HomeMy WebLinkAboutSWP272057(1) Award Date: TI'& PAe i nix (-ore CAG-08-095
Awarded to: s 7 0 0 Q 4 ALt., . S
S c.(a 14)c., WA 9810$
1
2v6- 529- Y3' 399'b
�Y O
1 Bidding Requirements, City of Renton
Forms, Contract Forms, Conditions of
the Contract, Plans and Specifications
N
1
1
City of Renton
1
1 Maplewood Creek Sediment Basin
1 2008 Cleaning & Maintenance Project
' Project No. SWP-27-2057
i
1 City of Renton
1055 South Grady Way
Renton WA 98057
' General Bid Information: 425-430-7200
Project Manager: 425-430-7293 Daniel Carey
Printed on Recycled Paper
CITY OF RENTON
RENTON, WASHINGTON
CONTRACT DOCUMENTS
for the
Maplewood Creek Sediment Basin
2008 Cleaning & Maintenance Project
PROJECT NO. SWP-27-2057
June 2008
BIDDING REQUIREMENTS
' CONTRACT FORMS
CONDITIONS OF THE CONTRACT
' SPECIFICATIONS
PLANS
J. vot
' 2 Q
J 90 9FGIS'
�Ss�ONAI��Ca
' EXPIRES 10/16/ZOE2
CITY OF RENTON
1055 South Grady Way
Renton, WA 98057
® Printed on Recycled Paper
1
' CITY OF RENTON
Maplewood Creek Sediment Basin 2008 Cleaning & Maintenance Project
SWP-27-2057
' CONTRACT DOCUMENT TABLE OF CONTENTS
Summary of Fair Practices Policy
Summary of Americans with Disability Act Policy
Scope of Work
Location,Vicinity Figure
Instructions to Bidders,Example Schedule of Prices
Call for Bids
1 -Bid Section
' *Proposal and Combined Affidavit& Certificate Form:
Non-Collusion,Anti-Trust Claims, Minimum Wage Form
*Bid Bond Form
*Schedule of Prices
*Acknowledgement of Addenda
"Subcontractors List (if required for project)
' 2—Contract Section
❖Bond to the City of Renton
❖Fair Practices Policy Affidavit of Compliance
❖Contract Agreement(Contracts other than Federal-Aid FHWA)
❖Retainage Selection
❖City of Renton Insurance Information Form
❖City of Renton Standard Endorsement Form
Insurance Information and Requirements
Certificate of Payment of Prevailing Wages(City Form)
Statement of Intent to Pay Prevailing Wages,Affidavit of Prevailing Wages Paid
Prevailing Minimum Hourly Wage Rates(New job classifications)
Environmental Regulation Listing
WSDOT Amendments
City of Renton Special Provisions
Permits(HPA,Army Corps)
1999 Cleaning Memo, Current Site Photos
' Reference Plans: 1996 Sediment Basin,Flow Splitter Plans (partial set)
Construction Plans
' Documents marked as follows must be submitted at the time noted and must be executed by the
Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be
' signed. In the event another person has been duly authorized to execute contracts, a copy of the
corporation minutes establishing this authority must be attached to the bid document.
* Submit with Bid
** Submit with Bid or within 24 hours of bid
❖ Submit after Notice of Award
' CITY OF RENTON
Planning/Building/Public Works Department
1055 South Grady Way
' Renton, Washington 98057
02-Contents.DOCI
9
The Phoinix Corporation contact information for Key Personnel for the City of Renton
' Maplewood Creek Sediment Basing 20087 Cleaning Project—SWP-27-2057
' Key Personnel Address Phone Numbers
Tony Bahnick 5700 60'Ave S. work: 206 529-3990,ext. 105
Executive Vice President Seattle, WA 98108 cell: 206 799-2626
home: 206 782-9165
fax: 206 529-3991
' Edwin Wong 5700 6`'Ave S. work: 206 529-3990, ext 107
Project Manager/CESCL Seattle, WA 98108 cell: 206 940-9590
Fax: 206 529-3991
Gabe Smith 5700 Oh Ave S. cell: 360 466-8831
Job Foreman Seattle, WA 98108
Steve Wagner HUB Int. NW, LLC work: 425 489-4500
' Bonding Agent 11714 Northcreek Pkwy N. cell: 206 375-2256
Suite 102 fax: 425 486-2136
Bothell,WA 98041-3018
1
e
DEPARTMENT OF LABOR AND INDUSTRIES I
REGISTERED AS PROVIDED BY LAW AS
' CONST CONT GENERAL
REGIST. # EXP. DATE
CCOl PHOIN**972PW 10/19/2009
' EFFECTIVE DATE 10/16/2003
t PHOINIX CORPORATION, THE
5700 6TH AVE S, SUITE 101
SEATTLE WA 98108
_I F625-152-0R0(8/97) - -_-- -- -- =_J
ti�Y o CITY OF RENTON BUSINESS LICENSE Expiration Date
rs Y Finance Division 9/30/2009
1055 South Grady Way
��N,rOZ Renton, WA 98057 Issued Date: License#
(425) 430-6851 10/1/2008 13L.030928
Business Location
Billing Code: ocl_a
5700 6TH AVE S #101
SEATTLE, WA 98108 Licensee has applied for a City of Renton
business license in accordance with Renton
Municipal Code (the Code), Title V Business,
' 6THA Chapter 5 Business Licenses. The Licensee THE P CORPORATION agrees to comply with all requirements of the
5700 TH AVE S#101
SEATTLE, WA 98108 Code, as well as State laws and regulations
applicable to the business activity licensed.
Post this License at the place of business.
t
' JUL 2 9 2008
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION NO. 3 2 2 9
' It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens
and to ensure equal employment opportunity to all persons without regard to race, color, national origin,
ethnic background, gender, marital status, religion, age or disability, when the City of Renton can
reasonably accommodate the disability, of employees and applicants for employment and fair, non-
discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the
1 following guidelines:
(1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related
activities included recruitment, selection, promotion, demotion, training, retention and
separation are conducted in a manner which is based on job-related criteria which does
not discriminate against women, minorities and other protected classes. Human
resources decisions will be in accordance with individual performance, staffing
requirements, governing civil service rules,and labor contract agreements.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton
will cooperate fully with all organizations and commissions organized to promote fair
practices and equal opportunity in employment.
(3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and
Equal Employment Program will be maintained and administered to facilitate equitable
representation with the City work force and to assure equal employment opportunity to
all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action
Officer, department administrators, managers, supervisors, Contract Compliance Officers
' and all employees to carry out the policies, guidelines and corrective measures set forth
in the Affirmative Action Plan and Equal Employment Program.
(4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and
' suppliers conducting business with the City of Renton shall affirm and subscribe to the
Fair Practices and Non-discrimination policies set forth by the law and in the City's
Affirmative Action Plan and Equal Employment Program.
' Copies of this policy shall be distributed to all City employees, shall appear in all operational
documentation
of the City, including bid calls,and shall be prominently displayed in appropriate city facilities.
' D IN b y the City Council of the City of RENTON,Washington,this 7thday of Oct
CONCURRED Yober, 1996.
' CITY OF RENTON: RENTON CITY COUNCIL:
ayor
Council President
' Attest:
' City Cier
03-SUMMARY.D00
1
CITY OF RENTON
SUMS RY OFAMERICANS WITH DISABILPIES ACT POLICY
ADOPTED BYRESOLUTIONNO. 3007
The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure
employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the
disability. This policy shall be based on the principles of equal employment opportunity, the Americans With
Disabilities Act and other applicable guidelines as set forth in federal, state and Iocal laws. All departments of the City
of Renton shall adhere to the following guidelines:
' (1) EMPLOYMENT PRACTICES - All activities relating to employment such as
recruitment, selection,promotion,termination and training shall be conducted in a non-
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.
1 (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
1 (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,
1 including bid calls, and shall be prominently displayed in appropriate City facilities.
CONCURRED IN by the City Council of the City of Renton, Washington,
tthis 4th day of October 1993.
C RENTON RENTON CITY COUNCIL:
e-2�—�4 ,
Mayor Council President
Attest:
City Clerk
I
r
tCITY OF RENTON
Maplewood Creek Sediment Basin
' 2008 Cleaning & Maintenance Project
SWP-27-2057
SCOPE OF WORK
The work involved under the terms of this contract document shall be full and complete installation of
the facilities, as shown on the plans and as described in the construction specifications, to include but not
1 be limited to:
• constructing a flow bypass structure and diverting the creek into an existing bypass pipe,
• removing approximately 1,300 to 1,500 cy of sediment from the sediment basin and flow splitter,
• hauling and disposing of the sediment off-site,
• restoring flow to the sediment basin and removing the bypass structure,
• hand placing stream bed gravel at selected locations,
1 • restoration, including hydroseeding around the basin and cleanup.
The Contractor will need to comply with the requirements of the Washington State Hydraulic
Project Approval, and Army Corps of Engineers Nationwide Permit(to be issued).
The estimated project cost is $75,000 to $90,000.
A total of 15 working days is allowed for completion of the project.
For Bid Item see Descriptions Special Provisions Section 1-09.14
P P
' 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.
Any contractor wishing to inspect to sediment basin before the bid shall check in at the Golf
Course Pro Shop. Contractors cannot be on the golf course fairways without escort.
' 04-Scope.D00
MUMEN
SU AII,
1.JNL1
c
-'r •••mil.
C �EL'
,��III�III��,• � �!
Log
�� 1111111111►• �
I I'I
� �■�111�11111111� ��=��� '� � 1 1� "■
I, �rIG`fi� ��Y11�==11 r,■ M �I� wlic rr�
0NO
111111 �� 11 11111'_��..� � ,.� (Il're����'��� •
11► ` ����1��11 � 1111'=��!IC, I/�� �1y �Jii i�i1��
mood
i'\'•: ♦ `Il,�—�/,� III% �gi;ull■lul=v/�1! ��r ,■�
11 ■ _ ����j1��/1 ..,��unc I� �i� �..r 11111E
11'■■�.�� 7� L�3� }iiill 'II�I�III.
■.1. i �� - ■■EIl
. _,.per■
MINNIE---
Project Location
Maplewood Creek Sediment Basin
I/S Cleaning ' •
1
Renton ject
Scale: 1" 1 Mile City of
D. Carey •S
INSTRUCTIONS TO BIDDERS
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 the time and date specified in the Call for Bids.
At that time the bids will be publicly opened and read, after which the bids will be considered and the
award made as early as practicable.
No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be
submitted on the forms attached hereto.
2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention
of the Project Engineer. Written addenda to clarify questions that arise may then be issued.
No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify
the contract documents, whether made before or after letting the contract.
3 The work to be done is shown in the plans and/or specifications. Quantities are understood to be only
approximate. Final payment will be based on actual quantities and at the unit price bid. The City
reserves the right to add or to eliminate portions of that work as deemed necessary.
4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall
satisfy themselves as to the local conditions by inspection of the site.
5. The bid price for any item must include the performance of all work necessary for completion of that
item as described in the specifications.
6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of
errors, the unit price bid will govern. Illegible figures will invalidate the bid.
7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed
advantageous to the City to do so.
8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance
of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany
each bid proposal. Checks will be returned to unsuccessful bidders immediately following the
decision as to award of contract. The check of the successful bidder will be returned provided he
enters into a contract and furnishes a satisfactory performance bond covering the full amount of the
work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to
do so,the check shall be forfeited to the City of Renton as liquidated damage for such failure.
9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the
City may request further information on particular points.
10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability
to satisfactorily perform the work.
11. Payment for this work will be made in Cash Warrants.
12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's
compensation, public liability, and property damage as indicated on forms enclosed under Attachment
A herein and as identified within Specification Section 1-07.18.
Revised:04/06 bh
13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart
type construction schedule for the project.
14 Before starting work under this contract,the Contractor is required to supply information to the City of
Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing
City of Renton Employees.
t15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage.
16. Basis For Approval
The construction contract will be awarded by the City of Renton to the lowest,responsible, responsive
1 bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be
considered responsive for award. The total price of all schedules will be used to determine the
successful low responsive bidder.
Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid
to meet the needs of the City. The intent is to award to only one BIDDER.
17. Trench Excavation Safety Systems
As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a
1 depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation
that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW.
These requirements shall be included in the Bid Schedule as a separate item. The costs of trench
safety systems shall not be considered as incidental to any other contract item and any attempt to
include the trench safety systems as an incidental cost is prohibited.
18. Payment of Prevailing Wages
In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or
supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this
contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of
work regardless of any contractual relationship which may exist, or be alleged to exist, between the
CONTRACTOR and any laborers,workmen, mechanics or subconsultants.
The most recent issue of the prevailing wage rates are included within these specifications under
section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining
updated issues of the prevailing wage rate forms as they become available during the duration of the
contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into
for work on this project.
19. Pollution Control Requirements
Work under this contract shall meet all local, state and federal requirements for the prevention of
environmental pollution and the preservation of public natural resources. The CONTRACTOR shall
conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall
1 comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in
performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound
Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos
1 materials.
Revised:04/06 bh
20. Standard Specifications
All work under this contract shall be performed in accordance with the following standard
specifications except as may be exempted or modified by the City of Renton Special Provisions or
other sections of these contract documents. These standard specifications are hereby made a part of
this contract and shall control and guide all activities within this project whether referred to directly,
' paragraph by paragraph, or not.
1. WSDOT "2006 Standard Specifications for Road,Bridge and Municipal Construction"
hereinafter referred to by the abbreviated title "Standard Specifications."
A. Any reference to "State," "State of Washington," "Department of Transportation,"
1 "WSDOT," or any combination thereof in the WSDOT standards shall be modified to read
"City of Renton,"unless specifically referring to a standard specification or test method.
B. All references to measurement and payment in the WSDOT standards shall be deleted and
the measurement and payment provisions of Section 1-09 of the City of Renton Special
Provisions,Measurement and Payment(added herein), and Section 1-09.14 shall govern.
21. If a soils investigation has been completed, a copy may be included as an appendix to this document.
If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize
themselves adequately with the project site and existing subsurface condition as needed to submit their
bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations
as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and
other buried or surface improvements and shall restore the site to the satisfaction of the City.
22 Bidder's Checklist
1 ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index
are included in their copy of the bid specifications. If documents are missing, it is the sole
responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to
bid opening time.
❑ Have you submitted, as part of your bid, all documents marked in the index as"Submit With Bid"?
❑ Has bid bond or certified check been enclosed?
❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax?
❑ Has the proposal been signed?
❑ Have you bid on ALL ITEMS and ALL SCHEDULES?
❑ Have you submitted the Subcontractors List(If required)
❑ Have you reviewed the Prevailing Wage Requirements?
❑ Have you certified receipt of addenda, if any?
1
Revised:04/06 bh
' " EXAMPL
E - SCHEDULE OF PRICES
This Example shows how the Schedule of Prices should be filled out.
The prices are for illustration only, and do not represent actual unit prices for those items.
' The Unit Price for all bid items, all extensions, and Total amount of the bid must be filled in.
Handwritten words and figures are acceptable (must be legible).
FOR EACH BID ITEM
' 1 Write the Unit Price in words and figures (number). The words and figures must be equal.
Example: Nine hundred dollars, $900.00.
2 Multiply the Quantity by the Unit Price, write the result in the"Amount'column as a figure.
Example: Bid Item#2, 200 Linear Foot x$1.20 = $240.00
3 Add the Amounts for all bid items and write the result in the "Subtotal' column (example: $4,820.35).
4 Multiply the Subtotal by the Sales Tax, write the result on the"Sales Tax" line (when present).
' Example: $4,820.35 x 8.9% _ $429.01
5 Add the Subtotal and the Sales Tax, write the result in the"TOTAL" column.
RECHECK THE WORDS, FIGURES, AND MATH
The bid may be rejected if the Unit Price (in words) is not the same as the Unit Price (in figures).
' EXAMPLE
ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT PRICE AMOUNT
NO. QUANTITY (Unit Prices to be written in words) (figure) (figure)
1. 1 Erosion Control
Lump Sum $ Seven hundred dollars $ 700.00 $ 700.00
1 2. 200 Clear Fence Line
Linear Foot $ One dollar and thirty cents $ 1.30 $ 260.00
3. 150 Topsoil
Cubic Yard $ Three dollars $ 3.00 $ 450.00
4. 2 Chain Link Gate
Each $ One thousand two hundred dollars _ $ 1,200.00 $ 2,400.00
5. 0.40 Hydro-seed
Acre $ Two thousand dollars $ 2,000.00 $ 800.00
' 6. 1 Restoration
Lump Sum $ Two Hundred ten dollars and thirtyfive
$ 210.35 $ 210.35
cents
' Subtotal $ 4,820.35
8.9% Sales Tax $ 429.01
' TOTAL $ 5,249.36
07-Example Sched Prices.doc
' CAG-08-095
CITY OF RENTON
' CALL FOR BIDS
Maplewood Creek Sediment Basin 2008 Cleaning & Maintenance Project
1 Sealed bids will be received until 2:30 p.m., Tuesday, July 9, 2008, at the City Clerk's office,
7`h floor, and will be opened and publicly read in conference room#521 on the 5"' floor, Renton City
Hall, 1055 South Grady Way, Renton WA 98057, for the Maplewood Creek Sediment Basin 2008
1 Cleaning&Maintenance Project.
The work to be performed within 15 working days from the date of commencement under this contract
shall include, but not be limited to: constructing a flow bypass structure and diverting the creek into an
existing bypass pipe, removing approximately 1,300 to 1,500 cy of sediment from the sediment basin
and flow splitter, hauling and disposing of the sediment off-site, restoring flow to the sediment basin
and removing the bypass structure, hand placing stream bed gravel at selected locations, restoration,
' including hydroseeding around the basin and cleanup.
The Contractor will need to comply with the requirements of the Washington State Hydraulic Project
Approval, and Army Corps of Engineers Nationwide Permit.
The estimated project cost is $75,000 to $90,000.
The City reserves the right to reject any and/or all bids and to waive any and/or all informalities.
Bid documents will be available June 25, 2008. Plans, specifications, addenda, and the plan holders
list for this project are available on-line through Builders Exchange of Washington, Inc., at
http://www.bxwa.com. Click on"bxwa.com"; "Posted Projects", "Public Works", "City of Renton",
' "Projects Bidding". (Note: Bidders are encouraged to"Register as a Bidder," in order to receive
automatic email notification of future addenda and to be placed on the"Bidders List.")
Questions about the project shall be addressed to, Daniel Carey, City of Renton, Public Works, 1055
Grady Way, Fifth Floor, Renton, WA, 98057, phone(425)430-7293, fax (425) 430-7241.
A certified check or bid bond in the amount of five percent (5%) of the total of each bid must
accompany each bid.
The City's Fair Practices, Non-Discrimination, and Americans with Disability
�. Act Policies shall apply.
1 Bonnie I. Walton, City Clerk
Published:
Daily Journal of Commerce June 25, 2008
Daily Journal of Commerce June 30, 2008
1
1
1
' I - BID SECTION
Maplewood Creek Sediment Basin 2008 Cleaning & Maintenance Project
' SWP-27-2057
The following documents must be submitted for the bid at the time noted in the Call For Bids,
and must be executed by the Contractor, President and Vice President or Secretary if corporation
by-laws permit. All pages must be signed. In the event another person has been duly authorized
' to execute contracts, a copy of the corporation minutes establishing this authority must be attached
to the bid document.
*Proposal and Combined Affidavit& Certificate Form:
Non-Collusion, Anti-Trust Claims, and Minimum Wage Affidavit
*Bid Bond Form
*Schedule of Prices
*Acknowledgement of Addenda
**Subcontractors List (if required for project)
* Submit with Bid
** Submit with Bid or within 24 hours of bid
22 Bidder's Checklist
❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index
are included in their copy of the bid specifications. If documents are missing, it is the sole
1 responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to
bid opening time.
❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit With Bid"?
❑ Has bid bond or certified check been enclosed?
❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax?
❑ Has the proposal been signed?
❑ Have you bid on ALL ITEMS and ALL SCHEDULES?
❑ Have you submitted the Subcontractors List(If required)
❑ Have you reviewed the Prevailing Wage Requirements?
❑ Have you certified receipt of addenda, if any?
09-1-BID Section.D00
CITY OF RENTON
' Maplewood Creek Sediment Basin 2008 Cleaning & Maintenance Project
ro�ect
' PROPOSAL
' TO THE CITY OF RENTON
RENTON, WASHINGTON
Ladies and/or Gentlemen:
' The undersigned hereby certify that the ,
if}' 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 herebypropose t
undertake and complete the work embraced in this improvement, or as much thereof as can becompleted
with the money available, in accordance with the said plans, specifications and contract and the followin
' schedule of rates and prices: g
(Note: Unit prices for all items, all extensions, and total amount of bid should be shown.
' Show unit prices both in writing and in figures.)
The undersigned certifies and agrees to the following provisions:
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 an
g
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 anpsn y
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. Therefore, vendor hereby assigns to purchaser an
' and all claims for such over-charges as to goods and materials purchased in connection y
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
Purchaser, subject to the aforementioned exception. claims to
' AND
t MINIMUM WAGE AFFIDAVIT FORM
1, 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: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST
TI TRUST CLAIMS TO
PURCHASER AND MINIMUM WAGE AFFIDAVIT
e. f'h o i n t x Co r po ra} lz�,x
' Name of Bidder's Firm
Printed Name O v1 G �.h t t -C t '1<"�. �1v' .tv%cle".
' Signature 1
Address: SJOO b� � sut 1-e tot
,ea Oe, WA 48 O$
' Names of Members of Partnership:
' OR
Name of President of Corporation f k e o o I^ y
' Name of Secretary of Corporation H e u �►
to di
1 Corporation Organized under the laws of w4 S k I A '0
With Main Office in State of Washington at 5100 6 fk 4ve S Svt
' Subscribed and sw
orn to before me on this day of k��,/ 2009
gauuu■i
#P" $AI A(j�"N.,�•. Notary Public--in—and for the State of Washington
• G •
• Notary (Print) CCU
�,oTAgy • e '
• •
PIJBL\GMy appointment expires:
' BID BOND FORM
Herewith find de� sit in the form of a certified check, cashier's check, cash, or bid bond in the
' amount of$ ,� which amount is not less than five percent of the total bid.
' Signature
tKnow All Men by These Presents:
That we, as Principal, and
as Surety, are held and firmly bound unto the City of Renton,
' as Obligee, in the penal sum of Dollars,
for the payment of which the Principal and the Surety bind themselves, their heirs, executors,
administrators, successors and assigns,jointly and severally,by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the Principal for_
Maplewood Creek Sediment Basin 2008 Cleaning & Maintenance Proiect according to the
' terms of the proposal or bid made by the Principal therefor, and the Principal shall duly snake 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.
Q t�
' SIGNED, SEALED AND DATED THIS 7 DAY OF_ `TV , 200 .
' Principal
' Surety
Received return of deposit in the sum of$
r
t1 I-BIDBONE)DOC\
' CITY OF RENTON
MAPLEWOOD CREEK SEDIMENT BASIN
2008 CLEANING & MAINTENANCE PROJECT
' SCHEDULE OF PRICES
conflict occurs the written or typed words shall prevail. See Special Provisions for Bid Item descriptions.
Note: Unit prices for all items,all extensions and total amount of bid must be shown. Show unit prices in both words and figures.
Where
ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT PRICE AMOUNT
NO. QUANTITY (Unit Prices to be written in words) (figure) (figure)
1 Mobilization
Lump Sum $ lit' f 'iV(j C� ftkhU E?�E%v�� $ ✓ ���, 1 J�l�, J
2. 1 Construct Bypass Structures, Divert Creek,
Re, cue Ish Dral Basin j
Lump Sum $I��Y��ci�tr'���, Il�h /1r� r,� g 1� � $ �f /S�;✓ 7
3. 1 embvg, Haul, Di pose of Sediment 7 77 �
Lump Sum $%lrlr>� 1 $ 7 ��. r�7,
4. 1 ReFII k sin, Remove By
Restore nks pass Structures,
8 1 �r �. .,
Lump Sum $ cli o y Vt1A?-h^� TiV�?u„n/ ?[tEgluv' $ � cus,�� $ /I003..2
5. 18 Gravel Placement— Deta1 1, U stream ry
Ton $ tIVO tilj,,r -e �l (�t�1Pi�� �(-et? $ Z� $ t '-F �U
6. 10 Grave �acement—E-tail 2, Downstream
Ton $ &-� tir"C4'..,�fG't��cr,^l /,'�t i/�v $ $ S
7. 3000 Hydroseeding
' Sq.Ft $ �. I $ (15 o��
8. 2 Creek Boulders J
' Ton $ AL'ir�'h
9. 1 Minor Changes
' Lump Sum $ One Thousand Five Hundred Dollars $1,500.00 $1,500.00
Subtotal $
9.0% Sales Tax $ '
TOTAL $ ��} / ✓7 . ��
' II-SCHED YRICES.doc
Page 17 Schedule of Prices
' CITY OF RENTON Addendum 1
' Maplewood Creek Sediment Basin 2008 Cleaning & Maintenance Project
ADDENDUM NO. 1
Date Issued: July 3, 2008 Date of Bid Opening: July 9, 2008
' NOTICE TO ALL PLAN HOLDERS
The Bid Documents for the project are modified as described below. Bidders shall incorporate this
' Addendum into the Bid Documents. Failure to do so may subject the bidder to disqualification of his
bid.
' This Addendum does not need to be acknowledged.
THE BID DOCUMENTS ARE MODIFED AS FOLLOWS:
1. The Bid Opening Day is Not Correct.
' July 9, 2008 is a Wednesday. The Call for Bids incorrectly says Tuesday.
The Call for Bids shall read as follows
' "Sealed bids will be received until 2:30 p.m., Wednesday,July 9,2008, at the City Clerk's office..."
' Daniel Carey, PE,P Ject Manager, Surface Water Utility Ph#425-430-7293
11d-Addendum 1.DOC\
' CITY OF RENTON
' Maplewood Creek Sediment Basin 2008 Cleaning & Maintenance Project
SWP-27-2057
' ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
NO. DATE: 0-0 zoot
NO. DATE:
' NO. DATE:
NO. DATE:
NO. DATE:
SIGNED:
' TITLE: 6-X e cv f V Z vice Pres., �e t
' NAME OF COMPANY: A e 19J10 A x Cor'f°,"a f," 'O n
ADDRESS: It Too & f4- 4ve :�, S vl k 101
' CITY/STATE/ZIP: :5ek lT L{', CA-M, Role
TELEPHONE: Z 0 Z�v Z/0
SUBCONTRACTOR LIST _41
J ✓
Maplewood Creek Sediment Basin 2008 Cleaning & Maintenance Project
SWP-27-2057
RCW 39.30.060 requires that for all public works contracts exceeding $1,000,000 the bidder shall submit the
' names of all subcontractors whose subcontract amount exceeds ten percent (10%) of the contract price, and
whose work involves either heating, air conditioning, ventilation, plumbing, or electrical.
If the subcontractors names are not submitted with the bid, or within 24 hours of the bid, the bid shall be
considered nonresponsive and, therefore, void.
' Complete one of the following for contracts that exceed $1,000,000:
A. There are no subcontractors proposed whose subcontract amount exceeds ten percent (10%) of the
contract price.
Name• Title:
' 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.
' hAfile sys\swp-surface water project0swp-27-surface water projects(cip)\27-2057 maplewood sed basin\2008 pond cleaning\!110 final specs-2006
specll5-subcont-form.doc Revised 7/2002
2 — CONTRACT SECTION
Maplewood Creek Sediment Basin 2008 Cleaning & Maintenance Project
' SWP-27-2057
The contract documents in this section must be executed and submitted by the successful Bidder
within ten (10) days following the Notice of Award.
' ❖Bond to the City of Renton
❖Fair Practices Policy Affidavit of Compliance
❖Contract Agreement (Contracts other than Federal - Aid FHWA)
' ❖City of Renton Insurance Information Form
❖City of Renton Standard Endorsement Form
' •'• Submit after Notice of Award
' 12c-CONTRACT SECTION.DOC\
' ACTION BY THE DIRECTORS OF
THE PHOINIX CORPORATION
' BY UNANIMOUS WRITTEN CONSENT
Pursuant to the provisions of the Washington Business Corporations Act, RCW
2313.08.210, the undersigned Directors, being all of the members of the Board of
Directors of THE PHOINIX CORPORATION, a Washington State Corporation
("Corporation")acting in their capacity as Directors and as a Board of Directors hereby
' adopt the following resolution:
WHEREAS,the duly adopted By-laws and Organizational Minutes of the
' Corporation grant the Directors, acting as a Board, the right to designate named Directors
and/or Officers the authority to execute legal documents, including bank and real estate
documents,on behalf of the Corporation, and
' WHEREAS, the Board wishes to grant that authority to any two(2) of three(3)
designated Director/Officers,
BE IT RESOLVED that the Board of Directors grants any two of the following
three(3) Director/Officers, signing together on behalf of the Corporation,the authority to
execute legal documents, including bank and real estate documents, for and on behalf of
The Phoinix Corporation:
' George B. Coury(Brad)
Anthony J. Bahnick
Heather Elton
' EXECUTION of this consent, which may be accomplished in counterparts,
constitutes a waiver of any notice required under the Washington Business Corporations
Act or the Articles�f Incorporation or By-Laws of the Corporation.
DATED this day of 52008.
' G RGE B. OURY ANTHO�Kf J. BA NICK
t'( t�
HEATHER ELTON
' THE PHOINIX CORP SIGNING RESOLUTION
' BOND #LC5790 BOND TO THE CITY OF RENTON
' KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned The Phoinix Corporation
as principal, and contractors Bonding and Insurance Company corporation organized and existing
' under the laws of the State of WA 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 $74,947.11 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 S< 20
Nevertheless, the conditions of the above obligation are such that:
' WHEREAS, under and pursuant to Public Works Construction Contract CAG-08-095
providing for construction of Maplewood Creek Sediment Basin 2008 Cleaning& Maintenance
Project the principal is required to furnish a bond for the faithful performance of the contract; and
' WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform
the work therein provided for in the manner and within the time set forth;
' NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in
the manner and within the time therein set forth, or within such extensions of time as may be granted
under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all
' persons who shall supply said principal or subcontractors with provisions and supplies for the
carrying on of said work, and shall hold said City of Renton harmless from any loss or damage
occasioned to any person or property by reason of any carelessness or negligence on the part of said
' principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City
of Renton harmless from any damage or expense by reason of failure of performance as specified in
the contract or from defects appearing or developing in the material or workmanship provided or
' performed under the contract within a period of one year after its acceptance thereof by the City of
Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full
force and effect.
II
' The Phoinix Corporation Contractors Bonding and Insurance Company
Principal Surety
' Signature Signature Jim S. Kuich
�e(yicec' 4 --(laASUVe-C/ Attorney-in-fact
' Title tt Title
LIMITED POWER OF ATTORNEY
Not Valid for Bonds Power of Attorney
' Executed On or After: APRIL 30TH, 2009 NunlbCr:149614
READ CARET'ULL Y - to he used only with the bon����Nhryll
Only an unaltered original of this PoweroO Attorney document is valid.A valid original of this document ts.printed'on gray
security paper with black and red ink and bears the seal of Contractors Bonding and Insurance Company(the"Company").
The original document contains a watermark with the letters"cbic"embedded in the paper rather than printed upon lt.The
watermark appears in the blank space beneath the words"Limited Power of Attorney"at the top of the document and is
visible when the document is held to the light.This document is valid solely in connection with the execution and delivery of
E the bond bearing the number indicated below,and provided also that the bond is of the type indicated below.This document
is valid only if the bond is executed on or before the date indicated above.
KNOW ALL MEN BY THESE PRESENTS, that the Company does hereby make, constitute
' and appoint the following: STEVEN M. WAGNER, THERESA A. LAMB, CHAD EPPLE,
STEVEN K. BUSH, DARLENE JAKIELSKI, NANCY J. OSBORNE, JULIE M. GLOVER and JIM S.
KUICH its true and lawful Attorney(s)-in-Fact, with full power and authority
hereby conferred in its name, place and stead, to execute, acknowledge and
' deliver on behalf of the Company: (1) any and all bonds and undertakings of
suretyship given for any purpose, provided, however, that no such person shall
be authorized to execute and deliver any bond or undertaking that shall
obligate the Company for any portion of the penal sum thereof in excess of
' $10,000,000, and provided, further', that no Attorney-in-Fact shall have the
authority to issue a bid or proposal bond for any project where, if a contract
is awarded, any bond or undertaking would be required with penal sum in excess
of $10,000,000; and (2) consents, releases and other similar documents required
' by an obligee under a contract bonded by the Company. This appointment is made
under the authority of the Board of Directors of the Company.-----------
, -------------------------- --------- ------------------------- -- - -------
--------------------------------------------------------------------------------
CERTIFICATE
I, the undersigned secretary of Contractors Bonding and Insurance Company, a Washington
corporation, DO HEREBY CERTIFY that this Power of Attorney remains in full force and effect and
has not been revoked, and, futhermore, that the resolutions of the Board of Directors set forth on the
reverse are now in full force and effect.
Bond Number
Signed and sealed this �++ � day of S too
-
r R.Kirk Eland,Secretary
CBIC • 1213 Valley Street • P.O. Box 9271 • Seattle,WA 98109-0271
(206) 622-7053 • (800) 765-CBIC(Toll Free) • (800) 950-1558 (FAX)
Poa1 P0A.08-US0061307
1
' y CITY OF RENTON
�`t O
FAIR PRACTICES POLICY
AFFIDAVIT OF COMPLIANCE
hereby confirms and declares that
1 (Name of contractor/subcontractor/consultant) '
I. It is the policy of to offer equal
(Name of contractor/subcontractor/consultant)
1 opportunity to all qualified employees and applicants for employment without regard to
the race, creed,color, sex, national origin, age, disability or veteran status.
II. complies with all applicable
(Name of contractor/subcontractor/consultant)
federal, state and local laws governing non-discrimination in employment.
1 III. When applicable, - will seek out and
(Name of contractor/subcontractor/consultant)
negotiate with minority and women contractors for the award of subcontracts.
Print Agent/Representative's Name
Print Agent/Representative's Title
� K f
Agent/Repre /niative's Signature
' Date Signed
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CfP)\27-2057 Maplewood Sed Basin\2008 Pond Cleaning\1110 FINAL
Specs-2006 Spec\18-FAIR PRACTICE.DOC\
' CONTRACTS OTHER THAN FEDERAL-AID FHWA
THIS AGREEMENT, made and entered into this 4JI day of sl . 2008
' by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of
Washington, hereinafter referred to as "CITY" and The Phoinix Corporation , hereinafter
referred to as "CONTRACTOR."
' WITNESSETH:
1 1) The Contractor shall within the time stipulated, (to-wit: within 15 working days
from date of commencement hereof as required by the Contract, of which this agreement is
a component part) perform all the work and services required to be performed, and provide
and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and
transportation services necessary to perform the Contract, and shall complete the
construction and installation work in a workmanlike manner, in connection with the City's
' Project(identified as No. SWP-27-2057 for improvement by construction and installation
of Maplewood Creek Sediment Basin 2008 Cleaning & Maintenance Project
' Work as described in "Scope of Work'dated June 2008 , attached hereto.
All the foregoing shall be timely performed, furnished, constructed, installed and completed
in strict conformity with the plans and specifications, including any and all addenda issued
' by the City and all other documents hereinafter enumerated, and in full compliance with all
applicable codes, ordinances and regulations of the City of Renton and any other
governmental authority having jurisdiction thereover. It is further agreed and stipulated that
' all of said labor, materials, appliances, machines, tools, equipment and services shall be
furnished and the construction installation performed and completed to the satisfaction and
the approval of the City's Public Works Director as being in such conformity with the plans,
' specifications and all requirements of or arising under the Contract. The Contractor agrees
to use recycled materials whenever practicable.
2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of
this agreement, consists of the following documents, all of which are component parts of
said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if
hereto attached.
a) This Agreement
b) Instruction to Bidders
' c) Bid Proposal
d) Specifications
e) Maps and Plans
' f) Bid
g) Advertisement for Bids
h) Special Provisions, if any
i) Technical Specifications, if any
' 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such
diligence as will insure its completion within the time specified in this Contract, or any
' extension in writing thereof, or fails to complete said work with such time, or if the
Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the
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, 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 sure 3 shall be liable
to the City for any excess cost or other damages occasioned the City therety. In such event,
' the City, if it so elects, may, without liability for so doing, take possession of and utilize in
completing said Contract such materials, machinery, appliances, equipment, plants and
' other properties belonging to the Contractor as may be on site of the project and useful
therein.
4) The foregoing provisions are in addition to and not in limitation of any other rights or
remedies available to the City.
5) Contractor agrees and covenants to hold and save the City, its officers, agents,
' representatives and employees harmless and to promptly indemnify same from and against
any and all claims, actions, damages, liability of every type and nature including all costs
and legal expenses incurred by reason of any work arising under or in connection with the
' Contract to be performed hereunder, including loss of life, personal injury and/or damage to
property arising from or out of any occurrence, omission or activity upon, on or about the
premises worked upon or in any way relating to this Contract. This hold harmless and
indemnification provision shall likewise apply for or on account of any patented or
unpatented invention, process, article or appliance manufactured for use in the performance
of the Contract, including its use by the City, unless otherwise specifically provided for in
' this Contract.
The Contractor agrees to name the City as an additional insured on a noncontributory
' primary basis. In the event the City shall, without fault on its part, be made a party to any
litigation commenced by or against Contractor, then Contractor shall proceed and hold the
City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or
paid by the City in connection with such litigation. Futhermore, Contractor agrees to pay
all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the
enforcement of any of the covenants, provisions and agreements hereunder.
Nothing herein shall require the Contractor to indemnify the City against and hold harmless
the City, from claims, demands or suits based solely upon the conduct of the City, its
officers or employees and provided further that if claims or suits are caused by or result
' from the concurrent negligence of(a)the Contractor's agents or employees and(b)the City,
H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-2057 Maplewood Sed Basin\2008 Pond
Cleaning\l 110 FINAL SPEC-2006 Spec\l5-CONTRACT-verb-15-07.doc
' 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.
Should a court of competent jurisdiction determine that this agreement is subject to RCW
' 4.24.115,then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the contractor
and the city, its officers, officials, employees and volunteers, the contractor's liability
' hereunder shall be only to the extent of the contractor's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitute the
contractor's waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely
' for the purposes of this indemnification. This waiver has been mutually negotiated by the
parties. The provisions of this section shall survive the expiration or termination of this
agreement.
' 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 15 working days from the date of commencement. For each and every
' working day of delay after the established day of completion, it is hereby stipulated and
agreed that the damages to the City occasioned by said delay will be the sum of per Section
1-08.9 of Standard Specifications as liquidated damages(and not as a penalty)for each such
' day, which shall be paid by the Contractor to the City.
8) Neither the final certificate of payment not any provision in the Contract nor partial or
' entire use of any installation provided for by this Contract shall relieve the Contractor of
liability in respect to any warranties or responsibility for faulty materials or workmanship.
The Contractor shall be under the duty to remedy any defects in the work and pay for any
' damage to other work resulting therefrom which shall appear within the period of one (1)
year from the date of final acceptance of the work, unless a longer period is specified. The
City will give notice of observed defects as heretofore specified with reasonable promptness
' after discovery thereof, and Contractor shall be obligated to take immediate steps to correct
and remedy any such defect, fault or breach at the sole cost and expense of Contractor.
The Contractor agrees the above one year limitation shall not exclude or diminish the City's
' rights under any law to obtain damages and recover costs resulting from defective and
unauthorized work discovered after one year but prior to the expiration of the legal time
period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability
' expressed or implied arising out of a written agreement.
9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of
quantities and costs, progress schedules, payrolls, reports, estimates, records and
miscellaneous data pertaining to the Contract as may be requested by the City from time to
time.
' H:Tile Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-2057 Maplewood Sed Basin\2008 Pond
Cleaning\l 110 HNAL SPEC-2006 Spec\15-CONTRACT-ver6-15-07.doc
' 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
t construction project under this Contract or furnishing materials in connection with this
Contract; said bond to be in the full amount of the Contract price as specified in Paragraph
12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the
State of Washington.
1
1
1
1
H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-2057 Maplewood Sed Basin\2008 Pond
Cleaning\1110 FINAL SPEC-2006 Spec\15-CONTRACT-ver6-15-07.doe
1
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 $74,947.11
numbers
' Seventy Four Thousand,Nine Hundred Forty Seven Dollars and Eleven Cents
written words
including 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.
C07VCTOR CITY OF R,1✓NTON
�,...
' Presi nt/Partner/Owner ' Mayor Denis L a w
_. ATTEST
1 �
Secretary Bonnie I . Walton City Clerk
dba
Firm Name
check one
' ❑ Individual ❑ Partnership Corporation Incorporated in
' Attention:
' If business is a CORPORATION, name of the corporation should be listed in full and both
President and Secretary must sign the contract, OR if one signature is permitted by corporation
by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract
' document.
If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a
' (doing business as)and firm or trade name; any one partner may sign the contract.
If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear
followed by d/b/a and name of the company.
1 H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-2057 Maplewood Sed Basin\2008 Pond
Cleaning\1110 FINAL SPEC-2006 Spec\15-CONTRACT-ver6-15-07.doc
CITY OF RENTON
' Maplewood Creek Sediment Basin 2008 Cleaning& Maintenance Project
SWP-27-2057
' RETAINAGE SELECTION
Per Standard Specifications Section 1-09.9(l)Retainage, and RCW 60.28, a sum of 5-percent of the
' monies earned by the Contractor will be retained from progress estimates. The retainage will be used
as a trust fund for the protection and payment of(1)the State with respect to taxes, and(2)the claims
of any person arising under the Contract.
The Contractor shall select one of the options below for the retainage fund(check one):
1. Retained in a fund held by the City(non-interest bearing), or
2. Deposited by the City in an escrow account(interest bearing) in a bank,mutual savings bank, or
savings and loan association. Deposits will be in the name of the City and are not allowed to be
withdrawn without the City's written authorization.
3. The City, at it's option, may accept a bond from the Contractor in lieu of retainage.
' If the Contractor selects option 2 or 3 it is fully responsible for making selecting the bank or
association to be used, and for making all arrangements and paying all costs associated with that
option.
All arrangements and forms needed for option 2 or 3 shall be submitted to the City for review and
approval.
' Release of the Retainage will be made 60 days following the Completion Date provided the conditions
in Special Provisions Section 1-09.9(1), and applicable State Regulations, are met.
SIGNED:
' PRINT NAME:
COMPANY:
' DATE:
__, City of Renton -~
Human Resources & Risk Management Department
Insurance Information Form
i FOR: Maplewood Creek Sedi:rent Basin 2008 Cleaning& Maintenance Project
' PROJECT NUMBER: SWP-27-2057 STAFF CONTACT: Daniel Carev
Certificate of Insurance indicates the coverages'limits specified in zf yes ❑ No
Contract?
' Are the following coverages and/or conditions in effect? ❑ Yes ❑ No
The Commercial General Liability policy form is an ISO 1993 dyes ❑ No
Occurrence Form or Equivalent?
' (If no,attach a copy of the policy with required coverages clearly
identified)
CG 0043 Amendatory Endorsement provided?* ❑ Yes No
' General Aggregate provided on a"per project basis(CG2503)?* dyes ❑ No
Additional Insured wording provided?* dyes ❑ No
' Coverage on a primary basis and non-contributing basis?* dYes ❑ No
Waiver of Subrogation Clause applies?* es ❑ No
Severability of Interest Clause(Cross Liability)applies? WYe ❑ No
' Notice of Cancellation:Non-Renewal amended to 45 days"* Yes ❑ No
AM BEST'S RATING FOR CARRIER
GL Auto A Unib 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.
f
ASercy/3ro1:�~ . CompIct y(T e or ript N i )
��. bog 3019 D� (�
Address q Co et By( t re)
bL
' Name of person to conta t Telephone Number
NOTE THIS QUESTIONNAIRE MUST BE CO:WLETED FOR EACH LIFE 01' C01ER4GE AND
' AMiC'HED TO CERTIFICATE OF 11VS1 IRA NCE
Page 29 Insurance Information Form
' Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www.bxwa com-Always Verify Scale
OP ID ME DATE(MM/DD/YYYY)
ACOR- CERTIFICATE OF LIABILITY INSURANCE PHOIN-1 07 21 OB
I
RODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
ub International Northwest HOLDER.THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
0. Box 3 018 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
xiothell WA 98041-3018
Phone: 425-489-4500 Fax:425-489-45Q1; INSURERS AFFORDING COVERAGE NAIC#
SURED INSURER A: Steadfast Ins Co
INSURERB: American States Ins. Co.
The Phoinix Corporation INSURERC:
5700 6th Ave. S. , Ste 101 INSURERD:
Seattle WA 98108 -
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING
ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
POLIC LTR NSR TYPE OF INSURANCE POLICY NUMBER DATEYMM DDT E PDA E(OLICY MM/DD/YY N LIMITS
GENERAL LIABILITY EACH OCCURRENCE $ 1000000
X COMMERCIAL GENERAL LIABILITY GPL596435200 01/15/08 01/15/09 PREMISES(Ea occurence) $ 100000
FT,CLAIMS MADE 41 OCCUR MED EXP(Any one person) $ 5000
PERSONAL&ADV INJURY $ 1000000
X Per Proj/Per Loc GENERAL AGGREGATE $ 5000000
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 5000000
POLICY X PR
LOC Emp Ben. 1000000
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1000000
X ANYAUTO 01CH74773710 01/15/08 01/15/09 (Ea accident)
ALL OWNED AUTOS BODILY INJURY $
SCHEDULED AUTOS (Per person)
HIRED AUTOS BODILY INJURY
NON-OWNED AUTOS (Per accident) $
' PROPERTY DAMAGE $
(Per accident)
GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $
ANY AUTO EA ACC $
OTHER THAN _
AUTO ONLY AGG $
EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $
OCCUR CLAIMS MADE AGGREGATE $
' I DEDUCTIBLE $
RETENTION $ $
' WORKERS COMPENSATION AND TORY LIMITS X ER
EMPLOYERS'LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVEGPL596435200 01/15/08 01/15/09 E.L.EACH ACCIDENT $ 1,000,000
OFFICER/MEMBER EXCLUDED? WA STOP GAP E.L DISEASE-EA EMPLOYEE $ 1,000,000
If yes,describe under -- -
-
SPECIALPROVISIONSbelow E.L.DISEASE-POLICY LIMIT $ 1,000,000
OTHER
tCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
TY OF RENTON IS ADDED AS ADDITIONAL INSURED. COVERAGE IS PRIMARY &
N-CONTRIBUTORY. WAIVER OF SUBROGATION APPLIES. SEE ATTACHED ENDORSEMENTS.
RE: MAPLEWOOD CREEK SEDIMENT BASIN 2008 CLEANING & MAINTENANCE PROJECT.
IOJECT NO. SWP-27-2057
CERTIFICATE HOLDER CANCELLATION
' CIRENTO SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 45 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL
' CITY OF RENTON IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR
1055 S. GRADY WAY
RENTON WA 98055 REPRESENTATIVES.
AUTHORIZED ENT tl
FORD 25(2001/08) ACORD CORPORATION 1988
1
1
1
1
1
1
1
1
1
1
1
1
1
Endorsement#<endtnbr>
Additional Insured — Automatic — Owners, Lessees or
Contractors — Broad Form ZURICH
' COVERAGE PART ONE-COMMERCIAL GENERAL LIABILITY
Policy No. Eff Date of Pol. Exp.Date of Pol. Eff.Date of End. Broker Add'I Prem. Return Prem.
t Named Insured and Mailing Address: Broker:
Phoinix Corporation, Phoinix Group, LLC HUB International
5700 6th Ave. S. , Ste101
Seattle, WA 98101
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the following:
Environmental Services Package Policy
' In consideration of the payment of premium and the Deductible by you and in reliance upon the statements in the Application made a
part hereof,we agree with you,subject to all the terms,exclusions and conditions of the policy and with respect to COVERAGE PART
ONE—COMMERCIAL GENERAL LIABILITY and the coverage provided by this endorsement that:
' 1. Who is an Insured (Section I.) in the COMMON POLICY PROVISIONS is amended to include as an insured any person or
organization whom you are required to add as an additional insured on this policy under a written contract or written agrement.
2. The insurance provided to the additional insured applies only to"bodily injury", "property damage"or"personal and advertising
injury" covered under COVERAGE PART ONE — COMMERCIAL GENERAL LIABILITY COVERAGE A - BODILY
INJURY AND PROPERTY DAMAGE LIABILITY and COVERAGE B - PERSONAL AND ADVERTISING INJURY
LIABILITY,but only if:
ta. The"bodily injury"or "property damage" results from your negligence;and
b. The"bodily injury", "property damage"or"personal and advertising injury"results directly from:
' (I) Your ongoing operations;or
(2) "Your work"completed as included in the "products-completed operations hazard",performed for the additional insured,
which is the subject of the written contract or written agrT.ment.
3. However,regardless of the provisions of paragraphs 1. and 2. above:
a. We will not extend any insurance coverage to the additional insured person or organization:
(1) That is not provided to you in this policy;or
' (2) That is any broader coverage than you are required to provide to the additional insured person or organization in the
written contract or written agreement;and
' b. We will not provide Limits of Insurance to the additional insured person or organization that exceed the lower of:
(1) The Limits of Insurance provided to you in this policy;or
(2) The Limits of Insurance you are required to provide in the written contrast or written agreement.
' 4. The insurance provided to the additional insured does not apply to "bodily injury", "property damage" or "personal and
advertising injury"that results solely from negligence of the additional hsured.
Copyright®2005 by Zurich Insurance Company STF-ESP-101-B CW(01/OS)
' Page] of 2
All rights reserved. No part of this document covered by the copyrights hereon may be reproduced or copied in any form by any means -graphic,electronic,or
mechanical,including photocopying,taping or information storage and retrieval systems without written permission of the Zurich Insurance Company.
5. The additional insured must see to it that:
f a. We are notified as soon as practicable of an"occurrence"or offense that may result in a claim;
' b. We receive written notice of a claim or"suit"as soon as practicable; and
c. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another
' insurer under which the additional insured also has rights as an insured or additional insured.
6. The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other insurance
available to the person or organization shown in the Schedule unless the other insurance is provided by a contractor other than you
for the same operations and job location. Then we will share with that other insurance by the.method described_ia. aragraph_8.c._
of Conditions(Section V.) in the COMMON COVERAGE PROVISIONS.
ALL OTHER TERMS AND CONDITIONS OF THE POLICY SHALL APPLY AND REMAIN UNCHANGED.
' Signed by:
Authorized Representative Date
' S"rF-ESP-101-B Cw(oim)
Page 2 of
2
� INSURANCE INFORMATION
� and REQUIREMENTS
1
1
1
1
1
1
1
1
1
1
Insurance Requirements
tFor the
City of Renton
Please provide this document to your insurance agent
' The City of Renton requires the industry standard:
' • $1,000,000 Commercial General Liability, with $2,000,000 in the aggregate
• $1,000,000 Auto Liability (Needed if a vehicle will be used in performance of
work. This would include delivery of products to worksite)
• $1,000,000 Excess Liability (if specified in contract)
• Proof of Workers' Compensation coverage (provide the number)
• $1,000,000 Professional Liability (if specified in contract)
' Requirements unique to the City of Renton:
' • Name the City of Renton as a Primary and Non-contributory Additional
Insured on the policy
• Provide the endorsement page(s)from the policy(ies),evidencing Primary &
' Non-contributory coverage
• Modify the cancellation clause to state:
"Should any of the above described policies be canceled before the
' expiration date thereof, the issuing company will mail 45 days written
notice to the certificate holder to the left."
• Put descriptive text of the project in the "Description of Operations"box
I • The certificate holder must read:
City of Renton
ATTN: {City project manager name/dept provided by your insured}
{Address provided by your insured}
{City, State, Zip}
t
t
� PREVAILING MINIMUM
� HOURLY WAGE RATES
1
1
1
1
1
1
1
1
1
i
CERTIFICATION OF PAYMENT OF PREVAILING WAGES
Date:
Ref: Pay Estimate No.
1 Project Maplewood Creek Sediment Basin 2008 Cleaning & Maintenance Proiect
SWP-27-2057 CAG No.
This is to certify that the prevailing wages have been paid to our employees and our subcontractors'
employees for the period
from through in
accordance with the Statements of Intent to Pay Prevailing Wage filed with the Washington State
Department of Labor & Industries. This form will be executed and submitted to the City of Renton
prior to or with the last pay request.
Company Name
By:
Title:
1 List of Subcontractors Used on the Project:
1
1
1
I
1
18-City-Prevail-WagesForm.doc\
� CITY OF RENTON
� SPECIAL PROVISIONS
1
1
1
1
1
1
1
1
1
City of Renton
' SPECIAL PROVISIONS
SPECIALPROVISIONS ............................................................................. 9
1-01 DEFINITIONS AND TERMS............................................................ 9
1-01.1 General...............................................................................................9
1-01.3 Definitions.........................................................................................9
1-02...BID PROCEDURES AND CONDITIONS................................... 11
1-02.6 Preparation of Proposal................................................................ 11
1-02.6(1) Proprietary Information .......................................................... 11
j1-02.12 Public Opening of Proposals....................................................... 11
1-03 AWARD AND EXECUTION OF CONTRACT ............................ 11
1-03.1 Consideration of bids .................................................................... 11
1-03.2 Award of Contract......................................................................... 11
1-03.3 Execution of Contract................................................................... 12
1-04 SCOPE OF WORK.......................................................................... 12
1-04.2 Coordination of Contract Documents... ..................................... 12
1-04.3 Contractor-Discovered Discrepancies ......................................... 12
1-04.4 Changes........................................................................................... 13
1-04.8 Progress Estimates and Payments................................................ 13
1-04.11 Final Cleanup............................................................................... 13
j 1-05 CONTROL OF WORK.................................................................... 13
1-05.4 Conformity With and Deviation from Plans and Stakes ........... 13
1-05.4(3) Contractor Supplied Surveying............................................... 14
1-05.4(4) Contractor Provided As-Built Information............................ 15
1-05.7 Removal of Defective and Unauthorized Work.......................... 15
1-05.11(3) Operational Testing................................................................. 17
1-05.14 Cooperation with Other Contractors........................................ 17
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sed
Basin\2008 Pond Cleaning\1110 FINAL Specs-2006 Spec\20a-SPECIAL PROVISIONS-2006v02.doc1
1-05.18 Contractor's Daily Diary ............................................................ 18 ,
1-06 CONTROL OF MATERIAL........................................................... 19
1-06.1 Approval of Materials Prior to Use.............................................. 19
1-06.2(1) Samples and Tests for Acceptance........................................... 19
1-06.2(2) Statistical Evaluation of Materials for Acceptance................ 19
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE ,
PUBLIC........................................................................................................ 19
1-07.1 Laws to be Observed ..................................................................... 19
1-07.6 Permits and Licenses..................................................................... 19
1-07.9(5) Required Documents ................................................................20
1-07.11(11) City of Renton Affidavit of Compliance..............................20
1-07.12 Federal Agency Inspection..........................................................20
1-07.13(1) General.....................................................................................20
1-07.16(1) Private/Public Property..........................................................21 j
1-07.17 Utilities and Similar Facilities ....................................................22
1-07.17(1) Interruption of Services..........................................................23
1-07.18 Public Liability and Property Damage Insurance ...................23
1-07.22 Use of Explosives.......................................................................... 26
1-07.23(1) Construction Under Traffic ...................................................26
1-08 PROSECUTION AND PROGRESS...............................................28
1-08.0 Preliminary Matters...................................................................... 28
1-08.0(1) Preconstruction Conference.....................................................28
1-08.1 Subcontracting...............................................................................29
1-08.2 Assignment .....................................................................................30
1-08.3 Progress Schedule..........................................................................30
1-08.5 Time For Completion ....................................................................31
1-08.6 Suspension of Work.......................................................................32
1-08.9 Liquidated Damages......................................................................32
1-08.11 Contractor's Plant and Equipment............................................33
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sed
Basin\2008 Pond Cleaning\1110 FINAL Specs-2006 Spec\20a-SPECIAL PROVISIONS-2006v02.doc2
1-08.12 Attention to Work........................................................................33
1-09 MEASUREMENT AND PAYMENT..............................................33
1-09.1 Measurement of Quantities ..........................................................33
1 1-09.3 Scope of Payment...........................................................................34
1-09.7 Mobilization ...................................................................................35
1 1-09.9 Payments.........................................................................................35
1-09.9(1) Retainage ...................................................................................35
1-09.11(2) Claims.......................................................................................37
1-09.13(3)B Procedures to Pursue Arbitration.......................................38
1-09.14 Payment Schedule (New Section)...............................................38
1-10 TEMPORARY TRAFFIC CONTROL.......................................... 49
1-10.1 General ........................................................................................... 49
1-10.2(1)B Traffic Control Supervisor.................................................... 50
1-10.2(2) Traffic Control Plans................................................................ 50
1-10.3(3) Construction Signs....................................................................50
1-10.4 Measurement.................................................................................. 50
1-10.5 Payment.......................................................................................... 50
1-11 RENTON SURVEYING STANDARDS ......................................... 51
1 2-01 CLEARING, GRUBBING,AND ROADSIDE CLEANUP........... 56
2-01.1 Description ..................................................................................... 56
j2-01.2 Disposal of Usable Material and Debris...................................... 56
2-01.5 Payment.......................................................................................... 56
2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS ............. 56
2-02.3(3) Removal of Pavement, Sidewalks, and Curbs........................ 56
2-02.4 Measurement.................................................................................. 57
2-02.5 Payment.......................................................................................... 57
2-03 ROADWAY EXCAVATION AND EMBANKMENT....................57
2-03.3 Construction Requirements.......................................................... 57
2-03.4 Measurement.................................................................................. 58
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sed
1 Basin\2008 Pond Cleaning\1110 FINAL Specs-2006 Spec\20a-SPECIAL PROVISIONS-2006v02.doc3
1
2-03.5 Payment.......................................................................................... 58
2-04 HAUL................................................................................................. 59
2-04.5 Payment.......................................................................................... 59
2-06 SUBGRADE PREPARATION........................................................ 59
2-06.5 Measurement and Payment......................................................... 59
2-09 STRUCTURE EXCAVATION ........................................................59
2-09.1 Description ..................................................................................... 59
2-09.3(1)D Disposal of Excavated Material............................................ 59
2-09.4 Measurement.................................................................................. 59
2-09.5 Payment.......................................................................................... 60
5-04 ASPHALT CONCRETE PAVEMENT........................................... 61
5-06 TRENCH RESTORATION AND OVERLAY............................... 63 t
7-01 DRAINS............................................................................................. 67
7-01.2 Materials......................................................................................... 67
7-01.3 Construction Requirements.......................................................... 67
7-01.4 Measurement.................................................................................. 67
7-02 CULVERTS....................................................................................... 67
7-02.2 Materials......................................................................................... 67
7-04 STORM SEWERS............................................................................ 67
7-04.2 Materials......................................................................................... 67
7-04.4 Measurement.................................................................................. 68 t
7-04.5 Payment.......................................................................................... 68
7-05 MANHOLES, INLETS,AND CATCH BASINS...........................68
7-05.3(1) Adjusting Manholes and Catch Basins to Grade................... 68
7-05.3(2) Abandon Existing Manholes.................................................... 69
7-05.3(3) Connections to Existing Manholes.......................................... 70
7-05.4 Measurement.................................................................................. 70
7-05.5 Payment.......................................................................................... 71
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS............. 71
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sed
Basin\2008 Pond Cleaning\1110 FINAL Specs-2006 Spec\20a-SPECIAL PROVISIONS-2006v02.doc4
7-08.3(1)C Bedding the Pipe .................................................................... 71
7-08.3(2)A Survey Line and Grade.......................................................... 71
7-08.3(2)B Pipe Laying — General ...........................................................71
7-08.3(2)E Rubber Gasketed Joints ........................................................ 72
7-08.3(2)H Sewer Line Connections........................................................ 72
7-08.3(2)J Placing PVC Pipe.................................................................... 72
7-08.4 Measurement.................................................................................. 72
t7-08.5 Payment.......................................................................................... 73
7-09 PIPE AND FITTINGS FOR WATER MAINS.............................. 73
7-09.3(15)A Ductile Iron Pipe...................................................................73
7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) ........ 73
7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene... 73
7-09.3(19)A Connections to Existing Mains............................................74
7-09.3(21) Concrete Thrust Blocking and Dead-Man Block ................ 74
7-09.3(23) Hydrostatic Pressure Test.......................................................74
7-09.3(24)A Flushing and ......................................................................... 75
7-09.3(24)D Dry Calcium Hypochlorite.................................................. 76
7-09.3(24)K Retention Period .................................................................. 76
7-09.3(24)N Final Flushing and Testing..................................................76
7-09.3(25) Joint Restraint Systems.......................................................... 76
7-09.4 Measurement.................................................................................. 78
7-09.5 Payment.......................................................................................... 78
7-12 VALVES FOR WATER MAINS...................................................... 79
7-12.3(1) Installation of Valve Marker Post............................................79
7-12.3(2) Adjust Existing Valve Box to Grade........................................ 79
7-12.4 Measurement.................................................................................. 79
7-12.5 Payment.......................................................................................... 79
1 7-14 HYDRANTS...................................................................................... 80
7-14.3(1) Setting Hydrants....................................................................... 80
H:Tile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sed
Basin\2008 Pond Cleaning\1110 FINAL Specs-2006 Spec\20a-SPECIAL PROVISIONS-200602.doc5
7-14.3(3) Resetting Existing Hydrants....................................................81
7-14.3(4) Moving Existing Hydrants.......................................................81
7-14.5 Payment.......................................................................................... 81
7-15 SERVICE CONECTIONS............................................................... 81
7-15.3 Construction Details......................................................................81
7-15.5 Payment.......................................................................................... 82
7-17 SANITARY SEWERS...................................................................... 82
7-17.2 Materials.........................................................................................82
7-17.3(1) Protection of Existing Sewerage Facilities..............................82
7-17.3(2)H Television Inspection.............................................................. 82
7-17.4 Measurement..................................................................................83
7-17.5 Payment.......................................................................................83
8-09 RAISED PAVEMENT MARKERS ................................................ 84
8-09.5 Payment..........................................................................................84 i
8-13 MONUMENT CASES...................................................................... 84
8-13.1 Description .....................................................................................84
8-13.3 Construction Requirements.......................................................... 84
8-13.4 Measurement................................................................................. 84
8-13.5 Payment......................................................................................... 84
8-14 CEMENT CONCRETE SIDEWALKS.......................................... 85
8-14.3(4) Curing........................................................................................85 t
8-14.4 Measurement.................................................................................. 85
8-14.5 Payment.......................................................................................... 85 i
8-17 IMPACT ATTENUATOR SYSTEMS............................................85
8-17.5 Payment.......................................................................................... 85
8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS,AND ,
ELECTRICAL............................................................................................ 86
8-20.2(l) Equipment List and Drawings................................................. 86
8-22 PAVEMENT MARKING.................................................................86
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sed
Basin\2008 Pond Cleaning\1110 FINAL Specs-2006 Spec\20a-SPECIAL PROVISIONS-2006v02.doc6
' 8-22.1 Description ..................................................................................... 86
8-22.3(5) Installation Instructions...........................................................87
1 8-22.5 Payment.......................................................................................... 87
' 8-23 TEMPORARY PAVEMENT MARKINGS....................................87
8-23.5 Payment.......................................................................................... 87
8-24.3(1) Rock Wall................................................................................... 87
9-03.8(2) HMA Test Requirements........................................................... 89
9-05 DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS .. 89
9-05.4 Steel Culvert Pipe and Pipe Arch (RC) ......................................89
t9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC)........................ 89
9-05.7(2)A Basis for Acceptance (RC)..................................................... 90
t9-05.7(3) Concrete Storm Sewer Pipe Joints (RC).................................90
9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC) ................... 90
9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC) ..................................... 90
9-05.12(3) CPEP Sewer Pipe .................................................................... 91
9-05.14 ABS Composite Sewer Pipe ........................................................91
9-05.17 Aluminum Spiral Rib Storm Sewer Pipe................................... 91
9-08 PAINTS.............................................................................................. 92
' 9-08.8 Manhole Coating System Products.............................................. 92
9-23 CONCRETE CURING MATERIALS AND ADMIXTURES...... 94
9-23.9 Fly Ash (RC)................................................................................... 94
9-30 WATER DISTRIBUTION MATERIALS...................................... 94
9-30.3(1) Gate Valves (3inches to 12 inches)........................................... 94
9-30.3(3) Butterfly Valves......................................................................... 95
9-30.3(5) Valve Marker Posts...................................................................95
9-30.3(7) Combination Air Release/Air Vacuum Valves........................ 95
9-30.3(8) Tapping Sleeve and Valve Assembly........................................95
1 9-30.3(9) Blow-Off Assembly ................................................................... 95
9-30.5 Hydrants......................................................................................... 96
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sed
Basin\2008 Pond Cleaning\1110 FINAL Specs-2006 Spec\20a-SPECIAL PROVISIONS-200602.doc7
9-30.5(1) End Connections (RC)..............................................................96 1
9-30.5(2) Hydrant Dimensions.................................................................96
9-30.6(3)B Polyethylene Pipe ...................................................................96
9-30.6(4) Service Fittings..........................................................................96
9-30.6(5) Meter Setters .............................................................................96
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sed
Basin\2008 Pond Cleaning\l 110 FINAL Specs-2006 Spec\20a-SPECIAL PROVISIONS-2006v02.doc8
1
SPECIAL PROVISIONS
' 1-01 DEFINITIONS AND TERMS
1-01.1 General
Section 1-01.1 is supplemented with:
Whenever reference is made to the State, Commission, Department of Transportation, Secretary of
Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean the
City of Renton acting through its City Council, employees, and duly authorized representatives for all
contracts administered by the City of Renton.
' 1-01.3 Definitions
Section 1-01.3 is revised and supplemented by the following:
Act of god
' "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A
rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific locality
of the work, which might reasonably have been anticipated from historical records of the general
' locality of the work, shall not be construed as an act of god.
Consulting Engineer
The Contracting Agency's design consultant, who may or may not administer the construction
' program for the Contracting Agency.
Contract Price
Either the unit price,the unit prices, or lump sum price or prices named in the proposal, or in properly
executed change orders.
Dates
Bid Opening Date: The date on which the Contracting Agency publicly opens and
reads bids.
Award Date: The date of the formal decision of the Contracting Agency to accept the
tlowest responsible and responsive Bidder for the work.
Contract Execution Date: The date the Contracting Agency officially binds the agency to
the Contract.
' Notice to Proceed Date: The date stated in the Notice to Proceed on which the Contract
time begins.
' Contract Completion Date: The date by which the work is contractually required to be
completed.
' Final Acceptance Date: The date the Contracting Agency accepts the work as complete
per the contract requirements.
Day
Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean
working days.
Engineer
The City Engineer or duly authorized representative, or an authorized member of a licensed
consulting firm retained by Owner for the construction engineering of a specific public works project.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sed Basin\2008
Pond Cleaning\1110 FINAL Specs-2006 Spec\20a-SPECIAL,PROVISIONS-2006v02.doc9
Inspector ,
Owner's authorized representative assigned to make necessary observations of the work performed or
being performed, or of materials furnished or being furnished by Contractor.
Or Equal ,
Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on
recommendation of the engineer, shall be the sole judge of the quality and suitability of the proposed
substitution. '
The responsibility and cost of furnishing necessary evidence, demonstrations, or other information
required to obtain the approval of alternative materials or processes by the Owner shall be entirely
borne by the Contractor. ,
Owner
The City of Renton or its authorized representative also referred to as Contracting Agency.
Performance and Payment Bond '
Same as"Contract Bond"defined in the Standard Specifications.
Plans '
The contract plans and/or standard plans which show location, character, and dimensions of
prescribed work 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 of the method of binding. The terms "Standard Drawings"
or "Standard Details" generally used in specifications refers to drawings bound either with the
specification documents or included with the Plans or the City of Renton Standard Plans.
Points '
Wherever reference is made to Engineer's points,this shall mean all marks, bench marks,reference
points, stakes, hubs,tack, etc., established by Engineer for maintaining horizontal and vertical control
of the work.
Provide
Means"furnish and install"as specified and shown in the Plans. '
Secretary,Secretary of Transportation
The chief executive officer of the Department and other authorized representatives. The chief
executive officer to the Department shall also refer to the Department of Planning/Building/Public '
Works Administrator.
Shop Drawings
Same as"Working Drawings" defined in the Standard Specifications. '
Special Provisions
Modifications to the standard specifications and supplemental specifications that apply to an
individual project. The special provisions may describe work the specifications do not cover. Such '
work shall comply first with the special provisions and then with any specifications that apply. The
Contractor shall include all costs of doing this work within the bid prices.
State '
The state of Washington acting through its representatives. The State shall also refer to The City of
Renton and its authorized representatives where applicable.
Supplemental Drawings and Instructions '
Additional instructions by Engineer at request of Contractor by means of drawings or documents
necessary, in the opinion of Engineer, for the proper execution of the work. Such drawings and '
instructions are consistent with the Contract Documents.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sed Basin\2008
Pond Cleaning\l 110 FINAL Specs-2006 Spec\20a-SPECIAL PROVISIONS-2006v02.doc10
1-09.14 Payment Schedule (New Section) Project SWP-27-2057
General - Scope
A. Payment for the various items of the Bid Sheets, as further specified herein, shall
include all compensation to be received by the CONTRACTOR for furnishing all tools,
equipment, supplies, and manufactured articles, and for all labor, operations, and
incidentals appurtenant to the items of work being described, as necessary to
complete the various items of the WORK all in accordance with the requirements of
the Contract Documents, including all appurtenances thereto, and including all costs of
compliance with the regulations of public regulations of public agencies having
jurisdiction, including Safety and Health Administration of the US Department of Labor
' (OSHA).
B. The Owner shall not pay for material quantities that exceed the actual measured
amount used and approved by the ENGINEER.
C. It is the intention of these specifications that the performance of all work under the bid
for each item shall result in the complete construction, in an accepted operating
condition, of each item.
Work and material not specifically listed in the proposal but required in the plans,
specifications, and general construction practice, shall be considered incidental to the
construction of the project and the Contractor shall include the cost within the unit bid
prices. No separate payment will be made for these incidental items.
1-09.14(1) Basic Bid (New Section)
This section is an outline of the basic bid items that will determine the low bidder for this
1 project. Measurement and Payment, where described in a bid item, shall supercede
Measurement and Payment listed in other sections of the Special Provisions and Standard
Specifications.
Any contractor wishing to inspect to sediment basin before the bid shall check in at
the Golf Course Pro Shop. Contractors cannot be on the golf course fairways without
escort.
Bid Item 1 Mobilization (LS)
iThis bid item includes the complete cost of furnishing and providing, complete and in-place
all work and materials necessary to move and organize equipment and personnel onto the
1 job site, provide and maintain all necessary support facilities and utilities, prepare the site for
construction operations, and maintain the site and surrounding areas during construction.
This item also includes final cleanup, dressing and trimming the project area after
construction, and the moving all personnel and equipment off the site after the work is
completed. Any spilled gravel on the golf course, cart paths, next to the creek, and in any
other areas shall be removed. The parking lot, access road, and cart paths shall be swept
and all debris removed at the end of the project.
Contractor use of the parking lot south of the sediment basin is limited to the area shown on
' H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sed Basin\2008 Pond
Cleaning\1110 FINAL SPEC-2006 SpecA20d-Bid Section I-09-14.doc
Page 1 of 11
the plans. The adjacent areas are may be used for golf course parking. The Contractor
must avoid inconveniencing patrons and vehicles using those areas. The Contractor is
responsible for any damage and injury to private vehicles, property, and persons per
Standard Specifications Section 1-07.14.
Golf course carts, pedestrians, and grounds workers use the two bridges across Maplewood
Creek, north of the flow splitter structure, to reach the parking area, and to travel between '
fairways. They also use the cart paths west of the creek (where gravel will be placed). The
Contractor shall give golf course users right-of-way on the bridge and cart paths when
accessing the project site, hauling sediments from the site, and transporting and placing
gravel.
Work Day Restrictions
Major Golf Course Event Days are listed below. The Contractor should anticipate heavier '
traffic and possible congestion on the golf course roads on those days. Work restrictions
are listed below:
Mon. Tues. Weds. Thurs. Fri. Sat., Sun
-August 8 No work
14 On weekends
19 20 22
Sept. 1 H 5
ALL DAYS ABOVE - No Work On Flow Splitter and channel below the road bridge.
NO HAULING OUT OF SEDIMENT—Aug. 8, 19, 22, Sept 5. (Tournament Days)
NO WORK - Sept. 1 — City Holiday
The Contractor shall plan the work such that construction is completed by no later than
September 15, 2008 to satisfy the HPA permit. The Contractor is responsible for complying
with the HPA permit, any Army Corps Permits that are issued, and all other permits, per
Special Provisions section 1-07.5.
The Contractor shall prepare a Work Plan, which shall include the following:
A. Proposed construction schedule and sequence for all major items of work.
B. Mobilization Plan showing the proposed location for storage of all equipment and
materials proposed to be located at the site. Storage shall not interfere with use of
the City ROW, golf course parking, and commercial and residential access. '
The Work Plan shall be submitted to the City for review, revision, and approval within 10
days of the contract award.
Measurement of Mobilization, Cleanup, and Demobilization shall be per lump sum.
Seventy percent (70%) of this item will be paid after the Contractor is fully in operation and
construction of the Project has began; the remaining thirty percent (30%) of this item will be
included in the pay estimate issued at the completion of the work provided that all
equipment has been removed from the Project, as-built drawings are submitted and
approved by the Owner, and the cleanup is acceptable to the Owner.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sed Basin\2008 Pond ,
Cleaning\l110 FINAL SPEC-2006 SpecA20d-Bid Sectionl-09-14.doc
Page 2of 11
Payment for this item will be made at the lump sum bid amount bid, and considered
complete compensation for all materials, equipment, and labor required to complete this
item of work in accordance with the Contract Documents.
Bid Item 2 Construct Bypass Structures, Divert Creek, Rescue Fish, and Drain
' Sediment Basin (LS)
This items includes all work needed for construction of temporary bypass structures,
diversion of Maplewood Creek from the work areas, draining the sediment basin, and
coordination with adjacent private property owner regarding water supply into a private fish
pond. See the description and photos of 1999 cleaning for an example of the work and
techniques needed.
During all work approximately 3/4 of the flow shall be kept moving downstream so the creek
is not dewatered and fish life is not lost.
Upstream Bypass Structure and Creek Diversion
The upstream bypass structure will be constructed upstream of the sediment basin, next to
the 18-inch bypass inlet. The bypass structure will divert the entire flow from the creek into
the 18-inch bypass pipe to prevent water from flowing to the sediment basin. The bypass
structure will be at least as high as the top of the bypass pipe, plus 3 inches. One type of
material that may be used for the bypass structure is sandbags (or media bags) and plastic
sheeting, keyed into the creek bed to limit potential underflow. Dirt fill shall not be used to
construct the bypass structure. Water shall be kept flowing to the fish channel on the golf
' course at all times.
It will be necessary to dig a sump downstream of the bypass structure and install a sump
' pump to collect any water running under the bypass structure and redirect it back into the
bypass pipe. Pumping will be required 24-hours a day to keep water from flowing to the
sediment basin
The work shall be planned and executed so the temporary bypass structure will be
completed early in the morning (approx. 8 to 10 am), and the remainder of the day will be
used for draining the sediment basin and fish rescue.
IDrain Sediment Basin
' After the upstream bypass structure is constructed and the creek is diverted, the sediment
basin may be drained using the 8-inch valves in the concrete structures. Before draining
starts the Contractor will place plastic sheeting anchored by sandbags on the bottom of the
basin, 5 to 6 feet out from the valves, to help reduce the amount of bottom sediment that
may be stirred up and discharged through the valves.
After the water is drained as low as the valves will allow, the Contractor will use a portable
1 pump to completely dewater the sediment basin. The 8-inch underdrain may also be
opened to allow the sediment to dewater. If the water from the underdrain is too silty to
discharge to the creek other means may be used to dewater the sediment. The contractor
shall not discharge sediment laden water to the creek.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sed Basin\2008 Pond
Cleaning\1110 FINAL SPEC-2006 Spec\20d-Bid Section 1-09-14.doe
Page 3of 11
i
1
The City Project Manager may assist the Contractor with the sequence needed to operate
the valves to bypass and drain the sediment basin.
Fish Rescue
All fish and other aquatic life shall be rescued from the creek, sediment basin, and fish
ladder and transferred to the downstream creek per the HPA and Fisheries regulations. '
At a minimum the Contractor shall have the following at the site for fish rescue from the
sediment basin:
• three laborers dedicated for fish rescue,
• four nets (approx. 6"x 8") with handles,
• four buckets for capturing fish,
• a portable gas pump with an intake strainer meeting Fisheries requirements
( see HPA#13 1/8" intake screen sized for a surface velocity of 0.4 fps ).
The contractor shall have the equipment on site for City inspection the day before installing
the bypass and draining the basin. If the equipment is not satisfactory, and workers are not
onsite the day of the bypass, installing the bypass and draining the basin shall not proceed.
Fish rescue shall start with the workers walking the creek bed and rescuing all aquatic life
immediately after the bypass structure is completed and flow is directed into the 18-inch
pipe. Fish rescue shall continue while the sediment basin is being drained. Workers shall
repeatedly walk the creek bed and sediment basin and continue to capture any fish present
until the basin is drained. It may be necessary to use hip waders to reach fish in the middle
of the basin. It will be difficult to wade through the silt sediment at the south end of the
basin. Each bucket shall be emptied within 1 hour after the first fish is placed in it. '
Captured fish shall be released to the creek downstream of the flow splitter structure.
Coordination with Private Property Owner ,
The private property owner (Mr. Casey McCarthy) adjacent to Maplewood Creek operates a
fishpond on his property. The Contractor will be responsible for coordinating with Mr.
McCarthy to keep sediment laden water from entering his fish pond while the basin is being
cleaned. The City will assist the Contractor with coordination by notifying Mr. McCarty of the
work no less than 1-week prior to the anticipated start date.
During the maintenance period, the Contractor will be responsible for closing the valve 1
(located on the east side of the overflow spillway) that supplies water to the fish pond. The
valve must be closed before dewatering begins to avoid discharge of any silt laden water '
into the fish pond. After the inlet valve is close, Mr. McCarty will be responsible for
supplying water to his fish pond from the creek next to his property. He usually placed a
small pump in the creek adjacent to his property. The Contractor will be responsible for not
disturbing Mr. McCartys pump and notifying McCarty at least 24 hours before gravel is
placed in the creek above or adjacent to his property.
Flow Splifter Structure and Creek Diversion
Work on the flow splitter and sediment removal between bridges shall not occur on the days
identified in Bid Item #1.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sed Basin\2008 Pond
Cleanin-0110 FINAL SPEC-2006 Spec\20d-Bid Sectionl-09-14.doc
Page 4of 11
j
iA bypass structure will be constructed at the flow splitter basin to divert the creek flow
around the accumulated gravel and sediment that will be removed from the flow splitter.
The bypass structure may be constructed of sandbags and plastic sheeting, or using a
different method chosen by the contractor. Regardless of the procedure chosen by the
contractor, the diversion must allow the removal of accumulated sediment from the flow
splitter basin without impacting the turbidity in the low flow channel. Water shall be kept
1 flowing to the fish channel on the golf course at all times.
When the bypass is constructed the Contractor shall be responsible for immediately
rescuing any fish stranded in the bypass section before removing accumulated gravel and
sediment.
Sediment Removal Between Bridcles (Note 11J5)
The Contractor shall install a temporary bypass structure to contain or isolate the area for
sediment removal, and prevent sediment from washing downstream during cleaning.
Sandbags, plastic sheeting, and filter fabric can be used to build a bypass or isolation
structure, similar to the one used for the Flow Splitter structure. Water shall be kept flowing
to the fish channel on the golf course at all times.
Payment for this item will be made at the lump sum amount bid, and considered complete
compensation for all design, labor equipment and materials required to complete this item of
work in accordance with the Contract Documents. Payment will be prorated as the work is
accomplished.
Bid Item 3 Remove, Haul, and Dispose of Sediment (LS)
This item includes removing the accumulated sediment from all locations (the sediment
basin, the channel at the north end of the basin, the area between the bridges, and flow
splitter), loading the material into vehicles, and hauling to a private site for disposal. All
costs for excavation, loading, hauling, and disposal shall be included in the bid price.
• Sediment in the sediment basin and upper channel shall be excavated using a smooth
bucket to avoid disturbing and damaging the imported backfill layer and PVC liner.
• Only singe dump trucks may be used across the bridge to the sediment basin, no
truck and trailer combinations.
Sediment Basin
The accumulated sediment above the imported backfill layer shall be removed and disposed
of offsite. The sediment basin, and channel at the north end of the basin, have a 12-inch
layer of imported backfill placed above a 30 mil PVC liner. The imported backfill layer is
different from the sediment and it is possible to differentiate between the two materials by
sight and feel. The contractor shall use the sediment basin construction plans and as-built
plans to locate the top of the 12-inch imported backfill layer.
The Contractor shall hand dig test holes to confirm the location and elevation of the backfill
layer, and PVC liner at the start of construction, and during excavation, when needed. Test
holes are more likely needed at the edges of the basin where the PVC liner is close to the
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sed Basin\2008 Pond
Cleaning\1110 FINAL SPEC-2006 Spec\20d-Bid Section I-09-14.doc
Page 5of 11
surface, than at the center of the basin. The locations and elevations of test holes shall be t
reviewed with the City prior to starting excavation, and wherever they are performed during
the excavation.
Upper Channel
The accumulated sediment in the upper channel north of the sediment basin will be removed '
to restore the area so it is similar to the as-built plans and the post construction photos.
The center section of the channel is approximately 8 to 12 feet wide, and has rock berms at
several locations along across the bottom and along the side.
In the middle of the channel sediment shall be removed to the top of the rock berms. Along
the sides sediment must be carefully removed from between the rock berms without
disturbing them. Some rocks may need to be adjusted or added to the berms. City
personnel will be available to help identify the extent of sediment removal, adjustments to
sediment removal, and any adjustment needed to the rock berms. The PVC liner is close to
the top of backfill in this area so hand dug test holes will be needed to identify the liner '
location.
PVC Liner
The contractor is responsible for protecting the PVC liner under the sediment basin and
north channel during excavation, and is responsible for repairing any punctures or tears that
may be caused by operational mistakes. Operational mistakes include not hand digging to
identify the liner location, digging too deep, digging beyond the liner limits shown on the
construction and as-built plans, and not properly protecting the liner from potential damage
from vehicle traffic. Any major punctures or tears shall be repaired by seaming a new PVC
patch over the affected area in accordance with manufacturers recommendation and
industry practice. Seaming shall be done by a company with experience in PVC liner
construction and seaming. Minor tears may be repaired by other means (tape or gluing), if
approved by the City.
Flow Splitter and Area Between Bridges
Work on the flow splitter and sediment removal between bridges shall not occur on the Golf
Course Event Days identified in Bid Item #1.
The accumulated sediment in the flow splitter basin shall be removed to match the original
elevation of the bottom of the high flow weir. The bottom of the weir is located
approximately 2.5 feet below the weir crest. The excavation shall slope gently upstream to
blend into the channel at the north end of the flow splitter. Accumulated sediment on the
south side of the splitter structure shall be removed down to the rip-rap layer. The locations
and elevations shall be reviewed with the City prior to starting excavation. The excavated
sediment shall be removed and disposed of offsite.
Accumulated sediment and vegetation in the area between the bridges shall be removed to
the bottom of the channel and the rockery on the east bank. The excavation extent shall be
reviewed with the City prior to starting excavation, and may be adjusted as the work
proceeds. The excavated sediment and debris shall be removed and disposed of offsite.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sed Basin\2008 Pond
Cleaning\l 110 FINAL SPEC-2006 Spec\20d-Bid Section I-09-14.doc
Page 6of 11
' Disposal
The Contractor shall provide the disposal site per Standard Specifications 2-03.3(7)C. All
costs for hauling and disposal shall be included in the bid price. Excavated 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. Before starting work the contractor shall identify all
disposal sites that will be used, and provide proof that they meet the required regulations.
The limits and extend of sediment removal will be monitored by the City during construction,
and the City may direct the Contractor to adjust the extent of sediment removal in some
areas. All adjustments for sediment removal, and to the rock berms, are considered
incidental. No extra payment will be made for any adjustments directed by the City.
Based on the previous pond cleaning, and general quantity estimates, approximately 1,300
to 1,500 cy of gravel and sediment may need to be removed for the entire project. The
actual amount of sediment removed may vary from the estimate. The lump sum bid price
will not be adjusted if the actual quantity varies from the estimate.
' Measurement for this item shall be per lump sum.
Payment for this item will be made at the lump sum bid amount, and shall be considered
complete compensation for all materials, tools, labor, equipment, excavation, haul, and
disposal required to complete the work as shown on the Plans, as directed by the City, and
in accordance with the Contract Documents. Payment will be prorated as the work is
accomplished
Bid Item 4 Refill Basin, Remove Bypass Structures, Restore Bank (LS)
This item includes refilling the sediment basin with water, restoring flow into the sediment
basin and fish ladder, removing all temporary bypass structures for the sediment basin, flow
splitter, and other areas, and restoring any banks and vegetation disturbed by the work.
During the refilling process approximately 3/4 the creek flow shall be kept flowing to the fish
channel on the golf course via the bypass pipe at all times. The Contractor shall plan the
work so that the basin can be filled overnight by allowing approximately 1/4 the flow into the
basin. After the majority of the basin is filled overnight, the temporary bypass structure can
be removed the next day.
The City Project Manager may assist the Contractor with the sequence needed to operate
the valves to refill the sediment basin.
This item includes any and all work needed to restore the bank next to the sediment basin,
flow splitter structure, and other areas after cleaning including but not limited to regrading
the bank, replacing rip-rap, grading, raking, and topsoil placement.
Payment for this item will be made at the lump sum amount bid, and shall be considered
complete compensation for all materials, tools, labor, equipment, excavation, haul, and
disposal required to complete the work as shown on the Plans, as directed by the City, and
in accordance with the Contract Documents.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sed Basin\2008 Pond
Cleaning\l 110 FINAL SPEC-2006 Spec\20d-Bid Section]-09-14.doc
Page 7of 11
Bid Item 5 Gravel Placement— Detail 1, Upstream of Flow Splitter(Ton)
This item includes placing streambed gravel at the edge of the creek and hand spreading it
across the bottom of the creek in the areas shown on the plan, and in any additional areas
identified by the City.
Streambed gravel shall consist of a rounded, naturally occurring, granular material with an
organic content less than 3 percent by volume. Crushed or angular rock will not be
permitted. The gradation requirements for the gravel are shown on Detail 1 of the Plans. '
Gravel placement for Detail 1 for areas next to the 18th tee and bridge across the creek
shall not occur on the Golf Course Event Days identified in Bid Item #1.
Gravel may be placed by machine at the west edge of the creek. Gravel shall be hand
spread across the bottom of the creek using shovels. The new gravel layer is intended to be
approx. 6-inches thick. Approximately 1 to 2 CY may be placed at each location. The City
will review the gravel placement at each location and may adjust the locations, amount of
gravel, and depth of gravel as needed. '
Any unused gravel stockpiled on the site shall be either moved to a stockpile location in the
immediate area, or shall be removed from the site, as determined by the City. Stockpiling or
removing the unused gravel is included as part of the bid item cost.
This item includes limited cutting, removing, and disposing of streamside vegetation as
needed to reach the creek for gravel placement. All vegetation cutting shall be reviewed ,
and approved by the City prior to cutting. The Contractor shall not cut beyond the extent
identified by the City.
The quantity for this bid item is included to provide a common proposal for bid purposes.
The actual quantity used may vary from that amount. The unit price will not be adjusted if
the actual quantity varies by more than 25 percent from the bid quantity.
Measurement for Gravel Placement shall be per Ton in the haul conveyance at the point of
delivery. The Contractor shall provide a material quantity ticket from the supplier, from a
certified scale, giving the type and amount of material for each load of material brought to
the site.
Payment for this item will be made at the unit price amount bid, and shall be considered
complete compensation for all materials, tools, labor, equipment, excavation, haul, and
disposal required to complete the work as shown on the Plans, as directed by the City, and
in accordance with the Contract Documents.
Bid Item 6 Gravel Placement— Detail 2, Downstream of Flow Splitter (Ton)
This item includes placing streambed gravel at the edge of the creek and hand spreading it
across the bottom of the creek in the areas shown on the plan, and in any additional areas
identified by the City.
H:Tile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sed Basin\2008 Pond
Cleaning\1110 FINAL SPEC-2006 Spec\20d-Bid Section I-09-14.doc
Page 8of 11
' Streambed gravel shall consist of a rounded, naturally occurring, granular material with an
organic content less than 3 percent by volume. Crushed or angular rock will not be
permitted. The Gradation requirements for the 4" size gravel are shown on Detail 2 of the
' Plans.
The Contractor shall avoid damaging the golf course grounds. Only small soft tired vehicles
' (such as bobcats or wheel barrows) may be used to deliver gravel to the side of the creek.
Gravel will be placed at the top of the creek, and carried down the creek side by hand in
buckets. Gravel shall be hand spread across the bottom of the creek using shovels, and
other hand tools. The new gravel layer is intended to be approximately 6-inches thick.
Approximately 1 to 2 CY may be placed at each location. The City will review the gravel
placement at each location and may adjust the locations, amount of gravel, and depth of
gravel as needed.
Any unused gravel stockpiled on the site shall be either moved to a stockpile location in the
immediate area, or shall be removed from the site, as determined by the City. Stockpiling or
removing the unused gravel is included as part of the bid item cost.
This item includes limited cutting, removing, and disposing of streamside vegetation as
needed to reach the creek for gravel placement. All vegetation cutting shall be reviewed
and approved by the City prior to cutting. The Contractor shall not cut beyond the extent
identified by the City.
' The quantity for this bid item is included to provide a common proposal for bid purposes.
The actual quantity used may vary from that amount. The unit price will not be adjusted if
the actual quantity varies by more than 25 percent from the bid quantity.
Measurement for Gravel Placement shall be per Ton in the haul conveyance at the point of
delivery. The Contractor shall provide a material quantity ticket from the supplier, from a
certified scale, giving the type and amount of material for each load of material brought to
the site.
Payment for this item will be made at the unit price amount bid, and shall be considered
complete compensation for all materials, tools, labor, equipment, excavation, haul, and
disposal required to complete the work as shown on the Plans, as directed by the City, and
' in accordance with the Contract Documents.
' Bid Item 7 Creek Boulders (Ton)
This item includes moving and adjusting existing boulder in the creek bed, and placing new
creek boulders, as shown on the plans and directed by the City.
Creek Boulders shall consist of naturally occurring rock per Standard Specification Section
9-13.7(1) Rock For Rock Walls. Each creek boulder shall be a Two Man rock approximately
12"x15"x18" in size (160 to 300 pounds ea). Small rock (chinking material) shall not be
delivered to the site.
The Contractor may use machinery to lower rocks into place and move rocks into position
where possible. Hand labor may be needed to adjust rocks to final locations in areas not
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sed Basin\2008 Pond
Cleaning\1110 FINAL SPEC-2006 Spec\20d-Bid Section I-09-14.doc
Page 9of 11
i
accessible by machinery. The Contractor shall not remove excess vegetation, or damage '
adjacent trees, the creek bed or banks. The City may direct rock location and adjustments.
Any unused rock stockpiled on the site shall be either moved to a stockpile location in the '
immediate area, or shall be removed from the site, as determined by the City. Stockpiling or
removing the unused rock is included as part of the bid item cost.
This item includes limited cutting, removing, and disposing of streamside vegetation as ,
needed to reach the creek for rock placement. All vegetation cutting shall be reviewed and
approved by the City prior to cutting. The Contractor shall not cut beyond the extent
identified by the City.
The quantity for this bid item is included to provide a common proposal for bid purposes.
The actual quantity used may vary from that amount. The unit price will not be adjusted if
the actual quantity varies by more than 25 percent from the bid quantity.
Measurement for Gravel Boulders shall be per Ton in the haul conveyance at the point of '
delivery. The Contractor shall provide a material quantity ticket from the supplier, from a
certified scale, giving the type and amount of material for each load of material brought to
the site.
Payment for this item will be made at the unit price amount bid, and shall be considered
complete compensation for all materials, tools, labor, equipment, excavation, haul, and ,
disposal required to complete the work as shown on the Plans, as directed by the City, and
in accordance with the Contract Documents.
Bid Item 8 Hydroseed (SF)
This item includes furnishing and installing hydroseed, fertilizer, and mulch on the inner '
banks of the sediment basin, upper channel, on any areas of the outer banks where
vegetation was disturbed by the work, and on any bare or sparse areas. All areas for
hydroseeding shall be identified and review with the City for approval prior to placement.
Hydroseeding shall be per Special Provisions Section 9-14.5(7).
The bottom 6 to 7 feet of the basin side slope (measures horizontally) does not have to be ,
hydroseeded since it will be submerged when the basin is filled with water.
The contractor shall submit seed vendor's certification for the grass seed mixture, indicating ,
percentage by weight, percentage of purity, germination, and weed seed for each grass
species.
Measurement for this item will be determined by measuring the actual square feet of
disturbed area to be seeded. Measurement will be made by the City per the approved area.
The bid quantity for this item is included to provide a common proposal for bid purposes.
The actual quantity used in construction may vary. '
Payment for this item will be made by at the unit price amount bid, and shall be considered
complete compensation for all materials, tools, labor, and equipment required to complete '
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sed Basin\2008 Pond '
Cleaning\1110 FINAL SPEC-2006 Spec\20d-Bid Section1-09-14.doc
Page 10of 11
' the work as shown on the Plans, as directed by the City, and in accordance with the
Contract Documents.
' Bid Item 9: Minor Changes (LS)
This item is intended for use by the City to pay for any minor changes that may be needed.
The unit contract price for Minor Changes shall be as shown by the City on the Schedule of
Prices. At the discretion of the Contracting Agency, all or part of this lump sum may be used
in lieu of the more formal change order procedure as outlined in Standard Specifications
' Section 1-04.4(1).
All work and payment under this item must be authorized in writing by the City Project
' Manager or Supervisor. Payment will be determined in accordance with Standard
Specification Section 1-09.4.
' Measurement of Minor Change shall be per lump sum.
Payment for this item will be prorated for the changes and amounts approved in writing by
the City. If no changes are authorized the final payment for this bid item will be $0 (zero).
1
1
' HA\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sed Basin\2008 Pond
Cleaning\1110 FINAL SPEC-2006 Spec\20d-Bid Section I-09-14.doc
Page 11 of 11
1-10 TEMPORARY TRAFFIC CONTROL '
1-10.1 General '
Section 1-10.1 is supplemented by adding the following:
When the bid proposal includes an item for"Traffic Control,"the work required for this item shall be
all items described in Section 1-10, including, but not limited to: '
1. Furnishing and maintaining barricades, flashers, construction signing and other
channelization devices, unless a pay item is in the bid proposal for any specific device and
the Special Provisions specify furnishing, maintaining, and payment in a different manner '
for that device;
2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control
labor;
3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs '
and other traffic control devices;
4. Furnishing labor and vehicles for patrolling and maintaining in position all of the
construction signs and the traffic control devices, unless a pay item is in the bid proposal to
specifically pay for this work; and
5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and
replacing of the construction signs and the traffic control devices destroyed or damaged
during the life of the project. '
6. Removing existing signs as specified or a directed by the engineer and delivering to the
City Shops or storing and reinstalling as directed by the Engineer.
7. Preparing a traffic control plan for the project and designating the person responsible for
traffic control at the work site. The traffic control plan shall include descriptions of the '
traffic control methods and devices to be used by the prime contractor, and subcontractors,
shall be submitted at or before the preconstruction conference, and shall be subject to
review and approval of the Engineer.
8. Contacting police, fire, 911, and ambulance services to notify them in advance of any work '
that will affect and traveled portion of a roadway.
9. Assuring that all traveled portions of roadways are open to traffic during peak traffic
periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the special
provisions, or as directed by the Engineer.
10. Promptly removing or covering all nonapplicable signs during periods when they are not
needed.
If no bid item "Traffic Control" appears in the proposal then all work required by these sections will '
be considered incidental and their cost shall be included in the other items of work.
If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of '
equipment, or services which could not be usually anticipated by a prudent contractor for the
maintenance and protection of traffic, then a new item or items may be established to pay for such
items. Further limitations for consideration of payment for these items are that they are not covered
by other pay items in the bid proposal, they are not specified in the Special Provisions as incidental, '
and the accumulative cost for the use of each individual channelizing device, piece of equipment, or
service must exceed $200 in total cost for the duration of their need. In the event of disputes, the
Engineer will determine what is usually anticipated by a prudent contractor. The cost for these items '
will be by agreed price, price established by the Engineer, or by force account. Additional items
required as a result of the contractor's modification to the traffic control plan(s) appearing in the
contract shall not be covered by the provisions in this paragraph.
If the total cost of all the work under the contract increases or decreases by more than 25 percent, an '
equitable adjustment will be considered for the item "Traffic Control" to address the increase or
decrease.
H:\File S s\SWP-Surface Water Projects\SWP-27-Surface Water Projects CIP\27-2057 Maplewood Sed Basin\2008 ,
Y J J � ) P
Pond Cleaning\1110 FINAL Specs-2006 Spec\20a-SPECIAL PROVISIONS-2006v02.doc49
PERMITS
' J Washington State Hydraulic Project Approval
g Y pp
Army Corps of Engineers Nationwide Permit
(may be issued before construction)
Washington State Dept. of Ecology Water Quality Certification
(may be issued before construction)
1
1
1
1
I Washington HYDRAULIC PROJECT APPROVAL North Puget Sound
Department of 16018 Mill Creek Boulevard
FISH and RCW 77.55.021-Appeal pursuant to Chapter 34.05 RCW Mill Creek,WA 98012-1296
' WILDLIFE RCW 77.55.100-Appeal pursuant to Chapter 34.05 RCW (425)775-1311
Issue Date: May 15, 2007 Control Number: 109034-1
' Project Expiration Date: May 14, 2012 FPA/Public Notice#: N/A
' PERMITTEE AUTHORIZED AGENT OR CONTRACTOR
Renton City of Surface Water Utility
ATTENTION: Daniel Carey
1055 S. Grady Way 5th Floor
Renton, WA 98057
' 425-430-7293
Project Name: Sediment Basin Cleaning and Maintenance Project
Project Description: Remove accumulated sediment from the sediment basin and flow splitter;
clear brush and debris from the high flow bypass channel; and place gravel
in the fish channel at the Maplewood Golf Course located at 4050 Renton -
Maple Valley Highway
' PROVISIONS
' 1. TIMING LIMITATIONS: The project may begin immediately and shall be completed by May 14,
2012, provided that work below the ordinary high water line (OHWL) shall occur only between June
15 and September 15, unless otherwise approved by the Washington Department of Fish and
Wildlife (WDFW) Area Habitat Biologist (AHB).
2. Work shall be accomplished per plans and specifications entitled, "OPERATIONS AND
MAINTENANCE MANUAL MAPLEWOOD CREEK SEDIMENT BASIN AND FISH CHANNEL",
1 dated September 1999, and "MAPLEWOOD CREEK SEDIMENT BASIN 2007 CLEANING AND
MAINTENANCE PROJECT", dated May 8, 2007, submitted to WDFW, except as modified by this
Hydraulic Project Approval (HPA). These plans reflect design criteria per Chapter 220-110 WAC.
' These plans reflect mitigation procedures to significantly reduce or eliminate impacts to fish
resources. A copy of these plans shall be available on site during construction.
3. The sediment basin and fish channel shall be maintained by the City of Renton per RCW
77.57.030 to ensure continued, unimpeded fish passage. If the structure becomes a hindrance to
fish passage, the City of Renton shall be responsible for providing prompt repair under this HPA.
' Financial responsibility for maintenance and repairs shall be that of the City of Renton. NOTE:
There are large angular rocks which were installed by the City between the sediment pond and flow
splitter which continue to be a hindrance to fish migration. This portion of the stream needs to be
' continually monitored and adjustments made to ensure compliance with RCW 77.57.030.
4. A temporary bypass to divert flow around the work area shall be in place prior to initiation of other
work in the wetted perimeter.
5. A sandbag revetment or similar device shall be installed at the bypass inlet to divert the entire
flow through the bypass.
Page 1 of 5
Washington HYDRAULIC PROJECT APPROVAL North Puget Sound
Department of 16018 Mill Creek Boulevard
FISH and RCW 77.55.021-Appeal pursuant to Chapter 34.05 RCW Mill Creek,WA 98012-1296
WILDLIFE RCW 77.55.100-Appeal pursuant to Chapter 34.05 RCW (425)775-1311 '
Issue Date: May 15, 2007 Control Number: 109034-1
Project Expiration Date: May 14, 2012 FPA/Public Notice#: N/A '
6. A sandbag revetment or similar device shall be installed at the downstream end of the bypass to ,
prevent backwater from entering the work area.
7. The bypass shall be of sufficient size to pass all flows and debris for the duration of the project. '
8. Prior to releasing the water flow to the project area, all dredging shall be completed.
9. Releasing of water back in to the pond shall be done slowly, so that approximately 3/4 of the ,
water flows through the bypass until the pond is full, to prevent dewatering of the stream and loss
of fish life.
10. Upon completion of maintenance activities, all material used in the temporary bypass shall be
removed from the site and the site returned to pre-project or improved conditions.
11. Due to interception of spawning gravels in the sediment basin, spawning gravels shall be '
supplemented in the fish channel downstream of the sediment basin, as determined to be
necessary by the WDFW AHB at the time of each sediment basin maintenance dredging. Twenty '
five cubic yards of spawning size gravels shall be added to the channel downstream of the
sediment pond in 2007, and in subsequent years at the discretion of the AHB. Fifteen to twenty
cubic yards of this material shall be added downstream of the flow splitter in the pool tailouts '
downstream of the log weirs.
12. The permittee shall capture and safely move food fish, game fish, and other fish life from the job '
site. The permittee shall have fish capture and transportation equipment ready and on the job site.
Captured fish shall be immediately and safely transferred to free-flowing water downstream of the
project site. The permittee may request 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. Any device used for diverting water from a fish-bearing stream shall be equipped with a fish
guard to prevent passage of fish into the diversion device pursuant to RCW 77.57.010 and '
77.57.070. The pump intake shall be screened with 1/8-inch mesh to prevent fish from entering the
system. The screened intake shall consist of a facility with enough surface area to ensure that the
velocity through the screen is less than 0.4 feet per second. Screen maintenance shall be '
adequate to prevent injury or entrapment to juvenile fish and the screen shall remain in place
whenever water is withdrawn from the stream through the pump intake.
14. Dredged streambed materials shall be disposed of upland so they will not re-enter state waters. '
15. Equipment shall be operated to minimize turbidity. During excavation, each pass with the '
bucket shall be complete. Dredged material shall not be stockpiled in the stream.
16. Dredging shall be accomplished by starting at the upstream end of the project boundary and '
working downstream.
Page 2 of 5
Washington HYDRAULIC PROJECT APPROVAL North Puget Sound
Department of 16018 Mill Creek Boulevard
FISH and RCW 77.55.021-Appeal pursuant to Chapter 34.05 RCW Mill Creek,WA 98012-1296
' WILDLIFE RCW 77.55.100-Appeal pursuant to Chapter 34.05 RCW (425)775-1311
Issue Date: May 15, 2007 Control Number: 109034-1
Project Expiration Date: May 14, 2012 FPA/Public Notice#: N/A
17. If at any time, as a result of project activities, fish are observed in distress, a fish kill occurs, or
water quality problems develop (including equipment leaks or spills), immediate notification shall be
made to the Washington Department of Ecology at 1-800-258-5990, and to the AHB.
18. Erosion control methods shall be used to prevent silt-laden water from flowing downstream.
These may include, but are not limited to, straw bales, filter fabric, temporary sediment ponds,
' check dams of pea gravel-filled burlap bags or other material, and/or immediate mulching of
exposed areas.
19. Prior to starting work, the selected erosion control measures (Provision 18) shall be installed.
Accumulated sediments shall be removed during the project and prior to removing the erosion
control measures after completion of work.
' 20. All waste material such as construction debris, silt, excess dirt or overburden resulting from this
project shall be deposited above the limits of flood water in an approved upland disposal site.
21. If high flow conditions that may cause siltation are encountered during this project, work shall
stop until the flow subsides.
22. Extreme care shall be taken to ensure that no petroleum products, hydraulic fluid, fresh cement,
sediments, sediment-laden water, chemicals, or any other toxic or deleterious materials are allowed
to enter or leach into downstream state waters.
23. NOTIFICATION REQUIREMENT: The AHB shall receive written notification (e-mail to
fisheldf@dfw.wa.gov) from the person to whom this HPA is issued (permittee) or the
agent/contractor no less than three working days prior to start of work, and again within seven days
of completion of work to arrange for a compliance inspection. The notification shall include the
permittee's name, project location, starting date for work or completion date of work, and the control
number for this HPA.
PROJECT LOCATIONS
tLocation #1 Maplewood Golf Course
WORK START: May 15, 2007 IWORK END: May 14, 2012
WRIA: Waterbody: Tributary to:
08.0302 Maplewood Creek (rb) Cedar River
114 SEC: Section: Township: Range: Latitude: Longitude: County:
' SW 1/4 115 �23 N 05 E N 47.474238 W 122.16372 King
Location#1 Driving Directions
1 Page 3 of 5
Washington HYDRAULIC PROJECT APPROVAL North Puget Sound t
Department of 16018 Mill Creek Boulevard
FISH and RCW 77.55.021-Appeal pursuant to Chapter 34.05 RCW Mill Creek,WA 98012-1296
WILDLIFE RCW 77.55.100-Appeal pursuant to Chapter 34.05 RCW (425)775-1311
Issue Date: May 15, 2007 Control Number: 109034-1
Project Expiration Date: May 14, 2012 FPA/Public Notice#: N/A
APPLY TO ALL HYDRAULIC PROJECT APPROVALS ,
This Hydraulic Project Approval pertains only to those requirements of the Washington State Hydraulic Code,
specifically Chapter 77.55 RCW(formerly RCW 77.20). Additional authorization from other public agencies may be '
necessary for this project. The person(s)to whom this Hydraulic Project Approval is issued is responsible for applying
for and obtaining any additional authorization from other public agencies (local, state and/or federal)that may be
necessary for this project.
This Hydraulic Project Approval shall be available on the job site at all times and all its provisions followed by the ,
person(s)to whom this Hydraulic Project Approval is issued and operator(s)performing the work.
This Hydraulic Project Approval does not authorize trespass.
The person(s)to whom this Hydraulic Project Approval is issued and operator(s)performing the work may be held
liable for any loss or damage to fish life or fish habitat that results from failure to comply with the provisions of this ,
Hydraulic Project Approval.
Failure to comply with the provisions of this Hydraulic Project Approval could result in a civil penalty of up to one
hundred dollars per day and/or a gross misdemeanor charge, possibly punishable by fine and/or imprisonment.
All Hydraulic Project Approvals issued pursuant to RCW 77.55.021 (EXCEPT agricultural irrigation, stock watering or
bank stabilization projects)or 77.55.141 are subject to additional restrictions, conditions or revocation if the Department '
of Fish and Wildlife determines that new biological or physical information indicates the need for such action. The
person(s)to whom this Hydraulic Project Approval is issued has the right pursuant to Chapter 34.04 RCW to appeal
such decisions. All agricultural irrigation, stock watering or bank stabilization Hydraulic Project Approvals issued '
pursuant to RCW 77.55.021 may be modified by the Department of Fish and Wildlife due to changed conditions after
consultation with the person(s)to whom this Hydraulic Project Approval is issued: PROVIDED HOWEVER,that such
modifications shall be subject to appeal to the Hydraulic Appeals Board established in RCW 77.55.301.
APPEALS INFORMATION
If you wish to appeal the issuance or denial of, or conditions provided in a Hydraulic Project Approval,there are '
informal and formal appeal processes available.
A. INFORMAL APPEALS (WAC 220-110-340)OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.021,
77.55.141, 77.55.181, and 77.55.291: A person who is aggrieved or adversely affected by the following Department ,
actions may request an informal review of:
(A)The denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic
Project Approval; or
(B)An order imposing civil penalties. A request for an INFORMAL REVIEW shall be in WRITING to the Department
of Fish and Wildlife HPA Appeals Coordinator, 600 Capitol Way North, Olympia, Washington 98501-1091 and shall be
RECEIVED by the Department within 30 days of the denial or issuance of a Hydraulic Project Approval or receipt of an
order imposing civil penalties. If agreed to by the aggrieved party, and the aggrieved party is the Hydraulic Project
Approval applicant, resolution of the concerns will be facilitated through discussions with the Area Habitat Biologist and
his/her supervisor. If resolution is not reached, or the aggrieved party is not the Hydraulic Project Approval applicant,
the Habitat Technical Services Division Manager or his/her designee shall conduct a review and recommend a decision
to the Director or his/her designee. If you are not satisfied with the results of this informal appeal, a formal appeal may '
be filed.
B. FORMAL APPEALS (WAC 220-110-350)OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.021
(EXCEPT agricultural irrigation, stock watering or bank stabilization projects)or 77.55.291: ,
A person who is aggrieved or adversely affected by the following Department actions may request a formal review of:
(A)The denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic
Page 4 of 5 ,
Washington HYDRAULIC PROJECT APPROVAL North Puget Sound
Department of 16018 Mill Creek Boulevard
FISH and RCW 77.55.021-Appeal pursuant to Chapter 34.05 RCW Mill Creek,WA 98012-1296
WILDLIFE RCW 77.55.100-Appeal pursuant to Chapter 34.05 RCW (425)775-1311
Issue Date: May 15, 2007 Control Number: 109034-1
Project Expiration Date: May 14, 2012 FPA/Public Notice#: N/A
' Project Approval;
(B)An order imposing civil penalties; or
(C)Any other'agency action'for which an adjudicative proceeding is required under the Administrative Procedure
Act, Chapter 34.05 RCW.
A request for a FORMAL APPEAL shall be in WRITING to the Department of Fish and Wildlife HPA Appeals
Coordinator, shall be plainly labeled as'REQUEST FOR FORMAL APPEAL'and shall be RECEIVED DURING
OFFICE HOURS by the Department at 600 Capitol Way North, Olympia, Washington 98501-1091, within 30-days of
the Department action that is being challenged. The time period for requesting a formal appeal is suspended during
1 consideration of a timely informal appeal. If there has been an informal appeal, the deadline for requesting a formal
appeal shall be within 30-days of the date of the Department's written decision in response to the informal appeal.
' C. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55,021 (agricultural irrigation,
stock watering or bank stabilization only), 77.55.141, 77.55.181, or 77.55.241: A person who is aggrieved or adversely
affected by the denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a
Hydraulic Project Approval may request a formal appeal. The request for FORMAL APPEAL shall be in WRITING to
' the Hydraulic Appeals Board per WAC 259-04 at Environmental Hearings Office, 4224 Sixth Avenue SE, Building Two-
Rowe Six, Lacey,Washington 98504;telephone 360/459-6327.
D. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO CHAPTER 43.21 L RCW: A person
who is aggrieved or adversely affected by the denial or issuance of a Hydraulic Project Approval, or the conditions or
provisions made part of a Hydraulic Project Approval may request a formal appeal. The FORMAL APPEAL shall be in
accordance with the provisions of Chapter 43.21 L RCW and Chapter 199-08 WAC. The request for FORMAL APPEAL
shall be in WRITING to the Environmental and Land Use Hearings Board at Environmental Hearings Office,
Environmental and Land Use Hearings Board, 4224 Sixth Avenue SE, Building Two-Rowe Six, P.O. Box 40903,
Lacey, Washington 98504;telephone 360/459-6327.
' E. FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS results in forfeiture of all appeal rights. If there is
no timely request for an appeal,the department action shall be final and unappealable.
1 ENFORCEMENT: Sergeant Chandler (34) P2
Habitat Biologist Q,.s. for Director
Larry Fisher 425-649-7042 WDFW
CC:
Page 5 of 5
From: "Klein, Amy S NWS" <Amy.S.Klein @usace.army.mil>
To: "Daniel Carey" <Dcarey@ci.renton.wa.us>
Date: 01/23/2008 9:35:11 AM
' Subject: RE: City of Renton - Maplewood Sediment Basin Re:NWS-2007-688-NO Permit
Under this circumstance, go ahead and use the permit authorization again
since it is still valid. Be sure to follow all terms and conditions.
I will add this e-mail and the photos you submitted to your project file for
future reference.
Amy
Amy S. Klein
' Regulatory Program
U.S. Army Corps of Engineers - Seattle District
PO Box 3755
Seattle, Washington 98124
1 Phone: 206.766.6438
Fax: 206.764.6602
amy.s.klein@usace.army.mil
-----Original Message-----
From: Daniel Carey[mailto:Dcarey@ci.renton.wa.us]
Sent: Wednesday, January 23, 2008 9:26 AM
To: Klein, Amy S NWS
Cc: Ronald Straka; Lori (ECY) Enlund
Subject: City of Renton - Maplewood Sediment Basin Re:NWS-2007-688-NO Permit
' Hi Amy,
The City cleaned out the Maplewood Sediment Basin and Flow Splitter in late
August/early September 2007.
Then in December 2007 we had storms with a peak rainfall of 4.2 inches in
24-hours, which exceeded the 100-year, 24-hour storm (3.9 inches). The
storms caused a large amount of erosion and sediment, and completely filled
the Maplewood Sediment Basin and Flow Splitter. Attached are pictures of the
basin and flow splitter before and after the storm. We will need to do the
entire cleaning project again in 2008.
I The Army Corps of Engineers June 29, 2007 letter authorizing the work stated
that the NWP authorization was valid for 2 years after the date of the
letter. Our cleaning project in 2008 will be exactly the same as in 2007. We
will use the same techniques to temporarily divert the water around the
sediment basin and flow splitter, and will clean the same areas as before.
The work will be scheduled for August 2008, within the time period allowed by
the NWPs and Washington Dept. of Fish and Wildlife HPA.
' Can the City use the June 29, 2007 authorization and NWP's to perform the
cleaning in 2008?
Let me know if you have any questions.
Thanks,
DEPARTMENT OF THE ARMY
SEATTLE DISTRICT,CORPS OF ENGINEERS
P.O.BOX 3755
\ j SEATTLE,WASHINGTON 98124-3755
' �---� REPLY TO
ATTENTION OF
Regulatory Branch
2007
Mr. Daniel Carey
City of Renton— Surface Water Utility
1055 South Grady Way
Renton, Washington 98055
' Reference: Renton, City of
NWS-2007-688-NO
1 Dear Mr. Carey:
We have reviewed your application to place 25 cubic yards of fish gravel below the
sediment basin, place a temporary diversion structure at the sediment basin, and place a
temporary diversion berm at the flow splitter to dewater the creek during sediment pond
1 maintenance in Maplewood Creek at Renton,King County, Washington. Based on the
information you provided to us, Nationwide Permit 27,Aquatic Habitat Restoration,
Establishment, and Enhancement Activities and Nationwide Permit 33, Tenipo•ary Construction,
Access, and Dewatering(Federal Register,March 12,2007 Vol. 72,No. 47),authorize your
proposal as depicted on the enclosed drawings dated May 2007 and June 6, 2007. In order for
this NWP authorization to be valid, you must ensure that the work is performed in accordance
with the enclosed Nationwide Permit 27 and 33, Terms and Conditions and the following special
' conditions:
a. You must implement and abide by the ESA requirements and/or agreements set forth
in your Reference Biological Evaluation Specific Project Information Form for Nearshore Fill,
dated May 5, 2004, and the addendum dated June 6,2007, in their entirety. You must also
' comply with the conditions included in the enclosed General Implementation Conditions. The
National Marine Fisheries Service(NMFS) concurred with a finding of"may affect,not likely to
adversely affect" based on this document on June 29, 2007 (NMFS Reference Number
M/NWR/2007/04275). They will be informed of this pernlit issuance. Failure to comply with
the commitments made in this document constitutes non-compliance with the ESA and your
Corps permit. The NMFS is the appropriate authority to determine compliance with ESA.
I b. hi order to protect Puget Sound Chinook and Puget Sound steelhead, the permittee
may conduct the authorized activities from July 1 through September 15 in any year this permit
is valid. The permittee shall not conduct work authorized by this permit from September 16
1 through June 30 in ally year this pen-nit is valid.
You are cautioned that any change in project location or plans will require that you submit
1 a copy of the revised plans to this office and obtain our approval before you begin work.
1
Deviating from the approved plans could result in the assessment of criminal or civil penalties. I
Please note that we may need to reinitiate Endangered Species Act Section 7 consultation with
the National Marine Fisheries Service and/or U.S. Fish and Wildlife Service in order to authorize
any work not already included in the enclosed plans.
We are unable to determine whether or not your project requires individual Water Quality ,Certification and a Coastal Zone Management consistency determination response from the
Washington State Department of Ecology(Ecology). Before you may proceed with the work t
authorized by this NWP,you must contact the following Ecology office regarding these
requirements:
Nationwide Permit Coordinator
Department of Ecology, SEA Program
Post Office Box 47600,
Olympia, Washington 98504-7600;
telephone (360) 407-6927.
If more than 180 days pass without Ecology responding to your individual WQC and CZM
consistency determination concurrence request, your requirement to obtain an individual WQC '
and CZM consistency deterinination response becomes waived. You may then proceed to
construction.
We have reviewed your project pursuant to the requirements of the Endangered Species Act
and the Magnuson-Stevens Fishery Conservation and Management Act in regards to Essential
Fish Habitat (EFH). We have determined that this project complies with the requirements of
NWP National General Condition 11 and will not adversely affect EFH.
Our verification of this NWP authorization is valid for 2 years from the date of this letter
unless the NWP is modified, reissued, or revoked prior to that date. If the authorized work has ,
not been completed by that date,please contact us to discuss the status of your authorization.
Failure to comply with all terms and conditions of this NWP verification invalidates this
authorization and could result in a violation of Section 404 of the Clean Water Act and/or
Section 10 of the 1899 Rivers and Harbors Act. Also, you must obtain all State and local pen-nits '
that apply to this project.
Upon completing the authorized work, you must fill out and return the enclosed
Certificate of Compliance with Department of the Army Permit form. Thank you for your
cooperation during the permit process. We are interested in your experience with our Regulatory
Program and encourage you to complete a customer service survey form. This form and
information about our program is available on our website at: www.nws.usace.armv.mil (select
"Regulatory" and then"Regulatory/Permits").
r
-3-
If you have any questions about this letter, please contact me at(206) 766-6438 or via email
at Amy.S.Kleina..usace.amiy.mil.
Sincerely,
&Yj
Amy Klein,Project Manager
Regulatory Branch
Enclosures
1
1
t
t
-4-
1
cc w/drawings:
Washington Department of Ecology
SEA Program
ATTN: Federal Pen-nit Coordinator
i
1
1
1
i
1
1
1
1
i
1
1
1
Ti2-r 7
STATg 0
4 Q
W � $
'L 1889�
STATE OF WASHINGTON
DEPARTMENT OF ECOLOGY
Northwest Regional Office •3190 160th Avenue SE• Bellevue, Washington 98008-5452 • (425) 649-7000
July 10, 2007 RECEIVED
JUL 1 2 M07
iDaniel Carey CITY OF RENTO€s
City of Renton Surface Water Utility UTILITY SYSTEMS
1055 S. Grady Way, 51h Floor
Renton WA 98057
Dear Sir or Madam:
RE: U.S. Army Corps of Engineers Reference#NWS-2006-688-NO
Nationwide Permit#27 and Nationwide#33 for Maplewood Creek Sediment Basin,
Maplewood Creek,King County, Washington
This letter is to confirm that the above-referenced project will not require an individual water
quality certification or Coastal Zone Management consistency determination from the
'Department of Ecology. Your project does not meet our criteria for requiring an individual
certification under Nationwide Permit#27 or Nationwide Permit#33.
Please note that this letter does not exempt the applicant from compliance with other
requirements of federal, state, and local agencies.
Please contact me if you have any questions regarding this letter at(425) 649-7271 or e-mail
I1enl461(cr�,ecy.wa. og_v.
Sincerely,
Lori C. Enlund
Federal Permit Assistant
Shorelands and Environmental Assistance Program
LCE:cja
cc: Amy Klein, U.S, Army Corps of Engineers -
Penny Keys, Ecology
Loree' Randall, Ecology
From: "Enlund, Lori (ECY)" <lenl461 @ECY.WA.GOV> ,
To: "Daniel Carey" <Dcarey@ci.renton.wa.us>
Date: 01/30/2008 9:36:41 AM
Subject: RE: Ecology Permit- RE: City of Renton - Maplewood Sediment Basin
Re:NWS-2007-688-NO Permit
Daniel,
Yes, the 2007 authorization is valid for the water quality
certification. You do not need anything additional from Ecology.
Thanks,
Lori
-----Original Message-----
From: Daniel Carey [mailto:Dcarey@ci.renton.wa.us]
Sent: Wednesday, January 30, 2008 9:31 AM
To: Enlund, Lori (ECY) ,
Cc: Amy S NWS Klein
Subject: Ecology Permit- RE: City of Renton - Maplewood Sediment Basin
Re:NWS-2007-688-NO Permit
Hi Lori,
A copy of Amy's response is below.
The Corp permits are still valid so we will clean the basin again in
2008 under them.
The cleaning extent and procedures will be the same as in 2007.
Per your response we will use the same 2007 Ecology determination for ,
the 2008 cleaning.
Let me know if you have any questions.
Thanks,
Daniel Carey
>>> "Klein, Amy S NWS" <Amy.S.Klein@usace.army.mil> 01/23/08 9:34 AM >>>
Under this circumstance, go ahead and use the permit authorization again
since it is still valid. Be sure to follow all terms and conditions.
I will add this e-mail and the photos you submitted to your project file
for ,future reference.
Amy
Amy S. Klein
Regulatory Program
U.S. Army Corps of Engineers - Seattle District
>>> "Enlund, Lori (ECY)" <Ienl461@ECY.WA.GOV> 01/30/08 8:25 AM >>>
Daniel, '
I don't think I ever responded here. If the Corps permit is still
valid, you don't need anything with Ecology. If you need to reauthorize
t
t
t
t
t
t
1 1999 CLEANING MEMO
� AND CURRENT PHOTOS
1
i
1
1
1
i
1
1
1
1
CITY OF RENTON
MEMORANDUM
DATE: October 7, 1999
TO: Maplewood Sediment Basin File
FROM: Daniel Carey
SUBJECT: Maplewood Creek Sediment Basin
' Cleaning Notes and Observations
1 The sediment basin was cleaned between 9/20/99 and 9/29/99. The following notes and
attached figures and photos are for future reference when the basin needs cleaning again.
Time Needed
9/20 Monday Mobilized to site - 4 to 6 hrs
9/21 Tuesday Setup, organize, try to build first bypass dam (not successful) - 8 hr
9/22 Wednesday Build bypass dam - 2 to 4 hr (with material from previous day).
Drain basin and Rescue fish - 4 to 5 hrs.
1 9/23 Thursday Start removing sediment, stockpile to dewater- 8 hrs
9/24 Friday Removing sediment, haul to dispose on golf course - 8 hrs
9/25 Saturday Removing sediment, haul to dispose on golf course - 8 hrs
9/27 Monday Finish removing sediment, place rocks in upper creek, start refilling
basin over night - 8 hrs
9/28 Tuesday Place rocks in upper creek, remove bypass dam, drain and close
bypass pipe, general raking. - 8 hrs
9/29 Wednesday General clean up and demobilize - 8 hrs (est.)
i
Cleaning takes about 2 weeks.
Allow more time for the silty sediment to dry out.
r
Cost
Because we the proposed lump sum prices from the fish channel contractor (we already
had a contract with) seemed too high we decided to use T & M for the work. It cost about
$3,200 per day (full working day, excavator, loader, dump truck, including 8.6% tax).
Disposal cost was minimal because the golf course took all the material for landscaping
and future course revisions.
The cost for hauling off site was estimated at $10 per cy for the truck and driver, plus $4
per cy for dry soil or $8 per cy for wet soil. The material could have gone to a soil site near
Cedar Hills landfill, about a 2 % hour round trip.
1 Observations and Lessons Learned
McCarty Trout Pond
Be sure the adjacent property owner with the fish pond (Casey McCarty) is notified at least
one week before the work starts. He will have to get a pump and place it in the creek
adjacent his property to keep his fish pond full of fresh water.
Be sure his inlet valve (in the sediment basin) is closed before starting to dewater the
basin.
Open the old bypass valve on the golf course (at the southeast corner of the pump shack,
the key for the valve is in the pump shack). When that valve is closed it allows McCarty to
back up water in the pipe into his pond. When the valve is open it allows water from the
pipe (and sediment basin) to drain into the old creek bed.
Bypass Dam
' Build the bypass right at the concrete inlet. First place sand bags across bottom of creek
to conform to bottom and help form a seal. Then place media bags (fabric bags filled with
gravel/sand, about 3 ft square) on top of the sand bags.
Place plastic membrane (one large sheet) on top of media bags and extending upstream
about 15 feet out from bags. The membrane is placed about 15 feet upstream of the dam
to help seal the bottom and reduce water bypass under the dam. The plastic membrane
should be directed into the bypass structure.
Use sand bags on top of the membrane and on the sides to seal it. Need sand bags along
the upstream edge to help seal it.
Dig a sump downstream of the bypass dam (about 5 to 8 feet) and place a submersible
pump in it. Pump any seepage that gets past the dam back upstream.
Be ready to rescue fish in the creek immediately after the bypass dam is placed.
HAFile Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-2057 Maplewood Sed Basin\02-1999
Pond Cleaning\Memo-Cleaning Notes.DOC\DWC\tb
fDewatering Basin
Start early in the day !
Use the 8-inch valve in the overflow weir and fish weir to initially draw the basin down.
Slowly let the flow out to minimize the sediment stirred up.
When the old valve at the golf course shack is opened the McCarty inlet can also be used
to draw down the water level.
After the water level is below the valve invert use a portable pump to remove water from
the bottom of the basin. Flow from the 8-inch underdrain pipe is slow and didn't seem
sufficient to dewater the sediment.
' Fish Rescue
Allow the entire day to draw the pond down and rescue fish. The fish need to be rescued
as soon as possible. When the water level is low it may get too hot or oxygen depleted to
allow them to survive for more than a few hours.
Draw the water level down so there is only a small pond area, then net the fish in the pond
(on 9/22/99 we captured about 40 to 60 fish from the pond).
The WDFW electro shocker didn't seem to work too well. We turned it up to higher level
than shown on the instructions. Some fish were shocked and beached themselves,
making capture easy. Wading with the shocker stirred up the silt and made it hard too see
any shocked fish.
When the water level was low (4 to 8 inches) it was possible to lay on the overflow weir
and reach down to net fish. This worked a little better than electro shocking.
When the McCarty inlet is used to drain the pond one person should be at it to net fish. A
large number of smaller fish (1 to 2 inch) were captured there.
Some of the rescued fish were placed in the top cell of the fish ladder, some were placed
in the bottom cell or pool at the outlet.
Recommendation - Make a large net (say 1.5' high by 3' to 4 ' wide) so it's easier to
scoop and capture fish. The net will have to be made before the project begins.
You could also try to use an area net cast on the bottom, herd the fish to that side, then
draw it up and capture them.
Silty Soil at South End of Basin
Clean the basin before more than 1 foot of silt accumulates at the south end.
jThe silty soil at the south end needs time to dewater. Allow 3 to 4 days in the hot sun after
the basin is emptied. It may also help to stack the silty material in the basin and let it
continue to dewater before finally hauling away for disposal.
l
H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-2057 Maplewood Sed Basin\02-1999
Pond Cleaning\Memo-Cleaning Notes.DOC\DWC\tb
Sediment Removal
First the trackhoe worked at the north end of the basin on the stable granular sediment. It
scraped the upper channel, then moved onto the delta at the north end of the basin. It was
able to sit on the delta, scrape the granular soil toward it, and form a large stockpile that
would dewater.
A front end loader was used to move granular soil stockpiled at the north end to a stockpile
in the upper parking lot.
The 1 foot granular layer above the liner felt hard when encountered, and was stable for
the trackhoe to drive on. It was easy for the operator to detect when he had excavated
through the sediment and reached the granular layer.
The operator stockpiled some silty material on the granular soil and let it dewater over
night. It lost some water and seemed drier and easier to work the next day.
Recommend - Allow the silty soil 2 days to dry in place, then pile it in stockpiles in the
basin so it can dewater further.
Refilling the Basin
It took about 12 to 16 hours to completely refill the basin at about 1/2 the flow. The 8-inch
valve in the fish weir was opened about %4 of the way and the water level in the fish weir
and basin was allowed to stabilize overnight. That placed the water level in the pond at
about 4 inches below the fish weir.
Next the bypass dam was removed and all the creek flow went into the sediment basin.
The 8-inch valve in the overflow spillway was opened to keep about '/2 the total flow to the
fish channel on the golf course (it should NOT be dried up). The water level in the pond
was allowed to rise to just below the fish weir.
The water level in the upper cell in the fish ladder needed to be draw down to drain the 18-
inch bypass pipe, and avoid trapping any fish that may have swum into it. The 18-inch
valve on the southwest side of the fish ladder was opened to draw down the water in the
upper cell, the bypass pipe valve was closed, then the 18-inch fish ladder valve was
closed. The 8-inch valve in the fish weir was opened to refill the upper cell from the
sediment basin.
tThe upper cell took about 1 hour to fill. The water level in the pond took about another
hour to reach the top of the fish weir and begin flowing into the fish ladder.
After flow had reestablished itself in the entire fish ladder the 8-inch valve in the overflow
weir was closed and the sediment basin resumed normal operation.
Note - The 8- and 18-inch valves had a small flow of water going through them after they
were closed. After 2 or 3 days most of the flow stopped.
Note - The 8-inch canal gate in the overflow weir was hard to close. The sliding gate valve
seemed to be off center and scraping along one side. With too much force the valve stem
bends and may eventually break. Use a hammer to tap the high side of the gate down and
the valve should slide easily.
H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-2057 Maplewood Sed Basin\02-1999
Pond Cleaning\Memo-Cleaning Notes.DOC\DWC\tb
r
• " �1 P_ l
r-
= i \
s \ •
•
•
\
•
of •
1
i
9/22/99
Bypass Dam _
Pump in sump w 4
downstream of dam .. ' .
to catch any flow -4
getting past dam
o
s
Ns
Fish in
sediment basin
s
Fish rescued
out of bas in '
r.
r
t ft
1
I
9/23/99
Trackhoe working
on coarse sediments
at north end of basin tz
r.
.r t_
Silty sediments
at South end
of basin
■
loop 4W
■
About 2 feet of '
silty sediment at
South end of basin.
_ _-
Gravel layer below
AMU
silt
r
a ,
1 I ar y� r+ 'try��.� � (• S`t
k?
a c
c� � •a � 3
ILI
44,
Adf
O
M a C C Z �.
c� U O •y '� R
0
1
9/27/99
Basin with
sediment removed
6
!F a
`..n 4P
dam
S .F-
-mac n
_ V
y. rs
9/28/99
Flow into newly
cleaned basin
°+fa
77
r
i
North end,
rock weirs of
newlycleaned basin '71
MA
7 i
Y
2008 Existing Conditions
t.
♦t- 1
South end of Basin
Looking east from
Fishway to Overflow ""
Spillway
fl
South end of Basin
Looking north from ..,,;.
Overflow Spillway
to north end of basin
<yy
i'
w
Northwest end of Basin r - s 4 ♦�" t Looking south toward
Overflow Spi I Way and -
Fishway
1 I 11 '
Flow Splitter Cleaning
High Flow Channel (dry)
2008 Flow Splitter h
Looking southwest,
accumulated sediment
40,
, =���{'
i t.+ NIW
2004 Flow Splitter
Looking southwest
after cleaning
� � t
2004 Flow Splitter
Looking west,
after cleaning
r }r. J4 `i a
Sediment Removal From Creek
U5 - Looking northeast.
Sediment andJA
Vegetation Removal Area
s, rx
s4
i
i:.
` U5 Looking north.
Remove Sediment
" r and vegetation
along east bank.
.� 4 e
.pv.y:�AF I � '•
s y8 y
Y n:
i
1
� REFERENCE PLANS
1 1996 Sediment Basin
1 Design Plans,
� Flow Splitter Plans
(Partial Set)
1
1
1
i
1
1
• ,.IIi
� �. 4���.��(O �%'�'i•�>'%�:�ipiis it .�
�l . •ia..>w>.ry••w.�,• . 1. .
v y. •�IiI:l�'e' F•aw �/I�'1•
\\�` =� ��1 a�—•��-��'iJ„'I!'O •ws+� •'��• fw a+s''+e T'� I�t/11
, �L��!T1� m1/,��F,,>A n n>rp,•�>esF>•'A��,fi•/'
>�� i �r:C4�I���i %� A>,,>hF 'nA•F+a ,w s fA,�` ♦�'�s•�` � /J�l�•��-J II/� n�,.•a n+A'.+ �„s+, ,,A,A,,,a �
® • '�>.S'n' �.�r 1 � •Fi^.-,, ,, sA °->i A sF�F
hA, sw wsd� \� +w+w'n>/sw ,n aPe•?•�.y.:�w� �7������IS�� �/
� vim;• �) • •
lip 11I �.,.rn>w.>�;.� ;i.:i;%�•"1?• F,:%+;;•. • T•� •
- 'I� I•���A,��sw♦e,"pan>w e,,r+y-4>'4>��>;,w•a fA�l�����
• � •r'�w:d,a+e>F�+�,,. AaF.PaA> e F sw ;R.a �),�
�•�`In��.�is>"`,1 ASF:e ,Ai''sns�n,.vn>�..'�f�{
//II � �i�'iw�F��!>w,,A,A>r A,�1 AaA n�•��j•�I'`
• , � ��j �,F>hw>n �;>��.visa.�,,ei�•'n••�1 �i•i'iy�I •
/I I�f1. F%w,A .,w>n F, eras'4+,:F� A �•
sd w ,1� II
• 1 •1 Ili y41 All;yr::,
(/j ���. ......Fti
• 1
•
rA � � � � r A � r A w ■� � r � � � � �
of �NDTc sEE I9uortc PUN stEET a Pp!
PUcpIpT OF PRECAST cp1UElE
corms Uo1 sDE a muTTER sTRucnaE
slrTr Ir-e s e• r-o
P11Aq �' BARING mATnx RANNs T.a WALL
E1m�mRofD td-O• SIRNgRiS SEE 9rtET 1e LL 820
NANmIM 1'-0'
POST i.0.WALL B 0.f20 t ey- 1A: ndL..SEF T • 7e
EL 91S
SIEET N icR RTAE
0 ____ '/ a`•ETwtaW wEtR �` ct ww�• µ
¢...a+'I�-1l I
A 1 'I Ab aD ,IBC EL. Paatx°
lam• E; �'•t r-o
- '- Aa'�0� APPRDz tduTroN 6 ts'9 -'
* T.
eas sue APE SLOT DETAL
T. B
Nm oPEN
I-T EAS
REDS W/Talla6 AS 51NPM( T 9CR
PLANK9 W% Ip E t,J.SeO.W 1 RFab W 0QIOES
C AStNa1FD(NEST NETT)
Df
atlV e.-0
¢.fts .. a no
tr-z s
aWsr eao
EL ass
_ 2
�p a p•��y��may- 1 r—
`I TERS TwnrtW PLAN 6.OSS
A $i.,rY F•w nwwNwl..lwVEa/ 0.n15E
Sapwer 3'A.er/A,•r°5..,y9.s. H.s.s LOG1E!AWp i5Y Dl !I '^
DOWNMFEM ELEVATM OVERIM WER R NPE mau nc -� F Vl
4 A'M ak..9PwMSJate ORe P/A+W er-. aN-AeMAAWw.A:r V
0- 24ViL
pro
fllsors+Nr,..ai,•.wo,..r � np N
RIAetG GMTMa RAeOcs Shi
Q •suPPmTsc sEE sNEEi le RAR'NC' s s�a:Erle IIL,jt µ^W 7
— c g
-+- Mw^9k—.----- -'—- NOTES- T Pbf siANOARD CONCRETE AND RCwEanCENENT OETARS N
� .I.c.9.. ��� m Naar i 1aTEs Axo AeeaENATaNG sEE sNEEr..1a � N
O t EW r a Tm 2 Pon SPUTTER smucT°RE aRAoota PUN.sEE;saiT n Q�
/ . .y
wuL au a P tEl 51RFALmEO aR�IlT1ER ei1Nt �.__ TIRE 195E LET SEE ALS SNEET 6 aAadEE CtAM:L. Ei.eno sEls o-c
µ T5Y EA WALL 0.9E5 SECT O--D A ALL N0182 C.4 8[1WLEN MALL4 ANp RA05 AND`hINICAL
�'_._._..i EMBEDDED RtINCS F N 12
/L 0.eaS SFLT E{ CA BETNEEN f%IFAIOn WyyS SNNL 1UK WAIE'RStOPi
: E%TEND ML WAlET5TfP5 9'NTO 9.IB qNp i0
%InONO° Ji i P�1-OM tER11CM� 0'HIOw TW OP WAIL IDITCE NL wATER510P JON15
EL WINES OnSt O O-c �'w Ea DD T5P PER uAtlIPACNRER's RECp11W2OATCNS,
REW W/µ.12 -
�-�:':� EW O GST! .+6.a•i1C_.'+-B.Ryh
A STOP- EL a: u.anz NEST ENo wAus -•�'•:��:-�•=. e W essE-W o- COfi181 DEiAL.
a ea. H For Tor at
E 2 tor.60
S' Ec-ax6- � 1 _1 eA�aaAMRMj D Z, D `• e,
—I r 0.Aib .•.,
L D.eDs sEC15 o-c a D-D t/2-.1'-O" 1/4'o.l 1'-0'
QO b o - APPRO`/ED 'O
l -couPA°TEn s fiu'+Mpb.D 6v DATE - -9e
RACE CAMST ERE IUAI \ STROCNAI. 12Y AT e• 0' ^PLACE ACARIST
tNusTURem saL a _ �. Pu gcr E_E 1 LINDISTRmEo saL. nzY CwmwlY OF R orq Nz4
A_A
S1..ewue C..+a C-Cry D-4 E-E � MAPLFWODD CREEK i15H CHANNEL PROJECT
2- B-B 0 2- SPUTTER STRUCTURE'
112" 1/2—-ow PLAN AND SECTCNs•
P.`m.++.w w A•r
•.��awe. mac oowsns xm onu:' olo mP a zM .6.m
- - foE-tm9- wwlR.m�
' - nr9i3p l,�•aaA4oEs SCANTIER MAR.701777,•
F
g SURFAMI
TOP ( /
F Y J.6'6PatlED BAO661 JO PtC BASIN UNDL iM. ^W BOULDERS ro MATat 2Y-HEMLOCK
OR D� f
-PTED BACx Eam GNWND ,! d < •$ EIYSINO EL 114 y
TM EMBAMaENT FL t1SIT _ TOP tm
tt "5i FL 1120 EL 11Lo
is 3i
,—BASH BOTION EL 10667 1 --
-•
--•-------•----- ---------•-------------•-•------emw s ao A-A NN T OF EXCAVATION STANDARD LINERm ImcH.
DFL6lCD N ALL EDGES
(51EE1$2 AND S) J \ III I
SCALE 0 S 10
.:r.1C-0'• VEOEfAIE MTH LAW a %DNQ SMIUB !�/, ,i-/,// `'i / I I I9�I•'A j
AND NYDITGSEED IRON 1-114-D w EL 1160 LEGETATE osnmem / ,� / ^ I
"TON DGS ND SLOPE— SLOPS j• Y/ S �! I
iz MK NOITMAL WS EL tliA EL �• /' I•' I
VEGETATE 1 GRAILS AND RDNBS mo IIa i MTmaG ABOKTII TALLER
aN
ou�D 9.nit�is r »-Fscxlm BAamu m a.111.5 ro¢.Nao
on
30 NIL PVC BASN ACNG BA9N BDnON EL 10D6] UNFR M. ENSTaIo aalta 3 YQltl' VATE OR gtDlgp /// r / •° E E s
1 _ /
I
B o }•
CNN LIMITVA OF EXCATON
DEIET CFD
B-B .D� i is
SCALE 0 (SHEETS 20 AND 5) 20, IEET J I I \_ 1l �'
-O•
•.•I•-ID Oj IIf 11LZ
VEGETATE Y11T11 LOW GROMNO SI6tUBS A. "- / • : :EL 119.0
HYDROSFID 1NaA EL 114.D TO EL 115.0 VEGETAIE USNROED
VEGETATE WIN GRASSES AND FORKS SLOPES ABOVE
TNL NOIDLAL 113 d 111.3- iRCM FL 111.E To FL 114.o EL 1150 Mm -
DSWTC
•.•� G 3•C SUEAt6ro \ BAa6N1 ulvt I1P. z - -HYD ROSfEwD pRaIIO C BASN TALLER II
cawSE.MATa DN GRrone S
_`' •->` // ",
___• - OVEREXGYAIE ASil t
_------
-________ 3
IAPROA IRKS
,OF MIRIADED�AIN PIPE
T
C-BEAM-GNIB 6• Ci C M� UMT OF E+cGVAMN I ',/ / � f EIBNYDpIT ! I it \ ' V Q 1
DELE>GD �.r 0 (SHEETS103 AND 6) 20 iEET MwN.wa Senn+mlatbn Bwit vpre vaum.Caruotime .\ / / SEE NOTE 2 <
4-W15Mm1 aed Wb De+ M•w_ TWn Vo4:w \• �\ � / � / // //l ��•
gm
u.x Y wm P
iMw FYA 111.! 60 90p
Y X 1/4.1IET NEOPRENE ' / / 'BAS,N OF P
'--GEOUF10R.wE BAND a=4P Oa1BtE GASKET CONINUOUS �b MATDI ENSMLG I! �/.f�:. DASD,OF PK
OUMPAnSLE 4AlANr ^\ \\ I -� �"' I b. !/,/�,�'V�' •
uh aAMi 2 X 1/4.mm SS FLAT BM
i SAM RECOMMENDED
3/6 X 3-La SS WEDGE TYT'E ANaoR 8" SUBDRAIN PIPE SCHEDULE (ILLUSTRATES w6D N ANDP�GETAG.LTMns) FOR APPROVAL
I10.T MN NUT AND wA51w'N•12'Qc xooE pEsaUPTTON NORTHINGEASTNO M.FL SGA E 0 10 20 00 F£Er BY
PVC BASIN UE1FR • Si 6EGtT OF PPE N 17615426 E 131t624.54 1no I T•.p• BY —_
S2 4S F180M N 1]6056.42 E i31149a59 10535
! �FNBANRLp1T 1� S4 END OR-PPE•SP6LYa N�605a34 E 131N60.]�3 10�6.2 Da20570PON
-T1pRyLALL BE SWD OOWNSiNFAN Oi a `1'i
T LPREPARED SUBCRADE QEAN SAND SEE SEcnCH E-E,SNEET 6 FOR SI)DORNL DETAIL 2 SEE SPEGIFlCATKNS Fat REYEGETATX- •4t
Posy .THE SSDGANTI�H[L N V
PPE BOOTDETAL :`'' ' '!'' I �} CITY OF RENTON
t (I".ALL PPE PDETRAUDNS) ID'ON1LED aa.T aTN crtA55Ls AND NORTHWEST.INC. ,� s
F SCALE 0 2 FFEI FORGE$AS SHOWN AND TO EL 11A0 ErpNwrE asaa„ML. ` _ OR nonTcs
TYPICAL BASIN LlER/CCNO EM ATTAMAM DETAL 6.n.w. .nn owe DEDATTTE.sHz Poe c
` aN-lmtt AM Ie a.tt aw
(Tw.FOR BASIN RY1FA ALONO ALL CatFAEIF S1RI/cnwES) '...,'�.'.�'.,'..'.'. DDaa Nam^' �1XL' R� MAPLEWOOD CREEK SEDIMENTATION BASIN
RANT MiN low arowDq s6Dw5 AND DulE.�i4- Lw"" RECONSTRUC7)ON ANO IMPROVEMENT PROJECT
HTNROYID BETWEEN EL 114.0 AND EL 11So >d BASIN PLAN,SECTIONS AND DETAILS
I SCALE D 1 2 3 4 IN(NE5 -
I ,r-V-p: PLANT MD1 TALLER GROW. NATIVE H P
.-AND Hw S O -OISlUR9D
eSYvp-s7—lor� AREAS ABOVE Fl ISO A A5-tyAL1 Ne1tS ADO[D H 5-1I-99
F' TV.
a INARN
CA
N
N
E
L
LON FLOW IM--\ %--)v
CHAIN LINK FENCE
CNAR�LINR BARRIIER
4=44T x FBCEq 7r AND"IE� 7 H
,,v RCN—PLAit 17-1
3�W maNtAit.M.. /r�!.R r •
ONO 1--ANCNON
6'ALL ouIA ...... ---------------
F 23 r X 2e HW X 5/81/TN«r ALLRRNLRI ?r '76-44 14 F
x oL N
.ANDRAL E
--sEEs"EET9 % 3
—-—-—-—-—-—-—-—-—---- -—-—---14-—-—-— —-—-—-—-—-— -—-—-—-—-—-—-—-
wEAR'No w- x I
-DRElcim
K
6 JK
(SI*xT 7)
FOR CNAIN LINK BARRIER——OF p IFNCE
-
CONTRACTM TO HATE LOCATION
r "TH I'm SEE 7 w"way OuTLEr slAvmm
x
SPIAMAY M-M
D-20S70B
LG ANO ILI
[t=0•L7—wlo%z—Il
2r-W att-v (9w 7)
r wAm GATE mlim'AN c-m
c—
T
FNAIpEr AEx �
F-w LaI=' =l'RAI1 x
M.w.sm V CR—fD 9 A—
w-w • AT (r TOP cwoumFmwc otEA
r.r x 30•AWYMIH AxaaT.O.IAIBANKNENT G.INL17
POOL EL 11427 C.A..7
'Der
SEE
Sft�MAY 12
TqAln NKNTILL—
HOJE
#5*12
. 3
#6 12 f ..". 77-`- 'r-e(m Ia:NcTN) r-"!w LOCK,,OLT.2 IF
2
NwiNor TO mClKN,L�
R 7.T�P.
tj
CNAMB LOM ROE HEIR
107.
BASIN DOTMA 4�-ON. 12 7wmr- — I /.L Z�
j6 M*12 mm 04 012 EW-EF.
IN e W
CULARANCS
m`HmI`R`O
-D..%P-QwT_m CREEK m
NAAJLs #6 6 12 -—-—-—
IL
#7 HEAW
I.Calm
AP!
EL fBEV
12 EF.
NRM CRAV IN r.PLC"vw—T pwm #6 Dw.012
o,BOTTOM GEOTEYEE FABRIC PFMNATCNIS FACING D(— ITT PVC I.RZR ARO�m NITNRLL.—
��PILL
PPC Wm v CLEAR #5&12
EW.
7
1 1/2 INCH NAI.DIANETER
CRAIO.ONIK NOTES: F-F
1. MR——-- S RIDW—G DETAM USE
'�mm T�D�'FOR'6'.AND
"M .0-�FLDMil.E ALL P�lKvr RISCOMMENOW
F c N
F.wo Ir.AND smAllm SEE SHEET I PDR APPROVAL
9
SE�SHALL BE�ANO-001 TYPE RITH BYJ&� 1
NOR�WEST, INC CITY OF RENTON
AMM O-RIHO GASxEM BY—
BY_
P. I MR C014NECTIM W M LINER TO�CRETE SIRLIC7LIR BASN"No CON�ATTACHMENT�AA. M PLEMOD CREEK SEDIMENTATION BASIN
E-E a— ME-3 RECONSTRUCTION AND IMPROVEMENT PROJECT
5) 9— NOT 1.AM lXWL 3 SPILLWAY PLAN AND SECTIONS
• -T—
SEDIAENTAT"POND SLIBORAIN
TO 3le-v-o* iz
a
s
y p 1• MIESµ 0.BAR
E_
�� Y Y l/S STAR4ES5 siFEi YAa 11
%.;2L wro i N TOP WL
j N 17S0MLIUS HALL REIN`.IqT SgMN
LE oT."
i IV
Foil REEF.DETAILS, Y-B• Yd
�{• SEE DETAL 3 E WEO
'%2 11/16�HEADED NICIMR OIY
SPACIMC,STAIAESS SiEFI,NCISON
,•�- i DETAIL 3
cE°iilw/'PTRRag`mu+cN ns"RI�i11E,ra Rows
\ TYPICAL FlSHWAY WEIR ELEVATION TYPICAL TOP OF RSHWAY WEIR
aD DETAIL 2
y i�
v, µ EL 11517
PRJNOE 1'TNCK YAIw1E(FACE !� ASTM PM CM PIP tMc. 2 U..
PLYVAJOO comm HILL NEOPRDTe EM.
EMU
BOLTED OVER{r. i
PPE wiN 3/CI DPO.NCS rm1 H Dw3
GALV,EWSI MCLMi E>PAHL011 / 4-0' PIPE
Y 1i FF.M.
ffnI1SERi5.AID oALV. 1 4Y.RGP RIPE
SM TD OBTAIM A WATFAl101T I
SEAL 2 RFO'0. I MP CHOW 1 CLASS
N �oemB! PT LO A'L tY.
W.
Ft8 (ALLURE i1 NOT P _
C m CO PIPE SEC110N ON D LE A2'.RC9 tOH3J FISHAM GOOD P SEM RE CMANNfT-NOT FART --
IMro CONCRETE WALL ND AM LAST C, SEFA OR Cf 1HI5 CONTRACT LL f0600
I I I SET PPE LE P IM3] IIOf PART V ll1S � FLFL I�01.1T
F/L/K1.3 f/i//IN.G Pl df7 - µ�G.P6v d E¢/i�iES JHa,.1
M ot�
M__________________.______{Y.CO CRETE PPE µ W12 EF,Ea
— AROUND CPENOfW DVAd-S EETN-N MR TRIM BAILS A OMD PPE M--------- --------- - rfY-C
E IXIH 13tY-0' fY-0' lY {Y.PPE- lP j ��7 [1lf R/511C 8»A55 PPE /♦W 12 EF.,EW.ATTACH 4N Y HIM �11�6W GCY EL HS17 - 1
PCRCELAII COATED STEEL .L
STAFF CAL„;REYIING w !` N A� +�®A.L��� {Y.RCP PPE �µ GTE E. N
s IT H,,TIM�R wTN I ® 0(Ol t wATERMGATE.
c-30 0
zoo aEAOIMa A,a nso LY PLAN-FU-MAY OUI-LET --- - ) T-HANDLE OPO ATOR
1Y-0• STACK Z CRICPEIE ECOLAGY BLDDtS
Y-11] x tr-H• SIR LFNCIN 151%23'W%25H)AT END 6 PPE Fl 10631 lE TDB.
510.Ifl1GM 510.LEND Y-e 1 e. ATD BLITY.7H COIIPACIED IIIPgNlD
B01H r.EP ODg 71EM u5E --- -------`- •,CPEWIO L lOL{
t Da*EST / --
E{2•.RCP, I N/ SANDBAGS AND D 70 P d OTIAEA '-
P lE -0. NS.O E TicNTAPPROVED MEHI00 ro PROVIDE c WATER m.w
E FL H4fi � z�'] Ea FMBANOMTLT EL iV //;q TIIM YAl PRIOi TO BACRFLLNy M. pME,NIRPT.
1C I r oUAMT 3 _ - ' E W01� Iu,IRI
tOD-YA`LOCO MA;
SPALLE I SEE DETAL 2
.� I,S17 - RECOMMENDED (SECOWI CUTiWC PLANE=.... -
y. µ 12 E.W.EF. I FORJ�APP',RO/VAL I y
11oWIK Pool HYry'AT/7d1 P-P •... r.-
EL DzSE
71
a Ft~ME1R. 12 EVE - C N'I CONCRETE PPE BY SCALE 0 3 B EEEr
SEE pETAI 2 _ !--L -C-7-MSS IV '
,TASH eorTul - - '---- I"------ -- - - - - -- g.Pos).� ,. 3�-1-0• I e f
s»r[ro ORAIM 7 LE 1 7,15 I...I�I270 =e4♦.r E%CEPi As NOTED
L°` /mwi I MORTNWEST, IN C- k CITY OF RENTON
3 kL 107.A Ww:w.°A�—V.• T• DHPALATYSNT OP —LIC HOIiWH
IN OENTlOP e rEw� A,IAVRIPIWI�MW''rtLeam MAPI.EYgOD CREEK SEDIMENTATION BASIN
N 1•oaAll�,� / M•12 DK Y F ylcoT END SAWCOT MOM 1Y-o' "`Y�!�• / w f2�a�wi-H'r'°se RECONSTRUCTION AND IMPROVEMENT PROJECT
NDT SNOW! 1C W 12 Ef.E-W- S10.$EC110N µ10 MST wT0 12'WALL I NNRE i191WAY SiRI1CNREJ FISHWAY PLAN,SECTIONS AND DETAILS
��+f 1{)0.BAI13 11 W 12 0-.M. M-A l NOT PART OF'DNS CONTRACT _
OsWf1 d7•�W. 1' (PNC BASH LMOI NOT sNI,.K SEE sNarr S)
9F3:n-:Er7.,.F
! i T
� CONSTRUCTION PLANS
i
Reduced 11" x 17"
Also Separate Full Size Plans, 22" x 34"
oil
' D 97 7
x x
( .
Fi
N 9 .2 0
' � { 18TH TEE �y"�( / MCCARTY —— 3 le 1 0 ee
U3 GRAVEL SEE DE TA L 1` C yw �; PROPERTY %
Scale: 1 Inch = 40 eet v
SINGLE DUMP TRUCK 0
NO TRAILERS /
CART PAj" �v ; •
4 D BOULDERS M'TCyC�NE q %� EX. BVAAE INLET /% INST ILL MP AR BYPASS S UCTURE
18TH TEE I �� FO C EK IVE ION
88.2 REMOV )IMENT % B ASS CREEK TO 18" PE
EMP RARY)
FLOW SPLI ER S R CTURE
ACCESS TO CREEK ,' R 0 A ROX 1 t 3 FEET SEDIMENT
FROM WEST SIDE ONLY
/ \ � •., F 0 B WEEN ROC WEIRS
U ; EE BA E GRADE N FOR PPROX
D SEE BARE REAS OUND ASIN ,' LO ATIO S
Ll GRAVEL x Oq AFT R C ANING APPRO
SEE DETAIL
REMOVE SEDIMEN _ CAUTION C LINER
Ty FROM FLOW SPLI EX. 1 BYPAS PIPE q /, APPROX CATION
v rL SEE DETAIL 3 AC ESS ROD :.
SEDIMEN BASIN
¢� REMOVE APPROX 4 TO 5 FEET OF
O u 9 �. �
p FISHW OUTL p ACCUM TED S DIMENT
SEE BA E GRAD PLAN
AqP Qv 2 h GREEN o 0
L2 GRAVEL
SEE "IL7 2 Q % 84.0 FISH LA ER
;
74.3 20 Q HIGH FLOW VA E 0
CHANNEL (DRY) Mc AR OND
ERFLOW
GRAVEL AND REPAIR NOTES PILLWAY
% I I
1. CITY MAY ADJUST GRAVEL 96.5
�.� PLACEMENT LOCATIONS AND AMOUNTS x / GRAVEL AND REPAIR NOTES
'43. AS NEEDED. /
/ 2 LIMITS FOR PARKING LOT USE�\� 1. CITY MAY ADJUST GRAVEL
y U4. ADD BOULDERS TO WEST BANK AS BY CONTRACTOR PLACEMENT LOCATIONS AND AMOUNTS
t �0 I DIRECTED BY CITY. ADD GRAVEL TO \� i AS NEEDED.
ti CREEK AND UNDER DOWNSTREAM �_J
BRIDGE AS DIRECTED.. MAPL WO D REEK U1. PLACE GRAVEL APPX 8" — 12"
PARKING
x j 80•1 U5. REMOVE ACCUMULATED SEDIMENT LOT THICK PER DETAIL 1.
AIRWAY CROSSING 7 j' x AND VEGETATION ALONG EAST BANK U1 OR SEE DETAIL 1 U2. MOVE LARGE BOULDERS IN CREEK
73.3 % (APPX 5 USE
SAND
BAGS TO EAST BANK. ADD NEW BOULDERS
AND PLASTIC TO DIVERT FLOW AROUND
TO BANK AND CREEK AS DIRECTED.
' x j WORK AREA. PLACE GRAVEL TO RESTORE CREEK
j' PLACE GRAVEL AS DIRECTED. GRAVOELASE TE BD LAIL 1 W ��,\
� Q / \ BED.
/ L1. ADD GRAVEL PER DETAIL 2.
v %/ / U3. PLACE APPX 6" GRAVEL.
x
74.6 :/ �� L2. ADD GRAVEL SIMILAR TO DETAIL 2 O
1 FROM DOWNSTREAM DROP LOG TO —
/ EDGE OF UPSTREAM POOL.
r a
% v i 18TH TEE ' MCCARTY
U3 GRAVEL SEE DETAL 1' a )' PROPERTY
' I. SINGLE DUMP TRUCK ONLY ACROSS BRIDGE
NO TRAILERS
FLOW SPUTTER CLEANING AND CHANNEL WORK DRAWING CART pATH
NOTES 4 D BOULDERS
1 1. CONSTRUCTION SHALL NOT INTERFERE WITH GOLF COURSE AND PARKING LOT USE NE q 1
EXCEPT FOR CLEANING FLOW SPLIT-TER, AND AS NOTED,
2. ONLY SMALL SOFT TIRED VEHICLES MAY BE USED WEST OF THE FLOW SPUTTER. SEDIMENT BASIN CLEANING DRAWING
3. DEBRIS AND BRUSH REMOVAL LOCATIONS MAY BE ADJUSTED BY THE CITY.
4. GRAVEL PLACEMENT LOCATIONS AND AMOUNTS MAY BE ADJUSTED BY THE CITY.
""s^. 2008 Cleanin
RECOMMENDED g AS NOTED E5
1 :u"' CITY OF a / 6/08
FOR APPROVAL �istb�•O oC `u RENTON MAPLEWOOD CREEK SEDIMENT BASIN
By Daniel Carey 6/16/08 oc 2008 CLEANING&MAINTENANCE PROJECT
I ftmO L BANS STAY.8 6Y:
�� DATUM Plonnin Buildin Public Woks Dept. SEDIMENT BASIN AND FLOW SPUTTER 1
BY aaNw.o a si6uu nr.e/ie/oe '�bC/RS 9/ 9/ P
vc Rom DPFW&iu/ie/W NO. REVISION BY DATE APPR
RS x 3
1 22 Coordinate Table Coordinate Table
ED LL)
Pt # Northing Easting Elevation Descriptor Pt # Northing Easting Elevotion Descriptor
CV 62 176346.08 1311633.04 125.94 SET HTK 392 176445.13 1311727.12 133.4 BRK
63 176047.52 1311433.47 114.69 SET HTK 393 176433.78 1311735.83 132.8 TOP
I- 11 200 176023.55 1311495.52 115.30 top cl colt 394 176413.01 1311706.86 130.9 TOP
(V 36"0 ADS PIPE
201 176037.80 1311508.51 cl back talc 396 176333.08 1311629 22 125.1 TOP
202 176037.80 1311506.51 se car colt 396 176333.08 1311629.26 125.5 TOP
` 203 176063.21 1311516.89 ne car colt 397 176296.26 1311604.16 124.4 TOP
204 176067.91 1311502.64 nw car talc 398 176266.39 1311582.51 122.9 TOP
205 176042.50 1311494.26 sw car talc 399 176305.40 1311592.27 120.15 CULV
206 176069.52 1311450.41 se car talc 400 176286.95 1311600.67 118.24 CULV
CB TYPE I - SOLID 207 176066.79 1311441.83 sw car talc 401 176236.58 1311582.62 114.8 CRK
LID RIM EL 122.5 I.E. 208 176076.41 1311438.76 nw car talc 402 176263.03 1311602.57 116.4 CRK
115.E (18" E) I.E. 40 209 176079.14 1311447.34 re car talc 403 176305.70 1311626.82 118.1 CRK
e21 a. 210 17606B.21 1311446.31 cl talc 404 176331.95 1311649,10 119.3 CRK
15.B (18'SW) 00 301 176071.94 1311441.21 115.1 TOP 405 176351.16 1311568.62 120.9 CRK
302 176070.37 1311450.12 115.1 TOP 405 176364.81 1311682.59 122.0 CRK
303 176078.29 1311447.63 115.1 TOP 407 176381.93 1311701.50 123.5 CRK
304 175074.32 1311448.68 111.11 WEIR 408 176397.79 1311721.06 125.1 CRK
ea BYPASS PIPE INLET 305 176069.30 1311445.96 108.10 IE PIPE 409 176411.97 1311740.12 126.7 CRK
STRUCTURE 306 176071.82 1311441.50 108.16 IE PIPE 410 176440.19 1311781.31 129.2 CRK
1 REMOVE SEDIMENT FROM BETWEEN ALL ROCK WEIRS 18" IE-116.46 307 176049.47 1311498.66 103.92 VALVE 411 176463.11 1311832.36 132.8 CRK
308 176046.22 1311508.55 103.97 VALVE 801 176197.98 1311583.90 117.0 BRK
USE SMOOTH BUCKET,NO TEETH. 309 176064.14 1311509.30 105.34 INLET STIR 802 176174.10 1311581.65 117.1 BRK
APPROX 1/2 to 2/3 OF ROCK HEIGHT SHOULD BE 310 176049.43 1311510.58 110.65 WEIR 803 176157.04 1311581.92 116.8 BRK
EXPOSED. SEE PHOTOS OF PREVIOUS CLEANING 311 176041.57 1311501.85 115.18 INLET 804 176093.02 1311581.27 116.2 BRK
312 176000.13 1311487.44 101.36 WEIR 805 176027.89 1311558.12 115.3 BRK
CITY MAY DIRECT AND ADJUST CLEANING AS NEEDED. 313 175997.41 1311495.34 107.67 OUTFALL STIR 806 175998.10 1311547.34 114.9 BRK
314 176002.72 1311479.46 10T65 OUTFALL STIR807 175977.92 1311517.33 112.6 BRK
'e2p 315 176007.32 1311489.82 110.62 OUTFALL STIR 808 175968.84 1311499.81 108.9 BRK
316 176001.34 1311478.46 10S.9 TOE 809 175975.39 1311491.73 107.7 TOP
PVC LINER - APPROX LOCATION e� 317 176010.85 1311452.08 107.1 TOE 810 175995.09 1311500.65 108.2 TOP
318 176020.35 1311422.32 107.1 TOE 611 176002.71 1311498.39 108.4 TOE
1.0 FT UNDER THE GRAVEL LAYER '' +q ae 319 175984.16 1311408.66 105.3 TOE 812 176001.01 1311515.74 110.5 TOE
LINER EXTENDS UP THE SIDES TO EL 113.2. QQ' ;'oe4 ,>¢aa CAUTION 320 175992.92 1311386.80 105.6 TOE 813 176001.24 1311535.76 114.4 BRK
a \ PVC LINER SHALLOW 321 176013.60 1311405.07 109.8 TOP 814 175984.42 1311395.97 105.29 CL
3, 322 176022.43 1311391.95 109.8 TOP 815 176028.95 1311401.12 111.94 CL
♦ \ IN UPPER AREA 323 176054.86 1311392.29 '13.9 TOP 816 176079.64 1311420.61 114.90 CL
dw e3 I HAND DIG TO LOCATE 324 176042.11 1311418.89 114.0 TOP 817 176104.22 1311435.21 115.02 CL
e3s / e01 325 176024.48 1311473.94 114.9 TOP 818 176144.19 1311471.01 114.69 CL
CB TYPE I - SOLID 327 176023.11 1311523.85 115.0 TOP 819 176183.44 1311507.48 116.90 CL
LID RIM EL. tt5.}g e3 328 176029.29 1311506.33 115.3 TOP 820 176226.75 1311546.05 120.92 CL
I.E. RIM E. 11 .39NE) ' ' 329 176039.69 1311502.51 114.8 TOP 821 176273.30 1311577.81 123.45 CL
I.E. 1T1.5 (18' SW) %'erg 832 / ROCK WEIRS 330 176041.20 1311498.15 114.7 TOP 822 176318.58 1311611.35 125.47 CL
' 331 176034.06 1 311 490.77 115.1 TOP 823 176170.63 1311532.13 113.08 TOE RX 12'
REMOVE SEDIMENT TO BASE GRADES 3 / 332 176044.24 1311456.33 115.0 TOP 824 176165.56 1311531.16 113.71 TOP RX
/ 333 176051.15 1311449.36 114.9 TOP 825 176163.79 1311532.30 112.23 TOE RX
AT TOP OF IMPORT BACKFILL AND UP SIDESLOPES. B02 334 175066.85 1311441.69 114.6 TOP 826 176152.37 1311556.44 113.59 TOE RX 20'
USE SMOOTH BUCKET,NO TEETH. ez3 / 335 176047.94 1311439.51 114.72 TOP CL 827 176149.59 1311554.28 113.90 TOP RX
2g 336 176037.36 1311456.62 V5.12 TOP CL 828 176148.95 1311553.01 111.68 TOE RX
HAND DIG AS NEEDED TO IDENTIFY IMPORT BACKFILL / e 337 176022.92 1311497.30 115.30 TOP CL 829 176166.41 1311562.24 113.90 TOE RX 16'
AND PVC LINER LOCATION. CONTRACTOR RESPONSIBLE ; / 338 176009.69 1311534.43 114.85 TOP CL 830 176163.70 1311558.52 114.48 TOP RX
FOR REPAIRING ANY DAMAGE TO LINER. % ?2,;•0. s31 p 339 176028.04 1311534.93 114.2 TOP 831 176163.07 1311557.89 113.04 TOE RX
3 340 176036.30 1311543.53 114.0 TOP 832 176184.82 1311542.42 113.46 TOE RX 15'
SEDIMENT BASIN CLEANING AS-BUILT 9/7/2007 341 176100.37 1311567.95 113.6 TOP 833 176180.92 1311540.62 114.73 TOP RX
i ?3r R�EQ asi. I CAUTION Locations from Contractor stoking 2004 cleaning Points. 343 176181..58 1311569.35 114.6 BRK 835 176196.42 13115511..32 114.14 TOE RX
2
e ??+ zs ?ja PVC LINER SHALLOW R11,12,13 from Taping From North Corner of Fish Weir and 344 1176148.18 1311580.27 116.6 RKY 836 176193.56 1311550.19 116.15 TOP RX
33 ' i AT UPPER EDGES NW Corner of Overflow Spillway. Elevation by Loser Level. 345 176128.14 1311580.13 175.8 RKY 837 176191.19 1311547.43 113.90 TOE RX
e1 gas HAND DIG TO LOCATE points R-1 thru R-13. B D. Care 346 176104.76 1311581.22 115.9 RKY 838 176202.47 1311564.98 113.38 TOE RX 30'
_ / RAMP s s so °g I y y - 347 176081.80 1311576.17 115.4 RKY 839 176200.92 1311564.70 114.60 TOP RX
�s g'rly I L to L to 348 176070.34 1311572.71 115.7 RKY 840 176198.69 1311562.98 112.75 TOE RX
LID RIM EL t15.07 349 176058.09 1311569.23 115.9 RKY 841 176210.52 1311569.98 113.67 TOE RX 5'
I.E. 110.0 (ta"NE) �% s R+ Point EL(ft) Fish Weir Spillway 350 176034.17 1311559.55 115.2 BRK 842 176210.46 1311568.78 114.59 TOP RX
I.E. 110.0 (18'S) ; ® R1 108.61 41' 50' West Side 352 176064.73 1 311 392.27 113.9 TOP 843 176208.81 1311568.94 112.93 TOE RX
115 R,2 s �'0g s3 roe_s R2 109.25 109' 90' NW End of Basin 353 176080.71 1311400.30 114.2 TOP 844 176216.41 1311575.67 714.38 TOE RX 20'
354 176095.16 1311417.94 114.5 TOP 845 176215.54 1311575.85 114.79 TOP RX
225• 2 f�108.8;. R3 108.93 116' 87' Middle of N End 355 176100.73 1311410.41 113.0 TOE 846 176214.14 1311574.23 113.73 TOE RX
o' Rro Yi' R4 108.55 115' 77' NE Corner of End 356 176085.46 1311393.29 112.1 TOE 847 175986.33 1311460.22 105.42 MH
FISHWAr OUTLET a toy r E< se1/r� 357 176072.34 1311380.63 111.5 TOE 848 176253.25 1311586.95 116.98 SO
STRUCTURE �) �y, es3 < R'eq 110, 'a.s es8, a R5 108.27 101' 52' East Side a2 358 176039.47 1311376.03 109.9 TOE 850 176133.31 1311511.66 109.7 TOE
°i� , IRS 108.27 18.5' 21' (To cutout, NE corner) 359 176107.48 1311434.18 115.07 CB 851 176118.39 1311499.00 109.4 TOE
1
8"N IE-108.72 /; �p f(� 4e 360 176127.30 1311442.95 '114.3 BRK 852 176113.51 1311484.10 109.2 TOE
B"E IE=108.40 ® is / R7 108.15 NE Corner Overflow Spillway
361 176164.01 1311477.13 115.1 BRK 853 176101.20 1311464.39 109.2 TOE
' 42'S IE-108.16 1 Rrr E7'9J Rs / eoa R8 108.15 NW Corner Overflow Spillway 362 176167.95 1311487.81 115.39 CB 854 176061.96 1311466.83 108.8 TOE
'1�? / R9 108.35 75' 28' South End 364 176225.64 1311537.75 120.6 BRK 856 176041.49 1311573 15.53 108.8 TOE
t / R10 108.35 75' 42.5' Center of Basin
365 176252.16 1311567.99 122.5 CB 857 176045.44 1311530.79 709.0 TOE
Rll 108.45 23' 49' East Side 366 176248.33 1311573.15 122.4 TOP 858 176105.53 1311552.68 108.9 TOE
B s ' WEIR (304) a fYs / 367 176208.58 1 311 542.45 119.6 TOP 859 176131.29 1311553.18 108.9 TOE
EL 111.11 Re 10 R12 168.87 60, 55' East Side
?W o qy / 2 368 176172.75 1311516.B1 115.5 TOP 860 176134.15 1311538.93 109.2 TOE
' Re E¢i°jgg o c �' �s R 1 3 108.63 72' 56' East Side 369 176145.21 1 311 499.75 114.4 TOP 861 176126.22 1311518.85 108.9 TOE
°s+.5 S 3 0 / 370 176123.69 1311493.41 110.9 RAMP 211 176046.57 1311441.09 114.7 CL INT CALC
371 176122.49 1311482.94 110.9 RAMP 864 176398.42 1311682.81 129.3 CL
To 85+ Rg h. ry D / ¢ep SEDIMENT BASIN CLEANING AS-BUILT 9/8/2004 372 176138.90 1311483.30 114.2 TOP 865 176431.04 1311720.80 132.5 CL
PVC -IN R 1 T Rg <Z r R2 / 373 176117.50 1311460.32 114.4 TOP 866 176445.02 1311737.54 133.6 CL
APPROX. et ae�' R7 EQ'O,O / Bottom Locations b Taping From North Corner
� a � y p 9 374 176096.38 1311443.55 114.5 TOP 867 176464.12 1311634.91 133.45 CL LOG 12'
2p of Fish Weir and NW Corner of Overflow Spillway. 375 176088.80 1311439.51 114.7 TOP 868 176463.93 1311834.26 133.56 TOP LOG
Elevation by Loser Level. 376 176076.49 1311438.70 114.7 TOP 869 176463.64 1311 B33.42 131.92 TOE LOG
°Rsa es eS�EQts Points R-1 thru R-10. By D. Corey 378 176146.13 1311558.96 110.8 TOE 87� t76462.83 13118309a 132.97 TOP RX 12
i ® / L to L to 379 176185.82 1311558.73 112.7 CRK 872 176462.28 1311829.97 131.48 TOE RX
T 380 176200.68 1311567.74 113.3 CRK 873 176452.61 1311809.48 130.66 TOE RX 10'
Pain{ EL(ft) Fish Weir Spillway 381 176214.61 1311577.01 114.5 CRK 874 176451.42 1311807.70 130.85 TOP RX
Top 4ss / ® R1 108.65 41' 50' West Side 384 176253.22 1311585.77 120.45 STRUCT 875 176451.77 1311807.26 129.36 TOE RX
1
a,s ( o} R2 109.07 109' 90' NW End of Basin 385 176253.14 1311587.23 116.46 VALVE 876 176439.76 1311781.75 129.02 CL LOG 10'\ TOP 386 176253.67 1311589.95 116.47 STRUCT 877 176438.90 1311781.19 129.33 TOP LOG
R3 109.23 116' 87' Middle of N End 387 176268.16 1311564.69 122.8 BRK 878 176439.48 1311780.10 126.92 TOE LOG
k44 pE SPILLW Y STRUCTURE R4 108.73 115' 77' NE Corner of End 388 176304.36 1311595.15 124.6 TOP 879 176427.24 1311761.17 127.50 TOE RX 9'
c McCAR7) _PpO \ �/ CREST EL. 2.6B' R 5 108.39 101, 52 East Side 390 176386.38 1311660.99 128.5 BRK 8811 176426.40 1311760 23 126.51 TOE RX
M o IE
C�'Lb VA 8"E IE=109.62 (To cutout, NE corner) 391 176422.03 1311701.30 131.5 BRK 882 176411.05 1311739.33 126.36 TOE RX 11'
R7 108.07 NE Corner Overflow Spillway
' err e 2 e 3 R8 107.99 NW Corner Overflow Spillway DATE OF FIELD SURVEYS: BYPASS PIPE INLET Coordinate Table
R9 108.15 34' 28' South End STRUCTURE t NorthingEastin Elevation Descriptor
RAMP o' 28 / e� eos R10 108.53 75' 42.5' Center of Basin 220, 223-225 do 231 7/29/97
I I 0 300 SERIES 9/25 97 883 176410.18 1311739.24 126.89 TOP RX
800 SERIES 2/5/98 884 176410.16 1311738.10 125.00 TOE RX
SCALE" 1" 20' a / SPILLWAY 885 176398.24 1311720.77 124.99 CL LOG 11'
eja OUTLET ALL SHOTS ARE FINISHED SURFACES B86 176397.69 1311720.10 125.03 TOP LOG
SEDIMENT BASIN CLEANING AS-BUILT 9127/1999 87 176397.43 1311719.63 123.07 TOE LOG
GRAVEL PARKING �y STRUCTURE Cleaned Bottom Locations by Taping, Elevation by Level 888 176382.16 1 311 700.15 122.89 TOE RX 11'
Bps o, u NORTH y 1997-98 BASIN AS-BUILT SURVEY 890 176380.97 1311698.37 1211..616 TOP RX
TOE RX
Points P-1 thru P-10. By D. Care
n 891 176365.42 1311682.06 121.86 TOE RX 11'
SAN. SEWER MH ®P1 EL 109.5 P2 EL 108.66 ORIGINAL CONSTRUCTION 892 176364.90 1311681.26 122.28 TOP RX
RIM.EL, 105.42 CTR. .� B09 P3 EL 108.85 P4 EL 109.46 893 176364.27 1311681.16 120.64 TOE RX
CHANNEL EL 97.4 a Scale: 1 Inch = 20 Feet P5 EL i 109.33 P6 EL 108.79 894 175350.77 1311668.98 120.82 CL LOG 12'/ 895 176350.15 1311668.55 121.01 TOP LOG P7 EL 108.82 P8 EL 108.76
2008 Cleaning__ 896 176332.2 1311649.26 119.14 TOE LOG
P9 EL 108.81 P10 EL 108.62 897 176332.20 1311649.26 119.14 TOE RX 9'
6/16/08
RECOMMENDED vw.org SAS NOTED ��i ,�. CITY OF
FOR APPROVAL u.'@xis-
oc MAPLEWOOD CREEK SEDIMENT BASIN
BY Daniel Carey 6/16/08 " 0c REN ON 2008 CLEANING&MAINTENANCE PROJECT
DATUM
OFKMA�n SiAYPED B* I Plannin Buildin Public Works Dept. SEDIMENT BASIN BASE GRADES 2
BY "AID 4 sittAKA M:e/1e/ae DC/RS 9/ 9/ P
' K#n' �"10A6/0° N0. REVISION BY DATE APPR
RS " �3
CD
m= Y 18TH TES -
CD O 2
O ti�Q� 4 mQ O O
QO 4 Q 4
N ~O 4 a EX.LOG DROP(TYPICAL)
O O I _
NO MACHINE ACCESS\
� E .BOULDER CLUS RS Q Soa1C 1 hwh 10 Feet ON THIS SIDE
( PICAL) _� co I OO B / SS
O GRAVEL REPLACEMENT AREA S
(TYPICAL) I /
A PLACE APPROX.1 TO 2 CY
OF CLEAN GRAVEL ALLOWABLE ACCESS TO SPLITTE
SEE SECTION VIEW / CONSTRUCT TEMP SANDBAG AND PLASTIC BERM FOR SEDIMENT REMOVAL
NOTED 2r TO DIVERT FLOW AWAY FROM CLEANING AREA I RESTORE BANK AFTER CLEANING
.. A NOTED ...�, Q ..
---
GRAVEL REPLACEMENT AREA ,..• "' hp /
�.' FILTER FABRIC 1 .
(TYPICAL) �° AT ENTRANCE /
PLACE APPROX.1 TO 2 CY OF Q a`` ,t4; co
CLEAN GRAVEL IF NEEDED / / 'I• LI ACCESS TO SPUTTERO Q Q
1 SEE SECTION VIEW O��h O /• ON THIS
RESTORE BANK R
CLEANING.
EX.ROOT
LOG B _-- ,; j REMOVE APPROX 2CTO 3 MLF ENT
FEET DEEP
DETAIL 1 - GRAVEL PLACEMENT DETAIL 2 - GRAVEL PLACEMENT j
NTS NITS
NOTE D-CONTRACTOR WILL NEED TO REMOVE
APPX 4'WIDTH OF SHRUBS/BLACKBERRIES TO
ACCESS CREEK AT EACH LOCATION.
DO NOT CUT DOWN TREES.
I
I
EX.TREES AND
EX.SHRUBS AND CUTTINGS SHRUBS
PLANTED BY CITY POOL 18"-24"DEEP
DO NOT FILL POOL
WITH GRAVEL
EX.LOG DROPS LENGTH VARIES WATER DEPTH VARIES
WITH FLOW NOTCH T TO U TYPICAL 4"TO 6" (TYPICAL)
WL
FLOW \ DETAIL 3 - FLON SPUTTER CLEANING (NITS)
OH—�
WATER DEPTH VARIES
2"TO 6" (TYPICAL)
EAST BANK
' WEST BANK OHWL — • JRIGINAI GRAVEL LAYER
12"THICK WEST ACCESS ROAD
ORIGINAL GRAVEL LAYER EX.LARGE APPX EL 1 15.17
ERODED GRAVEL LEVEL
APPROX.12"THICK RIP-RAP PVC LINER
i LONG (APPROX.)
ERODED GRAVEL LEVEL
GRAVEL REPLACEMENT
WIDTH VARIES GRAVEL REPLACEMENT APPX EL 113.17 ACCUMULATED SEDIMENT
6"THICK (APPROX.) 5'TO 8'TYPICAL (APPROX.) 6"THICK (APPROX)
1 TO 2 CY OF CLEAN GRAVEL 1 TO 2 CY OF CLEAN GRAVEL 1 15.0 — .••APPX.EL.1.1.2,7..(VARIES.)..... ....
114.0—. ............................ .... ............................................................................ .............
GRAVEL REPLACEMENT SPEC. GRAVEL PLACEMENT GRAVEL REPLACEMENT SPEC. GRAVEL PLACEMENT IN LOW FLOW AREA 1.ONLY SMALL SOFT TIRED VEHICLES SHALL 1 13.0—. ........................ ....... ...... .....................................................................
IN HIGH FLOW AREA FROM SEDIMENT 1.GRAVEL SHALL BE PLACED ABOVE THE BELOW FLOW SPUTTER DELIVER GRAVEL':)N GOLF COURSE 112.0—' •"""......••"•""" """""'• •'"• """"" """"""""" .BASIN'BOTTOM"""""""""""""""""
1 BASIN TO FLOW SPUTTER WATERLINE ON THE WEST BANK OF THE SIZE Percent Finer by Weight (SUCH AS BOBCATS,GOLF CARTS,WHEEL BARROWS) APPX EL 1.08-67
SIZE Percent Finer by Weight CREEK BY MACHINE. 1 1 1 .0—. .....................................I..... ...... ..................... ....................................................
Y 9 4" 100-75% 2.GRAVEL SHALL BE PLACED AT TOP OF WEST BANK ONLY.
12"-9" 100-70% 2.GRAVEL SHALL BE SPREAD BY HAND 2" 75-30% 3.GRAVEL SHALL BE CARRIED DOWN BANK IN BUCKETS 1 10.0—. .................................I.............. ..... ..................................1,0.FT..IMPORT.EQ_.6ACKFIGL.,.,
9"-6" 70-40% SHOVEL OVER THE WIDTH OF THE CREEK, 1" 30- 0% AND SPREAD BY HAND SHOVEL OVER THE WIDTH ABOVE LINER (GRAVEL)
6"-3" 40-20% 3.THE CITY MAY REVIEW AND ADJUST 1/4" 0% OF THE CREEK. 109.0—. ...................................................... ...... ....... .................. ....................................
<1" 20% GRAVEL PLACEMENT AS NEEDED FOR 4.THE CITY MAY REVIEW AND ADJUST GRAVEL
EACH LOCATION. PLACEMENT AS NEEDED FOR EACH LOCATION. 108.0—. .......................................................... ............................................:: ':,................
107.0 —. ........................................................ ...................
DETAIL 1 DETAIL 2 ............ ................ ..................
TYPICAL SECTION A-A NTS TYPICAL SECTION B-B NTS 30 MIL PVC a" PERF.
BASIN LINER DRAIN PIPE
TYPICAL SECTION THRU MIDDLE OF FOND, WEST-EAST
a (NTS,VERTICAL DISTORTED) 2008 Clean i n
i
' RECOMMENDED a � AS NOTED '"'m'°""'" "' 6/16/OB
FOR APPROVAL DC �-- CITY OF MAPLEWOOD CREEK SEDIMENT BASIN
BY DanW ,troy 6/1§z08 �.DC REN,ON 2008 CLEANING&MAINTENANCE PROJECT
401E R/Ya�CIIle!O! DATU M
Aawna��a.�MM ��n Planning/Building/Public Works Dept. DETAILS 3
By R Ida v��� NO. REVISION BY
' %as �3