timely written response to the applicant informing him that the proiect can proceed under the terms and conditions of the NWP. (e) Wetlands delineations: Wetland delineations must be prepared in accordance with the current method required by the Corps. The permittee may ' ask the Corps to delineate the special aquatic site. There may be some delay if the Corps does the delineation. Furthermore, the 30-day period will not start until the wetland delineation has been completed. ' (f) Mitigation: Factors that the District Engineer will consider when determining the acceptability of appropriate and practicable mitigation include, but are not limited to: t (1) To be practicable, the mitigation must be available and capable of being done considering costs, existing technology, and logistics in light of ' overall project purposes; (2) To the extent appropriate, permittees should consider mitigation , banking and other forms of mitigation including contributions to wetland trust funds, which contribute to the restoration, creation, replacement, enhancement, or preservation of wetlands. Furthermore, examples of mitigation that may be approoriate and practicable ' include but are not limited to: reducing the size of the project; establishing buffer zones to protect aquatic resource values; and replacing the loss of , aquatic resource values by creating, restoring, and enhancing similar func- tions and values. In addition, mitigation must address impacts and cannot be 4 used to offset the acreage of wetland losses that would occur in order to meet the acreage limits of some of the NWP's (e.g. , 5 acres of wetlands cannot be created to change a .6-acre loss of wetlands to a 1-acre loss; however, the 5 created acres can be used to reduce the impacts of the 6-acre loss) . ' SECTION 404 ONLY CONDITIONS: In addition to the qeneral conditions, the fcllowina conditions apply only to activities that involve the discharge of dredoed or fill material and must be followed in order for authorization by ' the NWP's to be valid: 1. Water supply intakes. No discharge of dredged or fill material may occur in the proximity of a oublic water supply intake except where the discharge is for repair of the public water supply intake structures or adjacent hank stabilization. 2. Shellfish production. No discharge of dredged or fill material_ may occur in arias of concentrated shellfish production, unless the discharge is directly related to a shellfish harvestina activity authorized by NWP 4. 3. Suitable material. No discharge of dredged or fill material may consist of unsuitable material (e.g. , trash, debris, car bodies, etc. ) and material discharged must be free from toxic pollutants in toxic amounts (see ' Section 307 of the Clean Water Act) . 4. Mitigation. Discharges of dredged or fill material into waters of the ' United States must be minimized or avoided to the maximum extent practicable at the project site (i.e. , onsite) , unless the District Engineer has approved a compensation mitigation plan for the specific regulated activity. ' 5. Spawning areas. Discharges in spawninq areas during spawninq seasons must be avoided to the maximum extent practicable. ' 6. Obstruction of high flows. To the maximum extent practicable, discharges must not permanently restrict or impede the passage of normal or expected high flows or cause the relocation of the water (unless the primary purpose of the fill is to impound waters) . 7. Adverse impacts from impoundments. If the discharge creates an ' impoundment of water, adverse impacts on the aquatic system caused by the accelerated passage of water and/or the restriction of its flow shall be minimized to the maximum extent practicable. ' 8. Waterfowl breedinq areas. Discharges into breeding areas for migratory waterfowl must be avoided to the maximum extent practicable. ' 9. Removal of temporary fills. Any temporary fills must be removed in their entirety and the affected areas returned to their ore-existing elevation. BM-7; NPDCOND 5 1 City of Renton 1 SUPPLEMENTAL 1 SPECIFICATIONS for the 1 1994 1 Standard Specifications 1 for Road, Bridge, and Municipal Construction 1 1 �Y 1 p 1 � AO fi 1 1 Washington State Department of Transportation 1 American Public Works Association Washington State Chapter 1 t CITY OF RENTON STANDARD SPECIFICATIONS ' The City of Renton Standard Specifications for Municipal Construction (hereafter referred to as The Renton Standards) shall apply to all work performed within the public right-of--way by, or for, the City of Renton; or work ' performed as an extension, betterment or addition to any of the City's utility, or transportation systems. The Renton Standards are comprised of the following documents: Standard Specifications The Standard Specifications are "The 1994 Standard Specifications for Road, Bridge, and Municipal Construction"published by the Washington State Department of Transportation and the American Public Works Association, Washington Chapter, as modified and adopted by the City of Renton. Standard Plans The Standard Plans are selected pages of"The Standard Plans for Road and Bridge Construction" as published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, adopted by the City of Renton, and bound together with those standard plans created by the City of Renton. An appendix contains the original WSDOT/APWA index showing the disposition (Adopted, Replaced, or Deleted) of all original pages. Supplemental Specifications The City of Renton Supplemental Specifications is a compilation of the revisions made to the original WSDOT/APWA document and is produced to be used together with the original document. Where changes are being made to the 1994 Standard Specifications sufficient amounts of the original (WSDOT/APWA)text is reproduced to provide clarity and context. All original text being deleted is shown with a line through the characters. (This is delete a.' All replacement text or text being added is shown in bold face type. Sections being deleted in their entirety are so stated and not shown with a line through the characters. When a section is described as being revised, sufficient text from the original section is shown with cross-outs and boldface to show the revisions. When a section is supplemented, existing text that is not being changed is not shown unless needed to clarify the meaning of the added text. Each item in the Supplemental Specifications signifies the source that wrote the item in parentheses following the listing of the section number and title: (APWA) Signifies an item taken verbatim from the Division 1 APWA Supplement to the 1994 Standard Specifications. (SA) Signifies an amendment produced by WSDOT and adopted verbatim by the City of Renton. (RC) Signifies an item produced by the City of Renton or an APWA or State Amendment that has been rewritten by Renton. Those documents listed above shall govern all work, except as these standards may be modified or superseded by project-specific plans, special provisions or other documents officially approved by the City of Renton. ' All work within the public right-of-way performed by other agencies or private parties working under permit authority of the City of Renton shall follow these standards with the exception of those requirements which pertain to payment and financing. Copies of the Renton Standards are on file at the Customer Service desk of the ' Planning/Building/Public Works Department, Municipal Building, Renton, Washington 98055, where they may be examined and copied by any interested party. TABLE OF CONTENTS Division 1 General Requirements................................................ 1-01 Definitions and Terms..................................................................................................................... 1 1-02 Bid Procedures and Conditions......................................................................................................2 1-03 Award and Execution of Contract.................................................................................................3 1-04 Scope of the Work...........................................................................................................................4 1-05 Control of Work..............................................................................................................................4 1-06 Control of Material.........................................................................................................................8 1-07 Legal Relations and Responsibilities to the Public.......................................................................8 1-08 Prosecution and Progress..............................................................................................................19 1-09 Measurement and Payment..........................................................................................................21 ' 1-11 Renton Surveying Standards........................................................................................................25 Division2 Earthwork....................................................................................................................................................28 2-01 Clearing,Grubbing,and Roadside Cleanup...............................................................................28 2-02 Removal of Structures and Obstructions....................................................................................28 2-03 Roadway Excavation and Embankment.....................................................................................29 2-04 Haul................................................................................................................................................30 2-06 Subgrade Preparation...................................................................................................................30 2-07 Watering.........................................................................................................................................30 2-09 Structure Excavation.....................................................................................................................30 Division 3 Production From Quarry and Pit Sites and Stockpiling..........................................................................31 Division4 Bases.............................................................................................................................................................31 Division 5 Surface Treatments and Pavements...........................................................................................................31 5-01 Subsealing......................................................................................................................................31 5-04 Asphalt Concrete Pavement..........................................................................................................31 5-05 Cement Concrete Pavement..........................................................................................................35 Division6 Structures._..................................................................................................................................................36 6-01 Structures.......................................................................................................................................36 6-02 Concrete Structures.......................................................................................................................36 6-03 Steel Structures..............................................................................................................................46 6-05 Piling...............................................................................................................................................47 6-10 Concrete Barrier............................................................................................................................47 6-12 Rockeries........................................................................................................................................47 Division 7 Drainage Structures,Storm Sewers,Sanitary Sewers,Water Mains,and Conduits.............................48 ' 7-01 Drains.............................................................................................................................................48 7-02 Culverts..........................................................................................................................................48 7-03 Structural Plate Pipe,Pipe Arch,Arch,and Underpass............................................................49 7-04 Storm Sewers.................................................................................................................................49 7-05 Manholes,Inlets,and Catch Basins.............................................................................................50 7-10 Trench Exc.,Bedding,and Backfill for Water Mains................................................................52 7-11 Pipe Installation for Water Mains...............................................................................................52 ' 7-12 Valves for Water Mains................................................................................................................55 7-14 Hydrants................................................................ 57 ......................................................................... 7-15 Service Connections.......................................................................................................................57 7-17 Sanitary Sewers.............................................................................................................................58 ' Division 8 Miscellaneous Construction8......................................................................................................................60 8-01 Erosion Control.............................................................................................................................60 8-02 Roadside Planting..........................................................................................................................60 8-09 Raised Pavement Markers............................................................................................................61 8-10 Guide Posts.....................................................................................................................................61 8-11 Guardrail........................................................................................................................................61 8-13 Monument Cases...........................................................................................................................61 8-14 Cement Concrete Sidewalks.........................................................................................................62 Page-SP-i 1 1 8-17 Impact Attenuator Systems(New)...............................................................................................62 8-20 Illumination,Traffic Signal' Systems.and Electrical..................................................................63 8-22 Pavement Marking.......................................................................................................................70 8-23 Temporary Pavement Markings..................................................................................................71 ' Division 9 Materials......................................................................................................................................................71 9-00 Definitions and Tests.....................................................................................................................71 9-02 Bituminous Alaterialsl..................................................................................................................72 9-03 Aggregates2....................................................................................................................................72 9-04 Joint and Crack Sealing Materials...............................................................................................73 9-05 Drainage Structures,Culverts,and Conduits3...........................................................................73 9-06 Structural Steel and Related Materials.......................................................................................75 9-07 Reinforcing Steel............................................................................................................................75 ' 9-08 Paints..............................................................................................................................................76 9-13 Riprap,Quarry Spalls,and Slope Protection .............................................................................76 9-16 Fence and Guardrail.....................................................................................................................76 9-17 Flexible Guide Posts......................................................................................................................77 9-19 Prestressed Concrete Girders.......................................................................................................77 9-23 Concrete Curing Materials and Admixtures...............................................................................77 9-29 Illumination,Signals,Electrical...................................................................................................77 9-30 Water Distribution Materials.......................................................................................................84 1 i 1 1 1 1 Page-SP-ii 1-01 Definitions and Terms 1-01 Definitions and Terms Plans(RC) 1 I The contract plans and/or standard plans which show Division 1 location, character, and dimensions of prescribed work General Requirements including layouts,profiles,cross-sections,and other details. Drawings may either be bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a part of the Contract Documents, regardless 1-01 Definitions and Terms of the method of binding. ' The terms "Standard Drawings" or "Standard SECTION 1-01.1 IS REVISED BY ADDING THE Details" generally used in specifications refers to drawings FOLLOWING: bound either with the specification documents or included with the Plans or the City of Renton Standard Plans. 1 1-01.1 General(RC) Secretary,Secretary of Transportation (RC) Whenever reference is made to the State, Commission, The chief executive officer of the Department and other authorized representatives. The chief executive officer to the ' Department of Transportation, Secretary of p Transportation, Owner, Contracting Agency or Engineer, Department shall also refer to the Department of such reference shall be deemed to mean the City of Renton Planning/Building/Public Works Administrator. acting through its City Council, employees, and duly Special Provisions(RC) authorized representatives for all contracts administered Supplemental specificaiiens �� r^Modifications to the by the City of Renton.0 standard specifications and the amendments the a ,. � SECTION 1-01.3 IS REVISED AND SUPPLEMENTED BY Lei ^_ efis and supplemental specifications that apply to ' THE FOLLOWING: an individual project. The special provisions may describe work the specifications do not cover. Such work shall 1-01.3 Definitions(RC, APWA) comply first with the special provisions and then with any specifications that apply. The Contractor shall include all Act of god(RC) costs of doing this work within the bid prices. "Act of God" means an earthquake, flood, cyclone, or State(RC) other cataclysmic phenomenon of nature. A rain, The state of Washington acting through its windstorm, high water or other natural phenomenon of representatives. The State shall also refer to The City of unusual intensity for the specific locality of the work,which Renton and its authorized representatives where might reasonably have been anticipated from historical applicable. records of the general locality of the work, shall not be construed as an act of god. Contract Documents(APWA) The component parts of the contract which may Consulting Engineer(RC) include, but are not limited to, the Proposal Form, the The Contracting Agency's design consultant, who may Contract Form, bonds, insurance certificates,various other or may not administer the construction program for the certifications and affidavit, the Contract Provisions, the Contracting Agency. Contract Plans, Working Drawings, the Standard Day(RC) Specifications,the Standard Plans,Addendum,and Change Unless otherwise designated, day(s) as used in the Orders. Contract Documents, shall be understood to mean working Dates(APWA) days. Bid Opening Date(APWA) Or Equal(RC) The date on which the Contracting Agency publicly Where the term "or equal" is used herein, the opens and reads the bids. Contracting Agency, or the Contracting Agency on recommendation of the engineer, shall be the sole judge of Award Date(APWA, RC) the quality and suitability of the proposed substitution. The date of the formal decision of the Contracting The responsibility and cost of furnishing necessary Agency to accept the lowest responsible and responsive evidence, demonstrations, or other information required to Bidder for the work. ' obtain the approval of alternative materials or processes by Contract Execution Date(APIVA) the Owner shall be entirely borne by the Contractor. The date the Contracting .Agency officially binds the Owner(RC) agency to the Contract. ' The City of Renton, or its authorized representative. Also referred to as Contracting Agency. Notice to Proceed Date(A/'{iA) The date stated in the Notice to Proceed on which the Contract time begins. Page-SP-1 1-02 Bid Procedures and Conditions 1-02 Bid Procedures and Conditions ' Contract Completion Date(APIKA,RC) .SECTION 1-02.4(2) IS SUPPLEMENTED BY REVISING The date by which the work is contractually required SENTENCE 1,PA RAGRAP111 TO READ: to be completed. The Contract Completion Date will be 1-02.4(2) Subsurface Information (APWA) stated in the Notice to Proceed. Revisions of this date will be authorized in writing by the Engineer whenever there is If the Contracting Agency has made subsurface ' an extension to the Contract time. investigation of the site of the proposed work, the boring log data and soil sample test data, and geotechnical reports Final Acceptance Date(APIVA,RC) accumulated by the Contracting Agency will be made available The date on which the Contracting Agency accepts the for inspection by the bidders. , work as complete per contract requirements. SECTION 1-02.5 IS SUPPLEMENTED BY ADDING THE Material(APWA) FOLLOWING: Any substance specified for use in the construction of 1-02.5 Proposal Form(APWA) ' the project and its appurtenances which enters into and The Engineer reserves the right to arrange the Bid forms a part of the finished structure or improvement and Forms with Alternates,Additives, or Deductives, if such be is capable of being so used and is furnished for that to the advantage of the Contracting Agency. The Bidder , purpose. shall bid on all Additives, Deductives, or Alternates set Materialman (APWA) forth in the Proposal Forms unless otherwise specified in the Special Provisions. A person or organization who furnishes a raw material, supply, commodity, equipment, or manufactured SECTION 1-02.61SSUPPLEMENTED BYADDING THE or fabricated product and does not perform labor at the FOLLOWING: Project Site; a supplier. Notice of Award (APWA) 1-02.6 Preparation of Proposal (RC) , The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's All prices shall be in legible figures and (ee�-words) acceptance of the Bid. written in ink or typed.The proposal shall include: , 1. A unit price for each item(omitting digits more than Notice to Proceed(APWA) four places to the right of the decimal point), each The written notice from the Contracting Agency or unit price shall also be written in words; where a Engineer to the Contractor authorizing and directing the conflict arises the written words shall prevail. Contractor to proceed with the Work and establishing the SECTION 1-02.6(1) IS AN ADDED SUPPLEMENTAL date on which the Contract Time begins. SECTION. 1-02 Bid Procedures and Conditions 1-02.6(1) Proprietary Information(RC) ' Vendors should, in the bid proposal, identify clearly SECTION 1-02.1 IS DELETED AND REPLACED BY THE any material(s) which constitute "(valuable) formula, FOLLOWING: designs, drawings, and research data" so as to be exempt from public disclosure, RCW 42.17.310, or any materials 1-02.1 Qualifications of Bidder(APWA) otherwise claimed to be exempt, along with a Statement of the basis for such claim of exemption. The Department(or Bidders shall be qualified by experience, financing, State) will give notice to the vendor of any request for equipment, and organization to do the work called for in disclosure of such information received within 5(five)years the Contract Documents. The Contracting Agency reserves from the date of submission. Failure to so label such the right to take whatever action it deems necessary to materials or failure to timely respond after notice of ascertain the ability of the Bidder to perform the work request for public disclosure has been given shall be satisfactorily. This action may include a pre qualification deemed a waiver by the submitting vendor of any claim procedure prior to the Bidder being furnished a proposal that such materials are,in fact,so exempt. form on any contract or a preaward survey of the Bidder's SECTION 1-02.12 IS SUPPLEMENTED BYADDING THE , qualifications prior to award. FOLLOWING: SECTION 1-02.2 IS DELETED AND REPLACED BY THE FOLLOWING: 1-02.12 Public Opening of Proposals(APWA) , 1-02.2 Bid Documents(APWA) The Contracting Agency reserves the right to postpone Information as to where Bid Documents can be the date and time for bid opening. Notification to bidder obtained or reviewed will be found in the Call for Bids for will be by addenda. the Work placed in the Contracting Agency's official ' newspaper. Page-SP-2 n....:,.:__ ram...,.. ncii i me ,,,� ..... �/1 O �/�� �/1 �� 0 w a� ' CONTRACT PLANS AND SPECIFICATIONS ' A. STANDARD SPECIFICATIONS The 1994 Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation (WSDOT) and the Washington State ' Chapter of the American Public Works Association (APWA) and all amendments thereto, including the APWA "Division One Supplement", shall be hereinafter referred to as the "Standard Specifications" together with the laws of the State of Washington and the ' Ordinances of the City of Renton, so far as applicable, are hereby included in these Specifications and shall apply as through quoted in their entirety. B. RENTON STANDARDS The City of Renton Standards Specifications for Municipal Construction (hereafter referred to as The Renton Standards) shall apply to all work and are hereby included in the Contract Documents. ' The Renton Standards are comprised of the following documents: 1. Standard Plans The Standard Plans are selected pages of"The Standard Plans for Road and Bridge Construction" as published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, adopted by the City of Renton, and bound together with those Standard Plans created by the City of Renton. An appendix to the published Renton Standards ' contains the original WSDOT/APWA index showing the disposition (Adopted, Replaced, or Deleted) of all original pages. Excerpts from the Renton Standard Plans have been bound in this document for the Contractor's convenience. ' 2. Supplemental Specifications The City of Renton Supplemental Specifications is a compilation of the revisions made to the WSDOT/APWA 1994 Standard Specifications and is produced to be used together with that original document. The City of Renton Supplemental ' Specifications have been bound into this document. The original (WSDOT/APWA) text in modified sections is reproduced in sufficient tamounts to provide clarity and context. All original text being deleted is shown with a line through the characters. This is being deleted. All replacement text or text being added is shown in bold face type. All revisions, either additions or deletion are further shown with a change bar in the outside margin of the page. ' Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 1 H DOCS:96-446&DWC ps C. SPECIAL PROVISIONS ' The Special Provisions replace, amend, or supplement the Standard Specifications and the Renton Standards. All provisions of the Standard Specifications and Renton Standards, which are not so amended, replaced, deleted, or supplemented, remain in full force and effect. In case of conflict, the Special Provisions shall take precedence over the Standard ' Specifications and Renton Standards. D. PROJECT DRAWINGS (PLANS) , A reduced copy of the Drawings (Plans) for this project are bound into the Contract ' Documents. In the case of conflict between Renton Standards and the Drawings, the Drawings shall govern, unless otherwise approved in writing by the Engineer. Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 2 H DOCS.96-446a.DWCps DIVISION 1 GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS ' 1-01.2 Abbreviations 1-01.2(2) Items of Work and Units of Measurement ' Supplement this section with the following: ACP Asphalt Concrete Pavement CPEP Corrugated Polyethylene Pipe Conn. Connection ' DI Ductile Iron DIP Ductile Iron Pipe E East ' Ex, Exist Existing FF Finished Floor ID Inside Diameter ' Inv Invert MON Monument N North No. Number OD Outside Diameter PC Point of Curve ' PT Point of Tangency PI Point of Intersection PCC Portland Cement Concrete ' R/W Right-of-Way S South SS Sanitary Sewer or Side Sewer ' S.ST. Stainless Steel W West ' 1-02 BID PROCEDURES AND CONDITIONS 1-02.2 Plans and Specifications See "Instruction to Bidders" and "Bidders Checklist" contained in the Contract Documents herein for pre-bid information. ' Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 3 H DOCS.96-446a.DWC.ps 1-02.4 Examination of Plans, Specifications, and Site Work ' 1-02.4(1) General Add the following to the end of Section 1-02.4(1): Locations of existing utilities shown on the Drawing are approximate and some existing ' utilities may have been omitted. It is the Contractor's responsibility to verify the locations and elevations of existing pipelines, structures, grades, and utilities prior to construction. ' The Owner assumes no responsibility for any conclusions or interpretations made by the Contractor on the basis of the information made available. 1-02.5 Proposal Forms ' Delete the first sentence of this section and replace with the following: ' The Proposal and associated forms are included in these Contract Documents under Documents Submitted in Sealed Bid Package. These forms shall not be altered by the ' bidder. Reference herein to the Proposal Form(s) shall mean the "Proposal" and "Schedule of Prices." 1-03 AWARD AND EXECUTION OF CONTRACT ' 1-03.1 Consideration of Bids (Addition) ' The contract will be awarded to the lowest responsive, responsible bidder. 1-04 SCOPE OF THE WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, and ' Addenda In the Second paragraph of Section 1-04.2 and after the text, "2. Proposal Form," add ' "(Proposal and Schedule of Prices)". 1-04.3 Project Coordination (New Section) ' It shall be the responsibility of the Contractor to coordinate all work to be performed under this contract, including the ordering and acquisition of all equipment and materials. This ' coordination shall encompass all work to be performed by the Contractor, their subcontractor, the City and any public utilities which may be involved. t Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 4 , H D005:96-446a.OWC.ps ' 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1(1) Archaeological Discoveries and Historic Preservation Clause (Addition) The Contractor shall adhere to the National Historic Preservation Act of 1966 and 36 CFR ' 800 which provide for the preservation of potential historical, architectural, archaeological, or cultural resources (herein called "cultural resources") and fair compensation to the Contractor for delays resulting from such cultural resources investigations. In the event that potential cultural resources are discovered during subsurface excavations at the site of construction, the following procedures shall be instituted: ' 1. The Owner shall issue a Work Suspension Order directing the Contractor to cease all construction operations at the location of such potential cultural resources find. ' 2. If archaeological findings include human remains, the Engineer shall contact a qualified archaeologist in consultation with the State Historic Preservation Officer ' (SHPO) to evaluate the remains. 3. Such Work Suspension Order shall be effective until such time as a qualified archaeologist can be called by the Engineer to assess the significance of these ' potential cultural resources and make recommendations to the State Historical Preservation Officer. If the archaeologist, in consultation with State Historic Preservation, determines that the potential find is a significant cultural resource, the Owner shall extend the duration of the Work Suspension Order. 4. Suspension of work at the location of the find shall not be grounds for any claim by the Contractor unless the suspension extends beyond the contract working days allowed for the project, in which case the Engineer will make an adjustment for increased cost of performance of the contract. 1-07.2(1) State Sales Tax ' Add the following to Section 1-07.2(1): The work on this contract is to be performed upon lands whose ownership obligates the ' Contractor to collect state sales tax from the City of Renton. Payment of sales tax to the Washington State Department of Revenue is, under this contract, required to be made by the contractor. The Contractor shall, at the time of making payment of sales tax, identify the work as having been performed within the City of Renton and for the City of Renton. 1-07.5 Wildlife, Fisheries, and Ecology Regulations (addition) The contractor shall comply with all construction related provisions of the HPA, Short-Term 1 Water Quality Exceedence permit, and other permits obtained by the City. The contractor shall be responsible for making any changes required by the agencies, and ' payment of any fines, for violation of any construction related permit provisions. The City ' Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 5 H.DOCS.96-446a.DWC:ps will not make additional an compensation for changes or fines due to the contractors ' P Y 9 violation of construction provisions. HPA Provisions. The following is a summary of the HPA construction related provisions, see copy in bid package for the complete document and all provisions: 1. Fisheries notification at least 3 days before construction ' 2. Work per plan ' 3. c. Woody debris inclusion, as approved by the City 5. Construction within OHWL by October 31, 1996 6. Temporary Bypass before work in creek ' 7. Sandbag revetment at bypass 8. Sandbag revetment downstream 9. Bypass to pass all flows ' 10. Bank protection complete before water flows into area 11. Remove bypass material, return site to pre-project conditions ' 12. Capture and safely move any fish from construction area, have capture equipment at job site 15. Bank erosion protection ' 17. Bank protection placement 18. Bank toe to protect bank ' 19. No overburden material released into water 20. Bank protection material, clean angular rock 21. Logs, stumps, boulders installed to withstand 100-year flow ' 22. Work with little or no siltation to downstream areas 23. Sediment removed from water before discharge , 24. Erosion control methods to prevent silty water from entering stream 25. Any waste material deposited above flood limits 26. No petroleum products, fresh cement, sediment, waste material discharged into ' stream 28. Notify Fisheries, and final inspection before contractor departure from site ' 1-07.13 Contractors Responsibility for Work 1-07.13(1) General ' Add the following: The Contractor shall submit a performance and payment bond to the City of Renton, State ' of Washington. The bond shall be in the full amount of contract. Whether or not there appears here or elsewhere herein specific reference to guarantees of all items of materials, equipment, and workmanship, they nevertheless shall be so guaranteed against mechanical, structural, or other defects for which the Contractor is , Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 6 ' H.DOC S.96-446a:D WC.ps responsible that may develop or become evident within a period of one year from and after acceptance of the work by the Owner. Such guarantees shall include care of backfilling of ' ditches or at structures should the fill settle to such extent as to require refilling or resurfacing roadway surfaces to restore the original or intended condition or grade. This guarantee shall be understood to imply prompt attention to any remedy of such defects as those mentioned above if and as they occur after the Contractor shall have written notice of their existence. If the defect, in the opinion of the Owner, is of such nature as to demand immediate repair, the Owner shall have the right to correct and cost thereof shall be borne by the Contractor. 1-07.16 Protection and Restoration of Property 1-07.16(1) Private/Public Property (Supplemental Section) ' Private property such as plants, shrubs, trees, fences, mailboxes, curbs, walks, driveways, and rockeries within the work area shall be removed and restored to the satisfaction of the ' property owner. It shall be the contractor's responsibility to notify each property owner when it is necessary to remove such improvements to facilitate the contractor's progress, and to remove those improvements to locations requested by the property owner or to restore them in their original location in as near original condition as possible. All lawn within the area to be disturbed by the contractor's operations shall be cut with a sod cutting machine, removed and disposed. The disturbed lawn area shall be restored, after trench is back-filled ' and compacted. Restoration shall consist of placing 4" topsoil, hydro seed, fertilize and mulch. Disturbed lawn areas, after replacement of topsoil, reseed, fertilize and mulch shall be watered a minimum of four (4) times a week for three weeks. The water shall be of such duration as to soak the seeded areas thoroughly and promote good root growth. Such removal and restoration shall be considered incidental to the bid item "Restoration", per lump sum and no further compensation will be made. 1 1-07.16(3)A Protection and Restoration of Existing Markers and Monuments ' All existing survey monuments and property corner markers shall be protected from movement or damage by the Contractor. All existing markers and/or monuments that are damaged or removed for construction purposes shall be referenced by survey ties and then ' replaced by the Contractor. The Contractor shall coordinate work with the City Engineer and City staff to reference the markers and/or monuments and replace them, as required by state law. All existing property corner markers disturbed or removed by the Contractor's operations shall be replaced at the Contractor's own expense. 1-07.16(5) Utility Service (New Section) ' The Contractor shall maintain the operational service of water distribution mains, and storm drainage mains at all times. Upon approval by the Engineer, individual water service pipes 1 may be off line for 4 hours and catch basins for 8 hours. No sewer service will be allowed to be shut down for more than 8 hours per day. Sanitary sewer service systems shall be maintained operational in as continuous a manner as possible. Where services are to be ' shut down, affected parties and the Engineer shall be notified in writing at least 72 hours in ' Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 7 H.DOCS.96-446a.DWC.ps advance of the time and period of shut-down. The Contractor shall make every effort to keep shut down schedules to periods of anticipated minimum usage and for the least period of time. ' 1-07.16(6) Restoration of Property (New Section) The Contractor shall protect property in the vicinity of the work site and in instances of ' destruction or damage, restore the item to pre-construction condition at the Contractor's expense. ' 1-07.17 Utilities and Similar Facilities Section 1-07.17 of the APWA Division I General Requirements is supplemented by the ' following: The locations and dimensions shown in the plans for existing buried facilities are in , accordance with available information obtained without uncovering, measuring, or other verification. It shall be the Contractor's responsibility to verify and/or determine the correct location of all utilities, public and private, that may be affected by his work under this ' contract. The Owner assumes no responsibility for improper locations or failure to show utility locations on the construction plans. The Contractor shall pothole all existing utilities in advance of pipe installation to verify that the required vertical and horizontal clearances ' exist. Any adjustment to pipe location and elevation must be approved by the Engineer prior to installation. The Contractor shall check with the utility companies concerning any possible conflict prior 1 to commencing excavation in any area, as not all utilities may be shown or correctly located on the plans. The Contractor shall be entirely responsible for coordination with the utility ' companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. No additional compensation will be made to the Contractor for reason of delay caused by the actions of any utility company, and the Contractor shall consider such costs to be incidental to the other items of the contract. The CONTRACTOR is alerted to the existence of Chapter 19.122 RCW, a law relating to ' underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. The contents of Chapter 19.122 RCW are provided below: RCW 19.122 UNDERGROUND UTILITIES ' 19.122.010 Intent ' It is the intent of the legislature in enacting this chapter to assign responsibilities for locating and keeping accurate records of utility locations, protecting and repairing damage to ' existing underground facilities, and protecting the public health and safety from interruption in utility services caused by damage to existing underground utility facilities (1984 c 144 1.) Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 8 , H.DOCS.96-446a.DWC.ps 19.122.020 Definitions Unless the context clearly requires otherwise, the definitions in this section apply through out this chapter. ' A. "Business day" means any day other than Saturday, Sunday, or a legal local, state, or federal holiday. B. "Damage" includes the substantial weakening of structural or lateral support of an underground facility, penetration, impairment, or destruction of any underground protective coating, housing, or other protective device, or the severance, partial or complete, of any underground facility to the extent that the project owner or the affected utility owner determines that repairs are required. ' C. "Emergency" means any condition constituting a clear and present danger to life or property, or a customer service outage. ' D. "Excavation" means any operation in which earth, rock, or other material on or below the ground is moved or otherwise displaced by any means, except the tilling of soil less than twelve inches in depth for agricultural purposes, or road and ditch maintenance that does not change the original road grade or ditch flow line. E. Excavator means any person who engages directly in excavation. ' F. "Identified facility" means any underground facility which is indicated in the project plans as being located within the area of proposed excavation. ' G. "Identified but un-locatable underground facility" means an underground facility which has been identified but cannot be located with reasonable accuracy. H. "Locatable underground facility" means an underground facility which can be field- marked with reasonable accuracy. I. "Marking" means the use of stakes, paint, or other clearly identifiable materials to show the field location of underground facilities, in accordance with the current color code standard of the American Public Works Association. Markings shall include identification letters indicating the specific type of the underground facility. J. "Person" means an individual, partnership, franchise holder, association, corporation, a state, a city, a county, or any subdivision or instrumentality of a state, and its employees, agents, or legal representatives. K. "Reasonable accuracy" means location within twenty-four inches of the outside dimensions of both sides of an underground facility. L. "Underground facility" means any item buried or placed below for use in connection ' with the storage or conveyance of water, sewage, electronic, telephonic or telegraphic communications, cablevision, electronic energy, petroleum products, gas, gaseous vapors, hazardous liquid, or other substances and including but not ' Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 9 H:DOCS 96-046a:DWC ps limited to pipes, sewers, conduits, cables, valves, lines, wires, manholes, attachments, and those parts of poles or anchors below ground. M. "One-number locator service" means a service through which a person can notify ' utilities and request field-marking of underground facilities. (1984 c 144 2.) 19.122.030 Notice of excavation to owners of underground facilities - One-number ' locator service - Time for notice - Marking of underground facilities - Costs Before commencing any excavation, the excavator shall provide notice of the scheduled , commencement of excavation to all owners of underground facilities through a one-number locator service. All owners of underground facilities within a one-number locator service ' area shall subscribe to the service. One number locator service rates for cable television companies will be based on the amount of their underground facilities. If no one-number locator service is available, notice shall be provided individually to those owners of ' underground facilities known to or suspected of having underground facilities within the area of proposed excavation. The notice shall be communicated to the owners of underground facilities not less than two business days or more than ten business days before the ' scheduled date for commencement of excavation, unless otherwise agreed by the parties. Upon receipt of the notice provided for in this section, the owner of the underground facility shall provide the excavator with reasonably accurate information as to its locatable ' underground facilities by surface-marking the location of the facilities. If there are identified but un-locatable underground facilities, the owner of such facilities shall provide the excavator with the best available information as to their locations. The owner of the , underground facility providing the information shall respond no later than two business days after the receipt of the notice or before the excavation time, at the option of the owner, unless otherwise agreed by the parties. Excavators shall not excavate until all know ' facilities have been marked. Once marked by the owner of the underground facility, the excavator is responsible for maintaining the markings. Excavators shall have the right to receive compensation from the owner of the underground facility for costs incurred if the ' owner of the underground facility does not locate its facilities in accordance with this section. The Owner of the underground facility shall have the right to receive compensation for costs , incurred in responding to excavation notices given less than two business days prior to the excavation from the excavator. ' An owner of underground facilities is not required to indicate the presence of existing service laterals or appurtenances if the presence of existing service laterals or ' appurtenances on the site of the construction project can be determined from the presence of other visible facilities, such as buildings, manholes, or meter and junction boxes on or adjacent to the construction site. ' Emergency excavations are exempt from the time requirements for notification provided in this section. If the excavator, while performing the contract, discovers underground facilities which are ' not identified, the excavator shall cease excavating in the vicinity of the facility and Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 10 ' H:DOCS.96-446a:DWC:ps ' immediately notify the owner or operator of such facilities, or the one-number locator service. (1988 c99 1; 1984 c 144 3.) 19.122.040 Underground facilities identified in bid or contract - Excavator's duty of reasonable care - Liability for damages -Attorney's Fees. A. Project owners shall indicate in bid or contract documents the existence of underground facilities known by the project owner to be located within the proposed area of excavation. The following shall be deemed changed or differing site conditions: 1. An underground facility not identified as required by this chapter or other provision of law; and 2. An underground facility not located, as required by this chapter or other provision of law, by the project owner or excavator if the project owner or excavator is also a utility. B. An excavator shall use reasonable care to avoid damaging underground facilities. An excavator shall.- 1. Determine the precise location of underground facilities which have been marked; 2. Plan the excavation to avoid damage to or minimize interference with underground facilities in and near the excavation area; and ' 3. Provide such support for underground facilities in and near the construction area, including during backfill operations, as may be reasonably necessary for the protection of such facilities. C. If an underground facility is damaged and such damage is the consequence of the failure to fulfill an obligation under this chapter, the party failing to perform that obligation shall be liable for any damages. Any clause in an excavation contract which attempts to allocate liability, or requires indemnification to shift the economic consequences of liability, different from the provisions of the chapter is against public policy and unenforceable. Nothing in this chapter prevents the parties to an excavation contract from contracting with respect to the allocation of risk for changed or differing site conditions. ' D. In any action brought under this section, the prevailing party is entitled to reasonable attorney's fees. (1984 c 144 4.) 19.122.05 Damage to underground facility - No notification by excavator - Repairs or relocation of facility A. An excavator who, in the course of excavation, contacts or damages an underground facility shall notify the utility owning or operating such facility and the one-number locator service. If the damage causes an emergency condition, the excavator causing the damage shall also alert the appropriate local public safety ' Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 11 H.DOCS.96-446a.DWC.ps agencies and take all appropriate steps to ensure the public safety. No damaged ' underground facility may be buried until it is repaired or relocated. B. The owner of the underground facilities damaged shall arrange for repairs or relocation as soon as is practical or may permit the excavator to do necessary repairs or relocation at a mutually acceptable price. (198 c 144 5). 19.122.060 Exemption from notice and marking requirements for property owners An excavation of less than twelve inches in vertical depth on private non-commercial ' property shall be exempt from the requirements of RCW 19.122.030, if the excavation is being performed by the person or an employee of the person who owns or occupies the property on which the excavation is being performed. (1984 c 144 6.) 19.122.070 Civil penalties - Treble damages - Existing remedies not affected A. Any person who violates any provision of this chapter, and which violation results in damage to underground facilities, is subject to a civil penalty of not more than one thousand dollars for each violation. All penalties recovered in such actions shall be deposited in the general fund. B. Any excavator who willfully or maliciously damages a field-marked underground ' facility shall be liable for treble the costs incurred in repairing or relocating the facility. In those cases in which an excavator fails to notify known underground facility owners or the one-number locator service, any damage to the underground facility shall be deemed willful and malicious and shall be subject to treble damages for costs incurred in repairing or relocating the facility. C. The chapter does not affect any civil remedies for personal injury or for property , damage, including that to underground facilities, nor does this chapter crest any new civil remedies for such damage. (1984 c 144 7.) ' 19.122.080 Waiver of notification and marking requirements The notification and marking provisions of this chapter may be waived for one or more designated persons by an underground facility owner with respect to all or part of that underground facility owner's own underground facilities (1984 c 144 9.) ' 19.122.900 Severability - 1984 c 144 If any provisions of this act or its application to any person or circumstance is held invalid, ' the remainder of the act or the application of the provision to other persons or circumstances is not affected. (1984 c 144 9.) 1-07.18(1) General (Revised) The Owner shall be given 45 days prior written notice by certified mail of any cancellation, reduction or modification of the insurance. Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 12 ' H DOCS:96-446a.DWC:ps 1 ' 1-07.18(3) Limits (Addition) The limits of liability for the insurance required shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations: ' A. Worker's compensation: (under limits of liability stated on the City of Renton Insurance Information for enclosed within Attachment A). B. Comprehensive General Liability: (under limits of liability stated on the City of Renton Insurance Information form enclosed within Attachment A). Policies shall include premises/operations, products, completed operations, independent contractors, OWNERS and CONTRACTORS protective, Explosion, Collapse, Underground Hazard, Broad for Contractual, Person Injury with employment exclusion deleted, and Broad Form Property Damage. C. Comprehensive Automobile Liability: (under limits of liability stated on the City of Renton Insurance Information form enclosed within Attachment A) including Owned, Hired, and Non owned Vehicles: D. The CONTRACTOR will be required as part of the insurance provided to complete and submit the attached City of Renton Insurance Information form, and Policy Declaration pages, Endorsement and Coverage Questionnaire forms included in Attachment A of these Contract Documents, prior to Notice to Proceed. Policies shall also specify insurance provided by CONTRACTOR will be considered primary and not contributory to any other insurance available to the OWNER or the ENGINEER. All policies shall provide for 45 days written notice prior to any cancellation or non- renewable of insurance policies required under Contract. "Will endeavor" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the Company, its agents or representatives" wording will be deleted from certificates. Policies shall be provided only by companies with an "Alfred M. Best Rating" of not less than Al2. ' 1-07.18(4) Endorsement (Addition) ' The contractor shall also name the Owner, and their officers, directors, agents, and employees as "additional insureds" under the insurance policies. Subsequent to award of the contract the CONTRACTOR shall submit to the OWNER the following: A. City of Renton Insurance Information in the form Attachment A herein without 1 modification and policy declaration pages obtained from the insurance carrier. B. Insurance Questionnaire (enclosed within Attachment A herein) completely filled out and appropriately executed: ' Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 13 H DOCS.96-446a.DWC.ps C. Insurance Endorsement ) Y an enclosed within Attachment A herein executed b ( appropriate representative of the insurance company(ies). ' 1-08 PROSECUTION AND PROGRESS 1-08.1(3) Hours of Work (Addition) Work hours shall be limited to week days only, between the hours of 7:00 a.m. and 5:00 p.m. unless otherwise approved in advance by the City. Truck hauling shall be limited to the hours of 8:30 am to 3:30 PM on arterial streets. ' The contractor shall give a minimum 48 hours notice to the City prior to work on any roadway and shall do no work on the roadway without a traffic control plan approved by the ' City Traffic Engineer. Work on weekends will not be allowed, except as approved in writing by the Engineer. 1-08.13 Compensation for Overtime Work (New Section) Add the following section: The Owner reserves the right to charge the Contractor and may deduct from periodical and final payment, labor expenses attributed to administrative, engineering and inspection work ' incurred by the Owner for overtime work associated with the project construction. The Contractor shall pay to the Owner the costs of certain engineering and inspection expenses in the event that the Owner should grant an extension(s) of time because of avoidable delay. The amount of said expenses shall be computed and determined on the basis of an itemized schedule of engineering and inspection labor charges determined for the actual hours of labor performed beyond a forty-hour work week, or beyond the scheduled date of completion. 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities Section 1-09.1 of the APWA Division I General Requirements is supplemented and/or , modified as follows: Where items are specified to be paid for by the ton, it will be the Contractor's responsibility to see that a certified weight ticket is given to the inspector on the project at the time of delivery of materials for each truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to the inspector at time of delivery of materials. Tickets not received by inspector on day of delivery will not be honored for payment. Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 14 ' HDOCS.96-446a:DWC.ps 1-09.2(2) Lump Sum Breakdown Section 1-09.2(2) of the APWA Division I General Requirements is supplemented with the following: ' The Contractor shall, within ten (10) days of receipt of notice to proceed, submit a complete breakdown of all lump sum bid items showing the value assigned to each part of the work including an allowance for profit and overhead. Upon acceptance of the breakdown of the ' contract price by the Engineer, it shall be used as the basis for all requests for partial payment. 1-09.3 Scope of Payment Supplement this section with the following: It is the intention of these Special Provisions that the performance of all work under the bid for each item shall result in the complete construction, in accepted operating condition, of each item. Work and material not specifically listed in the Schedule of Prices but necessary to provide a complete and finished project according to the Contract Plans, Specifications, and general ' practice shall be considered incidental to the construction of the project and the Contractor shall include the cost within the unit bid prices in the contract. 1-09.3(1) Basic Bid (New Section) This section is an outline of the basic bid which determines the low bidder for this project. ' All work specified or shown in the contract Documents and not specifically listed in the following items is considered incidental to the listed bid items and shall be included in the unit prices. ' Bid Item 1: Mobilization (LS) The Contractor shall prepare a Work Plan which shall show the following.- 0 proposed construction sequence of the project, including when demolition will occur, • when and how stream diversion will be provided, • how erosion control will be provided for all stages of the project, • when major features of the project will be completed, • how construction traffic will be controlled to minimize impacts to the Maplewood Golf Course entrance, clubhouse parking lot, and public roads into the work site. The Contractor shall prepare a Mobilization Plan which shall show the location for storage of all equipment and material proposed to be located at the construction site. The Contractor shall plan the work such that construction is complete no later than October 31,1996 to satisfy the HPA permit deadline. The contractor is responsible for Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 15 H DOCS 96-446a.DWC.ps complying with the HPA permit, and all other permits, per Special Provisions section 1- 07.5. The Contractor shall not store or park any vehicles, equipment, and material in the Maplewood Golf Course parking lot, driving range parking lot, or the access road from the parking lot to the old clubhouse parking lot. , The Work Plan and Mobilization Plan shall be submitted to the City for review, revision, and approval prior to notification to proceed with the project. ' Payment for Mobilization will be made at the lump sum bid price, which payment will be in accordance with 1-09.7 of APWA Standard Specifications (1994). Bid Item 2: Construction Surveying, Staking, and As-Builts (LS) Construction surveying, staking, and as-built notes and information shall be supplied by the Contractor as provided in Supplemental Specifications 1-05.5(4) and 1-05.5(5). All survey work shall be done under the direct supervision of a surveyor licensed by the State of Washington, and in accordance with the City of Renton Surveying Standards. The contractor's surveyor shall provide the City with field books, as-built notes, prints ' with the existing utilities, and prints with the as-built locations and surveyor's seal and signature per Supplemental Specification 1-05.5(5). The surveyor shall provide the as- built stamp and signature on the City mylar plan sheets, after the City adds the as-built information. In addition to section 1-05.5(5), the surveyor shall locate the following major items of work with coordinates and elevations. For each item the surveyor shall supply the City ' with a list of survey points, coordinates and elevations, quantity calculations and method, and a plan sheet with the survey points located and identified: A. The limits of the excavated sedimentation basin prior to placement of sand or liner to determine excavation quantities for Bid Item 16. The surveyor shall also provide excavation quantity calculations by cross- sectioning or digital terrain modeling for payment of the Excavate Sediment Basin bid item. B. Sufficient points on the stockpile of excavated suitable soil and riprap to determine measurement quantities for Bid Item 16, 11, or any other stockpiles used for quantity measurement. C. The perimeter and elevation of the top outside edges of the membrane liner. D. The perimeter and elevation of the bottom of the liner. E. The perimeter and elevation of the bottom of the completed basin. F. The perimeter and elevation of the inside top of the completed basin. Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 16 , H-.DOCS.96-446a.DWC.ps ' G. The centerline and elevation of the top completed of the basin embankment. H. The centerline and elevation of the creek at each grade boulder and boulder cluster location. The City will provide base grade plan sheets for the Surveyor's use. Payment for Construction Surveying, Staking and As-Builts will be made at the lump sum amount bid, which payment will be considered complete compensation for all materials, equipment, labor, as-built information, and licensed surveyors seal and signature required to complete this item of work in accordance with the Contract Documents. Bid Item 3: Traffic Control (LS) ' The Contractor shall prepare a Traffic Control plan for review and approval by the City. The plan shall address truck hauling from SR 169, through the golf course parking lot, to the construction site and back. The golf course entrance and parking lot is busy and driving space is limited. Truck traffic may interfere with private vehicles using the lot, or trucks may need additional space and maneuvering room to travel through the limited area. The contractor shall provide active traffic control when more than one truck at a time is traveling through the parking lot, if individual trucks need help maneuvering through the parking lot, or if traffic iproblems develop in the parking lot. Active traffic control may not be needed if experience shows that truck travel and maneuvering does not interfere with private vehicles in the parking lot. The contractor may request that the City waive active traffic control based on a lack of traffic problems. The City may reinstate active traffic control at any time based on traffic problems in the ' parking lot or entrance. Payment for Traffic Control will be made at a lump sum bid price, which payment will be considered complete compensation for all labor, equipment, and material required for Traffic Control as detailed in section 1-07.23. The contractor will also be responsible for controlling mud and dust on any route used by trucks from the golf course entrance to the construction area, as noted in Supplemental Specifications section 1-07.23. Any debris on SR 169, at the golf course ' entrance, or on the roads or parking lots shall be cleaned immediately. Dust and mud control shall be considered as incidental to the project and no compensation will be made for this work. Bid Item 4: Removal and Disposal of ACP in Parking Lot (SY) The work of this section shall include removal of asphalt pavement, gravel base, and miscellaneous structures as needed for the construction of the sediment basin and creek improvements as shown on plans or as directed by the City in order to construct utility improvements. ' Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 17 H DOCS.96446a.DWC.ps i Work shall include haul and disposal of waste material to an approved and licensed site ' per Special Provisions and Supplemental Specifications section 2-01, and Standard Specification Section 2-02. Measurement for Removal of ACP will be in square yards of asphalt area. Payment for Removal and Disposal of ACP in Parking Lot will be made at the unit price ' bid per square yard, which payment will be considered complete compensation for all materials, equipment, and labor required to complete this item of work in accordance ' with the Contract Documents. Bid Item 5: Removal and Disposal of Concrete Weir and Dam (LSD ' The work of this section shall include removal and disposal of the existing sediment basin concrete weir (ecology blocks plus incidental structures), and removal and , disposal of the upper concrete dam (and incidental structures) as shown on the plans including all sawcutting, demolition, below grade work, and other work required to achieve the creek cross section shown on the plans and as directed by the City. If the ecology blocks are removed in good condition, they may be reused to plug the 42-inch diameter RC Pipes as shown on the drawings, and as listed in Bid Item 33 upon approval by the City. Work shall include haul and disposal of waste material to an approved and licensed site ' per Special Provisions and Supplemental Specifications section 2-01, and Standard Specification Section 2-02. Measurement for Removal and Disposal of the Concrete Weir and Upper Concrete Dam will be lump sum in accordance with the Contract Documents. Payment for Removal and Disposal of Concrete Weir and Dam will be made at the lump sum amount bid, which payment will be considered complete compensation for all labor, ' equipment and materials required to complete this item of work in accordance with the Contract Documents. Bid Item 6: Remove and Relocate Existing Sanitary Sewer Manhole and Pipe (LS) ' The existing sanitary sewer manhole shall be completely removed, salvaged, and ' relocated and connected to the existing sanitary sewer line as shown on the plans. The existing sanitary sewer pipeline to be abandoned as shown on the plans shall be i either removed in its entirety and the trench backfilled and compacted with Imported Backfill per Bid Items 17 and 18, or shall be abandoned by removing the pipe at least 6-feet upstream of the relocated manhole, plugging at both ends with Class 3000 concrete per section 7-04.3(4) F, and constructing a trench dam at the upstream end to prevent water infiltration through the existing pipe bedding material. Payment for Removal and Relocation of the Sanitary Sewer Manhole and Pipe will be made at the lump sum price bid, which payment will be considered complete compensation for all labor, equipment , materials, disposal of pipe and waste materials, required to complete this item of work in accordance with the Contract Documents. ' Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 18 ' RDOCS.96-446a:DWC ps ' Bid Item 7: Removal and Dis osal of Existing Water Pipes LS ' The work of this section shall include removal and disposal of all existing metal, PVC, wood, and other pipes as shown on the plans and as found in the ravine between the upper concrete dam and the sediment basin. These pipes were for water and irrigation lines. Work shall include haul and disposal of waste material to an approved and licensed site ' per Special Provisions and Supplemental Specifications section 2-01, and Standard Specification Section 2-02. ' Payment for Removal and Disposal of Existing Water Pipes will be made at the lump sum amount bid, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Bid Item 8: Furnish and Install 24-inch CMP Access Road Culvert and Riprap (LS) ' The work of this section shall include the removal and disposal of the existing crushed CMP culvert, subgrade preparation, bedding and placement of a new CMP culvert as shown on the drawings and as specified in Supplemental Specification Section 7-02. Work shall also include ditch protection and treatment with heavy loose riprap at both ends of the culvert as shown on the drawings. Riprap shall consist of durable, broken stone as defined in Section 9-13 and 9-13.1(1). ' Payment for Furnish and Install 24-inch CMP Access Road Culvert and Riprap will be P p made at the lump sum amount bid, which payment will be considered complete compensation for all labor, equipment, disposal, and materials required to complete this item of work in accordance with the Contract Documents. Bid Item 9: Clear and Grub (Acre) The work of this Section shall include preparing the existing access road and new sedimentation basin construction area for construction access, surfacing, and further excavation and construction. t A. Access road from Sta. 2+30 + 6+35.87 to a minimum width of 12 feet. B. Creek bed and side slopes from approximate station ML 1+00 to station ML 3+20 in areas required for regrading per plans. ' C. Sediment basin excavation and fill areas. D. Embankment and access ramp area along east and southeast side of sediment basin. Clearing and grubbing shall be performed as described in section 2-01.3(1) and 2- 01.3(2). Payment to Clear, Grub, and Regrade Existing Access Road will be made at the unit tprice bid per acre, which payment will be considered complete compensation for all ' Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 19 H DOCS.96-446aa.DWC ps labor, equipment and materials required to complete this Item of work in accordance ' with the Contract Documents. ' Bid Item 10: Crushed Surfacing (TON) The work of this Section shall include furnishing, placement, and compaction of five (5) inches thick (thickness measured after compaction) crushed surfacing as shown on the plans from Station 2+30 to Station 6+35.87, top of embankment, access ramp and parking area restoration, per Standard Specifications Section 4-04. The five (5) inches ' should consist of three (3) inches base course and two (2) inches top course material per Standard Specifications Section 9-03.9(3). Road should be bladed and proofrolled to obtain a uniform grade suitable for construction and maintenance vehicles. Payment for Crushed Surfacing will be made at the unit price bid per Ton, which ' payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract ' Documents. Bid Item 11: Remove and Stockpile Existing Riprap (LS) The contractor shall remove existing riprap along the left channel bank and stockpile suitable material for measurement and reuse before construction of reinforced fill and ' channel re-grading. Riprap that does not conform to specifications in Section 9-13 and 9-13.1(1) shall be disposed of per Bid Item 36, 37 and 38 or may be used as quarry spalls to line the ditch on the west side of the sediment basin embankment as shown on plans as approved by the City. Payment for Remove and Stockpile Existing Riprap will be made at the lump sum amount bid, which payment will be considered complete compensation for all labor, ' equipment and materials required to complete this item of work in accordance with the Contract Documents. Payment to dispose of unsuitable riprap material will be made perBid Items 36, 37, or , 38 as directed by City. Bid Item 12• Place Stockpiled Riprap (CY) ' The work of this Section shall include placement of stockpiled riprap meeting ' specifications in Section 9-13 and 9-13.1(1) to lines and grades as shown on the plans (plans, sections, and profile) along the West creek channel bank in the regraded section, along the toe of the geogrid reinforced fill for scour protection, downstream of ' the spillway outlet structure, or at the bypass pipe inlet structure. Prior to placing any stockpiled riprap, the Contractor shall determine the quantity of salvaged riprap present by physical measurement in the presence of the City Inspector, and submittal of volume calculations to the City for approval. Stockpiled riprap shall be utilized prior to importing new heavy loose riprap. ' Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 20 , H DOCS96-446a:DWC ps ' Payment for Place Stockpiled Riprap will be made at the unit rice bid per cubic and p P yard, which payment will be considered complete compensation for all labor, equipment and ' materials required to complete this item of work in accordance with the Contract Documents. Bid Item 13: Furnish and Place Heavy Loose Riprap (Ton) The contractor shall furnish and place Heavy Loose Riprap as shown on the plans ' (plans, sections, and profile) along the West creek channel bank in the regraded section, along the toe of the geogrid reinforced fill for scour protection, downstream of the spillway outlet structure, and at the bypass pipe inlet structure. Riprap shall consist of durable, broken stone as defined in Section 9-13 and 9-13.1(1). No imported Heavy Loose Riprap will be allowed until the supply of stockpiled riprap per Bid Item 12 is depleted, or as approved by the City. Measurement of Riprap material will be by weight ticket based on actual tonnage weight as determined by measurement from a certified scale per Contract Documents. Payment for Furnish and Place Loose Riprap will be made at the unit price bid per ton, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Bid Item 14: Furnish and Install 18-inch Plastic Bypass Pipe (LF) The work of this section shall include furnishing, trenching, bedding, placing, connecting to structures, and backfilling the plastic bypass pipe to obtain a complete and workable bypass pipe system as shown in the plans. ' Plastic pipe materials shall be Corrugated Polyethylene Pipe (CPEP) with smooth internal wall per Special Provisions Section 9-05.12. Installation and testing shall be in accordance with manufactures recommendations. All connections to concrete structures shall be made with non-shrink grout for watertight seal. Payment for Furnish and Install Plastic Bypass Pipe will be made at the unit price bid per linear foot, which payment will be considered complete compensation for all labor, equipment and materials including modular mechanical sleeve's required to complete this item of work in accordance with the Contract Documents. iBid Item 15: Furnish and Install Bypass Pipe Inlet Structure (LS) Work of this section includes construction of the concrete intake structure and canal gate as shown on the plans at the upstream end of the Plastic Bypass Pipe. All work necessary for a completed and working system including clearing, grubbing, subgrade preparation and compaction, form work, steel reinforcing, concrete, canal gate, cast in ' place pipe sleeve and other incidental items shall be included in this lump sum item. Payment for Furnish and Install Bypass Pipe Inlet Structure will be made at the lump ' sum amount bid, which payment will be considered complete compensation for all labor, ' Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 21 H DOCS:96-446a:DWC.ps equipment and materials required to complete this item of work in accordance with the ' Contract Documents. Bid Item 16• Excavate Sedimentation Basin (CY) ' Work of this section includes all excavation for the sedimentation basin, testing to , determine excavated soil's suitability for reuse, stockpiling suitable material in the existing upper parking lot for measurement prior to reuse as structural fill, or loading soil to haul for disposal. ' Hauling and disposal will be paid under one of the Disposal Of Excess Materials Bid Items, as directed by the City. Suitable material shall be defined as soil suitable for structural fill, containing less than three (3) percent organic matter and deleterious substances, with no rocks or lumps ' over six (6) inches in greatest dimension and no more than fifteen (15) percent larger than two and one-half (2.5) inches in greatest dimension. In addition, the silt and clay content (i.e. passing the US sieve #200) should be less than five (5) percent. This fill definition should be enforced during wet weather construction. During dry weather, any organic free, compatible material capable of meeting the completion requirements and not exceeding the maximum size criterion may be used for stockpiled or imported backfill. The Contractor shall perform, or subcontract to a soils or materials Laboratory, gradation testing (sieve analysis) to determine suitability of on-site soil for reuse as structural fill. Gradation testing per ASTM D-422 shall be performed on the excavated soil at a rate of at least one test per 50 cubic yards, or as necessary to ensure that the material meets specifications. The quantity for this item is included for bid purposes only. The actual quantity excavated may vary from the estimate. Measurement for Excavate Sedimentation Basin will be based on Contractor's submittal of excavation volume calculations based on the sedimentation basin survey performed in Bid Item 2 following excavation, as compared to the existing topographic survey shown on the plans, or by other means as approved by the City in advance of any excavation. Payment for Excavate Sedimentation Basin will be made at the unit price bid per cubic yard including all costs for excavation, determination of soil suitability for use as structural fill, hauling to parking lot site, stockpiling for measurement and future use, and loading into vehicles for disposal of unsuitable soil, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. No payment shall be made for costs due to over-excavation and subsequent backfill, ' unless the City determines that the over-excavation could not be avoided. Over- excavation is defined as trenching outside the maximum trench or excavation depth and/or width. t Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 22 ' H:DOCS 96-446a:D WC'.ps Bid Item 17: Place Stockpiled Soil Suitable for Fill (CYJ Work of this section includes placement, compaction, and compaction testing, of all stockpiled soil suitable for structural fill perBid Item 16 to be used as specified on plans as "Imported Backfill". The supply of Stockpiled Soil Suitable for Fill shall be utilized and exhausted by the Contractor prior to importing any fill material. This item may be used for embankment construction, sedimentation basin backfill, ' reinforced fill, and when material from trench and structural excavations is unsuitable for use as backfill and the use of imported backfill is approved by the City. ' The quantity for this item is included for bid purposes only. The actual quantity used in construction may vary from that amount depending on the amount of stockpiled material. ' All placed Stockpiled Soil Suitable for Fill shall be compacted by mechanical means to produce a minimum degree of compaction of 95 percent as determined by ASTM Test Designation D1557 (Laboratory Compaction Testing). At least one Laboratory Compaction Test shall be performed on each one hundred fifty (150) cubic yards of excavated material, or more frequently as required to assure compliance with the compaction specification depending on the quality and uniformity of the fill material. All fill should be moisture conditioned as determined by the laboratory testing before compacting. If the fill is too wet, the contractor should stockpile or spread and allow it to dry. If the fill is to dry, uniformly apply water to surface to achieve optimum moisture content. Fill should be placed in thin horizontal lifts. Lifts should not exceed eight inches in loose, uncompacted thickness for heavy compactors and four inches for hand-held compactors. Each fill lift shall be field tested for compaction in accordance with either ASTM Test Designation D1556 (Sand Cone Method) or ASTM Test Designation D2922 and D3017 ' (Nuclear Probe Method). The location and number of field density tests per lift shall be adequate to assure compliance with the specified minimum 95 percent of optimum value. The City may increase or decrease the observed testing frequency as needed to ' assure compliance. The results of the tests and compliance with the specifications will be the basis upon which satisfactory completion of the work will be judged by the City. Measurement for Place Stockpiled Soil Suitable for Fill for embankment construction, sedimentation basin backfill, reinforced fill, trench, catch basins, manhole, and any suitable earthwork will be based on the Surveyed Volume of the Stockpile as determined by Bid Item 2, before and after any of the stockpile is used. Payment for Place Stockpiled Soil Suitable for Fill will be made at the unit price bid per cubic yard, which payment will be considered complete compensation for all labor, equipment, testing, materials, including all costs for hauling from stockpile, placing, Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 23 H.DOCS96-446a.DWC.ps compaction, and compaction testing required to complete this moisture conditioning, p p 9 q p item of work in accordance with the Contract Documents. Bid Item 18• Furnish and Place Imported Backfill (TON) Work of this section includes furnish, placement, compaction, and compaction testing of ' Imported Backfill as specified on the plans. The contractor shall provide imported granular soil material (structural fill), where ' needed, containing less than three (3) percent organic matter and deleterious substances, with no rocks or lumps over six (6) inches in greatest dimension and no more than fifteen (15) percent larger than two and one-half (2.5) inches in greatest ' dimension. In addition, the silt and clay content (i.e. passing the US sieve #200) should be less than three (3) percent. This item will be used for embankment construction, sedimentation basin cover, t reinforced fill, and when material from trench and structural excavations is unsuitable for use as backfill and the use of imported backfill is approved by the City. The quantity for this item is included for bid purposes only. The actual quantity used in construction may vary from that amount depending on the quality of excavated material available for use as fill per Bid Item 17. All placed Imported Backfill shall be compacted by mechanical means to produce a minimum degree of compaction of 95 percent as determined by ASTM Test Designation D1557 (Laboratory Compaction Testing). At least one Laboratory Compaction Test shall be performed on each one hundred fifty (150) cubic yards of excavated material,or more frequently as required to assure compliance with the compaction specification depending on the quality and uniformity of the fill material. All fill should be moisture conditioned as determined by the laboratory testing before compacting. If the fill is too wet, the contractor should stockpile or spread and allow it to , dry. If the fill is to dry, uniformly apply water to surface to achieve optimum moisture content. Each fill lift shall be field tested for compaction in accordance with either ASTM Test Designation D1556 (Sand Cone Method) or ASTM Test Designation D2922 and D3017 (Nuclear Probe Method). The location and number of field density tests per lift shall be ' adequate to assure compliance with the specified minimum 95 percent of optimum value. The City may increase or decrease the observed testing frequency as needed to assure compliance. The results of the tests and compliance with the specifications will be the basis upon which satisfactory completion of the work will be judged by the City. Measurement for placing imported backfill for sedimentation basin, reinforced fill, trench, catch basins, manhole, and all related earthwork will be based on actual tonnage weight as determined by measurement from a certified scale. Payment for Furnish and Place Imported Backfill will be made at the unit price bid per t ton, including compaction, which payment will be considered complete compensation for Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 24 H DOCS.96-446a DWC.ps all labor, equipment and materials, includingall costs for hauling, placing, moisture 9 p 9, conditioning, compaction, and compaction testing required to complete this item of work in accordance with the Contract Documents. Bid Item 19: Field Compaction Testing (each) Work of this Section includes any additional compaction testing requested by the City while the contractor's testing firm is at the site. The Contractor shall perform or subcontract to a qualified subcontractor field compaction testing. Compaction test methods shall be the same as specified for the Stockpiled or Imported Fill Bid Items. ' The City will determine the location of any additional test it requests. Contractor compaction testing for stockpiled and imported fill is included in the bid item for each of those materials. Measurement of compaction tests will include written requests from City representative, and written results of compaction testing work, including test sheets. Payment to perform compaction testing will be made at unit price bid per test, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Bid Item 20: Furnish and Install Type I Catch Basins (EA) Measurement for Type I Catch Basins will be per each for each catch basin installed in conformance with the Contract Documents. All Catch Basin shall have a locking type frame and solid locking cover (lids). Catch Basins shall meet the specification of Section 7-05. Payment for Furnish and Install Type I Catch Basins will be made at the unit price bid per each, which payment will be complete compensation for all labor, equipment, materials, excavation, bedding material, back-fill, compaction, connections, special fittings, risers, frame and cover, adjustment of frame to grade, locking mechanism, appurtenances, etc. required to complete all catch basins in conformance with the Contract Documents. Bid Item 21: Regrade Maplewood Creek Channel (LS) Work of this section includes all excavation and filling for the Maplewood Creek Channel, as shown on the Maplewood Creek Centerline Profile on the Contract Drawings. Soil excavated from reach upstream of the existing concrete dam may be utilized for fill at the downstream side of the existing concrete dam. Soil used for downstream fill shall contain less than three (3) percent organic matter and deleterious substances, with no rocks or lumps over six (6) inches in greatest dimension and no more than fifteen (15) percent larger than two and one-half (2.5) inches in Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 25 H:DOCS:96-446a:D WC ps greatest dimension. In addition the silt and clay content i.e. passing the US sieve g Y ( p 9 #200) should be less than 10 (10) percent. Excess soil material may be tested to determine if it meets the specifications for Stockpiled Soil Suitable For Fill. If it meets the specifications it may be stockpiled in the existing upper parking lot for measurement prior to reuse as structural fill, or may be disposed of to an approved site per the Contract Documents. Unsuitable material from behind the upper concrete dam will be removed and disposed of. Disposal will be paid under one of the Disposal of Excess Material Bid Items, as approved by the City. There will be no specific Measurement for Regrade Maplewood Creek Channel. ' Payment for Regrade Maplewood Creek Channel will be made at the lump sum price bid including all costs for excavation, placement of fill, determination of soil suitability for use as structural fill, loading and hauling to parking lot site, stockpiling for measurement and future use, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Bid Item 22• Furnish and Install Channel Bank Stabilization (LF) Work of this section includes furnishing materials and constructing the slope stabilization with geogrid reinforcement and a riprap toe between MC Station 1+25 and MC Station 3+30 as shown on the contract plans. The contractor shall supply and install the geogrid reinforcement in accordance with the typical sections and plans. The geogrid shall be composed of high density polyethylene or polyester yarn encapsulated in a protective coating. Acceptable grids are UX1100HS by Tensar Corporation, Fortrac 20/13-20 by Huesker or Stratagrid 200 by Strata Systems. Prior to the placing of any reinforcement, the subgrade shall be cleaned of any foreign , matter and proofrolled and prepared in accordance to section 2-06. The geogrid reinforcement shall be laid out in a manner so that the strength direction (also referred to as the machine or warp direction) is perpendicular to the slope face. At the limits of the reinforced fill mass, upstream and downstream sides, the geogrid shall be placed so that the strength direction is parallel to the slope face. Proper geogrid orientation is of extreme importance due to the difference in strengths of varying directions. The contractor will be responsible for proper geogrid orientation. The geogrids shall be rolled out, cut to proper lengths and placed at the proper elevations as shown on the construction drawings. Geogrid reinforcement can be placed directly on the existing fill surface - no special surface treatment is required. If a sheepsfoot roller is utilized, the imprints are acceptable for geogrid placement. After being placed, the geogrid should be pulled taut, staked and no wrinkles should be present in the reinforcement. Adjacent roll widths should be overlapped a minimum of 6 inches. No overlaps will be allowed in the strength direction. Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 26 H.DOC S:96-446a.DWC.ps A razor blade, scissors or a sharpknife are acceptable instruments to cut geogrid. p 9 9 Should it be necessary to section a roll width, a high speed abrasive saw or vibrating knife edge should be used. Fill placed within the reinforced soil zone shall be Stockpiled Soil or Imported Backfill, and should be placed in maximum one (1) foot vertical loose lifts and compacted to 95% of Standard Proctor Density (ASTM D-898). Fill shall be placed in a manner to eliminate the development of wrinkles and/or geogrid movement. When possible the fill should be ' spread in the direction parallel to the strength direction of the geogrid to aid tensioning. If this is not possible, slight 6" overlaps, with the upper geogrid layer receiving fill first, will prevent permanent folding of the reinforcement. ' Track equipment will not be allowed to operate directly on exposed reinforcement. A minimum of 6" of fill is required before track equipment can pass over the reinforcement without damage. Rubber-tired equipment may pass over the exposed geogrid at low speeds (less than 10 mph). Sudden braking or turning will not be permitted. Planting soil shall be topsoil Type C per Standard Specifications Section 9-14.1(3). Planting soil is incidental to this bid item. Rip rap used will be measured and paid under the Stockpiled or Furnish Rip Rap bid items. Payment for Furnish and Install Channel Slope Stabilization will be made at the unit price bid per linear foot along the MC centerline, which payment will be considered complete compensation for all labor, equipment, materials, excavation, placement of fill, compaction, grading, and other work required to complete this item of work in accordance with the Contract Documents. Bid Item 23: Furnish and Plant Vegetation for Bank Stabilization (LSD Work of this section includes furnishing, installing, and maintaining all plant materials for the bank stabilization as shown on the contract plans and described in the bid item Ispecifications. Furnish, install and maintain live branch and stem cuttings in layers between backfilled ' geofabric lifts on the east bank to construct a vegetated geogrid. Furnish. install and maintain rooted stock on uppermost lift of geogrid, supplementing with salvaged plant materials where possible. Joint-plant rip-rap on the west bank. Furnish install and maintain rooted stock on the west bank above rip rap. Hydroseed upper bank after root stock is installed. Live branches of species shall be harvested from approved donor sites as close as possible to the planting site. Contractor shall identify suitable donor sites for approval by the City. If suitable sites cannot be identified, plant materials shall be purchased as rooted stock from local nurseries which specialize in native plant materials for western Washington. Contractor shall take all precautions customary in good trade practice in preparing materials for delivery and planting. r Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 27 H.DOCS:96-446a D WC ps Contractor shall water as needed to maintain plantings in good condition. Plants must be watered immediately upon installation and as needed until final acceptance. Water shall be free of substances harmful to plant growth. Water, hoses, and all equipment needed shall be furnished by the Contractor. Hoses and equipment for watering shall be free of contaminants which may reduce groundwater quality or water quality of the Cedar River. Contractor shall warrant plant material to remain alive and be in healthy, vigorous , condition for one year from the date of final acceptance of the work. The contractor will be obligated to replace any dead or defective plantings during or, at the end of, the one year period at no additional expense to the City. The City will notify the Contractor of any observed defects at the end of the one year period, or earlier. 1 The complete description of the plant materials, handling, and installation requirements is given in Special Provisions Section 9-14.6 Plant Materials. Payment for Furnish and Plant Vegetation for Bank Stabilization will be made at the lump sum amount bid, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. i i 1 t 1 I 1 1 Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 28 H DOCS:96-446a:DWC:ps Bid Item 24: Furnish and Install Channel Boulder Grade Controls Each Work in this section shall include furnishing and installing channel grade control structures as shown on the plans, sections and profiles, and as described herein. A grade control structure is defined as a complete, continuous system of rocks boulders, or anchored logs, that will result in a grade control point in the river, able to withstand flood events. ' Grade control structures shall be placed as shown on the plans. Every two out of three control structures shall be constructed with grade control boulders as shown on the plans, and every third grade control structure shall be constructed from large logs, ' anchored at either end with grade control boulders. All boulders shall be 2.5 to 3 feet in smallest dimension. They shall be weathering resistant, sound, igneous or metamorphic in origin, with a minimum unconfined compressive strength of 5,000 psi. Boulders shall be set with their tops to the grade shown on the drawing, by keying into the existing subgrade, and backfilling with native material. Boulders shall be placed in a continuous line to create a grade control point in the creek bed. ' The log control structures shall be constructed from western red cedar or Douglas fir logs that are at least 18" diameter (larger preferred), anchored at both ends with at least four boulders, and keyed into each bank at least six (6) feet. Logs and large woody debris cleared from the site that meet this criteria may be used if available, or the logs may be imported. Payment for Furnish and Install Channel Grade Controls will be made at the unit price bid per Each, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 29 H-DOG S.96-446a:D W C:ps Bid Item 25: ACP Replacement, Overlay and Restoration (Ton) ' This bid item shall be used for all preparation and restoration costs associated with asphalt concrete pavement work, including restoration of the parking lot, work areas, roadways used during construction, and other paved areas susceptible to damage from the construction project. This item may also be used with City approval for other asphalt potlholing and restoration. Any damaged pavement will be restored by sawcutting and removing damaged asphalt, ' compacting the base, and re-paving with two inches ( 2" ) of class "B" asphalt as approved by City. ACP Replacement and Restoration shall meet the specification detailed in Special Provisions Section 5-04, and the Supplemental Specifications. No , additional payment will be made to correct ACP not installed in accordance with the specifications. Payment for ACP Replacement and Restoration will be made at the unit price bid per ton, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents, including mobilization, haul, traffic control, notifications, aggregate, sweeping, utility marking and adjustment, tack coat, preparation of subgrade, sawcutting, removal of existing asphalt, pavement grinding, feathering, joint sealing, ' cleanup, restoration of all pavement markings with new markings to match existing, etc. required to complete this item of work. Bid Item 26: Furnish and Place Clean Sand for Liner (TON) t Work for this item includes furnishing, haul, and placement of sand liner for the PVC basin liner as shown on the contract drawings. Sand shall be imported clean sand for liner support and cover. Imported clean sand should be well graded with 100 percent passing US sieve #4 and no more than 5% passing US sieve #200. Payment for Furnish and Place Clean Sand for Liner will be made at the unit price bid , per ton, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Bid Item 27: Furnish and Install PVC Basin Liner (SY) Work for this item includes providing all materials, labor and equipment necessary for ' proper installation of the watertight lining system. The contractor shall employ a technical service representative of the geomembrane manufacturer who will provide on- ' site supervision for installation and sealing of the lining system. The impermeable geomembrane liner shall be a polyvinyl chloride (PVC) membrane liner. The liner shall have the following minimum properties: Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 30 ' H-.DOCS.96A46a.DWC.ps i Membrane Properties Unit Test Method Minimum Values Thickness mils ASTM D1593 30 Specific Gravity N/A ASTM D792 1.2 Tensile Strength Ibs/in width ASTM D882 69 (Breaking Factor) Modulus (Force) at 100% Ibs/in width ASTM 882 1,000 (30) ' elongation Dimensional Stability % change ASTM D1204 3.5 ' Hydrostatic Resistance psi ASTM D751 85 Factory Seam Strength Ibs/in width ASTM D3083 55.2 The supply and installation of the liner shall be in accordance with the following: ASTM D1755-92, standard specifications for polyvinyl chloride resins. ATSM D3083-89, standard specifications for flexible polyvinyl chloride plastic sheeting for pond, canal, and reservoir lining. i ATSM D4545-86(91), standard practice for determining the integrity of factory seams used in joining manufactured flexible sheet geomembranes. ATSM D4437-84(88), standard practice for determining the integrity of field seams used in joining polymeric sheet geomembranes. ANSI/NSF 54-93, flexible membrane liners, specifications listings and modifications of ASTM test methods to accommodate flexible membrane liners. Geosynthetics Research Institute (GRI) Test Method GM6, pressurized air channel test for dual seamed geomembranes. All field seams shall be non-destructive tested along their entire length using the Air Pressure Test (GRI Test Method GM6) or the Air Lance Test (ASTM D4437, 7.2). All discontinuities detected by any test shall be repaired and retested for compliance. i The geomembrane liner shall be placed such that all field seams are oriented parallel to the slope, i.e. from uphill to downhill. All field seams shall be watertight and made under the direct supervision or by a representative of the geomembrane liner manufacturer's technical service representative. All liner panels shall have a minimum six (6) inch overlap at the field seam. All persons who will have the opportunity for contact with the liner shall wear smooth, protrusion-free shoe soles. Tennis shoes or smooth, rubber- soled work shoes are adequate. Payment for Furnish and Install PVC Basin Liner will be made at the unit price bid per square yard, which payment will be considered complete compensation for all labor, equipment and materials including all fittings, joints, pipe boots, concrete attachments, seaming, testing, and other items required to complete this item of work in accordance with the Contract Documents. Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 31 H DOCS.96-446a.DWC.ps i Bid Item 28: Furnish and Plant Vegetation for Basin Slopes (LS) Work of this section includes furnishing, installing, and maintaining all plant materials for vegetation for basin slopes as shown on the contract plans and described in the bid item specifications. Contractor shall install the following: A. Install lower growing species of rooted shrub stock from elevation 114 to 115. From elevation 115 to the top of the disturbed area of the east bank install taller growing species of rooted shrub stock. Install all shrubs on 3 ft. centers. B. Hydroseed inner pond slopes as shown on drawings from elevation 111.5 to the top of the embankment and adjacent disturbed areas, and outer pond slopes and areas , that may be re-graded during construction of the sediment basin. Contractor shall submit seed vendor's certification for required grass seed mixture, indicating percentage by weight, and percentages of purity, germination, and weed seed for each grass species. Plants shall be obtained from local nurseries that specialize in plants native to western Washington. Hydroseeding shall occur immediately after preparation of bed. Spring seeding shall occur between April 1 and June 1 and fall seeding shall occur between August 15 and October 31 or at such other times acceptable to the City. The Contractor shall examine and prepare the planting site so it meets specifications. Plant deciduous materials in a dormant condition. If deciduous shrubs are planted in leaf, they shall be sprayed with an antidesiccant prior to planting. Contractor shall provide chemical make-up of anti-desiccant for approval prior to application. Contractor shall water as needed to maintain plantings in good condition. Plants must be watered immediately upon installation and as needed until final acceptance. Water shall be free of substances harmful to plant growth. Water, hoses, and all equipment ' needed shall be furnished by the Contractor. Hoses and equipment for watering shall be free of contaminants which may reduce groundwater quality or water quality of the Cedar River. ' The complete description of the plant materials, handling, and installation requirements is given in Special Provisions Section 9-14.6 Plant Materials. Contractor shall warrant plant material to remain alive and be in healthy, vigorous condition for one year from the date of final acceptance of the work. The contractor will be obligated to replace any dead or defective plantings during or, at the end of, the one year period at no additional expense to the City. The City will notify the Contractor of any observed defects at the end of the one year period, or earlier. ' Payment for Furnish and Plant Vegetation for Basin Slopes will be made at the lump sum amount bid, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 32 ' H DOCS.96-446a:DWC ps ' Bid Item 29: Furnish and Install Basin Subdrain LF Work for this item includes furnishing, installing, and connecting sedimentation basin subdrain as shown on Contract Drawings. 1 Perforated drain shall be Schedule 80 PVC pipe or approved equal, per section 9.05.2(6). Perforations shall be in lower third of pipe. 1 Perforated drain pipe shall be bedded in 1-1/2 inch minus clean, washed gravel, wrapped in Drainage Geotextile as specified in the Drainage Geotextile Bid Item. Payment for Furnish and Install Basin Subdrain will be made at the unit price bid per linear foot, which payment will be considered complete compensation for all labor, equipment and materials including Drainage Geotextile required to complete this item of work in accordance with the Contract Documents. Bid Item 30: Drainage Geotextile (SY) tWork included in this item includes furnish and placement of geotextile drainage layers for the interceptor drains, separation between riprap and soil and elsewhere as shown ' on the Contract Drawings. The geotextile shall be a Mirafi 140N or equivalent with an equivalent opening size of 100+ (US standard sieve size) per COE CW02215-77. Geotextile rolls shall be furnished with suitable wrapping for protection against moisture, and extended ultraviolet exposure prior to placement. In trenches, after placing the backfill material, the geotextile shall be folded over the top to encapsulate the backfill. Successive sheets of geotextile shall be overlapped a minimum of 12 inches in the direction of flow. Payment for Drainage Geotextile will be made at the unit price bid per square yard, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Bid Item 31: Erosion Control (ILS) Erosion Control consists of all activities needed to prevent the erosion of soil on the project site, creation of sediment laden water, and the migration of sediment laden water into the creek. Erosion Control includes catch basin protection, placement of plastic sheets over soil, filter fabric fences, hay bales, seeding, mulching, netting, cleaning catch basins, etc., and any other activities needed to control erosion from the project. No specific unit of measurement shall apply to the lump sum item for erosion control. Payment for Erosion Control will be made at the lump sum amount bid, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 33 H DOCS.96-446a:DWC.ps Bid Item 32: Construct Spillway Structure and 72" RCP (LS) ' Work of this section includes construction of the concrete spillway structure, 72" RCP Piping, concrete outlet structure, canal gates, grating, handrails, and all other associated items as shown on the plans. All work necessary for a completed and working system including clearing, grubbing, subgrade preparation and compaction, ' form work, steel reinforcing, concrete, canal gates, cast in place pipe sleeves, handrails, fencing, and other incidental items shall be included in this lump sum item. This item includes removal of the existing irrigation inlet and pipe in the sediment basin , to a location south of the new embankment, installation of the new 4" irrigation pipe and associated structures, and connection to the existing irrigation pipe. Disposal of old pipe ' and waste material is incidental. Contractor shall provide shop drawing submittals of all reinforcing steel, associated metalworks such as ledger angles, grating supports, handrails, and all embedded items for City approval prior to starting construction on this item. All metalwork shall be galvanized as specified on Contract Drawings, and shall meet the requirements of Section 6-03. Contractor shall submit concrete mix, form plans, and curing plans for City approval prior ' to beginning construction. Concrete shall be as specified on the contract plans, and shall meet all requirements (including testing) of Section 6-02. No concrete shall be placed unless appropriate curing materials and labor are on-site prior to concrete placement. The following items shall be inspected by the City prior to work continuing: A. Structure location staking B. Subgrade preparation C. Concrete forms, reinforcing steel, and placement of embedded items prior to each pour. Payment for Construct Spillway Structure and 72" RCP will be made at the lump sum amount bid, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Bid Item 33: Construct Fishway Outlet Structure and 42" RCP (LSD ' Work of this section includes construction of the concrete Fishway Outlet Structure and 42" RCP Piping, canal gates, grating, handrails, water tight covers, and all other associated items as shown on the plans. All work necessary for a completed and working system including clearing, grubbing, subgrade preparation and compaction, form work, steel reinforcing, concrete, canal gates, cast in place pipe sleeves, handrails, fencing, and other incidental items shall be included in this lump sum item. Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 34 HDOCS.96-446a.DWC:ps ' Contractor shall provide shop drawing submittals of all reinforcing steel, associated metalworks such as ledger angles, grating supports, handrails, and all embedded items for City approval prior to starting construction on this item. All metalwork shall be galvanized as specified on Contract Drawings, and shall meet the requirements of Section 6-03. Contractor shall submit concrete mix, form plans, and curing plans for City approval prior to beginning construction. Concrete shall be as specified on the contract plans, and shall meet all requirements (including testing) of Section 6-02. No concrete shall be placed unless appropriate curing materials and labor are on-site prior to concrete placement. The following items shall be inspected by the City prior to work continuing: A. Structure location staking B. Subgrade preparation C. Concrete forms, reinforcing steel, and placement of embedded items prior to each pour. ' Payment for Construct Fishway Outlet and Piping will be made at the lump sum amount bid, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Bid Item 34: Care and Diversion of Stream During Construction (LS) Work for this section includes care and diversion of Maplewood Creek through a temporary bypass system for the duration of the in-stream construction. Contractor must route and care for stream as directed in the HPA permit, as specified in Section 1- 07.5. The Contractor is responsible for installing a temporary bypass system with sufficient capacity to bypass creek flows around all construction areas. Contractor shall be solely responsible for assessing risk, and for providing sufficient bypass capacity to prevent construction or structure damage from creek flows. Contractor shall be responsible for repair of any damage to construction caused by flows that exceed the capacity of the temporary bypass system. Flows in Maplewood Creek exceed 20 cfs approximately 5 percent of the time, according to HSPF flow modeling, based on King County Surface Water Management records. The peak flow in Maplewood Creek for the 2-year, 24-hour storm is 59 cfs, according to the drainage basin analysis using the HSPF model (Cedar River Current and Future Conditions Report). The peak flow in Maplewood Creek for the 2-year, 24-hour storm is 118 cfs, according ' to the drainage basin analysis using the HEC-1 model. Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 35 H.DOCS.96-446a:DWC:ps The 18-inch diameter bypass pipe may be utilized b the contractor for temporary , YP P P Y Y bypass, after it is constructed. The Contractor is responsible for bypassing any flow that exceed the capacity of the 18-inch pipe, if it is used. Contractor shall be responsible for repair of any damage to the 18-inch bypass pipe caused by using it for temporary bypass. Payment for Care of Stream During Construction and temporary bypass system will be , made at the lump sum amount bid, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of , work in accordance with the Contract Documents. Bid Item 35• Furnish and Place Boulder Clusters in Channel (Tons) ' Work in this section shall include furnishing and installing boulders clusters for enhance fish habitat as shown on the plans, sections and profiles. Boulder clusters shall be placed in groups of three boulders, with each boulder set at least 1/2 of the boulder diameter into the finished grade. Boulder clusters shall vary in orientation to the stream, and shall be skewed from side to side in the channel, alternating sides every other cluster as direct by the City Inspector. Boulders shall be 2.5 to 3 feet in smallest dimension, weathering resistant, sound, igneous or metamorphic in origin, with a minimum unconfined compressive strength of 5,000 psi. Measurement of the boulder clusters will be by weight ticket of delivered and placed rock, in groups of three to equal one boulder cluster. Payment for Furnish and Place Boulder Clusters in Channel will be made at the unit price bid per ton, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Bid Item 36: Off-Site Disposal of Excess Material (Ton) This item includes hauling and disposal of excess or unsuitable material from the site to an approved, licensed offsite disposal site identified by the contractor. The quantity for this item is included for bid purposes only. The actual quantity used in construction may vary from that amount depending on the quality of excavated material available for use in other bid items. For the purpose of bidding, Contractor should assume 80% of excess material generated for disposal shall be taken to the Off-Site Disposal area per this item. Disposal of waste material shall be to an approved and licensed site per Special ' Provisions and Supplemental Specifications section 2-01, and Standard Specification Section 2-03.3(7)C. Measurement for Off-Site Disposal of Excess Material will by per Ton, as recorded by truck tickets provided by licensed disposal site. Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 36 H.DOCS.96-446a.DWC.ps If a scale is not available at the may disposal site, measurement be taken at another P Y scale proposed by the Contractor, subject to approval by the City. Payment for Off-Site Disposal of Excess Material will be made at the unit price bid per Ton, which payment will be considered complete compensation for all labor, equipment, 1 hauling and materials required to complete this item of work in accordance with the Contract Documents. Bid Item 37: Golf Course Disposal of Excess Material (C)(l This item includes hauling and disposal of excess or unsuitable material from the site to areas on the City Golf Course as identified by the City. Material proposed for disposal at the Golf Course site must be pre-identified, and approved by City at least 24-hours prior to loading, transport, and deposit at the identified site. Method of placement at the Golf Course site must also be approved by City at least 24-hours prior to moving any material. The quantity for this item is included for bid purposes only. The actual quantity used in construction may vary from that amount depending on the quality of excavated material available for use in other bid items. For the purpose of bidding, Contractor should assume 10% of excess material generated for disposal may be taken to the Golf Course Disposal area per this item, with an assumed haul distance of 1/2 to 3/4 mile. Measurement for Off-Site Disposal of Excess Material will be per Cubic Yard, measured at the point of loading per truckload, with records maintained by the Contractor subject to City Inspection of Records and Methods. Payment for Golf Course Disposal of Excess Material will be made at the unit price bid per Cubic Yard, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the ' Contract Documents. Bid Item 38: Cedar River Park Disposal of Excess Material (CY) This item includes hauling and disposal of excess or unsuitable material from the site to an area on the City's Cedar River Park, as identified by the City. Material proposed for disposal at the Cedar River Park site must be pre-identified, and approved by City at least 24-hours prior to loading, transport, and deposit at the identified site. Method of placement at the Cedar River Park site must also be approved by City at least 24-hours prior to moving any material. This item also includes rough grading of soil material at the Cedar River Park. Disposal soil may be dumped in stockpiles at the park. Spreading, compaction, and grading may occur after all disposal soil is brought to the park. The dumped soil will be spread, compacted, and graded over the area to form a level surface. The graded soil area may be approximately 6 to 18 thick, as directed by the City. Compaction shall be to at least 90 maximum density. Hauling and grading equipment may be used for compaction. The quantity for this item is included for bid purposes only. The actual quantity used in construction may vary from that amount depending on the quality of excavated material Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 37 H.D005.96-446a:DWC.ps available for use in other bid items. For the purpose of bidding, Contractor should , assume 10% of excess material generated for disposal may be taken to the Cedar River Park disposal area per this item, with an assumed haul distance of approximately 2 miles (Cedar River Park is located east of Maplewood Golf Course). Measurement for Off-Site Disposal of Excess Material will be per Cubic Yard, measured , at the point of loading per truckload, with records maintained by the Contractor subject to City Inspection of Records and Methods. Payment for Cedar River Park Disposal of Excess Material will be made at the unit price bid per Cubic Yard, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance , with the Contract Documents. Bid Item 39: Restoration of Complete Project (LS) Contractor shall provide the same species of landscape shrubs as existing, if new shrubs are required. Restoration shall include replacement of all existing markers and monuments that are removed or damaged during construction per Special Provision Section 1-07.16(3)A. ' Measurement for Restoration will be made on the completed project restored, except asphalt concrete paved surfaces, in accordance with the Contract Documents. Payment for Restoration will be made at the lump sum amount bid, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. {{ salvaging existing and/or providing new imported topsoil, finish grading, treated landscape timber (water stops) with anchors, planting or replanting where applicable to replace landscape shrubs and plants removed, hydroseeding, mulch, fertilizer, excelsior matting, one-year , guarantee, sweeping, site cleanup, etc. required to complete this item of work in accordance with the Contract Documents. i 1 1 1 Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 38 H DOCS.96-446a.DWC ps ' 1-09.5 Ordering Materials Section 1-09.5 of the APWA Division I General Requirements is supplemented with the following: The Contractor is cautioned against placing orders for full quantities of materials until the work has advanced to a state permitting the determination of the exact quantities required. Estimates of quantities of materials furnished by the Engineer are understood to be approximate only and, unless otherwise specified, the Owner will in no way be responsible for any increased costs or extra expense that the Contractor may have to bear on account of materials or work not being ordered at some earlier date. 1-09.8 Payment for Material on Hand Section 1-09.8 of the APWA Division I General Requirements is supplemented with the following: Payment for "Material on Hand" will be made only when considered desirable and appropriate by the City. The City reserves the right to make the final determination as to 1 whether payment will be made for "Material on Hand." 1-09.9 Payments ISupplement this section with the following: "Basis of Payment." In consideration of the faithful performance of all the covenants, stipulations, and agreements of this Contract to be kept and performed by the Contractor, the City covenants and agrees to pay the Contractor the amount bid as adjusted when so stipulated in the Contractor's proposal for the work actually performed as determined by the final estimate of the Engineer, less any deductions for failure to complete the work within the time specified; and less any deductions for claims and damages paid by the City due to acts or omissions of the Contractor and for which he is liable under this Contract. Items or work clearly indicated in the Plans or in the specifications as work under this Contract but for which an item has not been set forth in the proposal shall be included in 1 other items of work. Failure to do so will not relieve the Contractor of his responsibility to perform the work indicated and no other compensation will be allowed. 1-09.9(2) Retainage Section 1-09.9(2) of the APWA Division I General Conditions is supplemented with the following: Upon completion of the project the retainage shall be returned to the Contractor when all of the following are satisfied: 1. The Contractor and each Subcontractor shall submit to the City of Renton, and to the Department of Labor and Industries, a "Statement of Intent to Pay Prevailing ' Wages." Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 39 H.DOC S.96-446a.D WC.ps 2. Followingthe acceptance of the project, the Contractor and each Subcontractor ' p P 1 shall submit to the City of Renton, and to the Department of Labor and Industries, an "Affidavit of Wages Paid." This affidavit certifies all prevailing wage requirements have been met. 3. The Contractor shall submit a "Request to Release" to the Department of Labor and , Industries. That agency provides the form. 4. At least 30 days have elapsed since final acceptance of the project by the City of ' Renton at one of its regularly scheduled meetings. 5. The City Clerk must have received a "Release" for the project form the Department of Labor and Industries and a "Release" from the Department of Revenue. 6. The City Clerk must have received a letter from the Contractor, on the Contractor's letterhead, stating that all bills and wages have been paid on this project. Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 40 H:DO C S:96-446a.D WC:ps DIVISION 2 EARTHWORK 2-01 CLEARING, GRUBBING AND ROADSIDE CLEANUP 2-01.1 Description Delete the first paragraph of this section and replace with the following: The Contractor shall clear, grub, and cleanup those areas shown on the Contract Plans which are required for the execution of construction activities. Trees and shrubs may be removed only after approval by the Engineer. 2-01.2 Disposal of Usable Material and Debris tDelete the third paragraph of this section and replace with the following: ' Refuse and debris shall be hauled to a waste site secured by the Contractor and shall be disposed of in such manner as to meet all requirements of state, country and municipal regulations regarding health, safety and public welfare. 2-01.3(5) Shrub Removal (New Section) If it is necessary to move shrubs during construction, the Contractor shall remove the shrubs and replant them in the original locations after backfilling the pipeline. If a shrub is damaged during construction, the Engineer may require the Contract to replace in like size and kind. Shrub replacement or replanting shall be in accordance with Section 8-02.3(13). 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description 1 Supplement this section with the following: The work shall consist of necessary removal and disposal of existing improvements, including pavements, concrete road structures, manholes, abandoned piping, and other items necessary for the completion of the project. All removal will be considered incidental to the work unless specifically identified as a bid ' item. 2-02.3 Construction Details 2-02.3(1) General Requirements Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 41 H:DOCS.96-446a.DWC ps Supplement this section with the following: ' PP :9 The removal(s) shall be conducted in such a manner as not to damage existing utilities, roadway, and other structures that are to remain in place. The Contractor shall repair, replace, or otherwise restore damage resulting from his activities. The limits of removal for concrete or rigid materials shall be either the edge of the structure, an existing construction , joint, or a new sawcut. The depth of saw cuts shall be such as will accomplish the intended purpose, and will be determined in the field to the satisfaction of the Engineer. Sawing shall be considered incidental to the other bid items. 2-02.3(3)A Remove Existing Pavement (New Section) , The removal of existing pavement within project limits shall include saw cuts, removal, haul and disposal of AC pavement and PCC pavement. 2-02.3(8) Salvage (New Section) Unless otherwise indicated in the plans or Specifications, all removed items of recoverable value shall be carefully salvaged and delivered to the Owner in good condition and as ' directed by the Engineer. Materials and items deemed of no value by the Engineer shall be removed by the Contractor and become his property, to be disposed of at his discretion. 2-02.3(9) Waste Disposal (New Section) Waste materials shall be hauled to a waste site secured by the contractor and shall be disposed of in such a manner as to meet all requirements of state, county and municipal ') regulations regarding health, safety and public welfare. 2-02.5 Payment Delete entire section and replace with the following: Bid items with descriptions, units of measure, and payment are outlined in Section 1- i 09.3(1). Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 42 ' H DOCS.96-446a DWC:ps DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 ASPHALT CONCRETE PAVEMENT 5-04.1 Description Add the following: Asphalt concrete pavement (ACP) shall be Class B. Trench repair patches shall be in accordance with the Contract Documents. 5-04.2 Materials Supplement this section with the following: Tack Coat Tack coat shall be emulsified asphalt grade CSS-1 as specified in Section 9-02.1(6) of the Standard Specifications. 5-04.3 Construction Requirements 5-04.3(2) Hauling Equipment Add the following to the first paragraph: 1 If truck has not used canvas to protect asphalt from weather during haul the Engineer, or its representative, reserves the right to reject the load. Rejection of load due to non-protection will not be basis for any compensation. ' 5-04.3(5)C Crack Sealing Delete the first sentence and replace with the following: Contractor shall seal all asphalt concrete pavement joints. Prior to sealing the cracks and joints, they shall be cleaned with a stiff-bristled broom and compressed air. 5-04.3(9) Spreading and Finishing Supplement this section with the following: Asphalt Concrete Pavement (ACP) Class B ACP Class B shall be placed to the compacted depths specified herein or shown on the Contract Plans and City of Renton Standard Plan H032 as leveling and wearing course. Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 43 H DOCS 96-446a.D WC ps Asphalt over 3 inches in compacted depth shall be placed in two equal lifts. Placement shall be in accordance with applicable provisions of Section 5-04. Feathering Asphalt Concrete Pavement The Contractor shall feather the ACP in a manner to produce a smooth riding connection to , existing pavements. All costs in connection with feathering the ACP shall be incidental to and included in the unit contract price. 5-04.3(17) Paving Under Traffic ' Add the following sentence to the second paragraph of this section: No traffic shall be allowed on newly placed pavement without the approval of the Engineer. ' 5-04.5 Payment Delete entire section and replace with the following: Bid items with descriptions, units of measure, and payment are outlined in Section 1- 09.3(1). 5-04.6 Asphalt Concrete Pavement Overlays 5-04.6(1) Scope of Work The intent of these specifications is to provide a minimum of 2 inches compacted depth of class "B" asphalt concrete pavement at various locations, which are shown in the plans or identified in the bid items. All work required to complete the overlay, but not specifically , mentioned on the plans and specifications, shall be performed by the contractor and shall be considered as incidental to the construction, and all costs therefor shall be included in the bid item price. ' At all times, there must be materials on the job site to handle any spills caused by the contractor, such as tack, oils, diesel, etc.. Materials would include, but not be limited to, oil ' absorbent pads and "kitty litter". The Contractor must supply said materials at his expense and, in the event of a spill, be responsible for cleanup and disposal of contaminated materials. 5-04.6(2) Traffic Control: Notifications ' The Contractor shall be responsible for delivering notification twice to all properties that front on, or access from, any street on which the asphalt concrete is to be applied. The first notification shall be made approximately one week prior to the day the work is scheduled to begin on the street and the second shall be made twenty-four hours (24 hours) prior to the beginning work. , Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 44 ' H DOCS:96-446a.DWC'.ps On streets to be overlaid, the Contractor shall post "No Parking" signs a minimum of 72 hours in advance of the work taking place. The signs shall specify the date and hours that the parking restrictions will be in effect. The Contractor shall obtain prior approval for the parking restrictions from the City of Renton Department of Public Works Transportation Systems Division. The Contractor shall be responsible for coordinating with the City's inspector and/or Police Department if the need arises to tow any vehicle(s) violating a posted "No Parking" sign. However, the Contractor shall first make an effort to contact the vehicle owner if it is likely the owner is in the area. The Contractor shall provide and use sufficient traffic control equipment and trained personnel at all times. The Federal Highway Administration's 1988 Manual On Uniform Traffic Control Devices for streets and highways shall be the guideline used to determine adequate traffic control. Proper traffic control and safety procedure will be used during all phases of the work, to include utility adjustments. All work and materials associated with the notification procedures shall be incidental to the project, unless a specific item for "Traffic Control" is included. 5-04.6(3) Removal of Structures and Obstructions The Contractor shall remove all plastic traffic buttons, thermoplastic stop-bars and thermoplastic cross-walks from roadway surface, and the area shall be swept clean prior to application of the tack coat for overlay. The removal and disposal of plastic traffic buttons and thermoplastic legend, stop-bars and crosswalks, shall be considered incidental to the project and no additional compensation shall be made. 5-04.6(4) Preparation and Placement The Contractor shall maintain existing surface contour during overlay, unless otherwise instructed by the Engineer. 5-04.6(4)A Preparation of Existing Surfaces The Contractor shall provide their own mechanical sweeping equipment. The sweeper will be on the project prior to the start of paving, to insure the streets to be paved are clean ' before the tack coat is applied. The sweeper will keep the streets clean ahead of the paving machine and clean the streets behind the empty trucks that have dumped their loads into the paving machine. The sweeper must sweep all streets made dirty by the Contractor's ' equipment. If the paving machine is "walked" from one site to another, the sweeper must sweep up behind paving machine. The sweeper shall not leave the overlay site until given permission by the City's inspector. Preparation of existing surface shall be done as outlined in this section and a tack coat shall be applied at the rate of 0.02 to 0.08 gallons per square yard. Payment for preparation of the surface and application of the tack coat shall be considered incidental to the paving and no separate payment shall be made. Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 45 H DOCS96-446a:DWC.ps 5-04.6 4O B UtilityAdjustments , The Contractor shall install "poppers" to assist in locating the utility lids. All utilities shall be painted with a biodegradable "soap" to prevent the tack and ACP from sticking to the lids. Diesel will not be used. After the application of soap, catch basins shall be covered to prevent tack and ACP from getting into catch basin. , The Contractor shall locate all utilities for access immediately after overlay and mark the location by means of painting a circle around the location and scooping a portion of asphalt 4"-6" in diameter and the depth of the overlay from the center of the utility location. The Contractor shall locate and completely expose gas and water valves for access , immediately after final rolling. The day following the start of application of ACP, utility adjustments must begin. The Contractor shall have an adjustment crew adjusting utilities every workable working day until adjustments are complete. During the adjustment of any utility, existing concrete bricks or grouting material that has ' been broken or cracked shall be removed and replaced at the Contractor's expense. Utility adjustment shall be made per contract with respect to materials and methods except ' for revisions approved in the field by the City engineer. Utility adjustments must be completed five (5) working days after overlay is complete, and ' within the specified working days. 5-04.6(4)C Spreading and finishing The Contractor shall maintain a straight edge on mat, where there is no gutter-line, to a+ 2" per 100 linear feet tolerance. The Contractor may be required to pull a string line and paint ' a line as a guide. During overlay procedure, driveways and connecting streets shall be tied to new mat by , means of adding additional material and "FEATHERING" the edge. All material raked off shall be removed from site. The Contractor shall not use vibration when compacting on streets where A.C. Line ' (Asbestos Concrete) is used (refer to City of Renton comprehensive Water System Plan, figure #7, 1/15/92). ' 5-04.6(5) Payments Bid Items with descriptions, units of measure, and payment are outlined in Section 1-09.3(1). Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 46 HDOCS:96-446a DWC ps DIVISION 7 DRAINAGE STRUCTURES, U TURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7.04.3(4) Cleaning and Testing 7.04.3(4)A General (Additional) Storm sewers and appurtenances shall be cleaned and tested per this section of the Standard Specifications. All costs for this work shall be included in the bid item for storm pipe installation. 7-05 MANHOLES, INLETS AND CATCH BASINS 7-05.1 Description Supplement this section with the following: Work includes placement of new manholes, adjusting manholes to grade, rechanneling and reconnecting existing manholes and abandoning manholes. 7-05.3 Construction Requirements 7-05.3(1) Adjusting Manholes to Grade Supplement this section with the following: Adjustment of manholes shall be considered incidental to the unit price for manholes; no additional payment shall be made. All manholes, catch basins, grates, and valve boxes affected by the construction shall be adjusted to final grade. 7-05.3(2) Abandon Existing Manholes jSupplement this section with the following: ' Manholes are not to be abandoned until authorized by the Engineer. 7-05.3(3) Connection to Existing Manholes 1 Supplement this section with the following: The Contractor shall notify the city at least 24 hours prior to connecting to any existing utilities. Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 47 H:DOCS.96-446a.DWC:ps Pa ment '7 05.5 y Delete entire section and replace with the following: Bid items with descriptions, units of measure and payment are outlined in Section 1-09.3(1). 7-18 SIDE SEWERS 7-18.3(6) As-built Data (New Section) The Contractor shall record the location, depth, and construction of all existing and repaired side sewers encountered during construction. All side sewer repair shall meet City of Renton standards. Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 48 ' H-.DOCS:96-446a.DWC ps DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL 8-01.1 Description Supplement this section with the following: Work shall include the placement of temporary and permanent erosion control facilities during the duration of this project. The Contractor will be held responsible for maintenance of all erosion control facilities necessary during the duration of this contract. Work shall include but not be limited to the following: tStorm Drain Inlet Protection • Covering Soil with Plastic Covering • Sediment Control Fencing • Miscellaneous Erosion Control 8-01.2 Materials Supplement this section with the following: Filter fabric used in the Sediment Control Fencing shall be equal to Mirafi 10OX or approved equal. ' 8-01.3(3) Miscellaneous Erosion Control (New Section) Contractor shall take all necessary precautions to prevent sediment from construction activities from entering into storm water systems or natural waterways and from being transported away from the construction area by storm water. 8-01.5 Payment Delete entire section and replace with the following: Bid items with descriptions, units of measure and payment are outlined in Section 1-09.3(1). ' If a Bid Item for Erosion Control is not listed, the cost of all such work shall be considered incidental and included within the unit bid prices in the contract. Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 49 H.DOCS.96-446a.DWC ps 8-04 CURBS, GUTTERS AND SPILLWAYS 8-04.1 Description Add the following: Work includes replacement of curb and gutters removed or damaged due to construction activities. 8-04.3 Construction Requirements Add the following: Curb and gutters shall match the existing curb and gutter, including type and dimensions. Grade shall meet adjacent curb and gutter in a smooth transition. 8-04.3(3) Width of Replacement (New Section) Contractor shall replace curb and gutter to the nearest construction joint, unless otherwise , authorized by the Engineer. 8-04.5 Payment Supplement this section with the following: Bid items with descriptions, units of measure and payment are outlined in Section 1-09.3(1). ' 8-14 CEMENT CONCRETE SIDEWALKS t 8-14.1 Description , Add the following: Work includes replacement of sidewalks removed or damaged due to construction activities. , Replacement of sidewalks shall include driveways and handicap access areas. 8-14.3(2) Placing and Finishing Concrete , Add the following: Contractor shall match the existing dimensions of the sidewalk. Grade shall meet adjacent sidewalks in a smooth transition. 8-14.3(5) Width of Replacement (New Section) ' Contractor shall replace sidewalk to the nearest construction joint, unless otherwise authorized by the Engineer. Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 50 H.DOCS.96-446a:DWC.ps 8-14.5 Payment Delete entire section and replace with the following: Bid items with descriptions, units of measure and payment are outlined in Section 1-09.3(1). 8-22 PAVEMENT MARKING ! 8-22.1 Description Supplement this section with the following: All existing pavement markings and markers that are removed by the Contractor's activities 1 related to this project shall be replaced in the original location and shall be of similar type. Markings and markers shall be in accordance with the City of Renton Standard Plans. 8-22.5 Payment Supplement this section with the following.- Bid items with descriptions, units of measure and payment are outlined in Section 1-09.3(1). If a Bid Item for Pavement Marking is not listed, the cost of all such work shall be considered incidental and included within the unit bid prices in the contract. Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 51 H.DOCS 96-446a:DWC.ps DIVISION 9 MATERIALS 9-03 AGGREGATES 9-03.15 Bedding Material for Rigid Pipe Replace the entire section with the following: Bedding material for all rigid pipe, RCP and Ductile Iron, shall meet the requirements of Section 9-03.12(3) except the percent passing the No. 200 sieve shall be 7 percent maximum. 9-03.16 Bedding Material for Flexible Pipe Add the following to the section: Bedding material for CPEP pipe used on this project shall conform to this section. 9-03.19 Bank Run Gravel for Trench Backfill Add the following to the section: All import backfill used to replace unsuitable native material shall conform to this section. Unsuitability shall be determined by the Engineer. 9-03.22 Controlled Density Fill (New Section) Controlled Density Fill (C.D.F.) shall be a mixture of Portland cement, fly ash, aggregates, water and admixtures proportioned to provide a non-segregating, self-consolidating, free- flowing and excavatable material which will result in a hardened, dense, non-settling fill. Where not specified in this section, Measuring, Mixing, Delivery and Placement shall follow ASTM C94 or WSDOT 6-02.3. 9-03.22(1) Materials Description Controlled Density Fill shall be a mixture of Portland cement, fly ash, aggregates, water and admixtures which has been batched and mixed in accordance with ASTM C 94 or WSDOT 6-02.3. Materials ' 1. Portland Cement: ASTM C 150, AASHTO M 85, or WSDOT 9-01 2. Fly Ash: AASHTO M 295, Class F or Class C 3. Aggregates: ASTM C 33, WSDOT 9-03.14, or WSDOT 9-03.1 Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 52 H.DOCS.96-446aa.DWC.ps 4. Water WSDOT 9-25 5. Admixtures WSDOT 9-23.6, AASHTO M 194, ASTM C 494, or ASTM 260 9-03.22(2) Proportioning The table below provides a guideline for Controlled Density Fill mixes. The weights shown are only an estimate of the amount to be used per cubic yard of C.D.F. Actual amounts ' may vary from those shown as approved by the Engineer or approved trial mix data or field test results for proper strength, workability, consistency and density. Class of C.D.F. A B C Maximum Compressive Strength, lbs. per sq. in. 100 300 300 (lbs./sq. ft.) (14400) (43200) (43200) Max. gals. of mixing water per cubic yard 50 50 30 Lbs. of cement per cubic yard, approximate 30 50 50 Lbs. of fly ash per cubic yard, approximate 200 250 250 Lbs. of dry aggregate per cubic yard, approximate (assume Sp.G. 2.67) 3200 3200 3200 1. If air entraining or water reducing admixture is used for flow-ability, total water and aggregates may be adjusted for yield. 2. Coarse aggregate size of 1-1/2" minus assumed. For flowable or excavatable ' C.D.F., 3/8" minus or sand is recommended. 3. Weights may be adjusted for flow-ability and pump-ability. 9-03.22(3) Placement C.D.F. can be proportioned to be flowable, non-segregating, or excavatable by hand or machine. Desired flow-ability shall be achieved with the following guidelines: Low Flow-ability below 6 inch slump Normal Flow-ability 6 - 8 inch slump High Flow-ability 8 inch slump or greater ' C.D.F. shall be placed by any reasonable means in to the area to be filled. Flowable C.D.F. shall be brought up uniformly to the elevation shown on the plans. Trench section to be filled with C.D.F. shall be contained at either end of trench section by bulkhead or earth fill. C.D.F. patching, mixing and placing may be started if weather conditions are favorable, when the temperature is at 34 degrees F and rising. At the time of placement, C.D.F. must have a temperature of at least 40 degrees F. Mixing and placing shall stop when temperature is 38 degrees F or less and falling. Each filling sage shall be as continuous an operation as is practicable. C.D.F. shall not be placed on frozen ground. Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 53 H.DOCS:96-446a.DWC.ps 9-03.22(4) Compaction For flowable C.D.F. compaction is not necessary for placement. The contractor may as an option, adjust the water content to obtain a 0 to 1" maximum slump mixture which if used will be compacted in lifts not to exceed 12 inches. Compaction ' will be accomplished by use of acceptable compaction means. 9-03.22(5) Protection ' Contractor shall provide steel plates to span utility trenches and prevent traffic contact with C.D.F. for at least 24 hours after placement or until C.D.F. is compacted or hardened to prevent rutting by construction equipment or traffic. 9-03.22 (6) Testing Testing shall be performed per WSDOT 6-02.3(5) for slump and compressive strength. , If laboratory trial batches or field trial data confirm weight and strength, no further testing will be necessary, if approved by the Engineer. For hand excavatable material, the unconfined compressive strength shall be 100 psi ' maximum at 28 days. Laboratory trial batches or field trial data may be submitted to confirm strength and weight. 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9-05.13 Ductile Iron Sewer Pipe , Replace the second sentence of the second paragraph with the following: The ductile iron pipe shall be Class 51. 9-05.12(1) Corrugated Polyethylene Pipe (CPEP) (Addition) 9-05.12(A) Description Corrugated Polyethylene Pipe (CPEP) shall be corrugated high-density polyethylene pipe , with smooth internal wall manufactured by Advanced Drainage Systems (ADS), or approved equivalent. ' 9-05.12(1)B Pipe Material and Fabrication CPEP shall be in conformance with the latest version of ASTM F 667. Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 54 H-DOGS.96-446aDWC.ps 9-05.12(1)C Fittings and Gaskets Fittings shall be gasketed PVC fittings. Gaskets shall conform to ASTM F 477. Fittings shall conform to ASTM F 1536. Fittings shall be manufactured by Nyloplast USA, Inc., or approved equivalent. 9-05.12(1)D Installation Pipe and fittings shall be installed per the manufacturer's recommendations. Pipe cuts shall be in the valley of the corrugation. Gasket shall be placed in the first full corrugation valley adjacent to the end of the pipe. The gasket fin shall point away from the end of the pipe. Lubricate gasket and fitting socket with manufacturer-approved lubricant prior to pushing pipe into fitting. Payment for Furnish and Install Channel Boulder Grade Controls will be made at the unit price bid per Ton, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. 9-14.6(23) Plant Materials For Bank Stabilization Bid Item (addition) 23.1 Description Furnish, install and maintain live branch and stem cuttings in layers between backfilled ' geofabric lifts on the east bank to construct a vegetated geogrid. Furnish, install and maintain rooted stock on uppermost lift of geogrid, supplementing with salvaged plant materials where possible. Joint-plant rip-rap on the west bank. Furnish install and maintain rooted stock on the west bank above rip rap. Hydroseed upper bank after root stock is installed. 23.2 Products A. Live branches of species listed below shall be harvested from approved donor sites as close as possible to the planting site. Contractor shall identify suitable donor sites for approval by the City. If suitable sites cannot be identified, plant materials shall be purchased as rooted stock from local nurseries which specialize in native plant materials for western Washington. For the east bank between lifts of the geogrid the species shall include the following: ' Red elderberry (Sambucus racemosa) -20 percent Willow species (Salix spp.) - 40 percent Red-osier dogwood (Corpus stolonifera) - 40 percent but may also include up to 20 percent of the following: Indian plum (Oemleria cerasiformes) Salmonberry (Rubus spectabilis) ' Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 55 H DOCS.96-446a.DWC:ps Mock orange (Philadelphus lewisii) , Black twinberry (Lonicera involucrata) , On the top lift of the geogrid on the east bank the species shall include the following as rooted stock: Indian plum (Oemleria cerasiformes) - 40 percent Vine maple (Acer circinatum) - 30 percent Hazelnut (Corylus cornuta) - 30 percent Swordfern (Polystichum munitum) - salvage and interplant, if possible Oregon grape (Berberis nervosa) - salvage and interplant, if possible For the west bank (rip rap area), joint plantings shall include the following species: Willow species (Salix spp.) - 40 percent Red-osier dogwood (Corpus stolonifera) - 30 percent ' Red alder (Alnus rubra) - 30 percent B. Cuttings shall be selected from native trees and shrubs in vigorous condition, free from dead wood, disease and defect. Stems and branches shall be cleanly cut at an angle. , For the east bank, cuttings shall be from 1/2 to 2 inches in diameter, and from 86 to 90 inches long. Cuttings shall have a minimum of 2 lateral buds above grade. For the top of the east bank, plants shall be 3-4 foot rooted stock. Plants shall be typical for their species with normal, densely developed branches and vigorous, fibrous root systems, and shall be free of dead wood, disease and defect. Where possible, salvage existing plant materials to provide additional ground cover. For the rip rap portion of the west bank, cuttings shall be from 1 to 2 inches in diameter, and from 36 to 48 inches long. Cuttings shall have a minimum of 2 lateral buds above grade. For the top of the west bank the rooted stock shall be as described above. C. The tops of the east and west banks shall be hydroseeded after rooted stock is installed using the following seed mix: ' Red fescue Festuca rubra 20% Colonial bentgrass Agrostis tenuis 30% , Perennial rye Lolium perenne 30% Birdsfoot trefoil Lotus corniculatus 20% ' Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 56 H-DOCS.96-446a.DWC:ps ' 23.3 Transportation, Delivery, Storage and Handling A. Contractor shall take all precautions customary in good trade practice in preparing materials for planting. Workmanship that fails to meet these standards will be rejected. Pack, transport and handle materials with care to insure protection against t injury. Cover plants transported on open vehicles with a protective covering to prevent drying and windburn. If possible, cuttings should be installed within 8 hours of harvest. If plant materials cannot be installed immediately, properly protect them with soil, wet peat, or water, in fully shaded areas or in cool storage. 23.4 Installation East Bank Geogrid A. Provide dry, loose topsoil between geogrid lifts. Topsoil must be free of substances that are harmful to plants. Frozen or muddy topsoil is not acceptable. B. Planting shall be performed only by experienced landscape contractors familiarwith planting procedures for projects of a similar type, under the supervision of a qualified supervisor. C. The branch layer shall be four to six inches thick. The branches shall be placed in random, crosswise pattern so that individual pieces are covered completely with soil. The butt ends should angle down slightly into the slope, and the tips should protrude slightly beyond the face of the slope. Mix branches of different species and different diameters in each layer. D. The branches shall be covered with a layer of topsoil and lightly compacted to remove air pockets and work the soil in and around each branch. Maintain a 10-15 degree backslope. Thoroughly wet each layer of branches and topsoil. West Bank ' A. Cuttings shall be tamped into the interstices between the rip-rap material at a right angle to the slope. A minimum of 80 percent of the length of the cutting shall be tamped into the soil using a dead blow hammer (hammer with head filled with shot or sand). In firm soil, an iron bar may be used to make the pilot hole. Cuttings shall be installed on approximately 3-foot centers in the areas shown on the drawings. Top of East Bank and Top of West Bank A. Examine planting site. Topsoil must be dry, loose and free of substances that are harmful to plants. Frozen or muddy topsoil is not acceptable. Do not plant unless conditions are as specified. B. Plant deciduous materials in a dormant condition. If deciduous shrubs are planted in leaf, they shall be sprayed with an antidesiccant prior to planting. Contractor shall provide chemical make-up of anti-desiccant for approval prior to application. Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 57 H DOCS96-446a:DWC:ps C. Excavate circular plant pits with vertical sides, at least 12 inches greater than the ' diameter of the root system, on 3-foot centers in area shown on Contract Plans. Scarify the bottom of the pit to a depth of 4 inches. , D. Set plant material in the planting pit to proper grade and alignment. Set plants upright and plumb. Set plant material 2-3 inches above the finish grade. Backfill ' with topsoil and muddle planting soil around bases of rootballs to fill all voids. E. Remove from the tops of balls all burlap, ropes or other materials used to protect plants during transport. Remove or cut back broken or damaged branches. Form a ring of soil around the edge of each planting pit to retain water. F. Hydroseeding installation requirements are given in Section 9-14.6(28). 23.5 Maintenance A. Water as needed to maintain plantings in good condition. Plants must be watered immediately upon installation and as needed until final acceptance. Water shall be free of substances harmful to plant growth. Water, hoses, and all equipment needed shall be furnished by the Contractor. Hoses and equipment for watering shall be free of contaminants which may reduce groundwater quality or water quality of the Cedar River. ' 23.6 Cleaning Perform cleaning during installation of the work and upon completion of the work. Remove from the site all excess materials, debris and equipment. Repair damage to any project features. 23.7 Warranty A. Contractor shall warrant plant material to remain alive and be in healthy, vigorous condition for one year from the date of final acceptance of the work. The contractor will be obligated to replace any dead or defective plantings during or, at the end of, ' the one year period at no additional expense to the City. The City will notify the Contractor of any observed defects at the end of the one year period, or earlier. 23.8 Payment Payment for Furnish and Plant Vegetation for Bank Stabilization will be made at the lump sum amount bid, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 58 ' H.DOCS.96-446a.DWC.ps t9-14.6(28) Plant Materials for Vegetation for Basin Slopes Bid Item (addition) 28.0 Description Contractor shall install the following: A. Install lower growing species of rooted shrub stock from elevation 114 to 115. From elevation 115 to the top of the disturbed area of the east bank install taller growing species of rooted shrub stock. Install all shrubs on 3 ft. centers. B. Hydroseed inner pond slopes as shown on drawings from elevation 111.5 to the top of the embankment and adjacent disturbed areas, and outer pond slopes and areas that may be re-graded during construction of the sediment basin. 28.1 Products Hydroseeding Submittals Submit seed vendor's certification for required grass seed mixture, indicating percentage by weight, and percentages of purity, germination, and weed seed for each grass species. A. Perform seeding work only after planting and other work affecting ground surface has been completed. B. Restrict all disturbances or other activities in seeded areas until grass is established. Erect signs and barriers as required. C. Provide watering equipment as required. Materials Hydroseeding A. Seed A.1. On the inner pond slopes from elevation 111.5 to 115 the following grass/forb mixes shall be used at a rate of 65 lb/acre: Red fescue Festuca rubra 25% Colonial bentgrass Agrostis tenuis 25% Meadow foxtail Alopecurus pratense 40% Water smartweed Polygonum hydropiperoides 10% ' Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 59 H DOCS.96-446a:DWC.ps A.2. On the inner and slopes from elevation 115 to the to of the disturbed area ' p p p , and on the outer pond slopes and other upland areas disturbed by construction the following grass/forb mixes shall be used at a rate of 65 lb/acre: Red fescue Festuca rubra 20% ' Colonial bentgrass Agrostis tenuis 30% Perennial rye Lolium perenne 30% ' Birdsfoot trefoil Lotus comiculatus 20% B. Wood Cellulose Fiber Mulch: Degradable green dyed wood cellulose fiber free from , weeds or other foreign matter toxic to seed germination and suitable for hydromulching. ' C. Soil Binder or Tacking Agent: Liquid concentrate diluted with water forming a transparent 3-dimensional film-like crust permeable to water and air and containing no agents toxic to seed germination. Contractor shall comply with all environmental regulations and manufacturers recommendations regarding fertilizer use. Shrub Planting ' A. Plants shall be obtained from local nurseries that specialize in plants native to western Washington. B. Plants shall be 3-4 foot rooted stock between elevation 115 and the top of the bank. Plants shall be 18"-24" stock between elevation 114 and 115. Plants shall be typical ' for their species with normal, densely developed branches and vigorous, fibrous root systems, and shall be free of dead wood, disease and defect. Between elevation 114 to 115 species shall include the following low-growing species: Douglas spiraea Spiraea douglasii 40% 18"-24" stock ' Nootka rose Rosa nutkana 40% 18"-24" stock Snowberry Symphoricarpos albus 20% 18"-24" stock Between elevation 115 and the top of the disturbed area species shall include the following taller-growing species: Indian plum Oemleria cerasiformes 30% 3'-4"' stock ' Vine maple Acer circinatum 40% 3'-4"' stock Hazelnut Corylus cornuta 30% 3'-4"' stock Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 60 , RDOCS 96-446a DWC.ps 28.2 Transportation, Delivery, Storage and Handling ' Hydroseeding A. Submit seed vendor's certification for required grass seed mixture, indicating ' percentage by weight, and percentages of purity, germination, and weed seed for each grass species. Shrubs A. Take all precaution customary in good trade practice in preparing materials for ' planting. Workmanship that fails to meet these standards will be rejected. Pack, transport and handle materials with care to insure protection against injury. Cover plants transported on open vehicles with a protective covering to prevent drying and ' windburn. If possible, cuttings should be installed within 8 hours of harvest. If plant materials cannot be installed immediately, properly protect them with soil, wet peat, or water, in fully shaded areas or in cool storage. 28.3 Installation Hydroseeding A. Perform seeding work only after planting and other work affecting ground surface has been completed. B. Restrict all disturbances or other activities in seeded areas until grass is established. Erect signs and barriers as required. C. Provide watering equipment as required. D. Limit preparation to areas which will be immediately seeded. E. Loosen topsoil of areas to be seeded to minimum depth of 4 inches. F. Grade area to be seeded. Remove ridges and fill depressions as required to drain. G Seed immediately after preparation of bed. Spring seeding shall occur between April 1 and June 1 and fall seeding shall occur between August 15 and October 31 or at such other times acceptable to the City. H. Seed indicated areas within contract limits and areas adjoining contract limits disturbed as a result of construction operations. I. Perform seeding operations when the soil is dry and when winds do not exceed 5 miles per hour. J. The contractor shall use the double application method for all hydroseeding as follows: ' Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 61 H DOCS.96-446a.DWC.ps Mulching t A. Mulch cover shall be applied at 2,000 Ibs/acre as follows: ' 1. First application: 100 percent seed mix with 25 percent of mulch. 2. Second application: tackifier with 75 percent of mulch ' Tacking Agent A. Tacking agent shall be applied by approved hydraulic equipment. distribution and , discharge lines shall be equipped with a set of hydraulic discharge spray nozzles which will provide a uniform distribution of the material. Tacking agent shall be , applied at 80 gal/acre. Contractors shall comply with all environmental regulations and manufacturers recommendations. Shrub Planting A. Examine planting site. Topsoil must be dry, loose and free of substances that are ' harmful to plants. Frozen or muddy topsoil is not acceptable. Do not plant unless conditions are as specified. B. Plant deciduous materials in a dormant condition. If deciduous shrubs are planted in leaf, they shall be sprayed with an antidesiccant prior to planting. Contractor shall provide chemical make-up of anti-desiccant for approval prior to application. ' C. Excavate circular plant pits with vertical sides, at least 12 inches greater than the diameter of the root system, on 3-foot centers in area shown on the Contract , Drawings. Scarify the bottom of the pit to a depth of 4 inches. D. Set plant material in the planting pit to proper grade and alignment. Set plants upright and plumb. Set plant material 2-3 inches above the finish grade. Backfill with topsoil and muddle planting soil around bases of rootballs to fill all voids. E. Remove from the tops of balls all burlap, ropes or other materials used to protect ' plants during transport. Remove or cut back broken or damaged branches. Form a ring of soil around the edge of each planting pit to retain water. 28.4 Maintenance A. Water as needed to maintain plantings in good condition. Plants must be watered immediately upon installation and as needed until final acceptance. Water shall be free of substances harmful to plant growth. Water, hoses, and all equipment needed shall be furnished by the Contractor. Hoses and equipment for watering shall be free of contaminants which may reduce groundwater quality or water quality of the Cedar River. Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 62 , HDOCS.96-446a.DWC.ps ' 28.5 Cleaning ' A. Perform cleaning during installation of the work and upon completion of the work. Remove from the site all excess materials, debris and equipment. Repair damage to any project features. 28.6 Warranty Hydroseeding A. Hydroseeded areas will be inspected 1 week after germination to determine if ' coverage of seeding is acceptable. B. A uniform stand of grass and wildflowers over 90 percent of seeded area shall be ' obtained by watering and maintaining until final acceptance. Areas which fail to provide a uniform stand of grass shall be reseeded. Areas reseeded will not be accepted until the coverage required herein is obtained. ' Shrubs A. Remove and replace in kind and size all plants that are dead, unhealthy or unsightly, ' as determined during the initial inspection. B. Warrant plant material to remain alive and be in healthy, vigorous condition until final acceptance of the entire Project. Inspection of plants will be made by the City. 28.7 Payment Payment for Furnish and Plant Vegetation for Basin Slopes will be made at the lump sum amount bid, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. t ' Maplewood Creek Sedimentation Basin Contract Plans and Specifications Page 63 H DOCS.96-446aDWC.ps � STANDARD PLANS 1 � and 1 CITY MONUMENTS 1 1 1 1 1 1 1 1 LANE LINE MARKING 7'-8,. STANDARD VEHICLE WHEEL PATH fl3" 4.S'MIN. MIN. Z72"' ............................. .. .... ..... .. ................................................L 1' 1' ACP CLASS MIN. MIN. 'E' OR 'B' * 6" CRUSHED SURFACINGCLASS "B" TOP COURSE AND REMOVE EDGE OF PAVEMENT, OR GRIND, SEAL EDGE OF CURB & GUTTER, WITH AR4000W OR CENTER OF LANE LINE 2.5 MIN. CRUSHED ROCK, FLOWABLE FILL OR AS REQUIRED BY ENGINEER *MINIMUM ACP CLASS 'E' SHALL BE: **PRINCIPAL/MINOR/COLLECTOR ARTERIAL STREETS LANE WIDTH OVERLAY & INDUSTRIAL ACCESS STREETS - 6" ACP CLASS 'E' OR 'B' (FOR FLEXIBLE PAVEMENT ONLY) RESIDENTIAL ACCESS STREETS - 2" ACP CLASS 'E' OR 'B' 4, y ADOPTED **NOTE: UPON REQUEST OF ENGINEER, NEW ROADWAY PAVEMENT U CITY OF RENTON SECTION MAY BE DESIGNED USING AN APPROVED METHOD FOR Standard plans DETERMINING PAVEMENT THICKNESS. ro LST DATE:5/l/95 DATE REVISION BY APPR' DWG. NAME: DWG# HR-05 SP PAGE: PAGE# H032 NOTE: oa 4 D Frame and grate 1 Catch Basins to be Constructed in OCCordOnce with AS7M o (see Standard Plon 1 478 (AASHTO M 199) ?. ASTM � 890, unless otnerw;se o for details! on Plans or noted in the Standard Specificotions. 2. As on acceptable alternate to rebor, welded wire fabric having a minimum area of 0.12 square inches per foot may be used. Welded wire fabric shall comply to ASTM 5 S'' A 497 (AASHTO M 221 ). Wire fabric shall not De placed in the knockouts. 2a � r 3. The DOt'om of the precast base section moy pe rounded. 6- Riser Section 4. Precast bases shall be furnished with cutouts ar _ 6^ knockouts. Knockouts shall have O wall thickness of 1 '3 Bar hoop 2" MIN. Knockouts may be on all 4 sides either round or ..D,. shape. Pipe to be installed in factory suppi ;ed knockouts. Knockout or cutout hole size is equo: to pipe outer diameter plus catch bosin wall thickness, 20" MAX. 2 2Q � " S. The maximum depth from the finished grade to the pipe / invert i s 5. -0�". 12"" Riser Section 6. The toper on the sides of the precost base section cnd / 12" r i ser sect i on sho I I nor exceed 1/2'"/F T. 2 '3 Bar hoop 'f Frame and grote may be installed with flan%e �o-.n _ Cost into r,ser. Ck 2ro ?? • Precast Bose Section IMeasurement of the to p)! a I / 4/,v ( of the base 13 Bar each corner Q CATCH BASIN TYPE I '3 Bar each side ' i '3 Bar each way ADOPTED(,lnY 0{� CITY OFRENTON Standard Plans 5-1 13 Revised noes ono res pnee. SJD a: B -01 SP PAGE B012 DA1C ALvI51 ON �pV APPRD GATE TO BE LOCKED DOWN WITH (2) 5/8" STAINLESS STEEL SOCKET - --------------- HEAD CAP SCREWS. A I A C j-------t- ----_o C PAD 1-1/2"x E 1/6" L � : �; � O ; J THICK (8 REQUIRED) m? ! 20" ! - 1 A Ci i CJR' " OPENING J : p - ------------- 1-3/4 o�my 1-3/4^ C 2' 1-l/4' m i u 20" °2 2 2' 1-1/4' 1' 10-112" \1-3/4" 24,E �4 2' 0-1/4" 2'-1/ GRATE (DUCTILE IRON) 1-3/4" I-3/4" 1-5/8" B 1-3/"' 2'-0" PAD 1-1/2"x 3/4'x 1/8' FRAME jr-2' 0-1/4" 241 THICK (8 REQUIRED) z-z GRATE (DUCTILE IRON) NON-LOCKING (OLYMPIC FOUNDRY #SM60 OR EQUAL) 2' S-1/4" B-B FRAME NORMAL TO BAR 3/4"1 NORMAL TO BAR 3/4'y 1-3/4„--{ �1 NORMAL TO BAR 1/2" -I�- 1-3/4" J L 1-I/2" 1-3/4" NORMAL TO BAR 1/2"—� I-3/4" C_C l 55/8" 1-3/4" 2-1/2" �- 3/4" 3/4" ��'- C-C 1/8" 11 1-1/4" 3/4' 3/4" I �1-S/8" 1/8" 1� 1-1/4" 4-112" II I/8" f 1-5/8" 3/4" 7/81,— 3-1/2" 4-1/2" 7/8" A-A IL1-5/0" -- A-A CATCH BASIN FRAME AND GRATE DETAILS ALL TYPE I] CATCH BASINS REGUIRE LOCKING TYPE FRAME & GRATE. ADOPTED .�,,� CITY OF RE.NTON LOCKING (❑LYMPIC FOUNDRY #60 D/T OR EQUAL) �'�� + Standard plane f0� 1ST DATE: 12/15/91 DATE REVISION RY APPR'l DWG. NAME: BR18 SP PAGE: B020A m 1/4" B B pods 11/8"x 2"x 1/8"thick I 1 - Y_-----_---sC" m I I I I T - I I C 3/44 hole I I I S DETAIL D 2 1/2"die.III i I i� . — ----J ` ----------.1 - I i 'O A Y --r2Tdia I ----------i_ A N -T 5" all la 31/2" handle I I R•2'-2 1/4" C 3/4'ift hole 1 .� Qp� I I �--3/4"hole • I I/2" —————————— See detail D 1/2"/ — ICI - 11/16" I 12 yE'lI 7/812 1/8-11-EA B r- Riveted 24" SECTION B-B DETAIL OF HANDLE PLAN SECTION C-C n NOTES: -;' when specified on the lane or in the special p p provision the Solid Melal Cover for Catch Basin shall be furnished in place of the grate provided for on standard plan B-2o. Ho odd'n'I compensation shall be made for replacing the grate with solid cover -� �--11/2" Raised design other than the dlomond design shown hereon 4 3/4" may be used if approved by the Engineer SECTION A-A SOLID METAL COVER FOR CATCH BASIN xr•rwrow n•n eerunrw.e•w•won•mw Y ADOPTED ti`S O U CITY OF RENTON ,1 + STANDARD PLANS 949-83 1 Rexlxed na1... IrST DATE:19-Sep-$3 OAT_E REVISION BY APP'p. �N�` ■ ■ ■ 1 3 CITY OF RENTON NE 4th St SURVEY CONTROL NETWORK ' LEGEND ' NE 3rd PI ' till ' 188 Horizontal & Vertical 2222 > Horizontal Only ' Q SE 3333 �-D C: ' 4 8 � CS Vertical Only i �n I ■ I li 1 ■ I I II t O 650 1300 i i ' I 1 : 7 , 800 0,i-R) TECHNICAL SERVICES P/B/PW TECHNICAL SERVICES 10/30/94 PAGE ' - 5316 i 5309 Ferndale N � z 612 s NE 4th St. 1502 :NE 4t 936 z 0 �1884 NE 2nd St ' 1 1 c� un ' i 1520 SE 5th St ' 97 , 5321 � i 1 1 SECTION 16 T23N R5E W.M. 18-May-95 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters 1 478 Location: Found a 1/4" bronze pin on a chipped concrete post monument down 0.65' in 1 a monument case at the constructed intersection of SE 2nd Place and Union Avenue S. 1 Monument: 1/4 IN BRONZE PIN ON CHIPPED CONC MON, IN CASE, DN. 0.65' NORTHING: 54382.026 EASTING: 399701.012 ELEVATION: 119.182 1 612 N\V Corner 16 T23N R5E 1 Location: Found a 3/8" copper plug and a punch on a 4"x4"concrete post monument down 0.45' in a monument case at the constructed centerline of Edmonds 1 Avenue NE approximately 160' south of Ferndale Avenue NE. See City of Renton monument reference card number 612. Monument: 3/8 IN CU PLUG & PUNCH ON 4 IN X 4 IN CONC MON, IN CASE, DN. 0.45' i NORTHING: 55213.303 EASTING: 398098.887 ELEVATION: 79.269 i1502 N 1/4 Corner 16 T23N RSE 1 Location: Found a 2" flat brass disc with a punch mark in a 4"diameter pipe filled with concrete down 0.6' in a monument case at the constructed centerline of NE 4th Street& Monroe Avenue NE. See City of Renton monument reference 1 card number 98 and 1502. Monument: 2 IN BRASS DISC W/ PUNCH ON 4 IN CONC FILLED PIPE, IN CASE, DN. 0.6' 1 NORTHING: 55202.256 EASTING: 398907.471 ELEVATION: 104.057 1 1 1 1 5316-1 1 i 1 1885 1 Location: Set PK nail on as-built centerline of Union Avenue Northeast. 175 feet south of intersection of Northeast 2nd. Monument: PK NAIL i NORTHING: 54738.893 EASTING: 399706.928 ELEVATION: 1 1888 1 Location: Photo control panel at PC monument on Maple Valley Highway 1,000 feet east , of intersection Southeast 5th. Set brass disk set in concrete inside a 2" iron pipe in monument case with photo panel marks Monument: BRASS DISC IN CONC. INSIDE 2 IN. IRON PIPE IN MON. CASE i NORTHING: 53846.657 EASTING: 398649.065 ELEVATION: 1 1897 1 Location: Found a 1/8" pin down 0.8' in concrete monument in 8" monument case approximately 150' from intersection of SE 5th St. and Newport Ave SE on 1 centerline of SE5th St.; 29' off NW corner of a park's fence Monument: 1/8 IN PIN IN CONC. DN 0.8' IN MON. CASE NORTHING: 53842.786 EASTING: 399091.0 42 ELEVATION: , 1 1936 Location: Top of copper tack set in concrete monument at intersection of N.E. 4th Street 1 and Jefferson Avenue N.E. Monument: COPPER TACK SET IN CONC MON i NORTHING: EASTING: ELEVATION: 99.483 1 5316-3 1 v 1 �� 0 0 3 _ — MATCHLINE MC 1_ ` ! T ' APPRO7C i EXISTING MAPLEW000 CREEK Approximate Boring Locations 1 t•-'r'•:� ' (MC STATIONS APPROII BASED CN �` ' EXISTING CREEK LOCATION) i f •�. 1, :: I ':t-: t.1•; (j 12"0 HOPE BYPASS fi Y PIPE, SEE NOTE 1 !� t -' \\•\ • P5 STA EN o 9oulDER CLUSTERS % STA. 3+91.57 - .1 } \'•`,'�` \ \ \`\���.\ REMOVE EXISTING 63 .\�\\\\,•\ . 4"4 PVC PIPE \� —REMOVE EXISTING INSTALL TYPE I .`i. ,'.` 8"I METAL PIPE CATCHBASIN / 'r P2 -A t ." 1 I MATCH EXISTING ROAD GRADE O EL 115.17 —. \� '!+ '' !f r!' �< REMOVE EXISTING IRRIGATION INLET v t :1 \ .\ \ ' \ STRUCTURE k PIPE UPSTREAM OF NE �\• `•t' •1 /f 1 n -\ \\ INLET STRUCTURE HUB AND TACK—�, `� t •\ •;r•'i ' •i,'•+` N 17614-6.53 E 1311491.54 \' \' \7''`•,.•!.!` �' -� ` \\`'• i\, I ';`� REMOVE EXISTING CONCIt (CONCRETE ECOLOGY BLOCK: / REMOVE EA T.O. ROAD EL 115.17 \ ?i`•tii� fl:r, �� `'✓ i 571NGPoPRAP \` -NEW INLET FOR EXISTING DITCH TO BE ARMORED - /f rr. I'i •'\'i 4\ `\ �`} ':, ,j� ,�•' IRRIGATION PIPE, SEE SHEET WITH QUARRY SPALLS t �L� . - \\ ,\ \�, \ti` \�\,B t Pi i^j r '`''-/';II; 1 `,\ /• �` :Si :t\,\,i,\�(;{{ 1. '•`' Su�1 !'' :;s}j YI!#i 11 1; i i` ` ` /.i i% Y 1%t 1,t\`•t`t t•Y:` SLOPE TO BE REVIEGETATED ? r�t,'. •Yf \' \ / L'. \ -WITH A MIX OF EROSION y3''H?J,;r��FC i i!i j i i. •\ 1 t tom ,`., .': CONTROL GRASSES AND I? ? i :'' `i t!j F f / :Y ``.t'✓ ` \ i— E.M. NATIVE SHRUBS(TYP.) I 1 i ;• _tf��ll;ri I � lii!?' r ?•`I' ' B5I''; !; ;; i `� ,t �i't`:`T1, `.�� :i\ ';`ll ? I�:�i f. t° t; ; / i•:it t•\\\\\�:\` I:;-'f f. .—STA 1.i jet i I Hit, 11 f ! ' _FISHWAY OUTLET ?!!� iii;li;•j ?; (i - •!. ,\. ! ?i;!r 1; STRUCTURE.iURE. SEEc SHEET 71 i 1 1 i� H I f?f� `? .`� tw _=,._. rdr' tl I t '%! �; ? ? /%—�SP'L. �, r r' r r• ,` FCP !I Ij'tj,1lill'{ /i % j11 2J EMLG .�.f ! �� � !I ii t .irk \ ,;,� `��'•'.�,�'i'i\:��`:t'.i i i:..; ����.tl? ��` /! B� �'t`it` \"/ :Yt�:it•• t`• '•\i`;'�`!; ' B6 30" A1:.- �'f;?•'Ji�`i_+•;? .•'�r � ! , \' '.p SCOF �':: P¢gpl. B / �` "i•,. Sji•�:. /; •Y, •,t tt.SP f' t S'c_ i N \ PI STA. 2+a2.36 REMOVE EXISTING SEWER MANHOLE AND PIPE TO ,\ X B 3 j \\ NEXT DOWNSTREAM MANHOLE ,ij \ \\ P13 \ - 15 a� i �\ ,•,� \ �� (t DOS- .•,; \� MATCH ROAD TO EXISTING \ 6b �l /- `h, GRADEE El_. 104.75 .-� \= aT --'/ ' \ _ - \ / i \t \` �'\`\ `\��•\����'-� Q i ' ACCESS ROAD SCHEDULE 12' BYPASS PIPE SCHEDULE POND LOCATICN nwla o(aasftof .g:wr cwslw a "Cce wosng lto[,..a twsn� )r'L a .m[. num.lo G)ato 1M6G0 SfMf t]l tWM M 1) •C 1TLp1.)1_IOIp n Mwa[NL)TIItR.'L •1]{Cylm [1T1)CSM lll3 __)1 •1][111D C 1T11)lq_ 1 H)1� K-K•/[\O M 1�1.13 C ITIJp31 11L1f !t A Y••D0 IT]11S 'C ITfa)tT7 llir R A 1—a n C 1TINilC l�u)• A M 1))OGIC C 1T1Y).tl Itit) 1D A 11�'®O M t)[Lll.]{ 'C 1T11A1f 111Y I) M 1-50= f fTt]ISJ_ 3•mlq CC-]C V[�6 �t)fOla>r L 1TIlEn Illl) C7/ GIOMfI M l7a Kq [1TITSYQ ltln N •17•IYM C ITl)]Sl) ' 2rQ.1[ 9{LYY L11UCC. •IT@lM '(1311NSn :I111) M CI ll.aS[DY_ M I1n)tifn '[,Tl)p13f 111� ✓h � ■1)�1�)_« C fJlllGLM )11LN LIO v O�YotD1Y •1)�)qq (1Tta11) 1fi1) 1) 112)'CDO M 1?{Igj1 C 1Tlaw v I11�1 A •I1a1)pq C tTtYlq Mtis K-A�.t[fA •1)[glY '[ITI«ft[ y n a�Dm M tT0>a.]� .[1Tl�apa0 '11M n •laloxn (tTl.l)lU 3n11U A •lJ)IQI� [1a1fAt}) � lBl�w1 at11lLT snucr. M tT10[L7 'C 1TIab3� llnf) /� A 1)[q�3 .L 1T13V.1� a.ols) w •lnatif¢ '[1Tt11.•y n � •lnw�o) c lnty«.tn »nn n uo..$) a lmaaaa LEGEND no i ■naoluaa a tan " s.an n +lunw .c Palmas K )vc[a nwvwnw[C3[0[+,C tY"'n m r 1])�)6Y [1Tfataal ' ).v_tl n i •oa«afa :[l.mnns i f+ t�vrt o�� n3 i .nam.e_[lnl..�n ).us. oe a w.o w ln.ea» :[talrnla n cgtr d rwlltllacr Pao is aalel na '. •1)(olaao c 1Tf«lY wla(en+c ww o«a[laawlm e ' UN'IFIED SOIL CLASSIFICATION SYSTEM i I Major Divisions 'rf Itr Description Major Divisions grf Itr Description w Well-graded gravel or gravel-sand Inorganic silt and very tine sand, mixtures,little or no fines ML rock flour, silty or clayey fine sand Silts or clayey silt with slight plasticity ' And Inorganic clay of low to medium Gravel ! GP Poorly-graded gravel or gravel CL plasticity, ravel) clay, f sand mixtures,little or no fines Y+gravelly Y+ sandy i And Clays clay,silty clay,lean clay Gravely Silt ravel,gravel-sand-silt LL < 50 Soils GM m x-tunes Fme OL Organic silt and organic silt-clay of ' low plasticity Grained Clayey gravel,gravel-sand-clay Inorganic silt,micaceous or GC Coarse mixtures Soils MH diatomaceous fine or silty soil, Grained Silts elastic silt Well-graded sand or ravel) sand, Soils SW g gravelly And Inorganic clay of high plasticity, .: little or no fines Clays CH fat clay Sand LL > 50 SP Poorly-graded sand or gravelly Organic clay of medium to high And sand, little or no fines OH plasticity ' Sandy Soils SM Silty sands,sand-silt mixtures I Highly Organic Pt Peat and other highly organic I ' SC Clayey sand,sand-clay mixtures Soils soils SYMBOLS ' Standard penetration split-spoon sample a Blank casing ® Modified California(Porter)sample ® Screened casing Grab(Cuttings)sample Cement grout ' = Water level observed in boring ® Bentonite Stable water level in monitoring well a Filter pack ' Sands and Gravels Blows per Foot Silts and Clays Blows per Foot Very Loose 0-4 Very Soft 0-2 Loose 4- 10 Soft 2-4 Firm 4-8 Medium Dense 10-30 ' Stiff 8- 16 Dense 30-50 Very Stiff 16-32 Very Dense Over 50 Hard Over 32 ' Note(I): Penetration resistance values are recorded as the number of blows of a 140-pound hammer falling 30-inches required to drive a sampler through the last 12 inches of an 18-inch drive. Blow count for samples obtained using a Modified California sampler(indicated by an asterisk)should be multiplied by a factor of 0.8 to obtain equivalent standard penetration resistance values. Note(2): The lines separating strata on the logs represent approximate boundaries only. No warranty is provided as to the continuity of soil strata between borings. Logs represent the soil section observed at the boring location on the date ' of drilling only. BORING LOG LEGEND WARZA' Maplewood Creek Sedimentation Basin Northwest, Inc. Renton, Washington ' Consulting Engineers & Scientists PROJECT NO. DATE FIGURE 7163-H December 1, 1995 No A-1 ' DRILLING METHOD Hollow Stem Auger SURFACE ELEVATION LOGGED BY ug I 108.0 feet NTD/RAW DEPTH TO GROUNDWATER 7.0 feet BORING DIAMETER 4-inch DATE DRMLED 11/21/95 ' ZW�, . } OW DESCRIPTION AND CLASSIFICATION X HUF-' ` H wH= DEPTH w �¢ ! � m. HV) OTHER SOIL (FEET) ¢ U.) 3 z 0 n tea— TESTS DESCRIPTION AND REMARKS CONSIST TYPE N wW m: 0 ?oW n. 0 U ' Brown SAND with silt and gravel, moist loose 7 8.0 S II i 1 ' 9 12.7 pumped 15 gpm of water for 15 minutes, could not fill hole. j 10 Grey, rounded, coarse SAND with fine to medium gravel very ' loose 12 1 cobbles/coarse gravel at 15 feet 15 1 ' 11 21.0 20 medium ' dense 12 119.8 Bottom of boring at 25 feet below existing I ' grade. ' EXPLORATORY BORING LOG B-1 ' Maplewood Creek Sedimentation Basin Renton, Washington Northwest, Inc. Consulting Engineers & Scientists PROJECT No. DATE BORING 7163-H December 1, 1995 No. -� ' DRILLING METHOD Hollow Stern Auger SURFACE ELEVATION 108.0 feet LOGGED BY =IRA1V DEPTH TO GROUNDWATER 7.0 feet i BORING DIAMETER 4-inch DATE DRILLED 11/21/95 oW ow DESCRIPTION AND CLASSIFICATION ►-+u~ H wy-+= DEPTH W �z¢� W w U LLL0CL OTHER ~HO ¢H-- 0 C)�" DESCRIPTION AND REMARK S CDNSIST SOIL (FEET Zwm 3zo }" 0 TESTS TYPE zw (L c� M =v Dark grey GRAVELLY SAND. Sand is fine to medium. Some silt. loose ' - 8.6 Grey SILTY fine SAND with scattered fine gravel loose 5 8 19.8 1 S increased silt content 10 I 7 20.6 I i Grey coarse SAND and fine to medium ' GRAVEL dense 15 37 Grey SILTY fine SAND, with scattered dense gravel i ' Grey medium to coarse SAND with fine to medium GRAVEL 20 dense 45 13.9 Bottom of boring at 23 feet below existing ' grade. EXPLORATORY BORING LOG B-2 ' Maplewood Creek Sedimentation Basin Renton, Washington Northwest, Inc. PROJECT NO. DATE BORING ' Consulting Engineers & Scientists No. B-2 7163-H December 1, 1995 ' DRILLING METHOD follow Stem Auger SURFACE ELEVATION 108.0 feet LOGGED BY NTD/RAW DEPTH TO GROUNDWATER 8.0 feet BORING DIAMETER 4-inchI DATE DRILLED 11/21/95 DESCRIPTION AND CLASSIFICATION HZ~ZLI- H oH= I DEPTH Ld F-C\ w F- z� HN�� OTHER z F-tn3 2 W 0 Z�W DESCRIPTION AND REMARKS CONSIST SOILi(FEET) (n zW co 3 0 }" zz TESTS TYPE 1 ate.. U o M Dark grey SILTY GRAVELLY SAND with some roots loose I Dark grey medium to coarse SAND and medium GRAVEL with some silt medium 5 ' dense 14 14.9 wood chips, roots in a silty sandy matrix 1 ' Grey SILTY fine to medium SAND with loose — organics 10 ' 4 27.1 ' Fine to coarse GRAVEL with co arse .Mope.: SAND dense 'r 15 ...t: 50 7.4 low: Grey medium to coarse SAND with fine to coarse GRAVEL, little fines medium 20 dense 25 13.1 ' 25 very 62 8.9 dense ' Bottom of boring at 26.5 feet below existing grade. ' EXPLORATORY BORING LOG B-3 ' Niaplewood Creek Sedimentation Basin Renton, Washington Northwest, Inc. PROJECT No. DATE Consulting Engineers & Scientists BONG B_3 7163-H December 1, 1995 No. U.S. SIEVE OPENING IN INCHES U.S.SIEVE NUMBERS HYDROMETER 6 4 3 2 1.5 1 3/4 1/2 3/8 3 4 6 810 1416 20 30 40 50 70 100140 200 100 90 1 80 ' P E R 70 C E N T 60 ' F I N E 50 R B i Y 40 w ' E I G 30 H ' T 20 10 ' 0 100 10 1 0.1 0.01 0.001 ' GRAIN SIZE IN MILLIMETERS COBBLES GRAVEL I SAND SILT OR CLAY coarse I fine 1coarse I medium I fine ' Specimen Identification Classification WC% %Gravel %Sand I %Silt %Clay B-1 7.5 ft SP-SM 12.7 18.6 76.8 4.6 GRADATION CURVES, ASTM D-422 ' LAJR-ZA Maplewood Creek Sedimentation Basin Northwest, Inc. Renton, Washington ' PROJECT No. DATE Consulting Engineers & Scientists FIGURE A-1 7163-H December 1, 1995 1 No ' U.S. SIEVE OPENING IN INCHES U.S.SIEVE NUMBERS i HYDROMETER 6 4 3 2 1.5 1314 1/2 3/8 3 4 6 310 1416 20 30 40 50 70 100140 200 100 90 80 ' P � E HL I R 70 C ' N T 60 F I N E 50 R ' B Y 40 ' E I G 30 H T 20 10 ' 0 100 10 1 0.1 0.01 0.001 GRAIN SIZE IN MILLIMETERS COBBLES GRAVEL SAND SILT OR CLAY coarse I fine 1coarse I medium I e ' Specimen Identification Classification WC% %Gravel %Sand %Silt %Clay B-1 17.5 ft SP 21.0 23.4 74.5 2.1 t ' GRADATION CURVES, ASTM D-422 ' Maplewood Creek Sedimentation Basin Northwest, Inc. Renton, Washington Consulting Engineers & Scientists PROJECT No. DATE FIGURE A-2 ' 7163-H December 1, 1995 No U.S.SIEVE OPENING IN INCHES U.S.SIEVE NUMBERS HYDROMETER 6 4 3 2 1.5 1 3/4 1/2 3/8 3 4 6 810 1416 20 30 40 50 70 100140 200 100 90 80 ' P E R 70 ' C E N T 60 ' F I N E 50 R ' B Y 40 w ' I I G 30 H T ' 20 10 1 0 100 10 1 0.1 0.01 0.001 ' GRAIN SIZE IN MILLIMETERS COBBLES GRAVEL SAND SILT OR CLAY coarse I fine 1coarse I medium I ne ' Specimen Identification Classification WC% %Gravel %Sand %Silt %Clay B-2 10.0 ft SM 20.6 2.9 70.9 26.2 GRADATION CURVES ASTM D-422 ' Maplewood Creek Sedimentation Basin Renton, Washington Northwest, Inc. ' Consulting Engineers & Scientists I PROJECT No. DATE 1995 FIGURE 7163-H December 1, No A-3 ' U.S. SIEVE OPENING IN INCHES U.S. SIEVE NUMBERS HYDROMETER 6 4 3 2 1.5 13,14 1i'2 3/8 3 4 6 8 10 1416 V0 30 40 50 70 100140 200 100 90 f 80 ' P E R 70 C ' E N T 60 N I N E 50 R ' B Y 40 ' E I G 30 H T 20 10 1 0 100 10 1 0.1 0.01 0.001 GRAIN SIZE IN MILLIMETERS COBBLES GRAVEL SAND SILT OR CLAY coarse I fine 1coarse I medium I fine Specimen Identification Classification WC% %Gravel `7cSand %Silt %Clay 13-2 20.0 ft SP 13.9 23.7 72.7 3.6 GRADATION CURVES, ASTM D-422 ' Maplewood Creek Sedimentation Basin Northwest, Inc. Renton, Washington ' Consulting Engineers & Scientists PROJECT No. DATE FIGURE A4 7163-H December 1, 1995 NO i i U.S.SIEVE OPENING IN INCHES U.S.SIEVE NUMBERS HYDROMETER 6 4 3 2 1.5 1 3/4 1/2 3/8 3 4 6 810 1416 20 30 40 50 70 100140 200 100 i 90 i 80 1 P E R 70 C 1 E N T 60 F I N E50 R ' B Y 40 i E I G 30 H T 20 10 1 0 100 10 1 0.1 0.01 0.001 i GRAIN SIZE IN MILLIMETERS COBBLES GRAVEL 77 SAND SILT OR CLAY coarse I fine 1coarse I medium fine i Specimen Identification Classification WC% %Gravel %Sand %Silt %Clay B-3 5.0 ft SP-SM 15.0 33.7 60.9 5.4 i L LAJRZA i GRADATION CURVES ASTM D-422 iMaplewood Creek Sedimentation Basin Northwest, Inc. Renton, Washington i Consulting Engineers & Scientists PROJECT No. DATE FIGURE No A-5 7163-H December 1, 1995 U.S. SIEVE OPENING IN INCHES U.S.SIEVE NUMBERS HYDROMETER 6 4 3 2 1.5 1 3/4 1/2 3/8 3 4 6 810 1416 0 30 40 50 70 100140 200 100 i 90 80 P E R 70 c ' E N T 60 F i I N E 50 R B Y 40 E 1. I G 30 H T 20 10 i 100 10 1 0.1 0.01 0.001 GRAIN SIZE IN MILLIMETERS COBBLES GRAVEL I SAND :7 SILT OR CLAY coarse fine 1coarse I medium fine ' Specimen Identification Classification WC% %Gravel %Sand %Silt %Clay B-3 10.0 ft SM 27.0 4.4 78.9 16.7 i GRADATION CURVES, ASTM D-422 0 LAJQ7-aA Maplewood Creek Sedimentation Basin Northwest, Inc. Renton, Washington ' Consulting Engineers & Scientists PROJECT No. DATE FIGURE A-6 7163-H December 1, 1995 No U.S.SIEVE OPENING IN INCHES U.S.SIEVE NUMBERS HYDROMETER 6 4 3 2 1.5 1 3/4 1/2 3/8 3 4 6 810 1416 20 30 40 So 70 100140 200 100 90 111 80 ' P E R 70 C ' E N T 60 ' F I N E 50 R ' B Y 40 w ' E I G 30 H ' T 20 10 i 01 -17 100 10 1 0.1 0.01 0.001 ' GRAIN SIZE IN MILLIMETERS COBBLES GRAVEL SAND SILT OR CLAY coarse I fine 1coarse I medium I fine ' Specimen Identification Classification WC% I %Gravel %Sand I %Silt %Clay B-3 20.0 ft SP 13.1 38.1 60.2 T 1.7 r GRADATION CURVES, ASTM D-422 ta Maplewood Creek Sedimentation Basin Northwest, Inc. Renton, Washington ' Consulting Engineers & Scientists PROJECT No. DATE FIGURE 7163-H December 1, 1995 No A-7 Decem ' U.S. SIEVE OPENING IN INCHES U.S.SIEVE NUMBERS HYDROMETER 6 4 3 2 1.5 1 3/4 112 318 3 4 6 810 1416 20 30 40 50 70 100140 200 100 90 t 80 P 1 1 E R 70 c E N T 60 ' F I N E 50 R ' B Y 40 w ' E I G 30 H T 20 10 ' 0 100 10 1 0.1 0.01 0.001 ' GRAIN SIZE IN MILLIMETERS COBBLES GRAVEL I SAND SILT OR CLAY coarse fine coarse medium I fine Specimen Identification Classification WC% %Gravel %Sand %Silt %Clay B-3 25.0 ft SP 8.9 44.6 51.8 3.6 1 GRADATION CURVES, ASTM D-422 ' Maplewood Creek Sedimentation Basin Northwest, Inc. Renton, Washington ' Consulting Engineers & Scientists PROJECT No. DATE FIGURE 7163-H December 1, 1995 Na A-8 �/1 F^ F� O �� r� r 1 O rr r rr r r r� �r rr r rr r� r r �r rr �r rr r� r 1 1 MAPLEWOOD CREEK SEDIMENTATION BASIN 1 RECONSTRUCTION AND IMPROVEMENT PROJECT 1 CITY OF FIENPON STOW WATffi DRAMCQE NOTES (THE FOLLOWING NOTES ARE REQUIRED BY THE CITY OF RENTON TO APPEAR 1 ON THESE PLANS SOME NOTES MAY NOT APPLY TO THIS PROJECT.) 1. BEFORE ANY CONSTRUCTION OR DEVELOPMENT ACTIVITY OCCURS. A PRE-CONSTRUCTION MEETING MUST 1 SHEET DRAWING DESCRIPTION BE HELD NTH THE CITY OF RENTON DEVELOPMENT SERVICES DIVISION, PLAN REVIEW PROJECT MANAGER.° I ALL CONSTRUCTION SHALL BE N ACCORDANCE WITH THE LATEST EDITION OF THE 'STANDARD 1. LOCATION MAP AND DRAWING INDEX AND THE TIONSAMER FOR ROAD, BRIDGE KS AND muN"PASSOCIATION ( PWA).cloNs IS AWE' PREPARED BY W.OF RE„ AND THE AMERICAN PUBLIC WORKS ASSOCIATION (APWA), AS AMENDED BY THE CITY OF RENTON. 2. SITE PLAN ' A ON TORM FILE DRAINAGE THE CITY OF REENNTO. ANY D BE EVIATION FROMFR�MTTHE�APPPRo1�PLANS MILL REQUIRE 1 3. UPPER CHANNEL REGRADING WRITTEN APPROVAL FROM THE CITY OF RENTON DEVELOPMENT SERVICES DI VISION. ION 4. STANDARD DETAILS AND NOTES 1. A COPY OF THESE APPROVED PLANS MUST 9E ON THE Joe SIZE WHENEVER CONSTRUCT IS IN PRoaREss, 5, DATUM SHALL BE U.S.GS, UNLESS 07HOMW APPROVED BY CITY OF RENTON. REFERENCE BENCHMAMC 5. BASIN PLAN, SECTIONS AND DETAILS AND ELEVATON ARE NOTED ON THE PLANS, 1 G NO SILMILDING 6. SPILLWAY PLAN AND SECTIONS �ISTTRRUC�T1ai� FACILITIES E AYWAC70 Y�EDP` «STRUCLEACTI 7. SPILLWAY SECTIONS AND DETAILS AND THE POTENTIAL FOR ON-SITE I710510N HAS PASSED. 7. ALL RETENTION/DETIEN710N FACNJTES MUST GE INSTALLED APO N OPERATION PRNOR TO OR N 8. F I S H W A Y PLAN, SECTIONS AND DETAILS CONJUNCTION MTN ALL CONSTRUCTION ACTIVITY UNLESS OTHERWISE APPROVED BY THE DEVELOPMENT SERVICES DIVISION. 1 9. MISCELLANEOUS SECTIONS AND DETAILS a GRASS SEED MAY BE APPLIED BY HYDROSEEDNQ. THE GRAM SEED MIXTURE. OTHER THAN CITY OF 10. EROSION CONTROL PLAN RENTON APPROVED STANDARD MIXES, SHALL BE SUBMITTED BY A LANDSCAPE ARCHTECT AND APPROVED BY THE DEVELOPMENT SERVICES DIVISION. 9. ALL PIPE AND APPURTENANCES SHALL BE LAID ON A PROPERLY PREPARED FOUNDATION N ACCORDANCE 1 WITH SECTION 7-02.3(1) GF THE CURRENT STATE OF WASHINGTON STANDARD SPECIFICATION FOR ROAD AND MIDGE CONSTRUCTION TENS SHALL INCLUDE NECESSARY LEVELING OF THE TRENCH BOTTOM OR THE TOP OF THE FOUNDATION MATERNAL AS WELL AS PLACEMENT AND COMPACTION OF REQUIRED SEDOINO MATERIAL TO UNIFORM GRADE 50 THAT THE ENTIRE LENGTH OF THE PIPE WILL BE SUPPORTED ON A UNIFORMLY DENSE UNYIELDING BASE ALL PIPE BEDDING SHALL SE APWA CLASS'C', WITH THE EXCEPTION OF PVC PIPE ALL TRENCH BACKFLL SHALL BE COMPACTED TO MINIM" 95%FOR PAVDANT AND STRUCTURAL FILL AND 9Oi 01HERWSE PER AS1M D-1557-70. PEA GRAVEL BEDDING SHALL GE V OVER AND UNDER PVC PIPE 10. GALVANIZED STEEL PIPE AND ALUMINIZED STEEL PIPE FOR ALL DRAINAGE FACILITIES SHALL HAVE ASPHALT TREATMENT /1 OR BETTER INSIDE AND OUTSIDE 11, STRUCTUIREn SHALL NOT BE PERMITTED WITHIN 10 FEET OF THE SPRING LINE OF ANY DRAINAGE PIPE, OR 15 FEET FROM THE TOP OF ANY CHANNEL BANK. 1 It OPEN CUT ROAD CROSSPM THROUGH EXISTING PUBLIC RIGHT-OF-WAY WILL NOT BE ALLOWED L".M SPECIFICALLY APPROVED BY CITY OF RENTON. 11 ROCK FOR BIOSION PROTECTION OF ROADSIDE DITCHES, WHERE REOUNED, SHALL BE OF SOUND OUARRY ROCK PLAs FOLLOWING PASSING; 2�'-4' ROCK/30%-40%PASSING: AND <- ROCKM A DEPTH OF 1 FOOT A140 MUST MEETK%10%-20R PASSING. CIFlCATION: 4'-B'/40>i-70'S 14. THE PROTECTIVE E:OUIPMENAT FLAGGEIM ANDAND ANYY O PROV ONGDED ACTIONSSTO PRACT Al HEALTH. S90ttle r AND SAFET(OF THE PUBLIC, AND TO PROTECT PROPERTY IN CONNECTION NTH THE PERFORMANCE OF elevue KING COUNTY WORK COVU4ED BY THE CONTRACT. ANY WORK WITHN THE TRAVELED RIGHT-OF-WAY THAT MAY PROJECT SITE INTERRUPT NORMAL TRAFFIC FLAW SMALL REIOUPW AN APPROVED TRAFFIC CONTROL PLAN BY THE 1 PIrµ ..�� TRANSPORTATION DIVISION. ALL SECTIONS OF THE W.SD.O.T. STANDARD SPECIFICATION 1-07-23, ta, TRAFFIC CONTROL, SHALL APPLY. 18. SPECIAL DRAINAGE MEASUPI i ALL R R N RID F W PROJECT LOCATION IS WI1HNN THE AGAT" PROJECT SITE DATE" '•o PROTEC11oN AREA, GOMAPLEWOODFUR GOLF COURSE O ty` uZ 1 Enumcl aw � r � p It/NG FACE 1 0 S 10 20 0 .23 .5 1 scALE N MLEs CITY OF RENTON Sdoom CALE IN ALES NORTHWEST, INC. �,�, t Engineers,and t �nl entlete WORKSVK34V MAP DMI0weWas npton DEPARTMENT OF PUBISC 230-131PR1 AVE NE.VJM=9 �Cl 1 F�tk m "�a �A o MAPLEWOOD CREEK SEDIMENTATION BASIN LOCATION MAP SW 1/4 SECTION 15 TONS%W 23N RANM 5 E TEU (��1102-am RECONSTRUCTION AND IMPROVEMENT PROJECT SE 1/4 SECTION 16 LOCATION MAP AND DRAWING INDEX NE 1/4 SECTION 21 °"b"`°R.S.P.HNW DATE 7_„_H FU"TEE: �I 1 NW 1/4 SECTION 22 `� `" INN., A DRAW": D.EC.HNs SCALE AS NOTED IRO W0 NO, �yf1p,1 ^• OAT[ AMIIOKp SHEET 1 0t1 10 MC STA1+00, LL 1 MATCHLINE MC STA 4+50 BEGIN NNNSEDIMENT AD6�M L aMoc _ T r—— SURVEY CONTROL APPROx EXISTING MAPLEWOOD CHEER. MC STA 4+66 HORIZONTAL AND VERTICAL DATUM: HORQONTAL- NAMU3111 PW Y � (MC STATIONS APPROX BASED ON ,1� ERTICAL NAVD IM FEET / E END OF BLaDER aus7Fns •20'O.C.ac. r ' I rL EXISTING CREEK. ORIGIN •MC STA 3+00) �' !�(l �A31S OF SEAIISM COOI�MATES AND ELEVATION FROM THE CITY OF 44' CEDAR I \ I 1 4Q• REMOVE EXISTING Yt W000 PIPE REN10N SURVEY CONTROL NETWORKSET GRADE BOULDERS UPSTREAM OF MC STA 4+90 AND MC STA 5+37, \ MATCH EXISTING GRADE EL 114 AT APPROR HORIZONTAL RE/TON CONTROL roe'?MOMIUIIDIT IN CASE APPROMA78Y jiJI VI MLOCK SEE SHEET 3 MC STA. 4+60 ANCHOR BASIN LINER UPSIIK/WI 50' MAPLE 115 LF. tr PLASTIC"ASS PIPE, I OF STA. 4+60 PER SECTION A-A, SHEET 6 CENTERUNUNEINT INTERSECTION OF SE STH ST. AND NENPORT AVE SE ON 51W ST. REMOVE SEDIMIENT BERID <. 4" / T S- 0.0377 BASIN LINER LIMITS DAM AND LE. 3H C3mf ., LIFTS•90' TO AND P1 STA 2+70.24 GEOGRID, MAP PLACE 2 SETS OF BOULDER MAPLE ALLEY HIGHWAY ABOUT,1000' EAST OF s 1 IN IN CASE ON PQ�� S1�T J • a .y) ARMOR 11 UPSTIBEM CLUSTERS AT POND TRANSITION OF SOUTHEAST STFH ST. •� '\'�-; / BANK: wrTH I} 1 `3 14\ P11 AREA AS SHOWN HEAVY PI STA 2+32 2 1 VERTICAL M 070M CONTROL //11620►LAND A TAG( IN MONUMENT � d 42' CEDAR 1 CUT,PLUG UPSTREAM END MID CA!APPKK 1W NORTHEAST OF INTERSECTION OF SE STN ST. STA•+36.61 / 2 CS. ' LIMITS O' e � TYPE 1• LID 2 24• H / � I REM01E EXISTING 4•PVC PIPE AND MAPIl VALLEY MY. CUT. PLUG UPSTREAM 00 AND 1)IM- NORTH - 176661.92 ROAD RECONST T011 I RIM ELLOCKING11S1� / I I �:,.�'' REMOVE EXISTING 6.4 METAL PIP[ EAST - 1307901.12 12' MAPLE I.E. 111.67, lr ME _ PI STA 3+71.94 I.E. 111.67, 1r SW r 13 \ �\ BASIN UIIEIR LIMITS AT /1997 - EAST NORH- 1306361.119 ' �� / \; END OF ANCHOR TRENCH MC 2+ao CONCRETE DAM. MATCH EXISTING ROAD 83 \ I \ \ REMOVE EXISTING IRRNGAMN INLET 0 1620- ELEV. - 6aS6 CONCRETE CAM SEE SEjMN C, GRADE •EL 115.17 ! \ \ AND PIPE UPSTREAM TOW OF NEW INLET MC STATIONS APPROXOMAI[ / '/ 'I ]MEET , STRUCTURE TO NEW CONNECTION LOCATION ( ' � !ABED ON EXISTING CREEKK) v ! N N AND 0TACK7 ! �� �, `� ��(ROO CONCRETE ECOLOGY CONCRIETE BLDpcSWEI N RO 6A1OBA9i) t REMOVE AND$7000" E 1J11491.64 r WRAP FOR 111J r A6 % I I ON RAMP \ O APPROXIMATE E)Q OF EXCAVATION ]IIORII IN SECTION D-D. ,�v 93 LF. 16' PLASTIC B`TASS PIPL If SPIFFY 3 I. X�1• J` / SO. 0.020 nNm GRADE CONTOUR EL 116.17 i' ,IJ T.O. ROAD EL 115.17 , \ �� Ste= PLACE r CRUM A ESS R IO I i,. 1 f 1/ii E (2) 14' HEMLOCK � �� \ \ SAP IrL!!E came OVER+30 TO AOCEfi ROAQ STA 2+30 m 6+3697 >D ? y E LI�TAII WITH QUAY SPALLS CH o. M tl SLOPES ( \ P21 laaa>< P8 ET KC FOR COMPLIAiJCc r 7111GI VacTATlD/Gw ` I 16 III \ yq� \� ,fit NEW INLET FOR Ext41I10 ttl90AT1011 STA�r:ARCS ' LOOSE RI►RAP II P9'E SEE SHEETS s AND 7 I MAPLE 14' HEMU I' \ ` B(9NEET B) JatW SLOPE TO BE REWOETA70 \ P9 GRADE BOULDEIS•26'D.C. '{{ WITH A MIX OF EROSION 24' 2 �_ Date �.1, CONTROL GRASSES AND SECTION. >!1!!i ALS AIO I V(ti' r1 HTDROSEED AND NATIVE SHRIxiS (TYP•) I I` \ 9 AEb9MK1�/T DAIS X INTO A � _ 00S SEE SHEET S I . 3W I V 106 97. =GRADE W 116.17 ' ROOTED STOCK CO TYPE 1, -- LOCKING SCUD LID i RIM EL 11517 R 5 III 1 _ 19 I.E. 110.0Q tr WE - - 150a CEDAR I.E. 110.00, it S ly t .,. , M PI It SM STA 4+96.26 1 26 LF. 1a' PLASTIC 6YP li ��, LLIMY STRUCTW- AP`.PRgOtA \ S . 0.0539 0 1 \ \ y,• SEE SHEETS 6 AND 7 )t- ' TYPICAL BOULDER CL1J6T[R, SET J �` 1 \ FtSHWAY OUTLET B5 0_ \% �r CONNECT NEW 4' PVC �Y — 2.6' TO J' 9GUL0EIS AT LEAST V2 I '20 ,'' 44 R S RUCTURE. SEE SHEET 6 APIE + IRRIGATION PIPE TO EXISTING BT BOULDER DIAMETER INTO FINISH GRADE. r h \ 6IIOATION PIPE DOWNSTREAM OMRC'IED BY PER SPECIFICAlIQ16 I " 4l9 HEMLOCK BEGIN ACCESS AD 20" HE 1 \V ' DETAIL 1 SHEET 7 OF TOE OF BENT. SEE ' 'ItD 4b �A?l MC STA 3+30 JO' MAPL jj'� 106.67 END GEOORIO, IATTS t0 SURFACE EMBANKMENT TO EL 115. \' PLACE HEAVY LOOSE RIPRAP TO AM ARMOR 20' DOWNSTREAM AROUND PERtMEll7R OF SED RRBA 1 � 1� �j � �� DOWNSTREAM OF OUTLET REMOVE EXISTING CULVERT AND / W T�VEGETATED HEAVY LOOSE RIPRAPtOTH 61 CRUSHED SU=AMP 2 R ` AQi��\ \ 1A' STRUC7Lx1E, r TIC( MIN REPLACE WIN NEW 24'4 GALV. I I C, / � A �� �TEXISTING SLOPES CMP AND DO�TImm RIPRAP III '1 V MC STA 3+130. I.E 116.29 CULVERT I10~ DUVALL DUAL. RELOCATE EXISTING SEWER 90' TO1y iHQT f I SEE MAPLEWOOD CREEK THE SOU AMIDEND GRADE BOULDERS MANHOLE XREMM III!* MMi�LE to \ IM M 1 I iE PROFILE. SHEET J EXISTING SEWER PIPE �� - REMOVE 90 UPSTREAM OF FISTING EL 115 7 \\ ' RELOCATED MAHH= x Gm Bt x r TmKK NC STA 3+75 P7 E PLACE 1 LOOKII ' IA[TAUPSIRAM EOM 1 ( � ' N 176066.79 P2 \\ \ CLUSTERS •20APPROXIMATE 0'' O.C. E 131139t.29 \ MAPLEWOODD CREEK STATIONS ` 1 P3 `d \ , x PIS \ EXTEND 1.5' THICK HEAVY LOOSE NPRAP \ \ NEW LOCATION OF EXISTING DOWNSTREAM OF '1,. , UPSTREAM MANHOLE (MOTION 6'UPSTREAM AND DO PI A y STRUCTURE ALONG SAW SLOPE AND LIMITS OF ACP REMOVAL IIEMOVEJ. � AR �t11� EJ0311N0 PIPE NNVEIRT EL 97.93) \' OUT TO F CHAIM AND DISPOSE OF PAVEMENT NdR P \ 1 I ' AND EAST OF UNIT LINES, A �' MASS PIPE INLET RESURFACE WITH CRUSHED P4 , APPROXIMATE LIMITS OF STRUCTURE, SEE PLAN to ' 1B1 SURFACING FOLLOWING \ EXISTING ACP AND SECTIONS. SHEET 9 f PLACEMENT OF EMBANKMENT I.L 1t&& 1r 11 `T 1 �� �\ \V w � A PRIM it DISTM CO TYPE 1, LOCKING BOLA LID 1 ' \\ �� M�A�Ar RIM EL 12QI 54 D/�R / \ �jIC n TjOrS� ' i LL 1U.00. 1r E PROTECT 84' CEDAR I.E. 119.00. Ir SW FROM STOCKPILE P5 1r LF. Ir PLASTIC MASS PIPE, E I �� AREAS HEMLOCK 92 S • O.OQ94 OUT' SCALE 0 10 20 40 FM �.� T'HLIN S"�`A 47M� r 1• • 20' EXCEPT AS NOTED ' ACCESS ROAD SCHEDULE 18 BYPASS PIPE SCHEDULE POND EMBANKMENT AND ACCESS RAMP LOCATION SCHEDULE momiromm I O1 NORTHWEST, INC. I a, 1a14w.la ,w ° an fact .m [lama&" n a Iwtoaw c,anmw Ilan aaAaaart ow Pu ■ ,+lime n1.. off"•afar SEE BASIC PLAN, SHEETS. o CITY O F R E INTO N Naaw a Iwlww Ialaaa4 /n.w. w e` TIP[1 M iwaaaa [1anmD M lwoaa l Ia14iM mMO aaralwrt w PM a a[IRw c M/aM maaar aa„w 0 Mal iOR VEOETA110N MIX Engine— and SCienust. LL •rtwaw lanaww natty w ttos, ■Iwaa a Mn45W le a file" [1a114w.M nanr CommC°aw At f Pw a tioom c Ian" Maf awlcMl w .wrt SUBDItiIIIIIIIIII LOCATIONS. aall° ° = w . Washington � L D]EPARTM/SNT OF PUBLIC WORKS! a l 1 1wT M /m 1 a 11aae [ta14n" P4 11 Iwmn [M114%40 Nta as ACma hole Pe a tPPnaw [IM14Mn tam renal Acd•air 27a3-17CM Aw ML am IVY ' 14sa an 1 [ A 11 nwa.e [M-" ou oa.w A®air mr a twos w a 18114M11 Iww wrm All Remy MILLI �/ arts [a Imam Mn4wM ,an oaaat Aoao• Pa a nwaw [+a,4ew w wlwr FAA ((t04)Iti-7I9I MAPLEW000 CREEK SEDIMENTATION BASIN n a Twme [Mnaw.M naln m a aa.aawrr PM I"*1" [Ia/4ae Ian venal a&"Kan iEa (Got)Nrt-EMI °i'O' RECONSTRUCTION AND IMPROVEMENT PROJECT waft LEGEND of a nos" [unam.e Iwo 1011111111.Mal a ma,wr Pw a mission Imw IVY Caaa1 mawv anom t-a1-ar SITE PLAN ...tint aaIM icI[�m�Ww� Pe PM w fawn°o [ w awO is IN Iwraw [0l4oaf /aa afar M Mal Pa a"wilum [1a14wa Maw wfm mm far N PaAMaafaaaal a w a A I[710NEu aM Htw DATE: 7-1�-ae ewE 11Aa[: !!E'IZ n Pan w w oom M 1►so* � a nuwA Ir Mal it a lwaa naAwl: c IN►Poo a a ffkv .MAM awwa am arm aIMML A CHECKED•. D.E.P.HNW SURF. AS NDTm a0. IWVtbll N pR MPw0AI1 [/R[7; a OR f0 ' o ! 11 SETS OF GRADE BOULDERS ee�!! � •26' O.C.. S - 0.06 FT/FTSET BOULDER TOPS ( SEE GRADE @WIDERDETTAAILDE. LodAND SECTION, THIS SHEET ti sg x sg o Cad ©G SHE CON LS ANCHOR OCAMN �d p���y�� k�- ~�iJd d Ni s gill SEE SPEW A71ONS EPA DO ' ! 6 EXCAVATE SEDIMEN l TO NEW SLOPE AS . SHOWN e 130 F�j TO NEW SLOPE 06ONG FT/�r WITF�Nip"MAIEIFAL EXC AfEdi , OIROUNp, UPSTREAM OF AM10 f dim _ Y 0 ' SEE aPE 120 120 i ---- --� FOR / e _ ' RE ADE M REEK.CH __ __. MC STA 1+00 MC STA. 2+00 1 Y T 11257 Yf>ENP i i 1.17 MAPLE M QTM PRO U 'TO I 110 SCALE 0 20 40 FEET -1 L. 1 Env* REINFORCED FILL AND CHANNEL HORIZONTAL: 1' 2C BASIN LOOM SLOPE STABUZATION GEOGIMD f, MAPLEWOOD DIM SCALE 0 I 10 FEET j I ECOLOGY el Wm ' OVER to or VERTICAL' 1' S' i_ NATIVE FLL VA A 100 1OD i ' I � MC STA. 3+00 MC STA. 4+00 MC STA. 5+00 MC STA. 6+00 SLOPE TO DRAIN, SH:IV HYDROSEED AND PLANT pMSTlp a1:1V M1fDR06® AND PLANT •' PLANTING SOIL MAPLEWOOD O"M ROOTED STOCK ABOVE RIPRAP GROUND ROOTED S1OC(, ABOVE r . OVERLAP IYP. ------ e A1131 EXIST. ACCESS ROAD Q7Ak1V I CEOCPoD �\ 2' 4' 4, —� EXISTING GROUND rNe N' t3't NATIVE STRUCTURAL FILL 131. Y MAIL COMPACTED STRUCTURAL T.Q CONRIET[3>f 1V epUlDf]tS INTO FI L TYP. EACH LIFT -. --- _ _ ANNING SOIL 132.0FRNISIED OIIADE 5' PLANTING SOIL eETYlE1R1 HICK RIPRAP W/LIVEEACH GEOGRID LIFT 1 NG VEGETATION (REUSEROM ti SHOWN EXISTING CHANNEL&INKS 8 1 1 - EXCAVATION LIMITS M t NEL REGRADING RIPRAP STOCKPI1LED) 1.3 ANO MM (APlEW000 CRED(SEE SECTION 0b7 4' 4' GEOTEXIILE FABRIC I PROFILE FOR CHANNEL 7 TACK HEAVY 10• LIVE CUTTINGS lYP LOOSE RIPRAP MODIFICATIONS BETWEEN GEOGIRID LIFTS CHANNEL SLOPE MM MM L--------- - ------ REMOVE AND STOCK STABILIZATION GEOORID TYP. W - W ' COMPACTED SUe011ADE (TYPICAL CUT SECTION, 94EET 2) ----- ----- EXISTING RIPRAP FORK N WEST NOTE BEE SPECIIICATIONS FOR VEGETATION DESC IPIIO NIL ROF EUSE CHANNEL BANK �\ \ AM (DIMENSIONS BELLOOWW v _ v � f MAPLEWOOD CREEK --- �\ NYDROSEID A GRADE ARE UNKNOWN)PLANT ) AND (SHEET 2) 1 ----------- \ \ BOULDERS MIDA HYDR SEED �PLANT \\ SLOPE TO DRAIN, W.1V ROOTED STOCK ABOVE IIPRAP NATIVE WITH COMPACTED 4' 4' 3 13 5' PLANTING B00. MAPLEWOOD CI[DK NATIVE FILL BELOGRADE W EWOO FINISHED GRADE. ANlOVE GEOGRId AS SH01M1 ON MAPLEMOOD NOTE THE ABOVE DIMENSIONS FOR CONCRETE FORM CONTINUOUS DAM ARE APPROXIMATE AND MUST BE FIELD t l \\ 7 OVERLAP CREEK f PROFILE VERIFIED AS RIMY BY THE CONTRACTOR --- --- T---- - LINE EXISTING GR�X1ND—_J r 4' 1 4' MA1 CF1 EXIST. ACK ESS ROAD ��MENOW \ SCALE 0 5 10 FEET POR APPROVAL BY 1 1 NATIVE STRUCTURAL FILL --_�_ SET TOP OF BOULDER 7 MAX. COMPACTED IMPORTED 1� 1 LOG"APLENOOD BACKFILL TYP. EACH LIFT \ .7S �! SHOWN ' PLANTING SOIL BY_. EAST BANK GRADE CAMf PROFILE 1 t NAIVE STRUCTURAL FILL BY r BOULDERS SULM BUT /�./i,/i. 5, MIN EACH OEOGRID LIFT 1 + 2,0' THICK RIPRAP W/LIVE ! 0t xA�y ' t OPPOSITE TO VW BAN( ANCHORED LOG STAKING VEGETATION (REUSE K6 FALL VOIDS NTM BOTH ENDS GRADE CONTROL 8 OEOTEX11lE FABRIC t -- v ma RIPRAP MpI ��M NORTHWEST, INC. c��'// CITY OF REI�ITON N q. NATIVE MATERIAL -LIMIT OF EXCAVATION SEE i � PROFILE En91-- ova S< '� st. w Z •' �TY•W/spAK MUM LIVE CUTTNGS 5• M, Y THICK NFJ�V'1�` NATIVE S111ILKlUtAL FILL eNl�w�, Wa�hlnpLon �, �m DEPARTIfENT O!' PVHLIC WORKS 1 T"T&R.1rWN GIAM WM. M LOOSE RIPRAP 23&17-170T1 AW W.VXM p '�1�� ' (LOOKING DOWNSTREAM) MAPLEWOOD CREEK SEDIMENTATION BASIN !GALE 0 5 t0 FEET BETWE� OEOGRID LM RS DF - DF 1 (1°°� SAL RECONSTRUCTION AND IMPROVEMENT PROJECT 1 , , 1 CANNEL SLOPE TION 00111E IYP. (TYPICAL FILL. SECTION. SHEET 2) D m Ma-nor UPPER CHANNEL REGRADING SCALE 0 5 10 FEET DEVGNM"ro RW m" FU NNE:9 9M 1' . 5' COMPACTED SUBGRADE 1 K 1 DMM1: C.4C.11NM 1' S' A CHECKED D.E.P.HNW iSCALE AS NOTED •an oa. : NOTE: SEE SPOI111FICA7I0NS FOR VEGETATION DESCRIPTIONS, la. Rvlpm n AMw me ATP1p0•m SHEET: 3 0A 10 i at o ae r rAX) FORM TO A r CENEW NOTES FOR F�F ORCeaff CENE L CONCI TE EM NO WALE' 1. BEFORE PLACING C NCIEX SEE ALL ORAW/NosJ N NI CLUDIING MUFACRA•RS' SLAIAN' N • . • '°' i. ALL REINFORCEMENT CODEIE?IT PLACEMENT AIO DETAILING SHALL COR uUNLESSOTHRWI OTHERWISE DRAWINGS,FOR ALL EMBEDDED ITEMS WHICH ARE REQUIRED IN THE PLACEMENT. NOTED. ► ' ° •- I CONCRETE PROIEC11ON FOR REINFORCEMENT.UNLESS OREIW RSE NOTED ON WE i T/C 04MO SHOWN FOR WALLS AID S AN ADJACENT CENT TO IRDISTUIOED SOIL apt a - 4�- DRAWNCS,SMALL NAYS A MINIMUM!CONCRETE COVER AS FOLLOWN ROOT(ARE IS MAIL DIMENSIONS,BOTTOM OF FOUNDATION MO FOOTINGSS SI • BACKFLiED SURFACES S 3. BEFORE PLACING 0014CA IE;CARE SMALL BE TAKEN THAT ALL EMBEDDED FRMS • ARE M POSTION AND SECURELY FASTENED N PLACE SURFACES SUBJECT TO SUBMERGENCE - S • • ° D(TERIOR WALLS. SLABS,BEAMS AND COLUMNS - 2' • ° 4 INTERIOR!WALLS,SLABS, BEAMS A140 COLUMNS - 1-1/2' 4, T[MMARM Cp=M OCIl1111139WE STRIDE M AT 28 DAYS SMALL E fe-4.000 PSl UNLESS OTHERWISE HONED ON THE DRAWINGS OR IN 11E SPECS, S o-- INDICATES A BAIL WITH A BED TURNED TOWARDS THE OBSERVEW. 1.7 M COIWOR BARS TO INE SAME SIG a ° • . • IDICATES A BM WITH A BEND TURNED AWAY FROM THE OBSERRVFR. �y�/��� �V�p/� AND SPACING AS O.F. NOR.BARS i ° • INDICATES A UPPED SPLICE N THE SAME PLANE, NOT A BEND M TE BAR 1 Ew.& DEVEOPM 1 ' WALL R ° 4, D•IOISONS ARE To THE COITE1l1NES OF BARS UNLESS OTMOIMSE SHOWN. MD LAP�E WILL OORNM DG I ML (UNLESS 011ENWISE NDICAIED ON THE DRAWINGS) CJ(WHOE SNOIRN S REINFORCEMENT PARALLEL TO EtNMM ITEMS SMALL MAINTAIN A M OOMIUM fc - 4,000 PS fr- MOOD PSI TrCY+>,1_ lv'1d® /PAL® ON DWO&) CLEAR DISTANCE EQUAL TO 1-1/2 TIES THE MAW"SIZE AGGREGATE N I N IN/RL WF1Q1 K'YYR'Ul D OEYH.d'I�IT LE11C/M LAP SPLICE i.ITICIN ' (FOR USE AT ALL E)POSED CORNERS UNLESS -- 0. DTHEISTANCE FIRST AND LAST BARS N THE WALLS AND SUMS SHALL BEGIN AND END A SAES OTHERWISE INgCATm ON THE DRAWINGS) p�YpL��Y�Y� rt�•. DISTANCE EQUAL TO i1E CLEAR COVER FROM EACH END ff LIFE MEMIBEIL SIIE SOP BARE OTEJ!BINS SOP 9AR3 OTMHlIR 9ALRS 11\ D�nMz DUAL 7. STMtl1UP5 N BEAMS AND TES N COLUMNS ARE TO START AND END AT A MAMMAL (REINFORCEMENT NOT SHORN) DISTANCE OF ONE-HALF OF THE ADJACENT/M SPACING FROM THE FACES OF THE 3 14 12 I6 16 SUPPORTING MEMBERS U04,M OTMMWISE NOTED. 4 1/ tb 24 /9 ' C'A REINFORCEMENT CONTINUOUS IL MECIIAN•CAL SPLICE$MAY DE U911 UPON APPROVAL OF THE ENGINEER. 3 23 16 30 23 p THROUGH JOINT STD RYT STT EMBED SCH T PVCL PIPE S. ALL REMFORONG STEEL SHALL BE ASN A615.GRADE 6a UNLESSOTERWSE NOTED. INTO _ 28 �.l WAIERSTOP TYP. ALL VERTICAL GGAAL.V�AFIER FABRICATION • 10. weMOE APPLICABLE 9UBSrIM ML OR Wh FOR N N ALL FANFpKaOfT DETAILS / 22 36 26 ' CONSTRUCTION JOINTS AND < . SHOWN ON THIS DRAWING. 7 33 26 42 33 WHERE SPECIFIED ON DETAILS MODULAR MECHANICAL SEAL • 37 29 46 37 FORMED WEDIX. FILL WITH PIPE PENETRATING JOINT SEALANT 1 ♦ / OR T SCON UPW D#M PIOR7fTrCWM'►NNVfA TURE ' ��� /JIM , \\ , • - SPACING CENTER!10 CENTERMl - MOSAUM (I.) ALL TABLE VALUES ARE IN ACHE& ANCHOR DOLT M.L. - MIDDLE LAYER (1) UNLESS OTHO WISE NOCATED ON THE DRAWINGS, ALL BASS ARE ♦ / / 4-04(TYP,) A.C.P. - ASPHALT CONCETE►A%IMDT N.F. - SION NEAR FACE TEN BARS —-—-—- -— B.F. - BOTTOM FACE M.I.C. - NOT IN CONTRACT 9.0, - BLOCKOUT 40. - NUMBER (>•) TER"D.C.BARS QCON N TABLE ARE FOR BINS SPACED AT LEAST - • M O. AND COHOREIE COVER IS ORREAIiR THAN db. BL - BOTTOM LAYER M.T.S.N0 NNOTTO ALE (4.) FOR OTHER CONDITIONS THE FOLLOWNG MULTIPIUM SHALL BE USED \ / AS RECOMMENDED DOT' - BOTTOM O.C. ON CENTER A. TENSION BARS SPACED LESS THAN 6 Id O.C. - 1.23 x TAKE VALUE \ / BY MODULAR C.B. - CATCH BASH D. OUTSIDE DIAMETER l 3-OAR-BUDItS N TENSION OR COIPRES90N-1.30 x TABLE VALUE MECHANICAL GG - CENTER TO CENTER O.F. OUTSIDE FACE / ♦ SEAL MFR. GJ. - CONSTRUCTION JOINT O.L. - OUTSIDE LAYER (b.) RX EWER CON""NOT 9DICAIED N TABLE REFER TO ACI 318-M. '- CUIL CLEAR P. - CORRUGATED METAL POE o-'0 - OUT IN OUT e C.S. - COMINITERSMIK DPW. - OPEOPPNING STEEL/4x3 PVC OR PPP. POINT F SEJ[P WHO ' STEEL PL SEEP � DETAIL P.C. POINT OF CURVATURE REINFORCING BAR A B®FY M V I/►.T I O N B DE Cal"OpOCK�6 T RHO WELDED D.F. - DOUGLAS FIR P.C.C. POINT OF COMPOUND CUtW.itJflE TO SLEEVE DIA (W)- DIAAIEIE]! P.I. - POINT OF MIFRSECTION N - DEYQOPMENT LENGTH DWG, - DRAINING •, p� ELEVATION T e� � v. PLATE TREATED w _ DEVELOPMENT naIM FOR TOP 8111M ' 'r&�0.=MAIL 7 E. EACH FACEPRESSURE R - RADIUS NOT TO SCALE IEL - ELEVATION(OR 0") REF. - REFER OR REFERENCE SECTION EA EQUAL RERE - REINFORCEMENT OR p RE^INFORCING BAR [SELLING de IDENTIFYING gOPo/NG 17 PIPE SLEEVE W/ MODULAR MECHANICAL SEAL E.W. - EACH ArEL EACH m �D - REQUIRED i �y�/��� �y� p�����M/yL R.O. - ROUGH OPENING A TYPICAL BM Ri1NG M PUNS. SECTIONS AND FIEVATKM 16 !i f RVIY" F EMU W�PEP I M N IM F.F. FAR FACE SPA. - SPACE(S) �•6 N.F..I.L. E)IP. EXPANSION F.D. FLOOR OINK SM. SMLAR 9FHOE BAIR LENGTH AND f1U►�71 REQUIRED IS NOT CIVEMI. 11E 13 Y 4 e 3 NOT T SCALE F.F FAR FACIE HED SPECS, - CONTRACT STEELSPECIFICATIONS CONTRACTOR SHALL DET004W SAME FROM BAR SPACM (PROVIDE FLDOBIF SEAL AT ALL PIPE CONNECTIONS LOCAIM AID DRENSIORK OF STRUCTURE. n IF", - FOUNDATION STD. - STANDARD S. il"CAL BAR�i1FICAT10t •1! M CONIOET[ SIRUCiUIIES EXCEPT 42-0 AND 72-0 RCP) GAILY. - GALVANIZED SIL - STEEL ' GPM � GRATING SYM. - SYMMETRY OR SYMEMOAL. NOR. - HORIZONTAL T - TANGENT LENGTH H.P. - HIGH POINT T A 9 - TOP AND BOTTOM A(M) N.R. HANDRAIL T.O.C. - TOP OF CONCRETE SAVE SIZE AS EXTRA MRS I.D. INSIDE DA1ElOE Elm BM9 BUT NOT LARGO THAN 0 CRUSHED SURFACING I.F. - INSIDE FACE THY►. - TOPIUNLE CAL C. 11P1GL DETAILED 9M swNa 6 •B X r-r E.F. ILL - INSIDE LAYER WEST. - WRTIC Ol1ERW1=ND1ED ENV. INVENT PERT. VDITCAL T- ULm)L PO S) W/ WITH SAMPLE BILLING: OPflWIR Oe O i O WITHOUT L.P. LOW POINT w�0 1r WORK PENT IOCAIl01 OF MAX i ADM C WALL ISOILER VER/BAAR;!AB OR d• i Mi01RTFD BAQOILL COMPACT � - MMMIFFAACTAW Ws WATOISTa m N •10 S •To f IN 12- LAYERS E o c / DBIoaIGN MNHO1tS) SHALL ALWAYS BE EQUAL •, lO TINE SPACING OF ADJACENT REINf'ORCQOiT. O"/ PEA GRAVEL COMPACT o 0. /-IN 6' MAX. LAYERS r---31 PTO AREA OF TK INTERRUPTED LACE CLOSE TO OPENING EQUAL t 1.3 M BALK DACE HALF EACH AASHTODEH-0 OADM TAIL WILL T Y WADE WE USE MINIMUM CLEAR CONTRACTOR RESPONSIBLE l�tio 9 SPACMw FOR PIPE PROVIER LOADS W� NORTHWEST, INC. CITY OF RENTON M t FROM •IC��CONSTRUCTION. •1 i TEFIVINO En q�neery ana Scientist• S.II�wL, WaLMln Qt— DEPARTMENT OF PUBLIC WORKS 235&-1301H A1(NL OUrM LW0 '2T DEC WM iNS STANDARD IS 70 SE USED FOR OPENINGS LESS THAN 20R OF THE - � 6111JEW,WAS0911M EWOM ITG�`� MAPLEWOOD CREEK SEDIMENTATION BASIN CLEAR SPAN BUT NOT MORE THAN 6'-0'EW. OTHERWISE SEE DRAWING& REC'oMMFNUF.D FAX ;ems 1I °'"L RECONSTRUCTION AND IMPROVEMENT PROJECT MIN. MIN. FOR APPROVAL n..q STANDARD DETAILS AND NOTES 1Ql10lICl��II AlPMEA T AMONG OPEN" TVP.AL 8F PPE�r�MTAL By i��tHs DESIGNED,A.S.P.N DATE 1-,5-" FOIE MINE:S�W4 NOT TO SCALE BY-- -------- DM1N1: c.�c. B Y ♦ C11ECKM DE-P. 4WO SCALE: ♦5 MOM Inc tODM: ..tt, MG. IlVfIDN N m*w my ,M*bm S/EET. a at 70 i / 1 a • M I 1 • ' • PIMA------------- AF ,1• ► I 071 1• i' • •• ►' MAPLEWOODCREEK • • RECONSTRUCTION kND IMPROVEMENT PROJECT BASIN PLAN. N BASIN _ (S,QT 7) a • r BWAU 4• PVC RRIOATION PPE 1 !' AIR GATE SEE DETAIL 1, SHEET 7 BLOCKOUT FOR MAR! X HANDRAIL. INSTALL W11 HIN r TYP.. CJIANNSL LOIN ROW HEIR (MAX. CLEAR OPENING) OF CHAIN LINK FENCE T x (7Y CHAIN LINK BARRIER I, �° T ; FENCE AND DATE. SEE SHEET 7 H J LOW ROW HEIR PLATE I e• I •� ' x r x r x 3/e' ALu"w E HANORAr. TYP. - ----- ANGLE WITH 1/2' x r ' LONG EXPANSION ANCHOR _ - e' ALL AROUND. TYP. I------------------ -------------- ------------------------------- --------------- - - --- ---------------------- ----------i--- }, MADE% 24' HIGH X Tl ''-� 7 F O�TMCK ALAIISNUM PLATE WALKWAY AND I N 170040.51 HE 7rs nDw. CONCRETE N 17MM77 T». *� HANDRAIL.' x E 1311601. ►PE ASTM C-70 CL ry E 13114N.B1 SEESHEET e '--------------------- - ------- ------ -------------- -------------- ------�- I- - � � _DIRECIO BM_ x K JK DRECTIp! , FLOW _ ' --X-- F------------------ ---------------------------------------------- ----------------------------------------------- ---------------i--- -� (SHEET 7) 1. x APPROX. LOCATION OF PPE SLEEVES FOR CHAIN LINK BARRIER FENCE I ' CONTRACTOR AI COORDINATE LOCATION SPILLWAY OUTLET STRIICRBR „ WITH FENCE FABIBCAT(R. SEE SHEET 7 b � X • ' LBPLLwAY PLANSUBORA N a AND GATE I r T fP. 2r-Ir 1 „'-0' 1Y-0' ,1'-r _D' H EET 7) ' e' BYPASS DRAIN GATE, WATERMAN C-20 CANAL T-HANDLE OPERATOR GATE GALV.� PROVIDE 72' CHAIN LINK BARRIER 5'-0' LQ GATE FRAME Y oW T.O. MALL X SCE, SET: SHEET 7 TYP. BOTH SIDES e•-S" a• CRUSHED SURFACING 1'-6' TOP OF FALL AT (r TOP COURSE OVER 14'-0• TYP. X SPILLWAY, I L I IIL17 r BASE COURSE) ' r X r x 3/8' AI1/MIIKIM moms T.O. EMBANKMENT EL 11a17 100-YIN FLOW MAX MTH , X r LONG EXPANSION HANDRAR. SEE Q POOL O. 11417 •r ALL MOUND _ SEE DETAIL 4 2.5 SHEET 7 �6�e Ef. —A ePLLLWAr ae*B 1 a 112 e7 (SHEET e) A S/2 / / IMPORTED SACKFILL��. THROUGH 5/6' I ANGLES FOR J/�4 3 12-0' (STANDARD LENDTN 12-0' STD. lENG1H 6-1"! PIK SLEEVE SIMILAR EL/10.e7 /e•12 05 S e EF. ALUM. LOCI BOLT, 2 PlC3 SLOCKOUT FOR MAIN Y-0' 10B.B7 1 / / 2 TO SECTION L L. SAWN BOTTOM CHANNEL LOW ROW WEIR i SHEET 7. TYP. EL 1 ---- ----- ------------------------------------------------------- / N DMA •12 PPE (WEST / / / LINER OVER RC) • • •12 EW.. E.F.FIELD FIT PVC EL 107.e7 /e D111•12 NTH 4• MIN. CONCRETE SILL(BEYOND) }— — .E. 10B.a CLEARANCE MATCH E>OSTeNG — — — —EL 105.30 — — — — — — — -- ------ ------------- -- ------ PVC LINER ; —_-I-Zxo—pw_( 1�[ -—-—-—I CREEK BED OUTSIDE WALLS fS S t2 r I � I MGW LOOSE ' I Q 101.17 RPRAP r #4 ON.W 12 E.F. "ll, 1 a ASUEF. EL102.17 � # 7 -- 1V ' /e •12 — WRAP GRAVEL IN rM PVC PERFORATED PIPE, /a DWL•12 BASIN BOTTOM GEOTEXTILE FABRIC PERFORATIONS FACING DOWN IL ,OB.e7 OVERLAP SEAM 18' MIN. FIELD FIT PVC LINER MOUND �1= 1.a' COMPACTED FILL PPE LATH 4•MIK CLEW /a•12 L�f. L 2 E L 1 1/2 D GRAVEL NO AL DIAMI TER ��& F- F Trr• � � 1'-0' 7r 3 1. FOR PPE WALL PD*-MAnomS REIWOIRC SE NG DETAILS, U REINFORCEMENT AROUND OPEMNW FOR 1E'0 AND RECOMMENDED 03 IP j OEATEXT FABRIC LARGER AND 'TYPICAL FLEXIBLE WALL PENETRATION' !( FOR APPROVAL FOR PIPES 15'0 AND SMALLER, SEE SHEET 4. d 2 ALL PPE SECTIONS SHALL BE SELL AND SPIGOT TYPE MATH e• CLEAN SAND RUBBER 0-RING CASKETS BYV -(�•�� NORTHWEST, INC. c fi� CITY OF RENTON By SNIow Enginsere Una Sclentiete �. Wa N11ngtf m DEPARTMENT OF PUBLIC WORKS L . By 1761-13DIW AVE ME.STIR lee 2-o• PVC BASIN UIRT1 3. FOR CONNECTION of PVC L.eHEA TO CONCRETE STRUCTURE, SEE HA01lWG MMppl>»aa �r BASIN E - E TYPICAL BASIN LINER /CONO" ATTACHMENT DETAA-• SHEET S. FAR l( ) 7� CW� MONSTRUCT CREEK SEDIMENTATION RODE TRL (7D1q�-:.e6 RECONSTRUCTION AND IMPROVEMENT PROJECT (SHEETS) A PVC BASIN LINER NOT SIOMAI IN ALL VIEWS, ZZ SIRET a. SCALE 0 3 e FEET cr.o f>t it-Ir SPILLWAY PUN AND SECTIONS ���� O(IMON[D N.S.P.KNX DATE 7-15-" FX-E NAIE:SMUTS BEDWWATM POPE BWORM NOT TO SCALE 3/M � 1'-0' du1wM: c.�c.N.N.w. EXCEPT AS NOTED A C1ICCNED: O.EP.N.N.F. .: NOTED nm—7 + N0. I S M. S an 10 1r GRA1elO SPILLWAY 1` ' T.Q WILL EL Ile rip..115.17 `SFNLwMY HAIOR/1L NOT i4'pIB1 FENCE AND NAIIDRAIL NOT i SHOWN MR NXAIMIY 4- 3'0 PIPE 112.07 I #5•e EF.--. ,-o• 3-s- ff e' GALE NI e'I STD. STEM PIP[ EL IRS, WTIN TEED RING R10w ARaINo I FL 110.e7 rH OWLS 0,2 E.F. 107.97 OPDeIq F6R FLE)1Bl[NALL 01109WAIM DETAIL, 94UT 4� 1 I #11 •12 EF. i.E 1oe.a ! G[oTElcTlu M UM FABRHc (4> -.- , / EL 10e.67 EL 107.07 #4•12 EF. ETA rljT:�, SUBDRAIN PIPE N[Aw LOOe[IBPINRP EL 101.17►VC BASIN Leap ER SEE CONCREIEMENT DETAIL,, SHEET 5, UK 'REINFORCEMENT ARRANOOIE4T � �12 LL CONNECTX K FIELDAROLRO OPDeNOS'DETAILS PE1t IW SUBORAIN LJI SHQT 4 FOR TRIM BAa AROUHOPM TYP. OW AND DUTLAT EL. VARIES 0 12 EF. I I.E. 102.17 W 12 ETL. EF. - v EL. 101.17 (4) /4 EB. SPC. EF. µ 49 12 EX. E.F. ------------- /. /. PS•12 E.F. L o5•12 � � 05 0 12, CONTMIOlS 4•12 EXTEND K - K `-------------------------------------------------------------' � //4� IN10 SECTION E-E SLAB l--------- ------ ----- --- !INTO UPPER WAIL �5•12. OONTMJOUs (SHEET e HEAVY LOOSE - •12 EF. Eft F'OR OU'IOfF ALL ' MPRAP O - Q oEoIOIML FABRIC H - H (SHEET e) (SET e) 1 MM- NE•IFORCIMIENT FOR 27'-OP LAND WALLS 15 TYPICAL (SHEET e) 4- PVC GATE VALVE, RYAN HOW MMO-040 FLANGED WTH 3'-6- LONG OPERATOR OR EQUAL SEE NOTE 3 ' 4-. X e- LQ GALV STEEL PIPE 4-� WITH MALE THREADS ON SCREEN 3'-0' ENO AND STD. FLQ ON VALVE ENO. GATE SET PIPE INVERT AT EL 10e.2 '0 PVC PIPE W/FLQ AT SEE NOTE 1 (VERIFY INVERT VATH CITY AFTER VALVE END. SEE NOTE 2 FIELD LOCATION OF EXISTING PIPE) L 4' PIPE INTAKE SCREEN. - CAT. jMEW OARR ITEM i441aC4 —� CAT. �100 OR EGUAL � ' GNARL IAVK fE4T.T: 1. ALL METALS SHALL BE GALVANIZED STEEL UNLESS NOTED OTHERWISE. 1/400 BRACE 1 1/C PIPE I 1 1/4- PIPE >� 2 ALL STEEL PIPE HANDRAILS SHALL BE GALVANIZED AND SMALL COWUN TYp, : TO OSHA STANDARDS. I STWXIUIAL SIM SHALL CONFORM TO ASTM A3e AND STEEL PIPE OILHAARA.S TO AS7M A53 SON. 4Q i (2) GALV. PIPE SUPPORT BRACKETS. I ITT GRINNELL FIG. 194.1. W/GALV. PIPE 1. FENCE GATE REQUIRED WITH LATCH, LOCK AND CHAIN. -e'tl y L � FIG, RAND 5/8.0 THREADED ' SEE TTACH BRACKETS TO 2. 4'0 PVC IRRIGATION PIPE, EXTEND DOWNSTREAM THRU BASIN LINER TO NOTE WALL WITH 5/B-.S S E)IP. ANCHORS ♦■ MATCH EXISTING PIPE AS SHOWN ON SHEET Z MAINTAIN CONSTANT SLOPE 3'-0' 2•-0' S-e' DETAL 1 FOR GRAVITY FLOW. CONFIRM EXISTING PIPE INVERT WITH CITY T'AM (SHEET 5) TO CONNECTKK 4-0 STO PIPE SLEEVE CANTILEVER 3 1110WDE A QALVA IZED SLEEVE FOR VALVE OPERATOR LATERAL SUPIVRT. SPILLWAY SCALE 0 1 FOOT U0880T ATTACH 10 WALL FOR RI CONNECTION. e 1 4' FENC COVER SfS RIM (OR HANDRAILS) 3/4' - ,'-O' INTO SLEEVE USING NON-SHRINK ptOUT. SET FENCE POSTS 01NER SIDE OF GATE OPENING ' T L-L TO ACCOMO)ATE 3'-0- CLEAR GATE OPENING. 1 DICE ELFVATM (LOOKING UPSTREAM) 3 NOT TO SCALE RF(0-%IFNr)FD a N F0k m'. \L ,4 HF•11 NORTHWEST, INC. c ?' f CITY OF RENTON Enginee- ana scientists Wash hptoEl ��� DEPARTMENT OF PUBLIC YYORRD BY SUrTE SW awl c Aws��Ro�1ts1 aINIIII o MAPLEWOOD CREEK SEDIMENTATION BASIN ' r FA11 1a0°>111113-70 a"A` Tel, an-spasM RECONSTRUCTION AND IMPROVEMENT PROJECT laaa) Messle-u-n SPILLWAY SECTIONS AND DETAILS 9CME 0 3 5 FEET OCSP71ED1 P.S.P.Mle DALE: 7-15-9E fAE NN IE E:S [P7 CMECMED: O.E.P.,HMW E. NOTED D(L7:PT AS NOTED M0. PEVIa10M r APA. DA7[ APPIIO.EDa 511EET. 7 OF. 10 ' a F, N • 1 r3Z #4 DWL BAR r /4•12 Cw.. DWL INTOr TOP sAR SS STm 3N AND WMl VEIs ON E tnN 176036.63WtHLL IfaIF•NOT lHORWtE 1311437.0•I.E 107.0 i a ,6 ,y FOR REIHi. DETAILS, r-r r-r SEE OCTAL 3 ve X 2 11/16- HEADED ANCHOR 012- C WEIRsPACN0. STAINLESS STEEL NELSON \ 1'-0' HP4l_QR_APPRFVEBD. sTAO�OERIHE 1w0 ROIR �� 1 b TYPICAL IF WEIR ELEVAl10N TYPICAL TOP OF FISHWAY WEIR cfi ANCHORS s� M TAL 212 r-o• r-a' ,-o• 1 7 / f1 ita17 PROVIDE 1' THICK MAIW4 GRADE f 4r•CONQWTE PIPE Ew TYP�F PLYWOOD COVERS, WITH NEOPRENE ASIM C--76, CLASS IV /4 RUBBER SEALS OVER o OPENINGS�• � It�Y i2 CF. TYP. PIK WITH 1 GALV, FLUSH MOUNT EXPANSION 4Y•RCP PIPE ANCHOR•HSEIM AND GALV. POPE BOLTS TO OBTAIN A WARTDRTIGHT ►'t4 SEAL. 2 REO'D• i SPECIAL 42'0 CLASS IV 1rf RCP ELBOW REOb - � N 60e 177.60 E FUTURE FISHWAY ' E 1311446.13 CHANNEL. NOT PART FISH LADDER CASTCUT PP ION EN E SECTION LE 42'0 RCP 108.37 AND LAST ROPETRUCTURE SEGMENT OF THIS CONTRACT I.E. 10111.50 INTO CONCRETE WALL AND SET PIPE LE •10IL37 NOT PART OF THIS CONTRACT Ef L 1 1705. i M -- M , I f 4r•CONCRETE POPE M 12 E.F., EN. JSE'REINFORCEMENT ARRANGEMENT - - u- �! FAORROU"°TRIM B�ARs�ARaIOCTAL, SHEET` r IDRAw GAII -6' --- ---- -- E 176 71.42 1Y-o' 12'-0' 12-0' r 42'••PIPE 4'-pl' EL 116.17 1• 1 N 1311402.5 E 13tt4025G LE. 101.46 P f 1r PLASTIC BYPASS r1PE /4 0 12 CF.. E.W. d 113.17 LE 10a6 ECOLOGY BLOCK S[Al ATTACH MN. 7 I.OH STAFF PORCELAIN GEARED READING 01 42'•RCP POPE 1 STAFF GAUGE. READING IN - 1/10 ROOT INCREMENTS WITH r DRAM GATE S. >R. HARDWARE. �tT u CANAL c-IT aoo READING AT EL 11&0 1, PLAN FOMAY OUTLET AwLaTEaPERATDR STACK 2 CONCRETE ECOLOGY BLOCKS 1 12'-O' 12'-0' (6'L X 2.3'W X 23'H) AT END OF PIPE EL 1Ol.37 LE 10B. --x `-- r-11 7 ! 1Y-or STD. LENGTH S1D. LENGTH STD. LENGTH r-6 1 4'trl? AND BURY WITH COMPACTED IMPORTED BACKFILL AS SHOWN ON SITE PLAN, • LE i A ,'-0' DAM GOT TYPICAL BOTH 4r•RCP OUTLETS. USE _ __-- 12'•RCP, SANDBAGS AND VISOUINE OR OTHER /� /� /, I.E. o R7 r-0' APPROVED METHOD TO PROVIDE A WATER EL 115,17 i.0. EMBANKMENT EL 11T10NT SEAL PI11dt 1D� ' FOR WEIR GEOMETRY, QUARRY 3 SEE DETAIL 2 PM IL 1F 1�7 r I 1 i / RECOMMENDED SECTION CUTTING PLANE - /4•12 E.W., E.F. I FOR APPROVAL k NORMAt1Poa By 1 a1s o /4� BY C 111,17 12 Ew. BY SCALE o 3 6 FE£T C 42'•CONCRETE PIPE E �WDABTTARWEIRR. L ASTM C-76, CLASS IV t 1 }E �pS7pI 3/6, 1-p' , i TRAIN - - I.E 1 .6 `-- WARZA �'�y°t EXCEPT AS NOW 5 �y NORTHWEST, INC. a�e e e CITY OF RENTON EL 107.37 En to and Sclen tiers BN1�wo. Waof+lnptee, L „m DEPARTMIENT OF PUBLIC RORNG? 23W-13M At[ fUR M M eFrT BAN W Tor y F �006 'BT MAPLEWOOD CREEK SEDIMENTATION BASIN ' SEES GAVE /4 •12 D11L " ` ` nt AX �m43we-tow °"'w' RECONSTRUCTION AND IMPROVEMENT PROJECT sM. S END SAND FROM 12Ir NOT MIOwI /4•12 CF.. Ew. STD. SECTION AND CAST M1D tY WALL 1UR=P3~y S1RUCilRE v.n a-tt Hrr FISHWAY PLAN, SECTIONS AND DETAINS /4•12 OIL. TYP. NOT PART OF Ila CONTRACT DESIG"m RIP.rewr DAic 7_15-N ME rwc:srmn (4) /4 BARS M - M MO": C.L.C.�M 1 d 1'-� (PVC BASIN LINEIR NOT SHOWN. SEE SHEET S) A CHI—M. D.E.P.HNW No. wtvgw r A1711 WE AP*w.m SEE7: t�10 1rI PLASTIC BYPASS PIPE or Y-O• r SEE TYPICAL FLEXIBLE WALL PENETRATION DETAIL SHEET♦ 1r WATERMAN C-20 N 1762l6.7J FOR REINFORCING, CAST PIPE CANAL CAN (GALV), FASTEN USING GAT2-0S.S.BRACKET TO E 1311664.60 DIRECTLY INTO WALL WALL USING 1/YI S[ 1J11666.42 EXISTMq OIAOE W/CHAIII !LOCK EXP. ATNCHORS. w/r MIL CONCRETE F111BEDIENT, M. 6' O ti O EL 120.4 E, M 1• 4• 6/rI HOLE 4 � EL 120.4 /4!12 E.W. M. -177 3/16• - - ' LOOOOSSEE RIPRAP 116. ------- - 1rI PLASTIC BYPASS -—- A USING( OATS TO WALL PL 3/B PIP[, wilts Iv 04 --------- EL 116.♦ USING(6) E0. SPACED CAST 61T0 00IICRETE 1.-6� 1/YI[XP ANCFIORS - STRUCRlRE T coNaR[l[[TABm. }� r 4•-10' tiD 04012E.w µ012E.W. R r ie I 4-0' ' PLAN - BYPABB WE KX:7 87M)CTURE 0 - 0 (CANAL GATE NOT SHOWN) (SHEET 2) ' 4' CRUSTED ROCK SURFACE. M. ALL ROAD SURFACES HANDRAIL HANDRAIL.Ed MIE SEE DEIL TA INNS lli lO[PLANE SELECT GRANULAR FILL PLACED IN 6• MAX. UFIS f We AND r•PIPE AND COMPACTED AS QCIFI[4 1 � BAR GRATING, SEE N011[ -SELECT GRANULAR FILL BEDDING io , MANORA TYP.L � 0.115.17 1/4 CIRCUMFERENCE MIN. ' SUFFICIENT TO PERMIT . OPERATION COMPACTION �I EQUIPMENT(D MIN.) (M.) 1/4• TOE PLATE BAR GRATING I 1/4' X 4- BAR CW MA .� I TOE PLATE SJIEIR PL J 6 BEDDW MAL/M,. E.A.[A, SOE, M. ETID � l2 X 2 X 3/16 L! x 2 1/2 X 1/4 M.FJL E1ro x 13'-r NOT TO SCALE M. M 1/2*0 GALV. EXP. ANCHOR �i 1n L4 X 3 X 3/6 X 4 3/4 SPACED AT 12- C/CC AT yam• Ri°- 1 SM. ANGLE GAGE Will x /2 1 It 3/1TYP. 3'MIN. EMBEDMENT iv- 1R6X12 3r" 4X3X3/8X ♦3/4 / 41 ATTACH HANDRAIL TO [/-L4 X J X 3/6 X 4 3/4 u-V•V f•. F•� 1/2•I A32S BOLTS WS WIN (llP AS REO D r6 S M PPI1PPEE, CENTER POST Lp06[RrltAr 244rCMP DUAL SECTION ON EL 11267 WALL ' (LOOKING DOWNSTREAM) EL nta r 6-0'MAX POST SPACING A . EMBEDMENT. EXP.ME T. TYP. All. EMBEDMENT. M. 10 SECTION SHORT RADIUS STD. ' I MELDING ELBOW 2 �[�' N TYPS� MAL 4 ' (SHEET 6) ------� - ------------------ - - RECOMMl7dDFD _ _ I i J/, ��/•� FOR APPROVAL ' ( --�J (STD. WELDED CROSS MAY BE USED) I BAR GRATINGGRATING SHALL BE 1 1/4- X 3 16• BEARING BY:� / 2M'C11�P �1-1k j 1 - -—-—-—-—-—-—-—-—-—- - - BAR U.O.N 3 FIASTEN � WITH� ENDS WITiTURER'S SCALE 0 4 INCHES BY 2 STANDARD SADDLE CLAMP AND FASTENERS I 1 ' 1 I BY 3 TEAVY Loo6[ RIPRAP PLAN 170E H ATE I =fit a IT r ' 1•-D• 4 CI�VERr RPRAP OUTFACE OR NORTHWEST, INC. CITY OF RENTON TOP OF caNr i 1 i Bel 0e 4 aW Sc rontlete SNI�w�. aMlnpton n DEPARTMENT OF PVHLdC WORKS NOT 1O SCALE 235&-174N S N Butt III MAPLEWOOD CREEK SEDIMENTATION BASIN FAX � OVAL RECONSTRUCTION AND IMPROVEMENT PROJECT ' HANDRAL MAL o.R, u_Ii_1n FlSHWAY OUTLET SECTIONS, do DETAILS (LOOKING UPSTREAM) DESIGNED R.S.P.M,Iw Ml 7_1e_y FU yEEn DRANK: C.LC.NKM ' SCALE 0 1 FOOT L 1 CNFCNED D.EP.MIN SCALE: AS N07E0 •+D.n m + ,• I,—�• NO. RE`610N n' APFlI. Mi[ APPRO.m SHEET: t OR 10 t STA 6+36.67 C OF ACCESS OAD RECONSTRUCTION ' PI STA 5+71,54 — E SON CONTPOL PLAN t ^—\ THE CONTRACTOR IS RESPONSIBLE FOR PRONDING INSTALLNO, MANTAININ AH G D REMOVINGON ALL EROSION CONTROL UPPER CONCRETE DAM - i" MEASURES NECESSARY THROUGHOUT THE PROJECT SITE TO CONTROL EROSION IN WORK AREAS AND KEEP SEDIMENT, DEBRIS. AND ANY OTHER CONTAMINATES rROM ENTERING MAPLEWOOD CREEK. ERO" CONTROL DEVICES THAT SHOULD BE USED INCLUDE HAY BALES, SILT FENCING SANDBAGS, OR ANY OTHER METHOD APPROVED BY TIRE CITY. ANY EXPOSED SLOPES, CLEARED AREAS, DEMOUTICN AREAS, TEMPORARY ACCESS ROADS, STOCKPILE AREA$ CONTRACTOR PROTECTED BYTTHENHAY BALES. SIAS, OR LT FENCING, OR OTHER PROTE AREAS WHERE CTIVE CTIVE MRU�S,COULD CAUSE EROSION SHALL BE ' PI STA 4+66.26 SPECIAL ATTENTION TO EROSION CONTROL SHALL BE GIVEN TO NSSREAM WQRK ITEMS INCLUDED IN THIS CONTRACT / ! THAT WILL SE PERFORMED ADJACENT TO OR IN MAPLEWOOD CREEK ITSELF. AS SHOWN ON THIS DRAWING, THERE ARE FOUR GENERAL AREAS(DENOTED A THROUGH 0) THAT HAVE KEN IOEIIFHED AS NSRREAM WORK ITEMS. ...: \ THESE WOW ITEMS ARE EXPECTED TO BE PERFORMED N THIS ORDER (A TO D). EROSION CONTROL MEASURES •►' REQUIRED FOR EACH AREA ARE DESCRIBED AS FOLLOWS: INSTALL 24'0 / � / �� r�.ni AMA, ACCESS ROAD IMPROVEMENTS AND INSTALLATION OF A 24-INCIi DIAMETER CAP CULVERT TO PROVIDE CMP CULVERT i ACCESS ALONG THE ROAD TO THE UPSTREAM CONCRETE WEER WILL BE PERFORMED THIS AREA. PRIOR TO ANY j EXCAVATION. GRADING OR GRAVEL SURFACING OF THE ROAD, 50.T FENCING SMALL BE INSTALLED BETWEEN THE /i ROAD AND MAPLEY40M CREEK. PRIOR TO EXCAVATION ACROSS THE ROAD MA ON THE STREAM BANK FOR CULVERT A INSTALLATION, HAY BALES AND/OR SANDBAGS SHALL BE INSTALLED BETWEEN THE WORK AREA AND MAPLEWOOD / / N CREEK. FOLLOWING INSTALLATION OF THE CULVERT. ANY ACCUMULATED SLDIAt114T SHALL BE REMOVED ALONG WITH H STA 3+6162 � '/ / J¢ �� THE HAY BALES SO THAT THE SEDIMENT DOES NOT ENTER THE CREEK. SILT FENCING SHALL REMAIN IN PLACE ,,99 UNTIL WORK HAS BEEN COMPLETED IN AREA B. ✓A✓ - ��„ / AIMS EXCAVATION OF ACCUMULATED SEDIMENTS BEHIND THE EXIS7NG UPPER CONCRETE DAM, DEAOUTION ✓ .' G�dA AND DISPOSAL OF THE DAM AND STREAM BANK STABILIZATION MEASURES MILL SE PERFORMED N THIS AREA. C / PRIOR TO ANY WORK BEING PERFORMED IN THE STREAM, THE CONTRACTOR SHALL INSTALL A SMALL SANDBAG COFFERDAM ACROSS MAPLEWOOD CREEK UPSTREAM OF THE AREA THAT TALL BE EXCAVATED. FROM THIS D COFFERDAM, A TEMPORARY DIVERSION PIPE SHALL BE INSTALLED PASSING THROUGH THE WORK AREA AND DISCHARGING BACK INTO THE CREEK DOWNSTREAM OF THE SLOPE STABILIZATION AREA. THE CONTRACTOR IS PI STA 2+TT11B .. RESPONSIBLE FOR DETERMINING THE SIZE OF THE TEMPORARY PPE BASED ON EXISTING FLOWS DURING CONSTRUCTION AND THE EXPECTED DURATION OF THE WORK. IN ADOITION TO THE DIVERSION PPE. HAY BALES SHALL BE INSTALLED ACROSS THE CREEK TO CONTROL ANY SEDIMENT EROSION THAT MIGHT OCCUR IF PPE CAPACITY IS EXCEEDED. WHILE THE DIVERSION PIPE IS IN PLACE, ALL INSTREAM WOW IN THIS AREA SHALL BE PERFORMED USING THE HAY BALES DOWNSTREAM OF SMALLER 'WORK AREAS THE DIVERSION PIPE WALL LIKELY PI STA 2+37.52 HAVE TO BE MOVED AS WORK PROGRESSES TO AVOID INTERFERENCE WHEN WICK IS COMPLETED IN THIS AREA THE DIVERSION PPE AND COFFERDAM SHALL BE REMOVED NTH ANY SEDIMENT THAT MIGHT ENTER THE CREEK BEING CONTROLLED BY THE EXISTING SEDIMENTATION BASIN DOWNSTREAM. ACCESS LOAD �vtaam / ADAO INSTALLATION OF THE BYPASS PIPING AND INTAKE WILL SE PERFORMIN 7HIS AREA FOLLOWING IMPROVEMENTS _ ''` COMPLETION OF WORK IN AREA S. SINCE EXCAVATION FOR THE BYPASS PIPING WALL CUTOFF CONTRACTOR ACCESS TO AREAS A AND B. DURING EXCAVATION ADJACENT TO MAPLEWOOD CREEK. HAY BALES AND/OR SANDBAGS SHALL BE INSTALLED BETWEEN THE WORK AREA AND THE CREEK. EXCAVATION AND CONSTRUCTION OF THE BYPASS mat,�� ,/ t II BYPASS PPE INTAKE INTAKE AND INSTALLING THE BYPASS PIPING CAN THEN BE PERFORMED. FOLLOWING CONSTRUCTION OF THE INTAKE, I ANY ACCUMULATED SEDIMENT MUST SE REMOVED ALONG WITH THE HAY BASS AND/OR SANDBAGS CAN SE STRUCTURE I'. !,!il STRUCTURE REMOVED SUCH THAT NO MATERIAL ENTERS THE CREEK. AFTER INSTALLATION OF 1HIE BYPASS PIPING. 7E0-0RAPY STA 1+00 / / 1 DIVERSION I G WILL BE REOURFD TO EXTEND THE BYPASS PIPE BACK TO MAPLEWOOD CREEK THE COMBINATION KON ACCESS ROAD f I / Y OF THE BYPASS/TEMPORARY PIPING WALL BE USED FOR DIVERSION DURING WOW IN AREA D. MUD WORT( ITEMS TO SE PERFORM IN THIS AREA INCLUDE EXCAVATION OF THE ACCUMULATED SEDIMENT / } N THE EXISTING SEDIMENTATION BASIN, REMOVAL OF THE ECOLOGY BLOCK WEIR ACROSS THE CREEK CHANNEL, CONSTRUCTION OF THE NEW SPILLWAY AND FISHWAY STRUCTURES. REMOVAL OF EXISTING BURIED PIPES EAST FISH LADDER---t i i, l A 1 OF THE SEDIMENTATION BASIN, PLACEMENT OF THE NEW EMBANKMENT, AND INSTALLATION OF THE NEW BASIN // LINER WITH GROUND COVER. PRIOR TO WORK IN ANY OF THESE AREAS, THE BYPASS PIPING AND TEMPORARY (FUTURE CONTRACT) u I r VT`\ SEDIMENTATION BASIN PIPING MUST BE IN PLACE CAPABLE OF DIVERTING THE MAPLEWOOD CREEKK FLOWS AROUND THE WORK AREA GRADING WITH PVC ALSO, AN UPSTREAM SANDBAG COFFERDAM MUST BE INSTALLED ACROSS THE CREEK IMMEDIATELY DOWNSTREAM LINER OF THE BYPASS INTAKE STRUCTURE A DOWNSTREAMDOWNSTREAMCOFFERDAM DOWNSTREAM OF THE NEW SEDIMENTATION BASIN EMBANKMENT MAY BE REQUIRED, DEPENOWG ON THE CREEK FLOWS, TO KEEP THE WORK AREA ISOLATED FROM STREAM FLOWS. WHEN THE WORK N THIS AREA IS COMPLETED, THE COFFERDAMS AND THE TEMPORARY �., •: i % DIVERSION PIPING SHALL SE REMOVED. ANY SEDIMENT OR OEM THAT MAY HAVE BEEN ACCUMULATED BEHIND EACH COFFERDAM SHALL BE REMOVED ALONG WITH THE COFFERDAM SUCH THAT THE SEDIMENT AND DEBRIS ARE NOT RELEASED INTO MAPLEWOOD CREEK. `► �� /Ili/ I �'SPILLWAY STRUCTURE j 1 , Jib f ' RECOMMENDED FOR APPROVAL .. p FISH CHANNEL l i BY 1 �/I♦ ♦ (FUTURE CONTR \ � T NNO THIWEST, INC. k' CITY OF RENTON SNIT vue,aWaN+tnatOn 2VU DZPARTMZNT OF PUBLIC WORKS ErfW\J'SM CIHW 1 F0- E L.M MIGIt(n ARMWs-"a M006 NNAL MAPLEWOOD CREEK SEDIMENTATION BASIN TEL CAM ma s w SAL RECONSTRUCTION AND IMPROVEMENT PROJECT SCALE D 20 4o MIO FELT o..w Ra-u-n EROSION CONTROL PLAN L' xLGllmt I1.S1.tolKr tMTc 7-15-1141 to rwa:»arw oMMk C.LC.tMM� I" N{Y SCARF: AS M1ED tt60 am- Amm ' EXCEPT AS NOTED iq. RV SHEET: 10 OF. 10 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1