Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
SWP272057(8)
Award Date: 1 G b CAG L) 6 Awarded to: _ 1 0. vt -} ahe. Tru�c �Ln9 � rXCkvo► �n� � Ft w �Y ti o cop Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of 1 the Contract, Plans and Specifications � V �O City of Renton MAPLEWOOD CREEK SEDIMENT BASIN 2004 MAINTENANCE PROJECT PROJECT NO. SWP-27-2057 City of Renton 1055 South Grady Way Renton WA 98055 General Bid Information: 425-430-7200 ' Project Manager: Raymond van der Roest 425-430-7392 ® Printed on Recycled Paper ' TRUCKING&EXCAVATING,INC. 23316 NE Red-Fall City Rd.,#647 ' Redmond,Washington 98053 (425)868-1111 •Fax: 868-1611 ' August 4 2004 ' Project: Maplewood Creek Sediment Basin 2004 Maintenance Project City of Renton The following is a list ofnames, addresses and phone numbers ofthe responsible people for SANTANA TRUCKING&EXCAVATING, INC. for the aforementioned project.- Responsible Officer: Robert J. Thompson,President Santana Trucking&Excavating,Inc. 23316 Redmond-Fall City Road,#647 Redmond, WA 98053 ' Telephone: (425)868-1111 Project Manager: Keggen M. Thompson Santana Trucking&Excavating,Inc. 23316 Redmond-Fall City Road,4647 Redmond, WA 98053 Telephone: (425)868-1111 Emergency: (425)864-0647 Superintendent: Mark Carter ' Santana Trucking&Excavating,Inc. 23316 Redmond-Fall City Road, #647 Redmond,WA 98053 ' Telephone: (425)868-1111 Emergency: (206)730-4752 Bonding Agent: ' Mike Cotton Bush,Cotton,& Scott,LLC. ' PO Box 3018 Bothell,WA 98041 Telephone: (425)489-4500 ' TRUCKING&EXCAVATING,INC. 23316 NE Red-Fall City Rd.,#647 Redmond,Washington 98053 (425)868-1111 •Fax: 868-1611 August 4, 2004 Letter of Authorization To whom it may concern, ' Santana Trucking&Excavating, Inc. has authorized the certain people to sign job contracts for Santana Trucking&Excavating,Inc. The following is a list of names and sample signatures of the company personnel who are authorized to sign job contracts: Robert J. Thompson,President ' eggen M. Thompson,Zstimator/Project Manager And Display Certiflicau DElP T 01-_ REGISTERED AS PROVIDED BY LAW AS CONST CONT GENERAL REGIST # EXP. DATE Ccol SANTATE236BJ 04/29/2006 EFFECTIVE DATE 01/11/1977 SANTANA TRCKNG/EXCVTNG INC 23316 NE RED-FALL CITY RD 647 REDMOND WA 98053 r;b_';-4;5_1-000 I 8/971 • Detach And Displav Cejtifi-,:UC CITY OF RENTON BUSINESS LICENSE 2004 Licensee has made application for a City of Renton business license in accordance with the 24469 1/30/2004 22725 NE RED/FALL CITY RD provisions of Title V, Business Regulations ' Chapter 1, Code of General Ordinances of the City of Renton and agrees to comply with all the requirements of said ordinance. Licensee shall ' further comply with and all other City Code -- Ordinances, State Laws and Regulations applicable to the business activity licensed. Post SANTANA TRUCKING & EXC INC this License at place of business. ' 23316 NE RED/FALL CITY RD#647 REDMOND WA 98053 City of Renton Licensing Division 1055 South Grady Way Renton,WA 98055 (425)430-6851 ' DP 313312/94 - CITY OF RENTON eRENTON, WASHINGTON CONTRACT DOCUMENTS for the MAPLEWOOD CREEK SEDIMENT BASIN 2004 MAINTENANCE PROJECT PROJECT NO. SWP-27-2057 July 2004 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS 7 10 wAS,y�� j� y t ,O 297 7 O �2 Z9/0 - EXPIRES 10/16/05 CITY OF RENTON 1055 South Grady Way Renton, WA 98055 GPrinted on Recycled Paper CITY OF RENTON SWP-27-2057 Maplewood Creek Sediment Basin 2004 Maintenance Project CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Vicinity Map Instructions to Bidders Example Schedule of Prices Call for Bids *Combined Affidavit& Certificate Form: Non-Collusion Anti-Trust Claims Minimum Wage Form *Bid Bond Form *Proposal *Schedule of Prices *Receipt of Addenda **Subcontractors List (not required on this project) ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement(Contracts other than Federal-Aid FHWA) ❖City of Renton Standard Endorsement Form ❖City of Renton Insurance Information Form Insurance Information Prevailing Minimum Hourly Wage Rates(New job classifications) Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Certificate of Payment of Prevailing Wages Environmental Regulations City of Renton Supplemental Specifications Special Provisions Hydraulic Project Approval 1999 Cleaning Memo and Photos 1996 Design Plans(partial) Standard Details(not included) Construction Plans Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts,a copy of the corporation minutes establishing this authority must be attached to the bid document. * Submit with Bid(yellow sheets) ** Submit with Bid or within 24 hours of bid(yellow) ❖ Submit at Notice of Award(green sheets) CITY OF RENTON Planning/Building/Public Works Department 1055 South Grady Way Renton,Washington 98055 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 following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of RENTON,Washington,this 7thday of October, 1996. CITY OF RENTON: RENTON CITY COUNCIL: Mayor Council President Attest: City Clerl 01c-FairPracices.D00 CITY OF RENTON SUMMARY OFAMERICANS W=DHABILITIE4 ACT POLICY ADOPTED BYRESOLMONNO. 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 m federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (I) 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 WYI'H HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate f Wy with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services,activities and programs. (3) AMERICANS WYYH DISABILITMS ACT POLICY-The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the �_. policies and guidelines as set forth in this policy (4) CONTRACTOR' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 4th day of October 1993. C RENTON RENTON CITY COUNCIL: �- Mayor ucil President Attest: City Clerk CITY OF RENTON Maplewood Creek Sediment Basin 2004 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 Project, as shown on the plans and as described in the construction specifications, including but not limited to: • constructing a flow bypass structure and divert the creek into an existing bypass pipe • removing approximately 1,000 cy of sediment from the Maplewood Creek Sediment Basin and flow splitter • hauling and disposing of sediment • restoring flow to the sediment basin • hand placing streambed gravel at selected locations • and landscape planting and hydroseeding around the basin. The estimated project cost is $36,000 to $42,000. A total of 15 working days is allowed for completion of the project. 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. .mnu _m • ,n�u i !•T .� _ � ,,=ice-:=f , ul�■ �-�,. ` .`.�_ � �Dual■, -''`� ►:- Imo: � � •U i - 1 oil �/,' �V ■rrr4rrl / ■atll■n�\I l•I� s Zip 1/ � ••� ��Iluuhglp/ln■tlpq ?■•�••p• � _fPtgVi `�i fir'��ulo n■u-� '�:��• •`�i I■� wl ufi��Otllr� i'i "��/� ..• �,Il:all j•�.C �. ••��;!����� .��O��p.� � 1/ntt/f i. •i..�.•i ♦ • I �W1NIIIIIt11111t111/11/ff ��Illlft m SA Mal Lim IN IR �■�C n__� �Iuui: pry � .�f�4',�,, �� �� ♦ \� ♦•i�i•ii 11 I •ice����:■� ���vt►•�.♦��4i ii•I��►r•.�-:� •U lei '��.� �,,ll �`��-�`att•att•gIt•�- ���0���ri��i���a� �ali�ia�i�i��::�� _ WOO 1 :11 ■11 •� •11 ReplaceMAPLEWOOD CREEK GRAVEL PLACEMENT Applicant: City of Renton • Creek Reference#: Maplewood Location: Golf Course 4050 MapleHighway •. '• Renton, • County, • • 98055 Sheet 1 of 6 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 this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2 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 I 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. t10. 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. 13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 14 Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. 15. Payment retainage shall be done in accordance with Section 1-09.9(2) "Retainage and Section" 1-09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located in City of Renton Supplemental Specifications. 16. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 17. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 18. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers,workmen,mechanics or subconsultants. rThe 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. Employment of Resident Employees The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the requirements of RCW 39.16. 20. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 21. 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 Supplemental Specifications, Special Provisions 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/APWA "1996 Standard Specifications for Road, Bridge and Municipal Construction" and 'Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," 'Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA 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/APWA standards shall be detected and the measurement and payment provisions of Section 1-09.14, Measurement and Payment(added herein) shall govern. 22. 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. 23 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. ❑ Have you submitted, as part of your bid, all documents marked in the index as"Submit With Bid"? ❑ Has BID BOND or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? ❑ Has the PROPOSAL been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? ❑ Have you submitted the Subcontractors List(If required) ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of ADDENDA, if any? r " E X A M P L E - SCHEDULE OF PRICES " This Example shows how the Schedule of Prices should b i e filled out. The prices are for illustration only, and do not represent actual unit prices for those items. The Unit Price for all bid items, all extensions, and Total amount of the bid must be filled in. Handwritten words and figures are acceptable (must be legible). FOR EACH BID ITEM 1 Write the Unit Price in words and figures (number). The words and figures must be equal. Example: Nine hundred dollars, $900.00. 2 Multiply the Quantity by the Unit Price, write the result in the"Amount' column as a figure. Example: Bid Item#2, 200 Linear Foot x$1.20 = $240.00 3 Add the Amounts for all bid items and write the result in the"Subtotal'column (example: $5,468.35). 4 Multiply the Subtotal by the Sales Tax, write the result in the"Sales Tax" column. Example: $5,468.35 x 8.8% = $481.21 5 Add the Subtotal and the Sales Tax, write the result in the"TOTAL" column (example: $5,949.56). 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 $ Nine hundred dollars $ 900.00 $ 900.00 2. 200 Clear Fence Line Linear Foot $ One dollar and twenty cents $ 1.20 $ 240.00 3. 150 Topsoil Cubic Yard $ Three dollars and 22 cents $ 3.22 $ 483.00 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 three hundred dollars _ $ 2,300.00 $ 920.00 6. 1 Restoration Lump Sum $ Five Hundred twenty five dollars and $ 525.35 $ 525.35 thirtyfive cents Subtotal $ 5,468.35 8.8% Sales Tax $ 481.21 TOTAL $ 5,949.56 07c-Example Sched Prices.doc CITY OF RENTON Combined Affidavit and Certification form: ' Non-Collusion,Anti-Trust,and Minimum Wage (Non-Federal Aid) NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal ' or bid and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to ' refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust ' violations are in fact usually borne by the purchases. Therefor, vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. ' AND MINIMUM WAGE AFFIDAVIT FORM 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: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT Maulewood Creek Sediment Basin 2004 Maintenance Proiect Name of Project ' Name of Bidder's Firm ' Signa r of Authorized Representati i.tP R , . p iiIN:Z Subscribed and sworn to before me on this Z� day of Notary tate of Washington Notary (Print) ' My appointment expires: BI D D BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of$ '2" which amount is not le-s than five percent of the total bid. "R Sign he Know All Men by These Presents: That we, Santana Trucking & Excavating, Inc. as Principal, and United ,States Fidelity and Guaranty Companyas Surety,-.are held and;firmly bound unto the City of Renton, as Obligee, in the penal sum of _five percent "J% of total bid amount Dollars, for the payment of which the Principal and the Surety bird 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 miiake any award to the Principal for Maplewood Creek Sediment Basin 2004 Mainte . nce Proiect according to the terms of the nronocal or hied made b he r� � f �.,o f and the v r r .. �..... i i i.�...... ..�the Pr rr�\rrp�l ti��.re�OrG, and r, Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond fear the faithful performance thereof, with[ p , t Surety or Sureties approved by the O�igee; or of 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 forbids, then this obligation shall be r�ull and void; otherwise it shall be and remain in full force and effect and the Surety shall �orthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the am��unt of this bond. t: SIGNED, SEALED AND DATED THIS . 20th DAY OF Jul , 200 4 . Sant c i Excavating,.-mac. Principa United Fi l� y aad Guaranty Company Jim S. Kuich, Attorney-in-fact Received return of deposit in the sum of$ _ ' St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Maul Surety St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company ' St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Seaboard Surety Company St.Paul Medical Liability Insurance Company ' Bond No. Bid Bond ' RIDER CONTAINING DISCLOSURE NOTICE OF TERRORISM COVERAGE ' This disclosure notice is required by the Terrorism Risk Insurance Act of 2002 (the "Act"). No action is required on your part. This Disclosure Notice is incorporated in and a part of the attached bond, and is effective the date of the bond. You should know that, effective November 26, 2002, any losses covered by the ' attached bond that are caused by certified acts of terrorism would be partially reimbursed by the United States under a formula established by the Act. Under this ' formula, the United States reimburses 90% of covered terrorism losses exceeding the statutorily established deductible paid by the insurance company providing the ' coverage. ' Under the Act, there is a cap on our liability to pay for covered terrorism losses if the aggregate amount of insured losses under the Act exceeds $100,000,000,000 during ' the applicable period for all insureds and all insurers combined. In that case, we will not be liable for the payment of any amount which exceeds that aggregate amount of ' $100,000,000,000. ' The portion of your premium that is attributable to coverage for acts of terrorism is 0.00. ' IMPORTANT NOTE: THE COST OF TERRORISM COVERAGE IS SUBJECT TO CHANGE ON ANY BONDS THAT PREMIUM IS CHARGED ANNUALLY. ' The.%RdUI POWER OF ATTORNEY ' Seaboard Surety Company United States Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company ' 24148 2103628 Power of Attorney No. Certificate No. KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,and that St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under ' the laws of the State of Minnesota,and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the "Companies"), and that the Companies do hereby make,constitute and appoint ' Steven K.Bush,M.J.Cotton,Nancy J.Osborne,Mike Amundsen,Darlene Jaldelsld, S.M.Scott, Julie M.Glover,Jim W.Doyle,Michael A.Murphy,Lawrence J.Newton,Andy D.Prill, ' Roxana Palacios,Jim S.Kuich,Viki Baum and John C.Beeson of the City of Bothell ,State Washington their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign its name as surety to,and to execute,seal and acknowledge any and all bonds,undertakings, contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. ' IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and sealed this 8th day of January 2004 Seaboard Surety Company United States Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company t y977 rED PETER W.CARMAN,Vice President m �;SEALiof oa.SBAI i N O >1r...__.� State of Maryland / City of Baltimore THOMAS E.HUIBREGTSE,Assistant Secretary ' On this 8th day of January 2004 before me,the undersigned officer,personally appeared Peter W.Carman and Thomas E.Huibregtse,who acknowledged themselves to be the Vice President and Assistant Secretary,respectively,of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and ' Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.;and that the seals affixed to the foregoing instrument are the corporate seals of said Companies;and that they,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. z7A44 ¢`0 NOTq In Witness Whereof,I hereunto set my hand and official seal. p RY v Ve(/Q ' My Commission expires the 1st day of July,2006. o c�1 REBECCA EASLEY-ONOKALA,Notary Public aE �`' ' 86203 Rev.7-2002 Printed in U.S.A. This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St. Paul Guardian Insurance Company, St.Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.on September 2, 1998,which resolutions are now in full force and , effect,reading as follows: RESOLVED,that in connection with the fidelity and surety insurance business of the Company,all bonds,undertakings,contracts and other instruments relating to said business may be signed,executed,and acknowledged by persons or entities appointed as Attomey(s)-in-Fact pursuant to a Power of Attorney issued in , accordance with these resolutions. Said Power(s)of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman,or the President,or any Vice President,or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved,printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attomey(s)-in-Fact for purposes , only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and subject to any limitations set forth therein,any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company,and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached;and , RESOLVED FURTHER,that Attomey(s)-in-Fact shall have the power and authority,and,in any case, subject to the terms and limitations of the Power of Attorney issued them,to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings,and other writings obligatory in the nature thereof,and any such instrument executed by such Attomey(s)-in-Fact shall be as binding upon the Company as if signed by an ' Executive Officer and sealed and attested to by the Secretary of the Company. 1,Thomas E.Huibregtse,Assistant Secretary of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company, St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force ' and effect and has not been revoked. (� IN TESTIMONY WHEREOF,I hereunto set my hand this.'&'PA day ofb T Swrly FIFE a �,,M �MS� a+,xs�y _C�yty,tiq �(� 1927 t ,tO11vOR�if'�, =00^Y00�,t�� �yyw.s NCOIVOIMTEp / �r Thomas E.Huibregtse,Assistant Secretary To verify the authenticity of this Power of Attorney,call 1-80042A300 anfl`aA for the,Pdwer o Q#dr ey clerk. Please refer to the Power of Attorney numbzr, the above-named individuals and the details of the bond to whickthe poi4'is attached." t t t CITY OF RENTON SWP-27-2057 MAPLEWOOD CREEK SEDIMENT BASIN 2004 MAINTENANCE PROJECT PROPOSAL ' TO-TI1E-CITY OF RENTON RENTON, WASH NGTON ' Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to ' undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: ' (Note: Unit prices for all items,all extensions,and total amount of bid should be shown. Show unit prices both in writing and in figures.) 1 __`` Printed Name: �c�,.�Vahq�,,,Gk f at, "f� �tN C. 7' Signature. r,e S, Address: Names of Members of Partnership: ' OR Name of President of Corporations ' Name of Secretary of Corporation �m� Corporation Organized under the laws of N With Main Office in State of Washington at 1-F'I CE CITY OF RENTON MAPLEWOOD CREEK SEDIMENT BASIN 2004 MAINTENANCE PROJECT SCHEDULE OF PRICES Note: Unit prices for all items,all extensions and total amount of bid must be shown. Show unit prices in both words and figures. Where conflict occurs the written or typed words shall prevail. See Special Provisions for Bid Item descriptions_ ' ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be written in words) (figure)9 ) (figure) 1. 1 Mobilization Lump Sum $ 2. 1 Construct Bypass Structures, Drain Basin Lump Sum $ $ 3. 1 Remove, Haul, Dispose of Sediment Lump Sum $ $ 4. 1 Refill Basin, Remove Bypass Lump Sum $ 5. 18 Gravel Placement—Detail 1 Ton $ $ Z�7 ` 6. 18 Gravel Placement—Detail 2 ' Ton $ $ Li� c> $ - 2 � 7. 15 Plant— Douglas Spiraea ' Each $ $ C 8. 15 Plant—Snowberry ' Each $ $ 6 $ 13 9. 15 Plant—Vine Maple Each $ ' 10.- 20 Plant— Red Stem Dogwood Each $ $ ' 11.- 20 Plant— Native Willows Each $ f ' 12.- 0.10 Hydroseeding Acre $ $ --�� CA 13.- 1 Minor Changes Lump Sum $ One Thousand Dollars and no cents $1,000 $1,000 ' Subtotal $ 8.8% Sales Tax $ ' TOTAL $ y 07-Sched Prices.doc CITY OF RENTON SWP-27-2057 MAPLEWOOD CREEK SEDIMENT BASIN 2004 MAINTENANCE PROJECT ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA NO. DATE: NO. DATE: NO. DATE: NO. DATE: NO. DATE: c ' SIGNED: ^ra TITLE: e, ' NAME OF COMPANY: , \ ADDRESS: `Z3"31(„ CA Ell CITY/STATE/ZIP:_ TELEPHONE: q 2 �y CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE —'ft�4�%�/�'✓� //���c'i i�'f xcit��i�i r/rt'G. A!e hereby confirms and declares that ' (Name of contractor/subcontractor/consultant) I. It is the policy of Steil,-�.r� %c�er(ia°6 i txg�x y si.�'l, �r.�L"_ to offer equal (Name of contractor/subcontractor/consultant) opportunity to all qualified employees and applicants for employment without regard to the race, creed, color, sex,national origin, age,disability or veteran status. complies with all applicable (Name of contractor/subcontractor/consultant) ' federal, state and local laws governing non-discrimination in employment. II. When applicable, i}�rj,{,lr� j E i/�� f �jjcCc �T�.t��r� Alvr, 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 7- Print e r se it ' A pr sentative's S{> ure v ' Date i ed Instructions: This document MUST be completed by each contractor, subcontractor and consultant. Include or attach this document(s)with the contract. F{:forms/envrm taUcnv i rpoUbh ' BOND TO THE CITY OF RENTON BOND #TD9835 KNOW AL I,MFN BY THESE PRESENTS: ' That we,the undersigned Santana Trucking & Excavating, Inc. -_ - ' nited States Fidelity and Guaranty as principal,and Company _ corporation organized and.existing under the laws of the State of ._MgUj and_ _ as a surety corporation,and qualified ur er the laws of the ' Statc of Washington to become surety upon bonds of contractors with municipal corporate 'ns,as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of $ Forty Six Thousand Two Hundred Fifty and 88/100 Dollars ( 46,250.88) ' for the payment of which sum on demand we bind ourselves and our successors,heirs,adn�inistxators or person representatives,as the case may be. ' This obligation is entered into in pursuance of the statutes of the State:of Washington,the 3rdinance of the City of Renton.. Dated at l✓I 7V k' Washington;this Y day of ,20041 ' Nevertheless,the conditions of the above obligation are such that: k S ' WHERL-;AS,under and pursuant to Public Works Construction Contract CAG-04-096 pro iding for construction of Maplewood Creek Sediment Basin 2004 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 t)perform the work therein provided for in the manner and within the time set forth; NOW,THEREFORE, if the:principal shalt faithfully perform all of the provisions of said ,ontract in the manner acid within the time therein set forth,or within such extensions of time as may be,ranted under said ' contract,and shall pay all laborers,mechanics,subcontractors and material,men,and all p,:rsons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of6id work,and shalt hold said City of Renton harmless from any loss or damage occasioned to any person or pi1operty by reason of any carelessness or negligence on the part of said principal,or any subcontractor in the pe onrance of said work,and shall indemnify and hold the City of Renton harmless from any damage or expe isc by reason of failure of performance as specified in the contract or from defects appearing or developin in the material or workmanship provided or performed under the contract within a period of one year after iN-acceptance thereof ' by the City of Renton,then and in that event this obligation shall be void;but otherwise it hall be and remain in fill force and effect. ' Santana Truckin & Excavate nc. United States Fidelity and Guaranty Company Principal i` Sure L ' St e Sty Jim S. Kuich Attorney-in-fact _ - ' Title Title Approved by Larry Warner:2/14N2 q St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Ci Ql �v �li St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company ' St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Seaboard Surety Company St.Paul Medical Liability Insurance Company Bond No. -TD qG 3S"- RIDER CONTAINING DISCLOSURE NOTICE OF TERRORISM COVERAGE ' This disclosure notice is required by the Terrorism Risk Insurance Act of 2002 (the "Act"). No action is required on your part. This Disclosure Notice is incorporated in and a part of the attached bond, and is effective the date of the bond. You should know that, effective November 26, 2002, any losses covered by the attached bond that are caused by certified acts of terrorism would be partially reimbursed by the United States under a formula established by the Act. Under this formula, the United States reimburses 90% of covered terrorism losses exceeding the statutorily established deductible paid by the insurance company providing the coverage. Under the Act, there is a cap on our liability to pay for covered terrorism losses if the --- - ----- ----- aggregate amount of insured losses under the Act exceeds $100,000,000,000 during the applicable period for all insureds and all insurers combined. In that case, we will not be liable for the payment of any amount which exceeds that aggregate amount of ' $100,000,000,000. ' The portion of your premium that is attributable to coverage for acts of terrorism is 0.00. IMPORTANT NOTE: THE COST OF TERRORISM COVERAGE IS SUBJECT TO CHANGE ON ANY BONDS THAT PREMIUM IS CHARGED ANNUALLY. t 7he.%PluI POWER OF ATTORNEY Seaboard Surety Company United States Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company 24148' 2103641 Power of Attorney No. Certificate No. KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,and that St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the "Companies"), and that the Companies do hereby make,constitute and appoint ' Steven K.Bush,M.J.Cotton,Nancy J.Osborne,Mike Amundsen,Darlene Jakielski,S.M.Scott, Julie M.Glover,Jim W.Doyle,Michael A.Murphy,Lawrence J.Newton,Andy D.Prill, Roxana Palacios,Jim S.Kuich,Viki Baum and John C.Beeson ' of the City of Bothell State Washington their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above,to sign its name as surety to,and to execute,seal and acknowledge any and all bonds,undertakings, contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings recjuired or permitted in:any actions or proceedings allowed by law. ' IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and sealed this 8th day of January _ 2004 Seaboard Surety Company United States Fidelity and Guaranty Company ' St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Cornpany StAflj �00� PETER W.CARMAN,Vice President EA l�'ANVI ,;i�._,.:r� aJ1�A�� �i � •! State of Maryland / City of Baltimore THOMAS E.HUIBREGTSE,Assistant Secretary ' On this 8th day of January 2004 before me,the undersigned officer,personally appeared Peter W. Carman and Thomas E.Huibregtse,who acknowledged themselves to be the Vice President and Assistant Secretary,respectively,of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.;and that the seals affixed to the foregoing instrument are the corporate seals of said Companies;and that they,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. �GGp EAS(F�� 17f_-""'_/W 't//r`'�•1rw.c�t� 0 In Witness Whereof,I hereunto set my hand and official seal. NoTq,o RY y l/B(tL. My Commission expires the 1 st day of July,2006. l�oAE CiTt�� REBECCA EASLEY-ONOKALA,Notary Public ' 86203 Rev.7-2002 Printed in U.S.A. This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.on September 2, 1998,which resolutions are now in full force and ' effect,reading as follows: RESOLVED,that in connection with the fidelity and surety insurance business of the Company,all bonds,undertakings,contracts and other instruments relating to said business may be signed,executed,and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued in ' accordance with these resolutions. Said Power(s)of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman,or the President,or any Vice President,or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved,printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attomey(s)-in-Fact for purposes ' only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and subject to any limitations set forth therein,any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company,and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached;and ' RESOLVED FURTHER,that Attomey(s)-in-Fact shall have the power and authority,and, in any case,subject to the terms and limitations of the Power of Attorney issued them,to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings,and other writings obligatory in the nature thereof,and any such instrument executed by such Attomey(s)-in-Fact shall be as binding upon the Company as if signed by an ' Executive Officer and sealed and attested to by the Secretary of the Company. I,Thomas E.Huibregtse,Assistant Secretary of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company, St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force ' and effect and has not been revoked. IN TESTIMONY WHEREOF,I hereunto set my hand this day of 927 � � �lOR>yR„>f��, Qi�PPPOOR�lF::l W� `�• y� .. � J�/ „ T , . AiF ,� is co• �`... .-a+ '✓:;�.._....�;P �Ayt AIN� �` `. s 951 Thomas E.Huibregtse,Assistant Secretary ' To reHfy the aulhenticity of this Power of Attorney,call I-800-427-3880 and askfor the Power of Attoi-a3ey clerk. Please refer to the Power of Attorney number, the above-named individuals and the details of the bond to which'the power is attached. 1 CONTRACTS OTHER THAN FEDERAL-AID FHWA ' THIS AGREEMENT,made and entered into this f8lk day of , 2004. by and between THE CITY OF RENTON, Washington, a municipal corporation orthe te of Washington, ' hereinafter referred to as "CITY" and Santana TruckinE& Excavating,Inc. thereinafter referred to as"CONTRACTOR." ' WITNESSETH: l) The Contractor shall within the time stipulated, (to-wit: within fifteen 1151 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 t 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 SWP-27-2057 for improvement by construction and installation of: Maplewood Creek Sediment Basin 2004 Maintenance Project. ' 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 there over. 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. 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 H:fonns/envnnta1/envirpol/bh 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in ' writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of ' his subcontractors should violate any of the provisions of this Contract,the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of any ' provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination,the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take ' over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or ' other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the ' Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies ' available to the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, ' actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising ' from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention,process, article ' or appliance manufactured for use in the performance of the Contract, including its use by the City,unless otherwise specifically provided for in this Contract. ' In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor,then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City ' in connection with such litigation. Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants,provisions and agreements hereunder. ' Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the ' concurrent negligence of(a) the Contractor's agents or employees and (b)the City, its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid Moans/envrwal/envirpoMh and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. ' 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. ' 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than fifteen [151 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. t8) 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 thereof, 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 convect and remedy any such ' defect,fault or breach at the sole cost and expense of Contractor. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules,payrolls, reports, estimates, records and miscellaneous ' data pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 11. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. t H:forms/envrmtaUenviToL$h 11) The total amount of this contract is the sum of $46,250.88 ' Forty Six Thousand,Two Hundred and Fifty Dollars and 88 cents written words which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. ' IN WITNESS WHEREOF,the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above- written. ONT R CITY OF RENTON 6ident/Partne ner Mayor ATTEST CAIA,1,. � - Secretary 17. City Clerk ' Dba Firm Name ' check one #Corporation 0Individual 0Partnership 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. H:forms/envrmtaVenvirponh 08/12/2004 12:56 FAX Lg uu5iuue RECEIVED: 8/11 /E4 13:39; ->CONOViER KIRKLAND; M647; PACE 2 A�G-11-2004 13:29 CITY OF RENTON PBPW 425 430 7241 P_02iO4 City of Renton FmanResources &R.isk Management Department Insurance Information Form FOR Maplewood Creek Sediment Basin 2 4 since ncc Pro eet ' .27-ZOi7 . STAFF CONTACT:Aaniel Care PROJECT NUMBER:S��—.-.— es/litnits specified in 9Yes �] No Certificate of Insurance indicates the coverag `� ' I contract? � ❑ No Are the following coverages and/or omditions in effect? Yes 8 ►li form is as 1$01993 Yes ❑ No The Comu,errial General Liability pt .� Occurrence Form or Equivalent? (If no,aieach a copy of the policy with required coverages clearly identlf,ed) �7�5�`�T % Yes ❑ No CG 0043 Amendatory Endorsement provided. I R ❑ Genera!Aggregate provided on a"per projoct basis(CG2503)?` Yes No Additional Rued wording provided?" Yes 0 No I o basis and not,-tontnbumng basis?' Yes [] No Covetaoe on a primary ' Yes No waiver of subrogation Clause appli4z?' ❑ a lies? Yes ❑ No I Severabiliry of Interest Clause(Cross Liability PP ) 1 ❑ Notice of Cancellation/Non-Reuewalamended to 45 days'''` Yes No *To be shown or cerrificate of fnruronce fAM BEST'S RATING]FOR CARRIER �Y ' � �, � prOfC9510na1 GL — AutoL`1� Umb ' This Questionnaire is issued as a matut of information- This questionnaire is not an insurance policy and does ' not amend, exaead 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 spectfie fdeclaration pages FROM awarded lridder prior to execution of contract. Agency/Broker Mr a Print Name) Address~ comp let y(sign ) Name ofperson to contact Telephone Numbs' ' NOTE: 7MIS Q=770NNADU: MIDST BE COWLETF.D FOR EACH LINE OF COVERAGE AND ATTACHED TO CERTIFICATE OF.i7 UR,4NCE t 08/12/2004 12:57 FAX t000s/oub 1 RECEIVED: 6/11/04 13:39; ->CONOVER KIRKLAND; #647; PAGE 3 AO0-11-2004 13:29 CITY OF RENTON PBPW 425 430 7241 P.03iO4 i ENDORSEMENT I 1 d it is hereby a ed and understood that Policy Number issued by In consideration of the premium charl,e , €� Insurance Company, is amended to include the following terms and conditions as respects Contract 1 Number issued by the(OWNER). 1. ADDITIONAL INSURED. The OWNER their elected or appointed officers, officials, employees, subconsultancs, and volunteers art'included as additionally insured with regard to damages and defense of 1 claims arising from: (a)activities pertbrmed by or on behalf of the NAMED INSURED;or(b)products and completed operations of the NAMED INSURED. or (c)premises owned, leased or used by the NAMED INSURED. 1 , 2. CONTRIBUTION NOT REQIMED. As respects: (a)work performed by the NAMED INSURED for or on behalf of the OWNER;or(b)producc sold by the NAMED INSURED to the OWNER;or(c)Premises leased by the NAMED INSURED from the OWNER,the inswrance afforded by this policy shall be primary 1 inswance as respects the OWNER, or any other insured, its elected or appointed offiicera, officials, employees, subconsultants or volunteers;or stand in an unbroken chain of coverage excess of the NAMED INSURED'S scheduled underlying primary coverage. In either event,any other insurance maintained by the 1 OWNER, or any other insured, its elected or appointed officers, officials, employees, subeonsuttants or volunteers shall be in excess of this insurance and shall not contribute with it. 3. SEVERABILITY OF INTEREST. The inclusion of more than one Insured under this policy shall not 1 affect the rights of any Insured,as respects any claim,suit or judgment trade or brought by or for any other Insured or by or for any employee of any other Insured. This policy shall protect each insured in the same manner as through a separate policy bad been issued to each, except that nothing heroin shall operate to 1 increase the company's liability beyond the amount or amounts for which the company would have been liable had only one insured been named. 4. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, voided, 1 ( canceled, reduced in coverage or in limits except afler FORTY-FIVE (45) days' prior written notice by certified mail return receipt requested has been given to the OWNER- Such notice shall be addressed to(a) the OWNER and(b)the CONTRACTOR 1 S. CLAIM REPORTING_ The OWNER has no obligation to report occurrences unless a claim has been filed with the OWNER. 1 I 6. AGGREGATE LIMIT. The General Aggregate Limit UZIQ of I ranee. us separately to the above named contract for the above nmed OWNER 1 G Date Authorized Rep Live 1 � Signentre 1 1 � 1 1 09.Ieuwaneepkmc\ ' ALORD CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) M 08/11/2004 PRODUCER (425)822-3500 FAX (425)822-3510 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Conover Insurance' Agency (K) ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 11250 Kirkland Way ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Kirkland, WA 98033 Cheryl Phillips INSURERS AFFORDING COVERAGE NAIC# INSURED Santana Trucking and Excavating, Inc. INSURERA: Transportation Ins Co 23316 NE Red-Fall City Rd. INSURERB: Am Casualty Co of Reading Pa #647 INSURER C: ' Redmond, WA INSURERD: INSURER E: COVERAGES GITY OF THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICAT ' ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF S POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN SR TYPE OF INSURANCE POLICY NUMBER LIMITS POLICY EFFECTIVE POLICY EXPIRATION LTR NSR DATE MM/DD/Y`( DATE MM/DD/YY ' GENERAL LIABILITY 2074918928 04/25/2004 04/25/2005 EACH OCCURRENCE $ 1,000,000 r COMMERCIAL GENERAL LIABILITY PREMISES Ea occurence $ 50,000 CLAIMS MADE �OCCUR ME EXP(Any one person) $ 5,000 ' A PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GENT AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY D PRO- JECT LOC ' AUTOMOBILE LIABILITY 2074918301 04/25/2004 04/25/2005 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $ 1,000,000 ALL OWNED AUTOS BODILY INJURY $ ' SCHEDULED AUTOS (Per person) B X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) ' PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ ' 1 E AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY 2074918671 04/25/2004 04/25/2005 EACH OCCURRENCE $ 2,000,000 X OCCUR CLAIMS MADE AGGREGATE $ ' A $ 2,000,000 DEDUCTIBLE $ RETENTION $ 10,00 $ WORKERS COMPENSATION AND 2074918928 04/25/2004 04/25/2005 1 TORY LIMITS X I ER ' EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $ A ANY PROPRIETOR/PARTNER/EXECUTIVE 1,000,0O OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEI $ _1,000,000 If yes,describe under SPECIAL PROVISIONS below. E.L.DISEASE-POLICY LIMIT $ 1,000,000 ' OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS ' ity of Renton is named as an additional insured with respect to the operations of the named insured per form G17957-G attached. ertificate cancels and replaces certificate dated 08/06/2004 CERTIFICATE HOLDER CANCELLATION ' SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILENDEAVOR TO MAIL City of Renton 4S DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Attn. Human Resources & Risk Management Dept. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY ' 105 5 S. Grady Way, 6th Floor OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. Renton, WA 98055 AUTHORIZED REPRESENTATIVE ^ And Emerick/CPHILL ' ACORD 25(2001/08) ©ACORD CORPORATION 1988 IMPORTANT ' If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). ' If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). ' DISCLAIMER tThe Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it ' affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. 19 ' ACORD 25(2001/08) ' G-17957-G CNA (Ed. 01101) IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT. ' SEE PARAGRAPH C.1. OF THIS ENDORSEMENT FOR THESE DUTIES. ALSO, THIS ENDORSEMENT CHANGES THE CONTRACTUAL LIABILITY COVERAGE WITH RESPECTS TO THE "BODILY INJURY" OR "PROPERTY DAMAGE" ARISING OUT OF ' THE "PRODUCTS-COMPLETED OPERATIONS HAZARD". SEE PARAGRAPH B.3. OF THIS ENDORSEMENT FOR THIS COVERAGE CHANGE. ' THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S SCHEDULED AND BLANKET ADDITIONAL INSURED ' ENDORSEMENT WITH LIMITED PRODUCTS-COMPLETED OPERATIONS COVERAGE ' This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ' SCHEDULE Name of Person or Organization: Designated Project: ' City of Renton (Coverage under this endorsement is not affected by an entry or lack of entry in the Schedule above.) A. WHO IS AN INSURED (Section II) is amended to not in addition to, the Limits of Insurance shown include as an insured any person or organization, in the Declarations. ' including any person or organization shown in the 3. The coverage provided to the additional insured schedule above, (called additional insured) whom by this endorsement and paragraph f. of the you are required to add as an additional insured on definition of "insured contract" under ' this policy under a written contract or written DEFINITIONS (Section V) do not apply to agreement; but the written contract or written "bodily injury" or "property damage" arising out agreement must be: of the "products-completed operations hazard" 1. Currently in effect or becoming effective during unless required by the written contract or written ' the term of this policy; and agreement. When coverage does apply to "bodily injury" or "property damage" arising out 2. Executed prior to the "bodily injury," "property of the "products-completed operations hazard" ' damage," or"personal and advertising injury". such coverage will not apply beyond: B. The insurance provided to the additional insured is a. The period of time required by the written limited as follows: contract or written agreement; or ' 1. That person or organization is an additional b. 5 years from the completion of "your work" insured solely for liability due to your negligence on the project which is the subject of the specifically resulting from "your work" for the written contract or written agreement, additional insured which is the subject of the ' written contract or written agreement. No whichever is less. coverage applies to liability resulting from the 4. The insurance provided to the additional insured sole negligence of the additional insured. does not apply to "bodily injury," "property 2. The Limits of Insurance applicable to the damage," or "personal and advertising injury" additional insured are those specified in the arising out of an architect's, engineer's, or written contract or written agreement or in the surveyor's rendering of or failure to render any Declarations of this policy, whichever is less. professional services including: ' These Limits of Insurance are inclusive of, and a. The preparing, approving, or failing to prepare or approve maps, shop drawings, ' G-17957-G Page 1 of 2 (Ed. 01/01) 1 G-17957-G CNA (Ed. 01/01) 1 opinions, reports, surveys, field orders, (3) Agree to make available any other change orders or drawings and insurance which the additional insured 1 specifications; and has for a loss we cover under this b. Supervisory, or inspection activities Coverage Part. performed as part of any related f. We have no duty to defend or indemnify an 1 architectural or engineering activities. additional insured under this endorsement C. As respects the coverage provided under this until we receive written notice of a claim or endorsement, SECTION IV — COMMERCIAL "suit" from the additional insured. GENERAL LIABILITY CONDITIONS are amended 2. Paragraph 4.b. of the Other Insurance 1 as follows: Condition is deleted and replaced with the 1. The following is added to the Duties In The following: Event of Occurrence, Offense, Claim or Suit 4. Other Insurance ' Condition: b. Excess Insurance e. An additional insured under this This insurance is excess over any other endorsement will as soon as practicable: insurance naming the additional insured 1 (1) Give written notice of an occurrence or as an insured whether primary, excess, an offense to us which may result in a contingent or on any other basis unless claim or"suit" under this insurance; a written contract or written agreement 1 (2) Tender the defense and indemnity of specifically requires that this insurance any claim or "suit" to any other insurer be either primary or primary and which also has insurance for a loss we noncontributing. 1 cover under this Coverage Part; and 1 1 1 i 1 1 1 1 1 1 G-17957-G Page 2 of 2 (Ed. 01/01) CITY OF RENTON CONSTRUCTION CONTRACTS INSURANCE AND RELATED REQUIREMENTS MINIMUM INSURANCE COVERAGES AND REQUIREMENTS The(CONTRACTOR)shall obtain and maintain the minimum insurance coverages set forth below. By requiring such minimum insurance, CITY OF RENTON shall not be deemed or construed to have assessed the risks that may be applicable to the(CONTRACTOR)under Contract Number . The(CONTRACTOR)shall assess its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverages. Coverages (1) Commercial General Liability-ISO 1993 Form or equivalent. Coverage to include: • Premises and Operations • Explosion,Collapse and Underground Hazards • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 which includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability (2) Automobile Liability including all • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles (3) Workers'Compensation • Statutory Benefits(Coverage A)-Show WA L&I Number (4) Umbrella Liability • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. (5) Professional Liability - (whenever the work under this Contract includes Professional Liability, including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering wrongful acts, errors and/or omissions of the(CONTRACTOR)for damage sustained by reason of or in the course of operations under this Contract. (6) Pollution Liability - the City may require this coverage whenever work under this Contract involves pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. 09-Insurancepk.doc\ LIMITS REQUIRED ' The(CONTRACTOR) shall carry the following limits of liability as required below: Commercial General Liability General Aggregate* $ 2,000,000 , Products/Completed Operations Aggregate $ 2,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 Fire Damage(Any One Fire) $ 50,000 Medical Payments(Any One Person) $ 5,000 Stop Gap Liability $ 1,000,000 *General Aggregate to apply per project(ISO Form CG2503 or equivalent) Automobile Liability , Bodily Injury/Property Damage $ 1,000,000 (Each Accident) , Workers'Compensation Coverage A(Workers'Compensation)-Show WA L&I Number ' Umbrella Liability Each Occurrence Limit $ 1,000,000 General Aggregate Limit $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 Professional Liability(If required) Each Occurrence/Incident/Claim $ 1,000,000 Aggregate $ 2,000,000 (The City may require the CONTRACTOR keep this policy in effect , for up to two(2)years after completion of the project) Pollution Liability(If required) To apply on a per project basis Per Loss $ 1,000,000 Aggregate $ 1,000,000 09-Insurancepk.doc\ ' ADDITIONAL REQUIREMENTS (CONTRACTOR) shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers as Additional Insureds(ISO Form CG 2010 or equivalent). (CONTRACTOR)shall provide CITY OF RENTON Certificates of Insurance and copies of policies, if requested, prior to commencement of work. Further, all policies of insurance described above shall: 1) Be on a primary basis nor contributory with any other insurance coverages and/or self-insurance carried by CITY OF RENTON. 2) Include a Waiver of Subrogation Clause. 3) Severability of Interest Clause(Cross Liability) 4) Policy may not be non-renewed, cancelled or materially changed or altered unless forty-five (45) days prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF RENTON by certified mail. The (CONTRACTOR) shall promptly advise the CITY OF RENTON in the event any general aggregates are reduced for any reason, and shall reinstate the aggregate and the(CONTRACTOR'S)expense to comply with the minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. The CITY OF RENTON may require the CONTRACTOR to keep Professional Liability coverage in effect for two(2)years after completion of the project. 09-Insurancepk.doc\ ACORD TM CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/Yl') PRODUCER FAX THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED INSURER A: INSURER B. INSURER C: INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENTS,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR POLICY EFFECTIVE POLICY EXPIRATION LTR TYPE OF INSURANCE POLICY NUMBER DATE MM/DD/YY DATE(MNVDD/YY) (#2) LIMITED GENERAL LIABILITY a) EACH OCCURRENCE $ 1,000,000 (#I) X COMMERCIAL GENERAL LIABILITY b) FIRE DAMAGE(Any one fire) S 50,000 CLAIMS MADE X❑ OCCUR c) MED EXP(Any one person) $ 5,000 d) PERSONAL&ADV INJURY S 1,000,000 GENL AGGREGATE LIMIT APPLIES PER: e) GENERAL AGGREGATE $ 2,000,000 ❑ POLICY [—] PROJECT ❑ LOC PRODUCTS-COMP/OP AGG $ 1,000,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (#3) X ANY AUTO a) (Ea accident) $ 1,000,000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS b) (Per person) S HIRED AUTOS BODILY INJURY NON-OWNED AUTOS C) (Per accident) $ d) PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ E ANY AUTO N/A OTHER THAN EA ACC AUTO ONLY: AGG $ EXCESS LIABILITY EACH OCCURRENCE $ (#4) ❑OCCUR ❑ CLAIMS MADE AGGREGATE $ ❑DEDUCTIBLE $ RETENTION $ (#5) WORKERS COMPENSATION AND WC STATU- OTH- EMPLOYERS'LIABILITY TORY LIMITS ER E.L.EACH ACCIDENT $ E.L.DISEASE-EA EMPLOYEE $ E.L.DISEASE-POLICY LIMIT S (#6) OTHER ( 7) DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS City of Renton is named as an additional insured CERTIFICATE HOLDER 0 ADDITIONAL INSURED;INSURER LETTER: CANCELLATION (#8) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELED BEFORE City of Renton THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL MAIL Attn: 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO 1055 South Grady Way THE LEFT. Renton, WA. 98055 AUTHORIZED REPRESENTATIVE ' Certificate of Insurance Guidelines The following is an attempt to further clarify the requirements that are mandated by the City of Renton in referenced to projec /events and the limits of insurance coverage you are expected to provide the City. First and foremost, it is important to ' remember that the limits being shown in the attached form are only minimum limits. There may be times when the project/ event will need additional coverage in some areas. 1. General Liability: Insurance protecting the person or INSR organization from liability exposures. Make sure that LTR TYPE OF INSURANCE the Commercial General Liability and Occurrence GENERAL LIABILITY (Occur) boxes are checked. There are several areas # in the General Liability area. These we designate as X COMMERCIAL GENERAL LIABILITY "limits". ' CLAIMS MADE Im OCCUR # 2 Limits a EACH OCCURRENCE $ 1,000,000 b FIRE DAMAGE (Any one fire) $ 50,000 2. Limits: The amount of insurance coverage the C MED EXP (Any one person) $ 5,000 insured (you, in this case) has purchased. d PERSONAL &ADV INJURY $ 1,000,000 2a. Each Occurrence: amount is the most the insurance policy will pay for one occurrence. @ GENERAL AGGREGATE $ 2,000,000 This limit is$1,000,000 minimum, subject to increase. f PRODUCTS - COMP/OP AGG $ 1,000,000 2b. Fire Damage: amount is the most the insurance 2e. General Aggregate: this amount is the most the policy will pay for a fire that you are responsible for in insurance policy will pay during the policy regard- premises that you lease or that are in your care, less of the number of claims. This limit is $2,000,000. custody or control. This number is pretty standard at There are few exceptions to this minimum limit. $50,000. 2f. Products-Completed Operations Aggregate: This is 2c. Medical Expenses (Any one person): this is"no-fault" the most the insurance policy will pay for liabilities medical expense insurance provided to other parties arising out of the Products-Completed Operations injured during the event/project on the property. exposure. This coverage is generally provided with the This is required for all projects/events conducted General Liability policy. The minimum limit here is in the city. $1,000,000. This provides for products or business operations conducted away from your premises once 2d. Personal &Advertising Injures provides$1,000,000 the project/event is completed or abandoned. coverage for personal injury(not bodily injury) including a COMBINED SINGLE LIMIT $ 1,000,000 slander, libel, false arrest, malicious prosecution, (Ea accident) invasion of privacy and advertising liability for exposure BODILY INJURY $ of any advertising activities. b (Per person) BODILY INJURY $ AUTOMOBILE LIABILITY C (Per accident) # 3 PROPERTY DAMAGE T ' X ANY AUTO d (Per accident) ALL OWNED AUTOS 3a. Combined Single Limit: This is the most the insuranc SCHEDULED AUTOS policy will pay for bodily injury and property damage HIRED AUTOS combined for each accident. This limit is $1,000,000. This area of coverage includes both the Bodily Injury NON-OWNED AUTOS and the Property. 3b. Bodily Injury (Per person)_ This is what the insuranc policy would pay for bodily injury to one person from th accident. Not needed if Combined Single Limit is in ' 3. Automobile Liability: This coverage insures against effect. liability claims arising out of the use of a covered auto. The box"Any Auto" should be checked. This area of 3c. Bodily Injury (Per accident): This is what the insurar coverage is determinable on whether any vehicles will policy would pay for bodily injury from each accident, be used during the project/event. If there will not be regardless of the number of persons injured. Not need any automotive involvement,there will be no need for if Combined Single Limit is in effect. this coverage. 3d. Property Damage: This is what the insurance policy would pay for third parry property damage resulting froi nnp ar6ripnt diirinn vniir nrniPrt/PvPnt I EXCESS LIABILITY 4. Excess Liability: Provides liability coverage on top of the OCCUR 17 CLAIMS MADE primary (General and Auto) General liability policy and may # 4 provide excess limits over Auto Liability. If you are unable provide the limits for the General Liability and Auto Liability, DEDUCTIBLE this area needs to be filled in to provide an "umbrella"form coverage that, when added to the General and Auto Liabili- RETENTION $ ties, will meet or exceed the limits required by the City. WORKERS' COMPENSATION AND ' EMPLOYERS' LIABILITY 5. Workers' Compensation and Employers' Liability: Plea # 5 list state number on certificate, where indicated. If numbers is not known, provide copy of State Certificate of Workers' Compensation Coverage. If self-insured, please indicate on the certificate. ' OTHER 6. Other: This area is designated for any other coverage that may apply to your individual project/event needs, such as # 6 Professional Liability. DESCRIPTION OF OPERATIONS /VEHICLES/ EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS # 7 7. Description of Operations/ Locations/Vehicles/ Special Items: This section is provided for descriptive text regardir the project/event. Please fill out with any assigned numbers, project/event names, contact people, etc. You may add the additional language in this area; however, you will need to provide the City with an Additional Insured Endorsement, as well. CANCELLATION # 8 8. Cancellation Clause: The City of Renton requires a SHOULD ANY OF THE ABOVE DESCRIBED POLICIES non-qualified cancellation clause. Therefore, the BE CANCELED BEFORE THE EXPIRATION DATE cancellation language must read as follows: "Should any THEREOF, THE ISSUING COMPANY WILL MAIL 45 of the above-described policies be canceled before the DAYS WRITTEN NOTICE TO THE CERTIFICATE expiration date thereof, the issuing company will mail 45 HOLDER NAMED TO THE LEFT. days written notice to the certificate holder named to the left_ DESCRIPTION OF OPERATIONS/VEHICLES/ EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS # 9 CITY OF RENTON named as additional insured ' 9. Additional Insured Status: The City must be named as an additional insured on all projects/events where insurance' is required. Although the proper wording may appear in the "Descriptions" box, it is still necessary for the Additional Insured Endorsement to be provided as well. ' ' State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 ' PO Box 44540,Olympia,WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. ' On public works projects,workers'wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY Effective 03-03-04 *****+* *******.:******.**.*************** *************************#***** *k** *******�************************* (See Benefit Code Key) ' Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $31.86 1N 5D BOILERMAKERS JOURNEY LEVEL $33.32 1 BRICK AND MARBLE MASONS ' JOURNEY LEVEL $38.37 1M 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $38.06 1M 5D BRIDGE,DOCK AND WARF CARPENTERS $37.90 1M 5D CARPENTER $37.90 1M 5D CREOSOTED MATERIAL $38.00 1M 5D DRYWALL APPLICATOR $38.74 1M 5D FLOOR FINISHER $38.03 1M 5D FLOOR LAYER $38.03 1M 5D FLOOR SANDER $38.03 1M 5D MILLWRIGHT AND MACHINE ERECTORS $38.90 1M 5D ' PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $38.10 1M 5D SAWFILER $38.03 1M 5D SHINGLER $38.03 1M 5D STATIONARY POWER SAW OPERATOR $38.03 1M 5D STATIONARY WOODWORKING TOOLS $38.03 1M 5D CEMENT MASONS JOURNEY LEVEL $38.94 1M 5D DIVERS&TENDERS DIVER $79.57 1M 5D 8A ' DIVER TENDER $40.67 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $38.37 1B 5D 8L ASSISTANT MATE(DECKHAND) $37.91 16 5D 8L BOATMEN $38.37 16 5D 8L ENGINEER WELDER $38.42 1B 5D 8L LEVERMAN,HYDRAULIC $39.85 16 5D 8L MAINTENANCE $37.91 113 5D 8L MATES $38.37 16 5D 8L ' OILER $38.02 1B 5D 8L DRYWALL TAPERS JOURNEY LEVEL $38.59 1.1 5B ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18.69 1 Page 1 KING COUNTY , Effective 03-03-04 (See Benefit Code Key) ' Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE ' CABLE SPLICER $48.51 11) 6H CABLE SPLICER(TUNNEL) $52.31 1D 6H CERTIFIED WELDER $46.79 1D 6H ' CERTIFIED WELDER(TUNNEL) $50.41 1D 6H CONSTRUCTION STOCK PERSON $24.33 1D 6H JOURNEY LEVEL $45.06 1D 6H JOURNEY LEVEL(TUNNEL) $48.51 1D 6H ELECTRICIANS-MOTOR SHOP , CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $48.96 4A 5A CERTIFIED LINE WELDER $44.65 4A 5A GROUNDPERSON $32.13 4A 5A HEAD GROUNDPERSON $33.93 4A 5A HEAVY LINE EQUIPMENT OPERATOR $44.65 4A 5A , JACKHAMMER OPERATOR $33.93 4A 5A JOURNEY LEVEL LINEPERSON $44.65 4A 5A LINE EQUIPMENT OPERATOR $37.87 4A 5A POLE SPRAYER $44.65 4A 5A POWDERPERSON $33.93 4A 5A ' ELECTRONIC&TELECOMMUNICATION TECHNICIANS JOURNEYLEVEL $12.07 1 ELEVATOR CONSTRUCTORS MECHANIC $49.28 4A 6Q , MECHANIC IN CHARGE $54.18 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $11.60 2K 6S FENCE ERECTORS FENCE ERECTOR $18.71 1 t FENCE LABORER $12.77 1 FLAGGERS JOURNEY LEVEL $27.18 IN 5D GLAZIERS ' JOURNEY LEVEL $38.96 2E 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $39.93 1F 5E HEATING EQUIPMENT MECHANICS MECHANIC $33.65 1 ' HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $32.34 1N 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 ' INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 1 INLAND BOATMEN CAPTAIN $33.50 1K 5B COOK $28.96 1K 5B , DECKHAND $28.16 1K 5B ENGINEER/DECKHAND $30.61 1K 5B MATE,LAUNCH OPERATOR $32.05 1K 5B Page 2 ' CITY OF RENTON STANDARD SPECIFICATIONS The City of Renton Standard Specifications for Municipal Construction(hereafter referred to as The Renton Standards) shall apply to all work performed within the public right-of-way by, or for, the City of Renton; or work performed as an extension, betterment or addition to any of the City's utility, or transportation systems. The Renton Standards are comprised of the following documents: Standard Specifications The Standard Specifications are "The 1996 Standard Specifications for Road, Bridge, and Municipal Construction (English)" published by the Washington State Department of Transportation and the American Public Works Association, Washington Chapter. jWSDOT Amendments WSDOT Amendments are changes to the Standard Specifications published on a quarterly basis by WSDOT. The included Index to Amendments lists all amendments received and acknowledged by the time of publication of this document. These Amendments shall be considered a part of the Standard Specifications. Standard Plans The Standard Plans are selected pages of"The Standard Plans for Road and Bridge Construction" as published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, adopted by the City of Renton, and bound together with those standard plans created by the City of Renton. An appendix contains the original WSDOT/APWA index showing the disposition (Adopted, Replaced, or Deleted) of all original pages. Supplemental Specifications The City of Renton Supplemental Specifications is a compilation of the revisions made to the original WSDOT/APWA document, as modified by the adopted WSDOT Amendments, and is produced to be used together with the original document(s). Where changes are being made to the 1996 Standard Specifications sufficient amounts of the original (WSDOT/APWA) text is reproduced to provide clarity and context_ All original text being deleted is shown with a line through the characters. (his-is dolot All replacement text or text being added is shown as underlined tie. Sections being deleted in their entirety are so stated and not shown. When a section is described as being revised, sufficient text from the original section is shown with cross-outs and boldface to show the revisions. When a section is supplemented, existing text that is not being changed is not shown unless needed to clarify the meaning of the added text. Each item in the Supplemental Specifications signifies the source that wrote the item in parentheses following the listing of the section number and titl6: (APWA) Signifies an item taken verbatim from the Division I APWA Supplement to the 1996 Standard Specifications. (SA) Signifies that the section has been modified from the original State text by an amendment produced by WSDOT. The text of the subject section is shown as modified by the amendment, otherwise WSDOT Amendments are not shown in this document except for their listing in the Index to Amendments. (RC) Signifies an item produced by the City of Renton or an APWA or State Amendment that has been rewritten by Renton. Those documents listed above shall govern all work, except as these standards may be modified or superseded by project-specific plans, special provisions or other documents officially approved by the City of Renton. All work within the public right-of-way performed by other agencies or private parties working under permit authority of the City of Renton shall follow these standards with the exception of those requirements which Pertain tto payment and financing- Copies of the Renton Standards are on file at the Customer Service desk of the Planning/Building/Public Works Department, Municipal Building, Renton, Washington 98055, where they may be examined and copied by any interested party. t Page-RS-i Revision Date.May 19, 1997 Table of Contents CITY OF RENTON STANDARD SPECIFICATIONS.....................................................................................i Division1 General Requirements........................................................................................................... 1 1-01 Definitions and Terms..................................................................................................... 1 1-02 BId Procedures and Conditions...................................•-----....-----........................................2 1-03 Award and Work Execution of Contract.................................................................. . .2 1-04 Scope of the Work. . ..................3 IOSControl of Work............................................................................................................3 1-06 Control of Material............................................................................................... ...7 1-07 Legal Relations and Responsibilities to the Public................................................................. 7 1-W Prosecution and Progress................................................................................................12 1-09 Measurement and Payment..............................................................................................14 1-10 Temporary Traffic Control................................................................. ......18 ....................... 1-11 Renton Surveying Standards.................................................................. ......................19 Division2 Earthwork...............................................................................:.:.......................................22 2-02 Removal of Structures and Obstructions.............................................................................22 2-03 Roadway Excavation and Embankment..............................................................................22 2-04 Haul........ ............................................................................ . ...............................23 2-06 Subgrade Preparation ....................................................................... ................23 2-09 Structure Excavation..................................................................................... 23 ................. Division 3 Production From Quarry and Pit Sites and Stockpiling.................... ....25 ......................................... 3 No supplemental specifications were necessary........................................................................25 Division4 Bases................................................................................................................................25 4 No supplemental specifications were necessary..................................................... Division 5 Surface Treatments and Pavements..........................................................................................26 5-04 Asphalt Concrete Pavement........................................................ .................................26 Division6 Structures..........................................................................................:...............................29 6-12 Rockeries ...29 Division 7 Drainage Structures,Storm Sewers,Sanitary Sewers,Water Mains,and Conduits.............................30 7-01 Drains ts.................................................................................................................... 30 . .................................................................................................... 7-02 Culverts. .30 7-03 Structural Plate Pipe,Pipe Arch,Arch,and Underpass.........................................................30 7-04 Storm Sewers..............................................................................................................30 7-05 Manholes,Inlets,and Catch Basins..................................................................................31 7-08 General Pipe Installation Requirements.............................................................................32 7-10 Trench Exc.,Bedding,and Bacldill for Water Mains............................................................34 7-11 Pipe Installation for Water Mains....................................................................................34 7-12 Valves for Water Mains............................................................... 7-14 Hydrants................................................................................ .... 38 ............................. . 7-15 Service Connections......................................................................................................39 7-17 Sanitary Sewers .......................................................................39 Division 8 Miscellaneous Construction.....................................................................................................40 8-09 Raised Pavement Markers...............................................................................................40 8-10 Guide Posts.Cases .......................................................................................................... 40 8-13 Monument Caases .40 8-14 Cement Concrete Sidewalks. .40 8-17 Impact Attenuator Systems...........................•---.............._.........._...._..............._...._...........41 8-20 IAuminatIon,Traffic Signal Systems, and Electrical.................. : 41 8-22 Pavement Marking...............................................•------....---....--..........._.........._...._.........47 8-23 Temporary Pavement Markings........................................................................................48 Page-RS-ii Revision Date_May 19, I997 Division9 Materials................. .........................................----......._............................................_..49 9-00 Definitions and Tests......................................................................................................49 9-02 Bituminous Materials.....................................................................................................49 9-04 Joint and Crack Sealing Materials.....................................................................................50 9-05 Drainage Structures, Culverts,and Conduits.......................................................................50 9-06 Structural Steel and Related Materials........................................................................._....51 9-08 Paints................................................................................................................... .51 9-23 Concrete Curing Materials and Admixtures. ......52 9-29 Mumination,Signals,Electrical........................................................................................52 9-30 Water Distribution Materials......................................................................... INDEX TO WSDOT AMENDMENTS ......................................................................................................60 WSDOT AMENDMENTS................................................................................. ....60 ................ i f 1 ! 1 Page-RS-La Revision Date:May 19, 1997 r 1-01 Definitions and Terms 1-01 Definitions and Terms Department shall also refer to the Department of Planrung/Bulding/Pubiic Works Administrator. Division 1 Special Provisions(RC) General Requirements Modifications to the standard specificatioru cifsierrs and supplemental specifications that apply to an individual project. The special provisions maY describe work the 1-01 Definitions and Terms spccifixations do not cover. Swh work small Iy first with the special provisions and then with any specifications that apply. The SEC770N 1-01.1 IS REVISED BYADDING THE FOLLOWING_ Contractor shall include all costs of doing this work within the bid prices. 1-01.1 General(RC) State(RC) Whenever reference is made to the State Commission, The state of Washington acting through its repre=tatives Departme_r,t of Transportation Secretary of Transportation 17m State shall also refer to The City of Renton and its authorized owner, Contracting Agency or Enginear, such refers= shall be representatives where applicable_ deemed to mean the City of Renton acting through its City Council, Contract Documents(APWA) effployees_ and duty authorized representatives for all contracts The component parts of the contract which may include but administered by the City of Renton are not limited to, the Proposal Form, the Contract Form, bonds, irnnrrance certificates, various other certifications and affidavit,the SECTION 1-013 IS REVISED AND SUPPMAL NTED BY Cow Provisions the Contract Plans, Working Drawings the TBE FOLLOWING; Standard Specifications. the Standard Plans Addendum and 1-013 Definitions(RC, AFWA) D Orders. Dates(APWA) Ad of god(RC) Bid Opening Date(APWA) 'Act of God' means an earthquake flood cyclone, or other The date on which the Contracting Agency publicly opens and cataclysmic phenomenon of nature A rain,windstorm,high water reads the bids. or other natural phcaornenori of unusual intensity for the specific Award Date(APWA, RC) locality of the work which might reasonably have bees anticipated The date of the formal decision of the Contracting Agency to from historical records of the general locality of the work, shall not accept the lowest responsible and responsive Bidder for the work - from construed as an act of god. CoYA-ad hkecution Date(APWA) Consulting Engineer(RC) The-date the Contracting Agency officially binds the agency to The Contracting Agency's design consultant,who may or may the Confiza- not administer the construction program for the Contracting Notice to Proceed Date(APWA) _ The date stated in the Notice to Proceed on which the Contract Agency- Da time begins_ Unless otherwise designated day(s) as used in the Contract Contract Completion Date(APWA,RC) Documents shall be understood to mean worl3ng days• The date by which the work is co Y requiredOr Equal to be (RC) Completed. The Contract Completion Date will be stated in the Whose the term 'or equal' is used herein, the Contracting Notice to Proceed. Revisions of this date will be aii8iotized ill ASV or the Contracting Agency on recommendation of the writing by the Engineer whenever there is an extension to the engineer,shall be the sole judge of the quality and suitability of the Contract time. proposed substitution. Filial Acceptance Date(APWA,RC) The responsibility and cost of furnishing necessary evidence g�►g�ueY The date on which the Contractin _a t the work demonstrations or other information requited to obtain the as cornplete'ver contract recruirerneais, approval of alternative materials or processes by the Owner shall Material(APWA) be entirely borne by the Contractor. Any substance specified for use in the construction of the Owner project and its appurtenances which eaters into and forms apart of The City o Renton or its authorized representative_ Also the finished strncurre or improvement and is capable of being so referred to as Cotgracting Agency. used and is furnished for that purpose. Plans(RC) Materialman(APWA) The contract plans and/or standard plans which show location. A person or organization who fnrnislies a raw material, cated character, and dimensions of prescribed work including layouts, Supply CUMnoditY equipment, or mantrfact= � fabt - profiles,cross-sections,and other details. product and does not perform labor at the Project Site;---a suppixr- Drawings may either be bound in the same book as the Notice of Award(APWA) �.,,e , to cethe balan of the Contract Documents or bound in separate sets, nd a The written notice from the Contra Ag-- are a part of the Contract Documents regardless of the method of successful Bidder sig�tifying the Contracting_Agency's acceptance of the Bid. binding. The terms 'Standard Drawings' or 'Standard Details' Notice to Proceed(APWA) generally used in specifications refers to drawings bound either The written notice from the Contra -- ""enc" or ]?nvia with the specification documents or included with the Plans or the to the Contractor authorizing and directing the Contractor w Coy of Renton Standard Plans. proceed with the Work and establishing the date on which the Secretary,Secretary of Transportation(RC) Contract Time begins. The chief executive officer of the Department and other authorized representatives. The chief executive officer to the Page-SP-1 Revision Date.May 19. 1997 1-02 Bid Procedures and Conditions i-03 Award and Execution of C antra_t 1-02 Bid Procedures and Conditions within 5 (five) years from the date of submission r , label such materials or failure to tinsel res rid after ure to so for ubiic disclosure has been iven shall notes °f SECTION I-02.I IS DELETED AND REPLACED BY THE be deemed a F FIDLLOWING: waiver by the submitting vendor of an claim that such materials fi are,in fact,so exempt. 1-02.1 Qualifications.of Bidder(APWA) SEC77ON 1-02.I2 IS SUPPLEMENTED BY ADDING THE Bidders shall be qualified by experience financing: FOLLOWING: equipment, and organization to do the work called for in the 1-02.12 Public Opening of Proposals ApWA Conti-act Docuents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of The Contracting Agency reserves the right to ne di the Bidder to perform e work satisfactorily_ This action may date and time for bid opening. Notification to bidder will be I the include a pre qualification procedure prior to the Bidder being addenda. furnished a proposal form on any contract or a preaward survey of the Bidder's qualifications prior to award. SECTION I-02.13 PARAGRAPH I IS REVISED AS FOLLOWS. SECTION 1-02.2 IS DELETED AND REPLACED BY THE 1-02.13 IrnMular Proposals(RQ FOLLOWING. a. The bidder is not prequalified when so_ ram. 1-02.2 Bid Doctmtents(APWA) SECTION 1-02.I4 IS REVISED IN ITEM 3 IN PARAGRAPH 1 Information as-to where Bid Doctimenm can be obtained or TO READ: reviewed will be found in the Call for Bids for the Work placed in 1-02.14 Disqualification of Bidders (ApWA) the Contracting Agency's official newspaper. SECTION 1-02.4(2) IS SUPPLEMENTED BY REVISING 3. A budder is not prequalified for the work or to the full SENTENCE I,PARAGRAPH 1 TO READ: extent of the bid; - I-M4(2) Subsurface Information(APWA) 1-03 Award and Execution of Contract If the Contracting Agency has made subsurface investigation - of$ere site of the proposed work, the boring log data and soil SECTION I-03.I IS SUPPLEMENTED AS FOLLOWS: vtivie test data, and eeotechnicai reports accumulated by the Cotmcting Agency will be made available for inspection by the... 1-03.1 Consideration of Bids_(RC, APWA) bidders_ The total of extensions, contcted where necessary; and SEMON I-02.5 IS SUPPLEMENTED BY ADDING THE including; sales takes where applicable, will be used by the FOLLOWING: Contracting Agency for award purposes and to fix the amount of the conaad bond_ 1-02.5 Proposal Form("WA) All bids will be based on total stem of all schedules of prices_ The Ergineef reserves the right to arrange the Bid Forms with No partial bids will be accepted unless so Stated in the call for bids Ahem,Additives,or Deductives if such be to the advantage of or special provisions. The City reserves the right however to . the Cormactina Agency. The Bidder shall bid on all Additives award all or any schedule of a bid to the lowest bidder at its Deductives, or Alternates set forth in the Proposal Forms unless discretion. otherwise specified in the Special Provisions SECTION 1-03.2 IS SUPPLEMENTED BY ADDING THE SECTION 1-02.6 IS SUPPI.F.1bf NTED BY ADDING THE FOLLOWING: FOLLOWING. 1-03.2 Award of Contract(RC) 1-02.6 Preparation of Proposal(RC) The contract, bond form, and all other forms regQil7bg All prices shall be in legible figures and(set-words)written in czaxuron, togedter with a list of all other forms or doffs ink or typed.The proposal shall include: required to be submitted by the surctxsSfd bidder will be I. A unit price for each item(omitting digits more Bran four forwareded to the suc�sful bidder within 10 days of the award. to the right point), The number of copies to be eatearted by the Contactor shall be places ght of the decimaleach trait price shall also be written in words; where a conflict arises the written words shall determined by the Contracting Agency- prevail. SECTION I-03.3 IS REVISED AND SUPPLMI NTED AS SECTION 1-02.6(I) IS AN ADDED SUPPLEMENTAL FOLLOWS.- SECTION. 1-03.3 . Execution of Contract(APWA,RC) 1-02.6 1 Proprietary Information (RC) within 20 10 calendar days after receipt from the crty of fire Vendors should in the bid proposal identify clearly any forms and doaranems required to be compldtd by the material(s) which constitute '(valuable) formula designs Contracto , the gxxessfu] bidder shall return the drawings, and research data' so as to be exempt from public signed Contracting Agency-prepared contract, an insurance ' disclosure, RCW 42.17.310 or any materials otherwise claimed to unification as requir6d by Section 1-07.18,and a satisfactory bond be exempt, along with a Statement of the basis for such claim of as required by taw and Section 1-03.4. If the bidder experiences exemption_ The Department (or State) will give notice to the circumstances beyond their control that prevents return of the vendor of any request for disclosure of such information received contract documents within 20 10 calendar days after the award Y- Page-SP-2 Revision Date:May 19, 1997 WSDOT AMENDMENTS The following WSDOT Amendments are the complete text of all Amendments to the WSDOT/APWA 1996 Standard Specifications for Road, Bridge and Municipal Construction, accepted and adopted by the City of Renton on May 19, 1997 and should be with any project specific Special Provisions contained within the contract document. a � Page AMD-i Revision Date:May 19, 1997 ' Table of Contents °"D°^ AMENDMENTS...................................................................................................................................i SECTION l44,SCOPE 0F THE WORK March j, l9Y7 -----------------------------------------------------------------------------------------s x-0w.6 Increased uc Decreased Quantities........................................................................................................5 SEC"TI0N2-07,LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC March 3,lw917 ................................s 8-0/.9(5) Required Documents ....................................... .............................................................................5 8-07'11(10)B Required Records and Retention.................................................................................................s 8-07.13(4) Repair w[Damage.-----'----'--------------------------------------'----'--'----5 O8CMON 1-09,MEASUREMENT AND PAYMENT March 3,1997...........................................................................6 8-09.8Dayo=nt for Material ao Hand............................................................................................................6 SECTION 1-10,TEMPORARY T&&&Dg0C CONTROL March J, 8"7........................................................................6 1-10.%(l)]Traffic Control Supervisor..............................................................................................................6 1-10.2(l) General......................................................................................................................................6 1-80.2(3) Conformance mm Established Standards..............................................................................................W 1-10-3(l) Traffic Control Labor....................................................................................................................8 1-10.3(2) Traffic Control Vehicle..................................................................................................................8 0� 1-10.3(5) Temporary Traffic Control Devices...................................................................................................8 1,10.4 Measurement..................................................................................................................................9 1-10.5 Payment.........................................................................................................................................9 SECTION 2-0B,ROADWAY EXCAVAT70N AND EMBANKMENT March 3, l997.....................................................no 2-03-3(m4)x Embankments ux Bridge and Trestle Ends.......................................................................................8m 2-03.3(14)K8euxt or Common Borrow Including Haul.....................................................................................D» sECxIOv2-09 8]ORUC3'UR�I EXCAVATION March 3,l997..................................................................................1w 2n9-3(1)E BuckfilBng ...............................................................................................................................10 2m09.4 Measurement.................................................................................................................................11 2-f9.5 Payment........................................................................................................................................l% SECTION3-02 March 3, l"7..............................................................................I1 3-02-3(l) Asphalt Concrete Aggregates..........................................................................................................z1 SECTION 6-0% CONCRETE STRUCTURES March 3,1997...................................................................................I1 6402-3(4)D Temperature and Time For Placement............................................................................................11 6-02.3(81) Curing Concrete.......................................................—...............................................................82 6-02.3(17)J Face Lumber,Studs,Wales,and Metal Forms................................................................................X% 6-02.3(24)A Field Bending..........................................................................................................................xz . 6-02-3(25)FPrestress Release......................................................................................................................uz SECTION 6-10,CONCRETE BARRIER March 3,1997..........................................................................................»3 6-10.3(l) Precast Concrete Barrier...............................................................................................................zx 6-10L5 Payment........................................................................................................................................z» SECTION 7-05,MANHOLES, INLETS,AND CATCH BASINS March 3, 1997..................................... .....................13 SECTION 7-05'MANHOLES, INLETS, CATCH BASINS,AND DRYWELL3...............................................................13 7-05.8 Description....................................................................................................................................u3 7-05.2 Materials.......................................................................................................................................33 7-05.3 Construction Requirements................................................................................................................&« 7-05.4 Measurement .................................................................................................................................1u 7-05.5 Payment........................................................................................................................................14 SECTION 7406, CONCRETE PIPE ANCHORS March s, 1997.................................................................................1s Revision Date:May x9, zoYr o� SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS March 3, 1997 .................................................15 7-08.2 Materials-.--------•----••-----------------------------------------------------------------------------------•--------•-•-•-----.----•--••-_....15 7-08-3(1)A Trenches----------------------------------------------------------------------------------------------------------------------------------15 7-083(1)C Pipe Zone Bedding ---------------------•----- •------------------.-----------•-------------------••-•-•-------15 7-08.3 1 C Bedding the Pi .......................................................................15 7-083(2)D Pipe Laying-Steel or Aluminum...................................................................................................15 7-083(2)G Jointing of Dissimilar Pipe............................................................................................................16 7-08.4 Measurement..................•...........................................--•---................................._.........•.................16 7-08.5 Payment..................................................•...............................................------•-•-••........._................16 SECTION 7-17,SANITARY SEWERS March 3, 1997............................................................................................16 7-17.2 Materials—....................................................................................•-•••••----•••••.......---. .-16 1 .._......._..-•--. 7-17.3(2)C Infiltration Test......................................................•---.........._._..........................._............_....__...17 SECTION 8-09,RAISED PAVEMENT MARKER March 3, 1997.............................................................................17 8-09.1 Description.......................................................•---....................---................................_.................17 8-09.3 Construction Requirements.................................................................................................................17 8-09.3(5) Recessed Pavement Marker..............................................................................................._........._.._.17 8-095 Payment........................................................................................................................................17 SECTION 8-11, GUARDRAIL March 3,1997.......................................................................................................17 8-113(1)C Erection of Rail.........................................................................................................................17 8-113(1)D Anchor Installation....................................................................................................................18 SEC1I6N 8-15,RIPRAP March 3,1997..............................................................................................................18 8-15.2 Materials.......................................................................................................................................Is 8-15.4 Measurement.................................................................................................................................18 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS March 3,1997........................................................................18 8-173 Construction Requirements................................................................................................................18 SECTION 8-20,ILLUMINATION,TRAFFIC SIGNAL SYSTEMS. ..........................................................................18 ANDELECTRICAL March 3,1997....................................................................................................................19 8-20.2(1) Equipment List and Drawings......................................................................................................... 8-203(13)A Light Standards...........................................................................................................•-..........19 SECTION 8-21,PERMANENT SIGNING March 3,1997........................................................................................19 8-21.2 Materials....................................................................................................................................... 19 8-213 Construction Requirements................................................................................................................19 8-213(4) Sign Removal..............................................................................................................................19 8-213(9)F Bases............................................................................ .........................................................20 8-213(10)A Sign Lighting Luminaires...........................................................................................................20 8-213(9)G Identification Plates...................................................................................................................20 8-213(12) Steel Sign Posts................. ........................................................................ ............................20 SECTION 8-22, PAVEMENT MARKINGS March 3, 1997.......................................................................................21 8-22.2 Materials.......................................................................................................................................21 SECTION 9-02, BITUMINOUS MATERIALS March 3, 1997..................... ....._................._..21 9-02.4 Anti-Stripping Additive .......................................... ....._.....--.......21 SECTION 9-03,AGGREGATES March 3,1997...................••-•--••......................_................................._....--._.-..._..21 9-03.12 Gravel Backfill.............................................................................................................-------.--_...•..21 9-03.12(5) Gravel Backidl for Drywells...............................................................................................•-•.......22 22 9-03.14(2) Select Borrow----------------------------------------------------------------------------------------------------------------•-•--•...... SECTION 9-04,JOINT AND CRACK SEALING MATERIALS March 3, 1997............................................................22 9-04.3 Joint Mortar----.•-------------------------•-.-..---•-----------.------------.----------.•------.------------.------------•---------_---------22 SECTION 9-05, DRAINAGE STRUCTURES,CULVERTS,AND CONDUITS March 3, 1997.........................................22 9-05.4(7) Coupling Bands....................................... .•--------------------.------------.•----.---••-------•------- •---•--•----22 9-05.12(1) Solid Wall PVC Culvert Pipe,Solid Wall PVC Storm Sewer Pipe, and PVC Sanitary Sewer Pipe-----------------22 Page-AMD-i i Revision Date_May 19, 1997 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC Sanitary Sewer Pipe.-.22 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe.................................:............... 23 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe,and Profile Wall PVC Sanitary Sewer Pipe23 9-05.19 Corrugated Polyethylene Culvert Pipe................................................................................................23 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS March 3, 1997 ------------------------------------------------23 9-06.16 Roadside Sign Structures..................................................................................................................24 9-06.5(3) High Strength Bolts..................................................•---.........._............................................._....._.24 9-06.5(4) Anchor Bolts...............................................................................................................................24 9-06.5(5) Bolt,Nut,and Washer Specifications......................................................................................................25 SECTION 9-09,TUViBER AND LUMBER March 3, 1997.........................................................................................25 , 9-09.3(1)B Placing in Treating Cylinders.......................................................................................................25 SECTION 9-11,WATERPROOFING March 3, I997......................... .................................................................... 5 941.1 Asphalt for Waterproofing................................................................................................................25 SECTION 9-12,MASONRY UNTTS March 3,1997................................................................................................25 9-12.4 Precast Concrete Manholes................................................................................................................25 9-12.5 Precast Concrete Catch Basins...........................................................................................................26 942.7 Precast Concrete Drywells..................................................................................................................26 SECTION 9-13,RIPRAP,QUARRY SPALLS,SLOPE PROTECTION,AND ROCK WALLS March 3,1997....................26 9-13.4 Concrete Slab Riprap.......................................................................................................................26 SECTION 9-16,FENCE AND GUARDRAIL March 3,IM.................................................................................. 26 9-16.3(1) Rail Element...............................................................................................................................26 9-163(2) Posts and Blocks......................................................................................................•-----.....•-•--_...26 9-16.3(5) Anchors..............•--...._...._...-_..._._..._................._....._..._......_............._.....-_..............._........._....._._.27 Page-AMDAiv Revision Date_May 19, 1997 I-04.6 Increased or Decreased Quantities 1-07.13(4) Repair of Damage TC ''SECTION 1-04 SCOPE OF THE WORK" ISECTION 1-04, SCOPE OF THE z WORK March 3, 1997 1-04.6 Increased or Decreased Quantities 5 The first sentence of Item no_ I in the first paragraph is revised to read: '6 Either parry to the contract will be entitled to renegotiate the price for that portion of the actual quantity in excess of 125 percent of the original bid quantity. 9 Item no.2 in the first paragraph is revised to read: Either party to the contract will be entitled to an equitable adjustment if the actual quantity of work performed is less than 75 percent of 3 the original bid quantity. The equitable adjustment in the case of decreased quantities shall be based upon any increase or decrease in costs due solely to the variation of the estimated quantity. The total payment for any item will be limited to no more than 75 percent of the amount originally bid for the item. 0 7 Item no.4 in the second paragraph is deleted. { TC "SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE o PUBLIC" )SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 March 3, 1997 2 1-07.9(5) Required Documents The fifth sentence of the third paragraph is revised to read: 5 Employee labor descriptions used on certified payrolls shall coincide exactly with the labor descriptions on the minimum wage schedule in ' the contract unless the Engineer approves an alternate method to identify labor used by the Contractor to compare with labor listed in the contract provisions. 0 1-07.11(10)B Required Records and Retention 0 The reference to"PR 1391" in the first sentence of the second paragraph is revised to read"FHWA 1391". The third paragraph is revised to read: 3 4 All Contractors/Subcontractors having contracts of$100,000 or more that are Federally funded shall submit WSDOT form 820-010 to the Project Engineer by the fifth of the month during the term of the contract. The Contractor/Subcontractor shall maintain this information for all Contracting Agency funded projects, and those Federally funded projects under$100,000. 7 1-07.13(4) Repair of Damage 9 The second sentence of the first paragraph is revised to read: For damage qualifying for relief under Section 1-07.13(l), 1-07.13(2), and 1-07.13(3),payment will be made in accordance with Section 2 1-04.4 Page AMD-5 Revision Date_May 19, 1997 1-09.8 Payment for Material on Hand 1-10.2(1) General I { TC "SECTION 1-09, MEASUREMENT AND PAYMENT" }SECTION 1-09, 2 MEASUREMENT AND PAYMENT 3 March 3, 1997 4 1-09.8 Payment for Material on Hand 5 The first sentence of the fifth paragraph is revised to read: 6 7 The Contracting Agency will not pay for material on hand when the invoice cost is less than$2,000. 8 { TC "SECTION 1-10, TEMPORARY TRAFFIC CONTROL" )SECTION 1-10, 9 TEMPORARY TRAFFIC CONTROL o March 3, 1997 1 1-10.2(1) Traffic Control Supervisor 2 This section is revised to read: 3 4 1-10.2(1) General 5 The Contractor shall designate an individual or individuals to perform the duties of Traffic Control Manager 6 (TCM) and Traffic Control Supervisor (TCS). The TCM and TCS shall be certified as a worksite traffic 7 control supervisor by one of the organizations listed in the Special Provisions. A TCM and TCS are required 8 on all projects that have traffic control. The TCM can also perform the duties of the TCS. The Contractor 9 shall identify an alternate TCM and TCS that can assume the duties of the assigned or primary TCM and TCS o in the event of that person's inability to perform. Such alternates shall be adequately trained and certified to I the same degree as the primary TCM and TCS. 2 3 The Contractor shall maintain 24hour telephone numbers at which the TCM and TCS can be contacted and be 4 available upon the Engineers request at other than normal working hours. The TCM and TCS shall have 5 appropriate personnel, equipment, and material available at all times in order to expeditiously correct any 6 deficiency in.the traffic control system. 7 8 1-10.2MA Traffic Control Manager 9 The duties of the Traffic Control Manager include: 0 1 1. Discussing proposed traffic control measures and coordinating implementation of the Contractor- 2 adopted traffic control plan(s) with the Engineer. 3 4 2. Coordinating all traffic control operations, including those of subcontractors, suppliers, and any 5 adjacent construction or maintenance operations. 6 7 1 Coordinating the project's activities (such as ramp closures, road closures, and lane closures) 8 with appropriate police, fire control agencies, city or county engineering, medical emergency 9 agencies, school districts, and transit companies- 0 - Page-AMD-6 Revision Date:May 19, 1997 ' DIVISION 1 GENERAL REQUIREMENTS The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 1996 Standard Specifications for Road, Bridge and Municipal Construction (English) including the American Public Works Association (APWA) Supplement to the Division 1, and the foregoing amendments to the Standard ' Specifications. ' 1-01 DEFINITIONS AND TERMS 1-01.2 Abbreviations 1-01.2(2) Items of Work and Units of Measurement Supplement this section with the following: CPEP Corrugated Polyethylene Pipe Conn. Connection DI Ductile Iron DIP Ductile Iron Pipe E East Ex, Exist Existing FF Finished Floor ID Inside Diameter Inv Invert MON Monument N North No. Number OD Outside Diameter PC Point of Curve ' PT Point of Tangency PI Point of Intersection PCC Portland Cement Concrete R/W Right-of-Way S South SS Sanitary Sewer or Side Sewer S.ST. Stainless Steel W West H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- ' 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 1 1-02 BID PROCEDURES AND CONDITIONS 1-02.2 Plans and Specifications , See "Instruction to Bidders" and "Bidders Checklist" contained in the Contract Documents herein for pre-bid information. ' 1-02.4 Examination of Plans, Specifications, and Site Work 1-02.4(1) General Add the following to the end of Section 1-02.4(1): , Locations of existing utilities shown on the Drawing are approximate and some existing utilities may have been omitted. It is the Contractor's responsibility to verify the locations , and elevations of existing pipelines, structures, grades, and utilities prior to construction. The Owner assumes no responsibility for any conclusions or interpretations made by the Contractor on the basis of the information made available. The Owner assumes no responsibility for any conclusions or interpretations made by the , Contractor on the basis of the information made available. 1-02.5 Proposal Forms Delete the first sentence of this section and replace with the following: , The Proposal and associated forms are included in these Contract Documents under Documents Submitted in sealed Bid Package. These forms shall not be altered by the , bidder. Reference herein to the Proposal Form(s) shall mean the "Proposal" and "Schedule of Prices." 1-03 AWARD AND EXECUTION OF CONTRACT ' 1-03.1 Consideration of Bids (Addition) ' The contract will be awarded to the lowest responsive, responsible bidder. r 1-03.2 Award of Contract (Supplemental Section) The contract award or bid rejection will occur within 30 calendar days after bid opening. , 1-04 SCOPE OF THE WORK 1-04.3 Project Coordination (New Section) It shall be the responsibility of the Contractor to coordinate all work to be performed under ' this contract, including the ordering and acquisition of all equipment and materials. This coordination shall encompass all work to be performed by the Contractor, their subcontractor, the City and any public utilities which may be involved. ' HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc , Page 2 ' 1-06 CONTROL OF MATERIAL 1-06.1 Source of Supply and Quality of Materials (Supplemental Section) ' No source has been provided for any materials necessary for the construction of this improvement. The Contractor shall arrange to obtain the necessary materials at his own expense, and all costs of acquiring, producing, and placing this material in the finished work shall be included in the unit contract prices for the various items involved. ' If the sources of materials provided by the Contractor necessitates hauling over roads other than City streets, the Contractor shall, at his own cost and expense, make all arrangements for the use of the haul routes. ' 1-06.7 Shop Drawings and Submittals (Additional Section) 1-06.7(1) General(Additional Section) Shop drawing and submittal review will be limited to general design requirements only, and shall not relieve the Contractor from responsibility for errors or omissions, or responsibility for consequences due to deviations from the contract documents. No changes may be made in any submittal after it has been reviewed except with written notice and approval from the Owner. By approving shop drawings, submittals, and any samples, the Contractor thereby represents that he has determined and verified all field measurements, field construction criteria, materials, catalog numbers, and similar data, and that he has checked and coordinated each shop drawing with the requirements of the work and of the contract documents. Shop drawing and submittal data for each item shall contain sufficient information on each item to determine if it is in compliance with the contract requirements. ' Owner will pay the costs and provide review services for a first and second review of each submittal item. Additional reviews shall be paid by the Contractor by withholding the appropriate amounts from each payment estimate. ' Shop drawing and submittal items that have been installed in the work but have not been approved through the review process shall be removed and an approved product shall be furnished, all at the Contractor's expense. The Contractor shall review each submittal and provide approval in writing or by stamping with a statement indicating that the submittal has been approved and the Contractor has ' verified dimensional information, confirmed that specified criteria has been met, and acknowledges that the product, method, or information will function as intended. ' 1-06.7(2) Required Information (Additional Section) Submit five copies of each submittal to the Engineer. Shop drawings and submittals shall be submitted on 8'/2"xl l", 11"x17", or 22"x34" sheets and shall contain the following information: HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- ' 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 3 1. Project 2. Contractor ' 3. Engineer 4. Owner ' 5. Applicable specification and drawings reference. 6. A stamp showing that the Contractor has checked the equipment for conformance ' with the contract requirements, coordination with other work on the job, and dimensional suitability_ 7. A place for the Engineer to place a 3 inch by 4 inch review stamp. , 8. Shop or equipment drawings, dimensions, and weights 9. Catalog information 10. Manufacturer's specifications , 11. Special handling instructions 12. Maintenance requirements ' 13. Wiring and control diagrams 14. List of contract exceptions 15.Other information as required by the Engineer 1-06.7(3)Review Schedule (Additional Section) , Shop drawings and submittals will be reviewed as promptly as possible, and transmitted to Contractor not later than 10 working days after receipt by the Engineer. The Contractor shall revise and resubmit as necessary to obtain approval. Delays caused by the need for ' resubmittal may not be a basis for an extension of contract time or delay damages at the discretion of the Owner. At least one set of shop drawings will be returned to the Contractor after review. Additional sets will be returned to the Contractor, if remaining. ' 1-06.7(4)Substitutions (Additional Section) Any product or construction method that does not meet these specifications will be ' considered a substitution. Substitutions must be approved prior to their installation or use on this project. 1-06.7(4)AAfter Contract Execution (Additional Section) ' Within 30 days after the date of the contract, Owner will consider formal requests from Contractor for substitution of products in place of those specified. Submit two copies of ' request for substitution. Data shall include the necessary change in construction methods, including a detailed description of proposed method and related drawings illustrating methods. An itemized comparison of proposed substitution with product or method specified shall be provided. In making a request for substitution, Contractor represents that he has personally investigated proposed product or method and has determined that it is equal or superior to, , in all respects, the product specified. Contractor shall coordinate installation of accepted substitutions into the work, making changes that may be required for work to be completed. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc , Page 4 ' Contractor waives all claims for additional costs related to substitutions which consequently q Y becomes apparent. ' 1-06.7(5)Submittal Requirements (Additional Section) ' The following submittal items shall be provided to the Engineer by the Contractor. Additional submittal information shall be provided to the Engineer by the Contractor if required by the Engineer. ' 1-06.7(4) Substitutions 5-04.2 Asphalt Concrete Pavement Materials 7-04.2 Storm Sewer Pipe Materials ' 7-05.2 Manhole and Catch Basin Materials 7-08.3(1)B Shoring 7-17.2 Sanitary Sewer Pipe Materials 7-17.3(1)B Pipe Bedding 7-17.3(1)C Pipe Foundation 7-17.3(1)D Trench Dewatering Plan 7-17.3(3) Backfilling Storm and Sanitary Sewer Trenches 9-30.1(6) Restrained Joint Pipe and Fittings 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ' 1-07.1(1) Archaeological Discoveries and Historic Preservation Clause (Addition) ' The Contractor shall adhere to the National Historic Preservation Act of 1966 and 36 CFR 800 which provide for the preservation of potential historical, architectural, archaeological, or cultural resources (herein called "cultural resources") and fair compensation to the ' Contractor for delays resulting from such cultural resources investigations. In the event that potential cultural resources are discovered during subsurface excavations ' at the site of construction, the following procedures shall be instituted: 1. The Owner shall issue a Work Suspension Order directing the Contractor to cease all construction operations at the location of such potential cultural resources find. 2. If archaeological findings include human remains, the Engineer shall contact a qualified archaeologist in consultation with the State Historic Preservation Officer ' (SHPO) to evaluate the remains. 3. Such Work Suspension Order shall be effective until such time as a qualified ' archaeologist can be called by the Engineer to assess the significance of these potential cultural resources and make recommendations to the State Historical Preservation Officer. If the archaeologist, in consultation with State Historic Preservation, determines that the potential find is a significant cultural resource, the Owner shall extend the duration of the Work Suspension Order. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 5 n n claim ,4. Suspensionof work at the location of the fend shall not be grounds for any c a m by the Contractor unless the suspension extends beyond the contract working days ' allowed for the project, in which case the Engineer will make an adjustment for increased cost of performance of the contract. 1-07.2(1) State Sales Tax ' Add the following to Section 1-07.2(1): The work on this contract is to be performed upon lands whose ownership obligates the , Contractor to collect state sales tax from the City of Renton. Payment of sales tax to the Washington State Department of Revenue is, under this , contract, required to be made by the contractor. The Contractor shall, at the time of making payment of sales tax, identify the work as having been performed within the City of Renton and for the City of Renton. 1-07.5 Wildlife, Fisheries, and Ecology Regulations (addition) The contractor shall comply with all construction related provisions of the HPA and other ' permits obtained by the City. The contractor shall be responsible for making any changes required by the agencies, and payment of any fines, for violation of any construction related permit provisions. The City will not make additional compensation for any changes or fines due to the contractors , violation of construction provisions. 1-07.13 Contractors Responsibility for Work , 1-07.13(1) General Add the following: , The Contractor shall submit a performance and payment bond to the City of Renton, State of Washington. The bond shall be in the full amount of contract. , Whether or not there appears here or elsewhere herein specific reference to guarantees of all items of materials, equipment, and workmanship, they nevertheless shall be so guaranteed against mechanical, structural, or other defects for which the Contractor is responsible that may develop or become evident within a period of one year from and after acceptance of the work by the Owner. Such guarantees shall include care of backfilling of , ditches or at structures should the fill settle to such extent as to require refilling or resurfacing roadway surfaces to restore the original or intended condition or grade. This guarantee shall be understood to imply prompt attention to any remedy of such ' defects as those mentioned above if and as they occur after the Contractor shall have written notice of their existence. If the defect, in the opinion of the Owner, is of such nature as to demand immediate repair, the Owner shall have the right to correct and cost thereof ' shall be borne by the Contractor. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc , Page 6 1-07.16 Protection and Restoration of Property p rtY ' 1-07.16(1) Private/Public Property (Supplemental Section) Private property such as plants, shrubs, trees, fences, mailboxes, curbs, walks, driveways, ' and rockeries within the work area shall be removed and restored to the satisfaction of the property owner. It shall be the contractor's responsibility to notify each property owner when it is necessary to remove such improvements to facilitate the contractor's progress, and to remove those improvements to locations requested by the property owner or to restore them in their original location in as near original condition as possible. All lawn within the area to be disturbed by the contractor's operations shall be cut with a sod cutting ' machine, removed and disposed. The disturbed lawn area shall be restored, after trench is back-filled and compacted. Restoration shall consist of placing 4" topsoil, hydro seed, fertilize and mulch. Disturbed lawn areas, after replacement of topsoil, reseed, fertilize and ' mulch shall be watered a minimum of four (4) times a week for three weeks. The water shall be of such duration as to soak the seeded areas thoroughly and promote good root growth. Such removal and restoration shall be considered incidental to the bid item "Restoration", per lump sum and no further compensation will be made. 1-07.16(3)A Protection and Restoration of Existing Markers and Monuments All existing survey monuments and property corner markers shall be protected from ' movement or damage by the Contractor. All existing markers and/or monuments that are damaged or removed for construction purposes shall be referenced by survey ties and then replaced by the Contractor. The Contractor shall coordinate work with the City Engineer and City staff to reference the markers and/or monuments and replace them, as required by state law. All existing property corner markers disturbed or removed by the Contractor's operations shall be replaced at the Contractor's own expense. 1-07.16(5) Utility Service (New Section) The Contractor shall maintain the operational service of water distribution mains, and storm ' drainage mains at all times. Upon approval by the Engineer, individual water service pipes may be off line for 4 hours and catch basins for 8 hours. No sewer service will be allowed to be shut down for more than 8 hours per day. Sanitary sewer service systems shall be maintained operational in as continuous a manner as possible. Where services are to be shut down, affected parties and the Engineer shall be notified in writing at least 72 hours in advance of the time and period of shut-down. The Contractor shall make every effort to ' keep shut down schedules to periods of anticipated minimum usage and for the least period of time. 1-07.16(6) Restoration of Property (New Section) The Contractor shall protect property in the vicinity of the work site and in instances of destruction or damage, restore the item to pre-construction condition at the Contractor's ' expense. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 7 1-07.17 Utilities and Similar Facilities ' Section 1-07.17 of the APWA Division I General Requirements is supplemented by the , following: The locations and dimensions shown in the plans for existing buried facilities are in ' accordance with available information obtained without uncovering, measuring, or other verification. It shall be the Contractor's responsibility to verify and/or determine the correct location of all utilities, public and private, that may be affected by his work under this ' contract. The Owner assumes no responsibility for improper locations or failure to show utility locations on the construction plans. The Contractor shall pothole all existing utilities in advance of pipe installation to verify that the required vertical and horizontal clearances ' exist. Any adjustment to pipe location and elevation must be approved by the Engineer prior to installation. The Contractor shall check with the utility companies concerning any possible conflict prior ' to commencing excavation in any area, as not all utilities may be shown or correctly located on the plans. The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, ' of their facilities within the project limits. No additional compensation will be made to the Contractor for reason of delay caused by the actions of any utility company, and the Contractor shall consider such costs to be incidental to the other items of the contract. ' The CONTRACTOR is alerted to the existence of Chapter 19.122 RCW, a law relating to underground utilities. Any cost to the Contractor incurred as a result of this law shall be at , the Contractor's expense. RCW 19.122 UNDERGROUND UTILITIES , 19.122.010 Intent It is the intent of the legislature in enacting this chapter to assign responsibilities for locating and keeping accurate records of utility locations, protecting and repairing damage to existing underground facilities, and protecting the public health and safety from ' interruption in utility services caused by damage to existing underground utility facilities (1984 c 144 1.) 19.122.020 Definitions Unless the context clearly requires otherwise, the definitions in this section apply through ' out this chapter. A. "Business day" means any day other than Saturday, Sunday, or a legal local, state, or federal holiday. B. "Damage" includes the substantial weakening of structural or lateral support of an underground facility, penetration, impairment, or destruction of any underground , protective coating, housing, or other protective device, or the severance, partial or complete, of any underground facility to the extent that the project owner or the affected utility owner determines that repairs are required. , HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc ' Page 8 C. "Emergency" means an condition constituting a clear and resent danger to life or Y 9 P 9 ' property, or a customer service outage. D. Excavation means any operation in which earth, rock, or other material on or below the ground is moved or otherwise displaced by any means, except the tilling of soil less than twelve inches in depth for agricultural purposes, or road and ditch maintenance that does not change the original road grade or ditch flow line. E. "Excavator" means any person who engages directly in excavation. F. "Identified facility" means any underground facility which is indicated in the project Plans as being located within the area of proposed excavation. G. Identified but un-locatable underground facility means an underground facility ' which has been identified but cannot be located with reasonable accuracy. H. Locatable underground facility means an underground facility which can be field- marked with reasonable accuracy. ' I. "Marking" means the use of stakes, paint, or other clearly identifiable materials to show the field location of underground facilities, in accordance with the current color code standard of the American Public Works Association. Markings shall include identification letters indicating the specific type of the underground facility. J. "Person" means an individual, partnership, franchise holder, association, corporation, a state, a city, a county, or any subdivision or instrumentality of a state, and its employees, agents, or legal representatives. ' K. "Reasonable accuracy" means location within twenty-four inches of the outside dimensions of both sides of an underground facility. ' L. "Underground facility" means any item buried or placed below for use in connection with the storage or conveyance of water, sewage, electronic, telephonic or telegraphic communications, cablevision, electronic energy, petroleum products, gas, gaseous vapors, hazardous liquid, or other substances and including but not limited to pipes, sewers, conduits, cables, valves, lines, wires, manholes, attachments, and those parts of poles or anchors below ground. ' M. "One-number locator service" means a service through which a person can notify utilities and request field-marking of underground facilities. (1984 c 144 2.) 19.122.030 Notice of excavation to owners of underground facilities - One-number locator service - Time for notice - Marking of underground facilities - Costs Before commencing any excavation, the excavator shall provide notice of the scheduled commencement of excavation to all owners of underground facilities through a one-number locator service. All owners of underground facilities within a one-number locator service ' area shall subscribe to the service. One number locator service rates for cable television companies will be based on the amount of their underground facilities. If no one-number locator service is available, notice shall be provided individually to those owners of underground facilities known to or suspected of having underground facilities within the HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 9 area of proposed excavation. The notice shall be communicated to the owners of underground facilities not less than two business days or more than ten business days ' before the scheduled date for commencement of excavation, unless otherwise agreed by the parties. Upon receipt of the notice provided for in this section, the owner of the underground facility shall provide the excavator with reasonably accurate information as to its locatable underground facilities by surface-marking the location of the facilities. If there are identified but un-locatable underground facilities, the owner of such facilities shall provide the ' excavator with the best available information as to their locations. The owner of the underground facility providing the information shall respond no later than two business days after the receipt of the notice or before the excavation time, at the option of the ' owner, unless otherwise agreed by the parties. Excavators shall not excavate until all know facilities have been marked. Once marked by the owner of the underground facility, the excavator is responsible for maintaining the markings. Excavators shall have the right to ' receive compensation from the owner of the underground facility for costs incurred if the owner of the underground facility does not locate its facilities in accordance with this section. The Owner of the underground facility shall have the right to receive compensation for , costs incurred in responding to excavation notices given less than two business days prior to the excavation from the excavator. An owner of underground facilities is not required to indicate the presence of existing service laterals or appurtenances if the presence of existing service laterals or appurtenances on the site of the construction project can be determined from the presence of other visible facilities, such as buildings, manholes, or meter and junction boxes on or adjacent to the construction site. Emergency excavations are exempt from the time requirements for notification provided in this section. , If the excavator, while performing the contract, discovers underground facilities which are not identified, the excavator shall cease excavating in the vicinity of the facility and immediately notify the owner or operator of such facilities, or the one-number locator service. (1988 c99 1; 1984 c 144 3.) 19.122.040 Underground facilities identified in bid or contract - Excavator's duty of , reasonable care - Liability for damages - Attorney's Fees. A. Project owners shall indicate in bid or contract documents the existence of ' underground facilities known by the project owner to be located within the proposed area of excavation. The following shall be deemed changed or differing site conditions: ' 1. An underground facility not identified as required by this chapter or other provision of law; and ' 2. An underground facility not located, as required by this chapter or other provision of law, by the project owner or excavator if the project owner or excavator is also a utility. ' HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc ' Page 10 B. An excavator shall use reasonable care to avoid damaging underground facilities. ' An excavator shall: 1. Determine the precise location of underground facilities which have been marked; 2. Plan the excavation to avoid damage to or minimize interference with underground facilities in and near the excavation area; and ' 3. Provide such support for underground facilities in and near the construction area, including during backfill operations, as may be reasonably necessary for the protection of such facilities. C. If an underground facility is damaged and such damage is the consequence of the ' failure to fulfill an obligation under this chapter, the party failing to perform that obligation shall be liable for any damages. Any clause in an excavation contract which attempts to allocate liability, or requires indemnification to shift the economic consequences of liability, different from the provisions of the chapter is against ' public policy and unenforceable. Nothing in this chapter prevents the parties to an excavation contract from contracting with respect to the allocation of risk for changed or differing site conditions. D. In any action brought under this section, the prevailing party is entitled to reasonable attorney's fees. (1984 c 144 4.) ' 19.122.05 Damage to underground facility - No notification by excavator- Repairs or relocation of facility ' A. An excavator who, in the course of excavation, contacts or damages an underground facility shall notify the utility owning or operating such facility and the ' one-number locator service. If the damage causes an emergency condition, the excavator causing the damage shall also alert the appropriate local public safety agencies and take all appropriate steps to ensure the public safety. No damaged underground facility may be buried until it is repaired or relocated. B. The owner of the underground facilities damaged shall arrange for repairs or relocation as soon as is practical or may permit the excavator to do necessary ' repairs or relocation at a mutually acceptable price. (198 c 144 5). 19.122.060 Exemption from notice and marking requirements for property owners tAn excavation of less than twelve inches in vertical depth on private non-commercial property shall be exempt from the requirements of RCW 19.122.030, if the excavation is being performed by the person or an employee of the person who owns or occupies the property on which the excavation is being performed. (1984 c 144 6.) 19.122.070 Civil penalties -Treble damages - Existing remedies not affected ' A. Any person who violates any provision of this chapter, and which violation results in damage to underground facilities, is subject to a civil penalty of not more than one HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- ' 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 11 thousand dollars for each violation. All penalties recovered in such actions shall be , deposited in the general fund. ' B. Any excavator who willfully or maliciously damages a field-marked underground facility shall be liable for treble the costs incurred in repairing or relocating the facility. In those cases in which an excavator fails to notify known underground ' facility owners or the one-number locator service, any damage to the underground facility shall be deemed willful and malicious and shall be subject to treble damages for costs incurred in repairing or relocating the facility. ' C. The chapter does not affect any civil remedies for personal injury or for property damage, including that to underground facilities, nor does this chapter crest any new civil remedies for such damage. (1984 c 144 7.) 19.122.080 Waiver of notification and marking requirements t The notification and marking provisions of this chapter may be waived for one or more designated persons by an underground facility owner with respect to all or part of that underground facility owner's own underground facilities (1984 c 144 9.) ' 19.122.900 Severability - 1984 c 144 If any provisions of this act or its application to any person or circumstance is held invalid, the remainder of the act or the application of the provision to other persons or circumstances is not affected. (1984 c 144 9.) ' 1-07.18(1) General (Revised) , The Owner shall be given 45 days prior written notice by certified mail of any cancellation, reduction or modification of the insurance. 1-07.18(3) Limits (Addition) The limits of liability for the insurance required shall provide coverage for not less than the ' following amounts or greater where required by Laws and Regulations: A. Worker's compensation: (under limits of liability stated on the City of Renton ' Insurance Information for enclosed within Attachment A). B. Comprehensive General Liability: (under limits of liability stated on the City of ' Renton Insurance Information form enclosed within Attachment A). Policies shall include premises/operations, products, completed operations, independent contractors, OWNERS and CONTRACTORS protective, Explosion, Collapse, Underground Hazard, Broad for Contractual, Person Injury with employment exclusion deleted, and Broad Form Property Damage. C. Comprehensive Automobile Liability: (under limits of liability stated on the City of Renton Insurance Information form enclosed within Attachment A) including Owned, Hired, and Non owned Vehicles: ' HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc ' Page 12 ' D. The CONTRACTOR will be required as part of the insurance provided to complete and submit the attached City of Renton Insurance Information form, and Policy Declaration pages, Endorsement and Coverage Questionnaire forms included in Attachment A of these Contract Documents, prior to Notice to Proceed. Policies shall also specify insurance provided by CONTRACTOR will be considered primary and not contributory to any other insurance available to the OWNER or the ENGINEER. All policies shall provide for 45 days written notice prior to any cancellation or non- renewable of insurance policies required under Contract. "Will endeavor" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the Company, its agents or representatives" wording will be deleted from certificates. ' Policies shall be provided only by companies with an "Alfred M. Best Rating" of not less than Al2. 1-07.18(4) Endorsement (Addition) The contractor shall also name the Owner, and their officers, directors, agents, and employees as "additional insured" under the insurance policies. Subsequent to award of the contract the CONTRACTOR shall submit to the OWNER the following: A. City of Renton Insurance Information in the form Attachment A herein without modification and policy declaration pages obtained from the insurance carrier. B. Insurance Questionnaire (enclosed within Attachment A herein) completely filled out and appropriately executed: C. Insurance Endorsement (enclosed within Attachment A herein) executed by an appropriate representative of the insurance company(ies). r HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- ' 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 13 1-08 PROSECUTION AND PROGRESS ' 1-08.1(3) Hours of Work (Addition) Work hours shall be limited to week days only, between the hours of 7:00 a.m. and 5:00 p.m. unless otherwise approved in advance by the City. Truck hauling shall be limited to the hours of 8.30 am to 3:30 PM on arterial streets. The contractor shall give a minimum 48 hours notice to the City prior to work on any ' roadway and shall do no work on the roadway without a traffic control plan approved by the City Traffic Engineer. , Work on weekends will not be allowed, except as approved in writing by the Engineer. 1-08.5 Time for Completion (Additional Section) The Contractor shall complete all work within the working days specified in this section and within the Contract Document. Failure to complete the work prior to this date shall be grounds for implementation of liquidated damages in accordance with section 1-08.9 and may require termination of contract in accordance with section 1-08.10. 1-08.13 Compensation for Overtime Work (New Section) Add the following section: The Owner reserves the right to charge the Contractor and may deduct from periodical and final payment, labor expenses attributed to administrative, engineering and inspection work incurred by the Owner for overtime work associated with the project construction. The Contractor shall pay to the Owner the costs of certain engineering and inspection expenses in the event that the Owner should grant an extension(s) of time because of avoidable delay. The amount of said expenses shall be computed and determined on the basis of an itemized schedule of engineering and inspection labor charges determined for the actual hours of labor performed beyond a forty-hour work week, or beyond the scheduled date of completion. r 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities Section 1-09.1 of the APWA Division I General Requirements is supplemented and/or ' modified as follows: Where items are specified to be paid for by the ton, it will be the Contractor's responsibility to see that a certified weight ticket is given to the inspector on the project at the time of ' H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc , Page 14 ' deliveryof materials for each truckload delivered. Pa quantities will be prepared on the Y q P P basis of said tally tickets, delivered to the inspector at time of delivery of materials. Tickets not received by inspector on day of delivery will not be honored for payment. 1-09.2(2) Lump Sum Breakdown Section 1-09.2(2) of the APWA Division I General Requirements is supplemented with the following: ' The Contractor shall, within ten (10) days of receipt of notice to proceed, submit a complete breakdown of all lump sum bid items showing the value assigned to each part of the work including an allowance for profit and overhead. Upon acceptance of the breakdown of the contract price by the Engineer, it shall be used as the basis for all requests for partial payment. 1-09.5 Ordering Materials Section 1-09.5 of the APWA Division I General Requirements is supplemented with the following: The Contractor is cautioned against placing orders for full quantities of materials until the work has advanced to a state permitting the determination of the exact quantities required. Estimates of quantities of materials furnished by the Engineer are understood to be approximate only and, unless otherwise specified, the Owner will in no way be responsible for any increased costs or extra expense that the Contractor may have to bear on account of materials or work not being ordered at some earlier date. 1-09.8 Payment for Material on Hand Section 1-09.8 of the APWA Division I General Requirements is supplemented with the following: Payment for "Material on Hand" will be made only when considered desirable and appropriate by the City. The City reserves the right to make the final determination as to whether payment will be made for "Material on Hand." 1-09.9 Payments Supplement this section with the following: "Basis of Payment." In consideration of the faithful performance of all the covenants, stipulations, and agreements of this Contract to be kept and performed by the Contractor, the City covenants and agrees to pay the Contractor the amount bid as adjusted when so ' stipulated in the Contractor's proposal for the work actually performed as determined by the final estimate of the Engineer, less any deductions for failure to complete the work within the time specified; and less any deductions for claims and damages paid by the City due to ' acts or omissions of the Contractor and for which he is liable under this Contract. Items or work clearly indicated in the Plans or in the specifications as work under this Contract but for which an item has not been set forth in the proposal shall be included in HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- ' 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 15 will relieve the Contractor of his responsibility to , other Items of work. Failure to do so II not p y perform the work indicated and no other compensation will be allowed. 1-09.9(2) Retainage Section 1-09.9(2) of the APWA Division I General Conditions is supplemented with the ' following: Upon completion of the project the retainage shall be returned to the Contractor when all of ' the following are satisfied: 1. The Contractor and each Subcontractor shall submit to the City of Renton, and to the Department of Labor and Industries, a "Statement of Intent to Pay Prevailing Wages." 2. Following the acceptance of the project, the Contractor and each Subcontractor shall submit to the City of Renton, and to the Department of Labor and Industries, an "Affidavit of Wages Paid." This affidavit certifies all prevailing wage requirements have been met. 3. The Contractor shall submit a "Request to Release" to the Department of Labor and Industries. That agency provides the form. 4. At least 30 days have elapsed since final acceptance of the project by the City of Renton at one of its regularly scheduled meetings. 5. The City Clerk must have received a "Release" for the project form the Department of Labor and Industries and a "Release" from the Department of Revenue. 6. The City Clerk must have received a letter from the Contractor, on the Contractor's letterhead, stating that all bills and wages have been paid on this project. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc , Page 16 1-09.14 Payment Schedule (New Section) 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 which 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 which will determine the low bidder for this project. Bid Item 1 Mobilization (LS) This 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 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 the plans. The adjacent areas are used for golf course parking. The Contractor must avoid inconveniencing patrons and vehicles using the parking lot. The Contractor is responsible for any damage and injury to private vehicles, property, and persons per Standard Specifications Section 1-07.14. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 17 Golf course carts, pedestrians, and grounds workers use the bridge 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. ' Golf Course Event Days are listed below. The Contractor should anticipate heavier traffic and possible congestion on the golf course roads on those days. Some work on the golf course may be restricted; see bid items for any specific restrictions. Tues. Thurs. Fri. Sat., Sun , August 12 13 17 19 20 27 28, 29 , Sept. 10 12 17 18 The Contractor shall plan the work such that construction is completed by no later than , September 15, 2004 to satisfy the HPA permit. The Army Corp permit may require that the gravel placement be completed by August 31, 2004. The Contractor is responsible for , complying with the HPA permit, any Army Corps Permit, 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 14 days of the contract award. 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. No more than 80% of this item will be paid prior to the final payment. Bid Item 2 Construct Bypass Structures, Divert Creek, Rescue Fish, and Drain Sediment Basin (I-S) This items includes construction of two temporary bypass structures, diversion of Maplewood Creek at two locations, draining the sediment basin in preparation of sediment removal, and coordination with adjacent private property owner regarding water supply into a private fish pond. See description and photos of 1999 cleaning for an example of the work and techniques. Upstream Bypass Structure and Creek Diversion HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 18 ' The ass upstream b structure will be constructed upstream of the sediment basin next to P YP P the 18-inch bypass inlet. The purpose of this structure is to divert the entire creek flow into the 18-inch bypass pipe and prevent water from flowing to the sediment basin. The upstream bypass structure will be at least as high as the top of the bypass pipe, plus 3 inches. One type of material that could be used for the bypass structure would be ' 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. It may 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. Water shall be kept flowing to the fish channel on the golf course at all times. The work shall be planned so the temporary bypass can be completed early in the morning (approx. 8 to 10 am), and the remainder of the day can be used for draining the sediment basin and fish rescue. ' Drain 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 gas 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. 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 (minimum 12"x9") with handles and four buckets for capturing fish, and a portable gas pump with an intake strainer meeting Fisheries requirements ( 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 completing the bypass and draining the basin. If the equipment is not satisfactory, and workers are not onsite the day of the bypass, completing 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. One worker may operate the portable gas pump to draw down the pond and capture any fish at the HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 19 intake while the other workers capture fish at other locations. The workers shall continue to capture any fish present until the basin is drained. 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 fish pond 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 (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. The Contractor will also be responsible for notifying McCarty at least 24 hours before gravel is placed in the creek above or adjacent to his property. Downstream Bypass Structure and Creek Diversion Work on the flow splitter shall not occur on the Golf Course Event Days identified in Bid Item #1. The downstream bypass structure will be constructed at the flow splitter basin. The purpose of this bypass structure is to divert all the creek flow around the accumulated gravel and sediment to be removed from the basin and either 1) directly into the low flow splitter section entrance or 2) entirely around the low flow splitter entrance and directly into the low flow channel. 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 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. 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. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc , Page 20 Bid Item 3 Remove Haul and Dispose of Sediment LS P � ) ' This item includes removing the accumulated sediment from three locations ( the sediment basin, the channel at the north end of the basin, and flow splitter basin), 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 Basin The accumulated sediment above the original grades and 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 contractor shall use the sediment basin construction plans and as-built plans to locate the top of the 12-inch imported backfill layer. 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 hand dig test holes to confirm the location and elevation of the backfill layer (or 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 surface, than at the center of the basin. The locations and elevations of test holes shall be reviewed with the City prior to starting excavation, and wherever they are performed during the excavation. 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 location 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. Flow Splitter Work on the flow splitter 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 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. The pile of 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. 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 HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 21 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) as approved by the City. 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 900 to 1,000 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 and Remove Creek Bypass Structures (LS) This item includes refilling the sediment basin with water, restoring flow into the sediment basin and fish ladder, and removing the temporary upstream and downstream bypass structures. During the refilling process approximately '/2 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 '/2 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 flow splitter structure after cleaning including but not limited to regrading the bank, replacing rip-rap, grading, raking, topsoil placement, and seeding. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 22 Payment for this item will be made at the lump sum amount bid, and shall be considered Y p 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 5 Gravel Placement— Detail 1 (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 for Detail 1 will be placed upstream of the flow splitter structure. 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 6" size gravel are shown on Detail 1 of the tPlans. Gravel placement for Detail 1 for the two areas next to the 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 will be hand spread using shovels, and other hand tools, across the bottom of the creek. The new gravel layer is intended to be 6- to 12-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 number of locations, amount of gravel, and depth of gravel as needed. 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 City has applied for a permit from the Army Corps of Engineers for gravel replacement t and expects to have the permit issued by the time project construction will start. The City reserved the right to delay or eliminate gravel replacement bid items and associated work items from the project if it does not receive permits in time to accomplish the work, or if it determines permit conditions are not feasible or the work should be done in another manner. The Contractor shall not be allowed a changed condition, increase in costs for any remaining bid items, or any requests for increased payment if gravel replacement bid items are eliminated from the contract. 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. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 23 Bid Item 6 Gravel Placement— Detail 2 (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 for Detail 2 will be placed downstream of the flow splitter structure. 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 will be hand spread using shovels, and other hand tools, across the bottom of the creek. The new gravel layer is intended to be approximately 6-inches thick. Approximately 1 CY may be placed at each location. The City will review the gravel placement at each location, and may adjust the number of locations, amount of gravel, and depth of gravel as needed. 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 City has applied for a permit from the Army Corps of Engineers for gravel replacement and expects to have the permit issued by the time project construction will start. The City reserved the right to delay or eliminate gravel replacement bid items and associated work items from the project if it does not receive permits in time to accomplish the work, or if it determines permit conditions are not feasible or the work should be done in another manner. The Contractor shall not be allowed a changed condition, increase in , costs for any remaining bid items, or any requests for increased payment if gravel replacement bid items are eliminated from the contract. 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. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 24 Each iraea Item 7: Plant— Douglas S Bid 9 p (Each) This item includes furnishing and installing Douglas Spirea (Spiraea Douglasii) including all materials, labor, tools, equipment, fertilizer, backfill, mulch, and any other supplies necessary to install the plants. Planting shall be as shown on the plans, per Special Provisions Section 8-02, and per Supplemental and Standard Provisions. Planting shall occur between October 1 and October 15. The time needed for planting is ' not considered part of the working days for the project. The contractor is responsible for the plant establishment for 1 full year. At the end of 1 full year any dead plants shall be replaced at no additional cost to the City. All partial payments shall be limited to the actual number of healthy vigorous plants. Payments at any stage shall not constitute final acceptance of plants. Materials found not acceptable at any stage shall be rejected and replaced at the Contractor's expense. Previous partial payments made for materials rejected or missing may be deducted from future payments due the Contractor. Measurement shall be per each. 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 the work as shown on the Plans, as directed by the City, and in accordance with the Contract Documents. Bid Item 8: Plant—Snowberry (Each) This item includes furnishing and installing Snowberry (Symphoricarpos Albus) including all materials, labor, tools, equipment, fertilizer, backfill, mulch, and any other supplies necessary to install the plants. Planting shall be as shown on the plans, per Special Provisions Section 8-02, and per Supplemental and Standard Provisions. Planting shall occur between October 1 and October 15. The time needed for planting is not considered part of the working days for the project. The contractor is responsible for the plant establishment for 1 full year. At the end of 1 full year any dead plants shall be replaced at no additional cost to the City. All partial payments shall be limited to the actual number of healthy vigorous plants. Payments at any stage shall not constitute final acceptance of plants. Materials found not acceptable at any stage shall be rejected and replaced at the Contractor's expense. Previous partial payments made for materials rejected or missing may be deducted from future payments due the Contractor. Measurement shall be per each. 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 the work as shown on the Plans, as directed by the City, and in accordance with the Contract Documents. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 1 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 25 Bid Item 9: Plant—Vine Maple (Each) This item includes furnishing and installing Vine Maple (Acer Circinatum) including all materials, labor, tools, equipment, fertilizer, backfill, mulch, and any other supplies necessary to install the plants. Planting shall be as shown on the plans, per Special Provisions Section 8-02, and per Supplemental and Standard Provisions. Planting shall occur between October 1 and October 15. The time needed for planting is not considered part of the working days for the project. The contractor is responsible for the plant establishment for 1 full year. At the end of 1 full year any dead plants shall be replaced at no additional cost to the City. ' All partial payments shall be limited to the actual number of healthy vigorous plants. Payments at any stage shall not constitute final acceptance of plants. Materials found not acceptable at any stage shall be rejected and replaced at the Contractor's expense. Previous partial payments made for materials rejected or missing may be deducted from future payments due the Contractor. ' Measurement shall be per each. 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 the work as shown on the Plans, as directed by the City, and in accordance with the Contract Documents. Bid Item 10: Plant— Red Stem Dogwood (Each) This item includes furnishing and installing Red Stem Dogwood (Cornus Stolonifera) including all materials, labor, tools, equipment, fertilizer, backfill, mulch, and any other supplies necessary to install the plants. Planting shall be as shown on the plans, per Special Provisions Section 8-02, and per Supplemental and Standard Provisions. Red stem dogwood and willows may be obtained by selective thinning and pruning of the appropriate species from the banks of Maplewood Creek, downstream of the flow splitter structure. Thinning and pruning existing plants shall be done so it does not leave an appreciable gap in the plant cover next to the creek. The Contractor shall review his plans for thinning and pruning with the City for approval before removing existing plants. The plants may also be obtained by the Contractor from an off-site source. Planting shall occur between October 1 and October 15. The time needed for planting is not considered part of the working days for the project. The contractor is responsible for the plant establishment for 1 full year. At the end of 1 full year any dead plants shall be replaced at no additional cost to the City. All partial payments shall be limited to the actual number of healthy vigorous plants. Payments at any stage shall not constitute final acceptance of plants. Materials found not acceptable at any stage shall be rejected and replaced at the Contractor's expense. Previous partial payments made for materials rejected or missing may be deducted from future payments due the Contractor. H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 26 Measurement shall be per each. 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 the work as shown on the Plans, as directed by the City, and in accordance with the Contract Documents. ' Bid Item 11: Plant - Native Willows (Each) ' This item includes furnishing and installing Native Willows such as Pacific Willow, Scouler's Willow, etc. (Salix Spp., S. Lasiandra, S. Scouleriana, etc.) including all materials, labor, tools, equipment, fertilizer, backfill, mulch, and any other supplies necessary to install the plants. Planting shall be as shown on the plans, per Special Provisions Section 8-02, and ' per Supplemental and Standard Provisions. Red stem dogwood and willows may be obtained by selective thinning and pruning of the appropriate species from the banks of Maplewood Creek, downstream of the flow splitter structure. Thinning and pruning existing plants shall be done so it does not leave an appreciable gap in the plant cover next to the creek. The Contractor shall review his plans for thinning and pruning with the City for approval before removing existing plants. The plants may also be obtained by the Contractor from an off-site source. Planting shall occur between October 1 and October 15. The time needed for planting is not considered part of the working days for the project. The contractor is responsible for the plant establishment for 1 full year. At the end of 1 full year any dead plants shall be replaced at no additional cost to the City. All partial payments shall be limited to the actual number of healthy vigorous plants. Payments at any stage shall not constitute final acceptance of plants. Materials found not acceptable at any stage shall be rejected and replaced at the Contractor's expense. Previous partial payments made for materials rejected or missing may be deducted from future payments due the Contractor. Measurement shall be per each. 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 the work as shown on the Plans, as directed by the City, and in accordance with the Contract Documents. Bid Item 12 Hydroseed (SF) iThis 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. The bottom 6 to 7 feet of the basin sideslope (measures horizontally, approx. 2 to 2.5 vertical feet) will not be hydroseeded since it will be submerged when the basin is filled with water. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 27 All areas for hydroseedin shall be identified and review with the City for approval prior to 9 Y PP placement. 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 ' the work as shown on the Plans, as directed by the City, and in accordance with the Contract Documents. Bid Item 13: 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 $1,000. 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 Section 1-04.4 of the Standard Specifications. 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 Section 1-09.4 of the Standard Specifications. 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 under this item final payment for this bid item will be $0 (zero). r i HARe Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\12-Special-Prov-Sect-1.doc Page 28 r r DIVISION 2 EARTHWORK r 2-01 CLEARING, GRUBBING AND ROADSIDE CLEANUP r2-01.1 Description Delete the first paragraph of this section and replace with the following: The Contractor shall clear, grub, and cleanup those areas shown on the Contract Plans ' which are required for the execution of construction activities. Trees and shrubs may be removed only after approval by the City. 2-01.2 Disposal of Usable Material and Debris Delete the third paragraph of this section and replace with the following: Refuse and debris shall be hauled to a waste site secured by the Contractor and shall be disposed of in such manner as to meet all requirements of state, country and municipal regulations regarding health, safety and public welfare. 2-01.3(5) Shrub Removal (New Section) If it is necessary to move shrubs during construction, the Contractor shall remove the shrubs and replace them in-kind in the original locations after completion of the work. If a shrub is damaged during construction, the City may require the Contractor to replace in like size and kind. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description Supplement this section with the following: The work shall consist of necessary removal and disposal of existing improvements, including pavements, concrete road structures, manholes, abandoned piping, and other items necessary for the completion of the project. All removal will be considered incidental to the work unless specifically identified as a bid item. 2-02.3 Construction Details 2-02.3(1) General Requirements Supplement this section with the following: HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04-2004 Pond Cleaning\1104-Construct Specs\13-Special-Prov-Sect-2.doc Page 1 r The removals shall be conducted in such a manner as not to damage existing utilities ( ) 9 9 roadway, and other structures that are to remain in place. The Contractor shall repair, replace, or otherwise restore damage resulting from his activities. The limits of removal for concrete or rigid materials shall be either the edge of the structure, an existing construction joint, or a new sawcut. The depth of saw cuts shall be such as will accomplish the intended purpose, and will be determined in the field to the satisfaction of the Engineer. Sawing shall be considered incidental to the other bid items. 2-02.3(1)A Salvage (New Section) Unless otherwise indicated in the Plans or Specifications, all removed items of recoverable value shall be carefully salvaged and delivered to the City in good condition, and as directed by the City. Materials and items deemed of no value by the City shall be removed by the Contractor, and shall become the Contractor's property to be disposed , of at no additional cost to the City. 2-02.3(7)D Contractor Provided Disposal Site (Addition) Waste materials shall be hauled to a waste site secured by the Contractor and shall be disposed of in such a manner as to meet all requirements of state, county and municipal t� regulations regarding health, safety and public welfare. 2-02.5 Payment Delete entire section and replace with the following: See bid items descriptions for units of measure and payment. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04-2004 Pond Cleaning\I104-Construct Specs\13-Special-Prov-Sect-2.doc Page 2 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL 8-01.1 Description Supplement this section with the following: Work shall include the placement of temporary and permanent erosion control facilities during the duration of this project. The Contractor will be held responsible for maintenance of all erosion control facilities necessary during the duration of this contract. Work shall include but not be limited to the following: • Storm Drain Inlet Protection • Sediment Control Fencing • Hay Bales and Mulch • Covering Soil with Plastic Covering • Miscellaneous Erosion Control 8-01.2 Materials Supplement this section with the following: Filter fabric used in the Sediment Control Fencing shall be equal to Mirafi 10OX or approved equal. 8-01.3(3) Miscellaneous Erosion Control (New Section) Contractor shall take all necessary precautions to prevent sediment from construction activities from entering into storm water systems or natural waterways and from being transported away from the construction area by storm water. 8-01.5 Payment Delete entire section and replace with the following: See bid items descriptions for units of measure and payment. ! If a bid item for Erosion Control is not listed, the cost of all such work shall be considered incidental and included within the unit bid prices in the contract. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04-2004 Pond Cleaning\1104-Construct Specs\I 4-Spec ial-Prov-Sect-8.doc Page 1 8-02 ROADSIDE PLANTING 8-02.1 Description Section 8-02.1 shall be supplemented with the following: This work shall include all planting of trees, shrubs and sod on the site. The planting shall be installed using the materials shown on the Plans and/or as specified in these Special Provisions. The planting shall be installed to grades and conform to the areas and locations as shown on the Plans, or as directed by the Engineer. 8-02.2 Materials Section 8-02.2 shall be supplemented with the following: Trees & Shrubs , Trees and shrubs shall be as specified on the drawings and conform to Section 9-14.6., and to the American Standard for Nursery Stock ANSI Z 60.1 — 1996 for quality standards. Fertilizer Tree and Shrub Fertilizer: Agriform 20-10-15 planting tablets for planting pits. Trees: Four (4) 21 gram tablets Shrubs: Two (2) 21 gram tablets Groundcovers: None required. Mulch Shrub Bed Mulch: Shrub bed mulch shall be Pacific Garden mulch or equal approved by the City. Available through Pacific Topsoil (800) 884-7645. 8-04 CURBS, GUTTERS AND SPILLWAYS 8-04.1 Description Add the following: Work includes replacement of curb and gutters removed or damaged due to construction activities. H:Tile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04-2004 Pond Cleaning\1104-Construct Specs\14-Special-Prov-Sect-8.doc Page 2 , 8-04.3 Construction Requirements Add the following: Curb and gutters shall match the existing curb and gutter, including type and dimensions. Grade shall meet adjacent curb and gutter in a smooth transition. 8-04.3(3) Width of Replacement(New Section) Contractor shall replace curb and gutter to the nearest construction joint, unless otherwise authorized by the Engineer. 8-04.5 Payment Supplement this section with the following: ' See bid items descriptions for units of measure and payment. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.1 Description Add the following: Work includes replacement of sidewalks removed or damaged due to construction activities. Replacement of sidewalks shall include driveways and handicap access areas. 1 8-14.3(2) Placing and Finishing Concrete Add the following: Contractor shall match the existing dimensions of the sidewalk. Grade shall meet adjacent sidewalks in a smooth transition. 8-14.3(5) Width of Replacement (New Section) Contractor shall replace sidewalk to the nearest construction joint, unless otherwise authorized by the Engineer. 8-14.5 Payment Delete entire section and replace with the following: See bid items descriptions for units of measure and payment. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04-2004 Pond Cleaning\1104-Construct Specs\14-Special-Prov-Sect-8.doc 1 Page 3 8-22 PAVEMENT MARKING 8-22.1 Description Supplement this section with the following: All existing pavement markings and markers that are removed by the Contractor's activities related to this project shall be replaced in the original location and shall be of similar type. Markings and markers shall be in accordance with the City of Renton , Standard Plans. 8-22.5 Payment Supplement this section with the following: Bid items with descriptions, units of measure and payment are outlined in Section 1- ' 09.3(1). If a bid item for Pavement Marking is not listed, the cost of all such work shall be considered incidental and included within the unit bid prices in the contract. 1 1 r r r r r HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04-2004 Pond Cleaning\I 104-Construct Specs114-Special-Prov-Sect-8.doc Page 4 DIVISION 9 MATERIALS 9-14.6(28) Hyroseeding Bid Item (addition) 28.0 Description Contractor shall install the following: A. Hydroseed distrubed areas - as a result of the construction activities - adjacent to the sedimenation pond and stockpile areas. 28.1 Products Hydroseeding Submittals Submit seed vendor's certification for required grass seed mixture, indicating percentage by weight, and percentages of purity, germination, and weed seed for each grass species. A. Perform seeding work only after planting and other work affecting ground surface has been completed. B. Restrict all disturbances or other activities in seeded areas until grass is established. Erect signs and barriers as required. C. Provide watering equipment as required. Materials Hydroseeding A. Seed A.1. On the pond slopes the following grass/forb mixes shall be used at a rate of 65 lb/acre: Red fescue Festuca rubra 25% Colonial bentgrass Agrostis tenuis 25% Meadow foxtail Alopecurus pratense 40% ' Water smartweed Po/ygonum hydropiperoides 10% H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\15-Special-Prov-Sect-9.doc Page 1 B. Wood Cellulose Fiber Mulch: Degradable green dyed wood cellulose fiber free from weeds or other foreign matter toxic to seed germination and suitable for hydromulching. C. Soil Binder or Tacking Agent: Liquid concentrate diluted with water forming a transparent 3-dimensional film-like crust permeable to water and air and containing no agents toxic to seed germination. Contractor shall comply with all environmental regulations and manufacturers recommendations regarding fertilizer use. 28.2 Transportation, Delivery, Storage and Handling Hydroseeding A. Submit seed vendor's certification for required grass seed mixture, indicating percentage by weight, and percentages of purity, germination, and weed seed for each grass species. 28.3 Installation Hydroseeding A. Perform seeding work only after planting and other work affecting ground surface has been completed. , B. Restrict all disturbances or other activities in seeded areas until grass is established. Erect signs and barriers as required. C. Provide watering equipment as required. D. Limit preparation to areas which will be immediately seeded. E. Loosen topsoil of areas to be seeded to minimum depth of 4 inches. F. Grade area to be seeded. Remove ridges and fill depressions as required to drain. , G Seed immediately after preparation of bed. Spring seeding shall occur between April 1 and June 1 and fall seeding shall occur between August 15 and October 31 or at such other times acceptable to the City. H. Seed indicated areas within contract limits and areas adjoining contract limits disturbed as a result of construction operations. I. Perform seeding operations when the soil is dry and when winds do not exceed 5 miles per hour. J. The contractor shall use the double application method for all hydroseeding as , follows: Mulching HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- 2004 Pond Cleaning\1104-Construct Specs\15-Special-Prov-Sect-9.doc Page 2 1 A. Mulch cover shall be applied at 2,000 Ibs/acre as follows: 1. First application: 100 percent seed mix with 25 percent of mulch. 2. Second application: tackifier with 75 percent of mulch rTacking Agent A. Tacking agent shall be applied by approved hydraulic equipment. distribution and discharge lines shall be equipped with a set of hydraulic discharge spray nozzles which will provide a uniform distribution of the material. Tacking agent shall be applied at 80 gal/acre. Contractors shall comply with all environmental regulations and manufacturers recommendations. 28.4 Cleaning A. Perform cleaning during Installation of the work and upon completion of the work. Remove from the site all excess materials, debris and equipment. Repair damage to any project features. 28.5 Warranty Hydroseeding A. Hydroseeded areas will be inspected 1 week after germination to determine if coverage of seeding is acceptable. B. A uniform stand of grass and wildflowers over 90 percent of seeded area shall be obtained by watering and maintaining until final acceptance. Areas which fail to provide a uniform stand of grass shall be reseeded. Areas reseeded will not be accepted until the coverage required herein is obtained. 28.6 Payment Payment will be made per the bid item description. r r r 1 r HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2057 Maplewood Sediment Basin\04- ' 2004 Pond Cleaning\1104-Construct Specs\15-Special-Prov-Sect-9.doc Page 3 � c0P�asbington HYDRAULIC PROJECT APPROVAL State of Hof RCW 77.55.100-appeal pursuant to Chapter 34.05 RCW Department of Fish and Wildlife Region 4 Office pJSg°"a 16018 Mill Creek Boulevard woo Mill Creek,Washington 98012 DATE OF ISSUE: April 30,2003 LOG NUMBER: ST-F4720-03 This Hydraulic Project Approval (HPA),which now supersedes all previous HPAs for this project,is a change of the original HPA issued June 19, 2002 and last modified July 16,2002,to address issues recently identified by the Area Habitat Biologist(AHB). ' PERMITTEE AUTHORIZED AGENT OR CONTRACTOR City of Renton Surface Water Utility Not Applicable VIECEIV ATTENTION:Chris Munter _5 2003 1055 South Grady Way-5"floor �� Renton,Washington 98055 C1-T OF RSTE°S (425 430-7205 _ T►UN PROJECT DESCRIPTION: Maintenance of Permanent Fixed Fresh Water On Bed Natural Earth Gravel Channel Modification Dredging Bed Load Traps=>800 Cubic Yards PROJECT LOCATION: Maplewood Golf Course,4050 Maple Valley Highway,Renton,Washington 47.4743 North Latitude, 122.1638 West Longitude 4 WRIA WATER BODY TRIBUTARY TO 1/4 SEC. SEC. TOWNSHIP RANGE COUNTY 1 08.0302 Maplewood Creek Cedar River SW 15 23 North 05 East King PROVISIONS 1. TIMING LIMITATIONS: The project may begin immediately and shall be completed by June 19,2007, provided that work below the ordinary high water line(OHWL) shall occur between June 15 and September 30, 2002 or between June 15 and September 15,2003 through 2006,unless otherwise approved by the AHB. 2. Work shall be accomplished per plans and specifications entitled, "OPERATIONS AND MAINTENANCE MANUAL MAPLEWOOD CREEK SEDIMENT BASIN AND FISH CHANNEL", dated September 1999,and submitted to the Washington Department of Fish and Wildlife(WDFW),except as modified by this 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 77.55.060 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: At the time of the previous WDFW AHB inspection,there was a large angular rock which was installed by the City blocking fish passage midway between the sediment pond and flow splitter which needs to be altered so the blockage is removed. This rock has resulted in an approximate two foot drop,which hinders fish passage. This rock shall be relocated as discussed in the April 29,2003 site review during the allowed timing limitations(Provision 1)prior to September 15,2003. ' 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 I of 4 HYDRAULIC PROJECT APPROVAL State of Washington OfRCW 77.55.100 -appeal pursuant to Chapter 34.05 RCW Department of Fish and Wildlife Region 4 Office FISH.d 16018 Mill Creek Boulevard wouff Mill Creek,Washington 98012 DATE OF ISSUE: April 30, 2003 LOG NUMBER: ST-F4720-03 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. During the April 29,2003 site review, the WDFW AHB determined that 25 cubic yards of spawning size gravels need to be added to the channel downstream of the sediment pond. Fifteen to twenty cubic yards of this material shall be added downstream of the flow splitter in the pools 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 77.55.040. 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. 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), operations shall cease and WDFW at(360) 534-8233 and , Washington Department of Ecology at(425)649-7000 shall be contacted immediately. Work shall not resume until further approval is given by WDFW. Page 2 of 4 , HYDRAULIC PROJECT APPROVAL State of Washington Department of d g fi e RCW 77.55.100-appeal pursuant to Chapter 34.05 RCW Region 4 OfFish and Wildlife FJSHmd 16018 Mill Creek Boulevard WOLN Mill Creek,Washington 98012 DATE OF ISSUE: A161 30, 2003 LOG NUMBER: ST-F4720-03 18. Erosion control methods shall be used to prevent silt-laden water from flowing downstream. These may include,but 1 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,temporary filter fabric, straw bale, or pea gravel-filled burlap bag check dam(s) shall be installed downstream. Accumulated sediments shall be removed during the project and prior to removing the check dam(s) 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 lirnits 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. SEPA: DNS by City of Kenton final on February 1996. APPLICATION ACCEPTED: April 29,2003 ENFORCEMENT OFFICER: Boone 030 [P2] o✓. for Director Larry Fisher (425)649-7042 WDFW Area Habitat Biologist cc: WDFW,Burns GENERAL PROVISIONS This Hydraulic Project Approval(HPA)pertains only to the provisions of the Fisheries Code(RCW 77.55). Additional authorization from other public agencies r.iay be necessary for this project. This HPA shall be available on the job site at all times and all its provisions followed by the permittee and operator(s)performing the work. This HPA does not authorize trespass. The person(s)to whom this HPA is issued may be held liable for any loss or damage to fish life or fish habitat which results from failure to comply with the provisions of this HPA. Failure to comply with the provisions of this Hydraulic Project Approval could result in a civil penalty of up to one hundred dollars per day or a gross misdemeanor charge,possibly punishable by fine and/or imprisonment. Page 3 of 4 HYDRAULIC PROJECT APPROVAL State of Wasbington muhivt- Dowtmw of RCW 77.55.100- appeal pursuant to Chapter 34.05 RCW Department of Fisb and Wildlife Region 4 Office FISH.d 16018 Mill Creek Boulevard WUL+ Mill Creek,Wasbington 98012 DATE OF ISSUE: April 30,2003 LOG NUMBER: ST-F4720-03 All HPAs issued pursuant to RCW 77.55.100 are subject to additional restrictions,conditions or revocation if the Department of Fish and Wildlife determines that new biological or physical information indicates the need for such action. The permittee has the right , pursuant to Chapter 34.04 RCW to appeal such decisions. All HPAs issued pursuant to RCW 77.55.103 may be modified by the Department of Fish and Wildlife due to changed conditions after consultation with the permittee: PROVIDED HOWEVER,that such modifications shall be subject to appeal to the Hydraulic Appeals Board established in RCW 77.55.130. , APPEALS-GENERAL INFOR-MATION IF YOU WISH TO APPEAL A DENIAL OF OR CONDITIONS PROVIDED IN A HYDRAULIC PROJECT APPROVAL, THERE ARE INFORMAL AND FORMAL APPEAL PROCESSES AVAILABLE. A. INFORMAL APPEALS(WAC 220-110-340)OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.100, 77.55.103,77.55.106,AND 77.55.160: A person who is aggrieved or adversely affected by the following Department actions may request an informal review of: (A) The denial or issuance of a HPA,or the conditions or provisions made part of a HPA;or (B) An order imposing civil penalties. It is recommended that an aggrieved party contact the Area Habitat Biologist and discuss the concerns. Most problems are resolved at this level,but if not,you may elevate your concerns to his/her supervisor. A request for an INFORMAL REVIEW shall be in WRITING to the Department of Fish and Wildlife,600 Capitol Way North,Olympia,Washington 98501-1091 and t� shall be RECEIVED by the Department within 30-days of the denial or issuance of a HPA or receipt of an order imposing civil penalties. The 30-day time requirement may be stayed by the Department if negotiations are occurring between the aggrieved party and the Area Habitat Biologist and/or his/her supervisor. The Habitat Protection Services Division Manager or his/her designee shall conduct a review and recommend a decision to the Director or its designee. If you are not satisfied with the results of this informal appeal,a formal appeal may be filed. B. FORMAL APPEALS (WAC 220-110-350)OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.100 OR 77.55.106: A person who is aggrieved or adversely affected by the following Department actions may request an formal review of: (A) The denial or issuance of a HPA,or the conditions or provisions made part of a HPA; (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 FORMAT.APPEAL shall be in WRITING to the Department of Fish and Wildlife,600 Capitol Way North, Olympia,Washington 98501-1091,shall be plainly labeled as"REQUEST FOR FORMAL APPEAL" and shall be RECEIVED DURING OFFICE HOURS by the Department within 30-days of the Department action that is being challenged. The time period for requesting a formal appeal is suspended during consideration of a timely informal appeal. If there has been an informal appeal,the deadline for requesting a formal appeal shall be within 30-days of the date of the Department's written decision in response to the informal appeal. C. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.103 or 77.55.160: , A person who is aggrieved or adversely affected by the denial or issuance of a HPA,or the conditions or provisions made part of a HPA may request a formal appeal. The request for FORMAL APPEAL shall be in WRITING to the Hydraulic Appeals Board per WAC 259-04 at Environmental Hearings Office,4224 Sixth Avenue SE,Building Two-Rowe Six,Lacey,Washington 98504;telephone 360/459-6327. D. FAILURE TO APPEAL 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. Page 4 of 4 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 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. 9/23 Thursday Start removing sediment, stockpile to dewater- 8 hrs i9/24 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.) Cleaning takes about 2 weeks. Allow more time for the silty sediment to dry out. 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 '/2 hour round trip. 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 S s\SWP - Surface Water Pro1 )ects\SWP-27 - Surface Water Projects (CIP)\27-2057 Maplewood Sediment Basin\02- , Y 1999 Pond Cleaning\Memo-Cleaning Notes.DOC\DWC\tb Dewaterin9 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. The 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. HAFile Sys\SWP-Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-2057 Maplewood Sediment Basin\02 - 1999 Pond Cleanin,\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 1 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. The 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 Sediment Basin\02 - 1999 Pond CleaningWlemo-Cleaning Notes.DOC\DWC\tb �°,�` 4�i,�'k-. �' �4>,� ,�1.��' ���; y 1�', ad 4r� jR�t • "$;�V++ � Ik t � `,�� �� r y ;r s ' X E Z• i ;�� G'M Y ` ,adyi� �' r# 1. 1 k`•.�, xx4t, Lt:. �! «fit, Y •� la + .,° .° .i :1' i f '� � � CM1 t' AV !� �i, ` °. , .�ey��r ���. .~' � fi'�i�. i ,}yam .�,� —• ,t �. y►1� , v w M • • 11 • 11 11 • y. !syr• .� 1 9/23/99 Trackhoe working on coarse sediments 1 at north end of basinY, ' Silty sediments at South end ' of basin s About 2 feet of silty sediment at South end of basin. 1 Gravel layer below -- . silt . - C v t F y � 11 q1t�i Faii'�• �'i 1 ! ��}1{ J_ 1 I: 1� A'�;t I �.'f'r. W nC N1 v> > 'a 3 0 v M M N C) Z O N E .c m N � ' 9/27/9 9 Basin with ' sediment removed ' 9/28/99 Flow into newly cleaned basin r 1 North end, rock weirs of newlycleaned basin 1 .i�C• Ir I f 4 "Gi t W � '7 ':f•�YYt'. 2004 Existing Conditions Before Cleaning From Fish Weir Looking northeast ` l to north end of pond - ^4 From Fish Weir _ Composite, Looking north toward east,•, 4. ' and overflow spillway Ai .. From North End - Looking south, Rock weirs covered . with sediment, _ •. .-. ' �' ' Overflow spillway at farend R - • a .—Yar Ilk IN'x"w" OF All G -1 © ®WE 17 a . \ • CITY OF RENTON -a •• s- IMAPLEW--- ••• CREEK SEDIMENTATION SECTIONSRECONSTRUCTION AND IMPROVEMENT PROJECT BASIN PLAN, ► DETAILS 0 0©� I W-O. (SEET 7) t Q &r BYPABs 4- ►nc RRlGATm P1PE. I AW LATE 3EE DETAIL ,. SHEET 7 X B• BlUXMOUT FOR YAM I (MAX CLEAR RISE WITIH01 r ! ` — M. CHANNEL LOW LOW WEIR {MAX CLEJIR Of OF CHAIN UNK FENCE x E Tr CHAIN UNK I ARRER FENCE AND GATE. 71EE SHtT 7 E Lox FLOW WEIR PLATE I x ( J F r x r x 3/r ALUMINUM E NANORAf. M. ANGLE "TH ,/Y x 3' I - ----- LONG EXPANSION ANCHOR ti ! a' ALL AROUND. M. jj --X-- f------------------ ---------------------------------------------- - 2J,/2' HIDE X 24' HIGH X a/E- flxCJC ALIJ�MIIJaI PLATE ''� F WALXWAY AND N 178040.S1 F x72'.REYIF. COMER r N 17N006.77 I M. HANORALh ��E 11601.5J PIPE ASTM C-76, 0. N E 1311406.11 t - --------------------- - --SEE SHEET f ------ ------------- JI _BEARM BARS x -- --�- -0' T 1` onRccnon K'�° LJK F1.Of1 _ I » APPROX. LOCATION OF PPE SLEEVES X FOR CHAIN LINK BARRIER FENCE , CONTRACTOR TO COORDINATE LOCATION � WIIIH FENCE fAStlCATOR, SEE SHIEST 7 SRLLfM9Y OUTLET STRICTL/E x n BPL.LWAY PLAN I LQ slXeoR AM GATE 2r-Cr 11'4 17-0' ,1'-2r -o' 7) r BYPASS DRAM GATE WATERMAN C-20 CANAL T-HANDLE OPERATOR CATE (OALV.} PROVIDE 72• CHAIN LINK BAIMER 5•-0' L.C. GTE FRAME 2' BELOW T.O. MALL X FENCE- SEE SHEET 7 TYP. BOTH SIDES V-i' '!'CRUSHED SURFACING ,•-6' TOP OF FILL AT (r TOP COURSE OVER M. X N%IWAY, EL 115.17 r BASE (CURSE) r X 3- X 3/8' AL LW*" ANGLES T.O. EMBANKMENT EL 115.17 10D-YR FLOOD MAX WITH 1 X r LONG EXPANSION Q POOL EL 114,17 •A' ALL AROUND _ 25 "MAiL" >¢ SEE DETAIL 4 SHEET 7 •f EJ. - 1 frftfwlY /a (SHEET f) DV112.f7 /8012 - i - - IMPORTED BACKF L--�' / St DRILL 7/16•.HOLE � - � � I in A•12 Two" 5/6' IL„NO /B•12 0•f EF. AALUM. LOCK 9CY PLCS 3 S-Yt i ' 12'-if STA OA RD LENGM — 12'-0' STD. LDIGTH S-,-: EL 110.HT7 LL 1 i BARN BOTTOM �Q LOW FLOW VVR I-0' 10111.417 - 2 1 EL 1 �C7TICH 7. HLLUIXW 9-IILAit n --------------------------------------------------------------- W PVC SUBDRAIN • /f Or<•12 HIS OWL•12 PIPE(W / i' FIELD FIT PVC LINER OVER RCP •( EL 107.87 WITH 4-MK /4•,!ETL.CF., �- - - - ---- - - - - - - - - - �© IOES CLEARANCE EL 106.30 i � 9LL(�1�A0)OUc LINIDE WAL15 IB •12 [CONCRETE CREEMATCK E)GSifMO PVC UNFR - --- —-—-—- - -S-TX4�_Q�EI CREDO BED 1 HEAVY LOOS? } r a,ot.n R,PRAP 04 DRL•12 EF. 05012CF. �, lV /S •12 WRAP(IRAVQ N rf PVC PERFORATED PIPE df DW•12 BASH BOTTOM GEOTE)MLE FABRIC PERFORATIOIIS FACING DOWN El toe 67 OVORAP SEMI 16'Yfl FIELD FIT LINER AROUND Mr COMPACTED F PIPE MTH 4O"FILLW CLEAR 05012 •12 � FF. CE gtAVE MAL DIAMETER ,N. 1 IR! G 1•-G- TYR 1. FOR PPE WALL PENETRATIONS REINFORCING DETAILS, USE 3 OEOTEX(iRF FABRIC •REINFORCOIENT AROUND OPENMCS' FOR la'. AND YPICAL FLE)OBLE WA.L PENETRATION' RECOMMENDED 03 • FOR PIPES 15'0 AND SMALLER SEE SHEET 4, PDR APPROVAL �•�� � � � IAll PPE SECTIONS SHALL BE BELL AND SPIGOT TYPE TWIN BY NORTHWEST. iNC.�� fi � CITY OF RENTON I 6' CLEM SAND RUBBER 0-RING GASKETS BY "1t. 6—*.�Waoh"ten `(7, DEPA.RTMENT OF PUBLIC WORKS 2•-r P BAST/ LIFER 3, FOR CONNECTION OF PVC U E RU R TO CONCRETE STRUCTURE, By BY �t m A po VC I�j TYPICAL BASIN LITER /CONCRETEIL. SHEE ATTACHMENT DETAT 5. FAX r3-7I� MAPLEWOOO CREEK SEDIMENTATION BASIN E - E mH �.77t 3..=-�.. RECONSTRUCTION AND IMPROVEMENT PROJECT (SHEET 5) 4, PVC BASIN LINER NOT SHOMM N ALL VR1R SEE Stir S. SCAM 0 3 f FEET oe 7 t e+ .► SPILLWAY PLAN AND SECTIONS NOT TO SCALE oolaMMa Rv.H.M.tt. a� �-+rse s>tE MAZE:MHQTR 3/r - l'-O' DAM[ C.LC N.M.M. EXCEPT AS MOTO A CKCk[R ov..H.M.t. Sf.HE: AS M01ID nns•ee w� a N • 1• 3 6 04 DWL BAR 16 r Y /t 12 ER, Dw om 04 TOP BAR 3//11�E' STAPILESS STEEL icy AND WALL 3' PLATES W/BE OO.S ON UPSTREAM 510E -- 4—4/ •\ / N 17603E.i3 1I111 Rini. NOT**M —� E 1311437.09 I.E 107.66 d / is �DETAIL DETAILS 3'-f' �\ 1/4• X 2 11/16- HEADED ANO" 012- E WEIR SPACING, STAINLESS S�T7E�II, NELSON Goo NPU C£�alE?IT �ANCHORSIN THE Two it01R. � d \ TYPICAL FISHWAY WEIR ELEVATION TYPICAL TOP OF FISHWAY WEIR DETii - 2 7 PROVIDE ,• THICK MARINE GRADE � f 42•CONCRETE PPE r*o�EF, El 11a17 PLYWOOD BB COVERS WITH NEOPRENE ASTY C-76, CLASS IV RUMOR SEALS BOLTED OVER 42'0 PIPE NTH 5/0'0 OPENINGS 'NTH � 12 E.F.sllf. GALV, FLUSH MOUNT EXPANSION ANCKIt NSV"% AND OALV. r 42'I RCP PPE �-0.. PIPEY OM73 10 ORTAN A WA7ER7t0NT ; A'f• SEAL. 2 WO }, ; SPECIAL 42'0 CLASS IV T RCP ELBOW REO'D /r• N ,76067.80 4 FUTURE nSHWAY E 1311446.13 nSH LADDER STRUCTURE CHANNEL. NOT PART CASTCUT PIPE SECTION EN) LE 42'0 RCP 10IL37 AND LAST RCP SEGMENT OF THIS CONTRACT I.E. 108.30 INTO CONpETE WALL AND SET PIPE LE •1OL37 NOT PART OF THIS CONTRACT EL t�t7 M M , f 4ri CONCRETE PIPE M E4 12 EF., ER USE'REfi0RCEMENT MRAif9EMENT —-—-—- 1i- - - - ARI"M OPE INGr DETAIL.SHMT 4 N -N FOR TRIM BARS A110UW PPE T14. r BRAN I 7}a ---------- -------------------------------- CAWalE aN -e• --- ---- r r-i' FACE TE NITH N 176071.42 1Y-o' 1r-0' ,r-D' 4r• PPE E 131144OL85 V-w �i �i - EL ita97 E ,31140250 LE. 107.48 P 4 it PLASTIC"ASS PIP[ M W 12 EF., EW. El. 1f3.17 I.E. 1Oa3 ECOLOGY FLOCK SAL ATTACH Mt Y HIGH PORCELAIN COATED S7ET<'.L 4r•RCP PIPE 4r DRAM 3TArF GAUGE READING IN GATE. 1/10 FOOT NOID�f7S WIAlEAL1Al1 C-20 St. HARDWAW LW READING AT ELitaO N PLIW— F �MIAY OUTLET T�ANXE OPERA70t tr-0" ,rd STACK 2 CONCRETE Y BLOCKS ; (61 X 25'W X 2S?1) AT AT END OF PPE EL t0a37 LE 10a ' S-,1 7 * tr-D 127101N (STD. LET107H STD. LENGTH S-6/ 4't AND BURY WITH COMPACTED WORTED BACKFILL AS SHOWN ON SITE PLAN, i• NI Li W �'� t'-0• TYPICAL BOTH 4210 RCP OUTLETS. USE ------ -- ---- ---- f DAY CREST SANDBAGS AND VISOUNE, OR OTHER 4ri RCP. 3�. i APPROVED IER100 TO PROVIDE A WATER I.E. IOL37 T_0. EMBANKMENT EL 11 17 TIGHT SEAL PRIOR TO BACKFLLNG. T?P. E EL ,tan - - FDR ET 1E1R oE0Y. 100-YR FLOW MAIL r I QUARRY ] SEE DETAIL 2 POOL G. tut7 _ RECOMMEND SEC" CUTnMG PLAN; _ IF P.D i/4•12 EW.. EF. FOR APPROVAL MQMIALi POOL— BY 7 R-1C ID - ' EL / 4O BY lz 91- i11.77 12 EE C E Fi~Y WEK _ L A37 C-79.ECL PPE BY SCAB 1, .i 3 i FEET >{ �p�SEEEI�LDETAIL 2 A iM C=76, -IV - M TO AIN -—- - - - - LE-1 -— � °t ' EXCEPT AS 1 NOTED ---� I 1 NORTHWEST, INC. CITY OF RENTON EL.-107.37 'enq and 8c�sntl.4 e.•.we. wa.nM,otu+, L � DLPARTI[ENT or PVSuc woxss #4 NOT BAR DETAIL 2 9� L7-- r�M. wLt WASOMM � � MAPLEWOOD CREEK SEDIMENTATION BASIN ' , ie-24w RECONSTRUCTION AND IMPROVEMENT PROJECT r oRAN OAT[ sPlooT END SAIICUT FIRM tr-a' NOT Eii0A1 /4•12 EF., E.W. STD. SECRON AND CAST Pm,r WALL 41.0 La-n R FUIUIE FISHWAY STIRICAlIE FlSH SWAY PLAN, SECTIONS AND DETAILS (4) /4 BARS /4 W 12 M. PIP. M - M M4• NOT PART OF 1HIS CONTRACT DEPMM Rsr.— D.M- 1-15-U FILE 164C ta¢7• Dt C.L.C.i44r i 1'-0• stxe AS�qRD .ao 4oec ..� � (PVC BASH LITER NOT SHOR?l, SEE 9EET S) A MPXEII D-EP.ten. MD. RYo]M K M!R D41[ M7•Q4D) 9ELi: •OR 10 o' NOTE: SEE GRADING PLAN SHEET 8 FOR PLACEMENT OF PRECAST CONCRETE 0+ �I CURBS EACH SIDE OF SPUTTER STRUCTURE I a. 12'-6 5/8" t'-4"-I T.O. WALL RAILING, GRATING PLANKS J- & SUPPORTS: SEE SHEET 18 EL 92.0 �18" 10'-0" 8' • h 55 GUIDES O EAST I. m EL 92.0 c j � S�6• WEIR ONLY; SEE h �I SAFETY ; T.O. WALL B I ^I �+ �`\,1/ SHEET 18 FOR DETAIL #q n CHAIN �, EL. 91.5 I 4Lpvl (CONCRETE WALLS m� \ il\I� \ / WITHOUT GUIDES O HANDRAIL �- I NI OVERFLOW WEIR 1 C WEST WEIR) POST • ml T.O. CREST a' 1 / _E p - .1- -- -- -- -- -1-- EL. 88.0 i / _ T.O. WEIR i EMBEDDED s SEE SLOT I ''� EL 85.4(EAST) / • RUNGS gq qII I I I 85. DETAIL El. ea.4(WEST) • A-p • <I I KEYED T.O. FOOTING �! ;p CJ EL 83.5 IL A II I I I I I I A o C N 53b620 135.81- E • ' I .` • --�-- -- -- -- -- • gt L i1 APPROX LOCATION OF 150 I 40- D.I. PIPE (VERIFY)� y L T.O. IL B - - SLOT DETA 1 SLOT REO'D W/GUIDES AS SHOWN (EAST WEIR) GUARD OPEN I /� 1 SLOT REO'D W/O GUIDES AS NOTED (WEST WEIR) AREAS ON SIDES / i \ OF GRATING �/ N 175.615.30 ` C T' PLANKS W/ �I j E 1,311,380.07 HANDRAIL I EL 91.5 3 I 4.0 D I D 4'-0' EL. 91-5 �- -EL. 92.0 - Z f 1 I � i I I CREST EL. 88.0 .. O -------- - i EL 85.5 ' 1-4» 11=11= - EL. 83.5 SPUTTER STRUCTURE PLAN EL 82.5+ r'. E UNDERDFTG'O,D.I. �.J DOWNSTREAM ELEYATKNV OVERFLOW WEIR SSCPIP -/ RAILING..GRATING PLANKS RAILING, GRATING PLANKS .-- I4 TYP h SUPPORTS; SEE SHEET 18 f f- /J k SUPPORTS SEE SHEE7"18- �+� EL 91.5 LLLLLL _fl --------"1 EL. 91.5 I NOTES 1. FOR STANDARD CONCRETE AND REINFORCEMENT DETAILS _ �w ( I '�ILI' sl I -------- ,I!- it STD HOOK NOTES AND ABBREVIATIONS, SEE SHEET 13, _ GRANULAR TYP 1 I1 r-a III •:7 L I SACKFlLL y' pt 7't'P 2. FOR SPUTTER STRUCTURE GRADING PLAN, SEE MEET 8. 4 0 12 EW i F 3. FOR SPUTTER STRUCTURE MISC.METALS, SEE SHEET 18, 1 11 ( 7 rtJb A WALL , b GRAVEL STREAMBEO BACKFlLL GRAVEL EL 88.0 SECT C-C EL 91.5 SECT D-D 4. ALL HORIZ CJs BETWEEN WALLS AND SLABS AND VERTICAL T I #4 7YP EA WALL I I / Iqa 0 12 EL 92.0 SECT E-E CJs BETWEEN EXTERIOR WALLS SHALL HAVE WAFRSTOPS. t 10 o EXTEND ALL VERTICAL WATERSTOPS 6' INTO SLAB AND TO ---`� EMBEDDED RUNGS I f FLOW ' 6- BELOW TOP OF WALL SPLICE ALL WATERSTOP JOINTS O 1-0- C/C m - I PER MANUFACTURER'S RECOMMENDATIONS. I r- E BEYOND 7'-0" '\�pEL VARIES 86.5t O C-C I RIPRAP 0 EO TYP 'T�f j I REINF W/ y4 012 I 3 bra��'b� b'• ✓ EL 85.2 � EW O EAST& I I • � - �: , i EL VARIES 85.5t O C- ' EL 85.2 WEST END WALLS WATERTOP C - CORNER DETAIL EL 84.4 i It TYP ALL WALLS TYP Off. --I- �O 12 Ew, 18 ..• -`� ':o tW. EF :-°y�+'r I_ 0 4' 8' �IhI GRANULAR 0 2' I I T- 5 L� BACKFlLL . I I(� •b - f "'b I;. r- EL 83.5 EL. 83.5 SECTS C-C &0-O - 1/2" = 1'-0" 1/4" = 1'-0" -. v iJ o, o EL VARIES SECT E-E EXCEPT AS NOTED h //�. APPROVED :M 0o 0o�o 00 o D.o 60.c O.o'. oo o�.ol 00.0 �\i�\%�i'\\%i�\//\ I o /\� Q. TI�p a o ;q Q Qo ooQ oo.001 , 000p / ,ti0 Oy 1LAsy DATE F 4-7s O C�O COMPACTIED �/\��\\ \���\<�\//\✓�/^.C\/%�\ COMPACTED OMIT KEY AT / " CITY OF RENTON v STRUCTUAI c' STRUCTUAL / 1'-4' B- PLACE AGAINST I SECT E-E UNDISTURBED SOIL DEPARTMENT OF PUBISC WORKS PLACE AGAINST - FlLL I i FlLL UNDISTURBED SOIL n RfCt° o���� 10 C-C D-D, -E Ss�orAL�O MAPLEWOOD CREEK FISH CHANNEL PROJECT CN .� 1-0 TYP - A-A B-B 0 2' SPUTTER STRUCTURE coo 2' PLAN AND SECTIONS I I I o I I I I. . , I ? 1/2" = 1'-0" 7/� DES"IMI.OPT E1/2" = 1'-0" 1/2" = 1'-0" oRAwH: pq DAZE Tr/s8 FUE NAME:9,wn4 Engineers and Scientists O SCALE: AS 9+ow! rna enc �..¢ Bellew e, Washington CHECKED: DP7 TEL (425)602-�000 FAX: 425 602-�020 ItE�7SgH BY APWt. DATE APPRovED: SHEET: I- OF:22 TERMINAIE & HLLUUAIL FENCE PER SPECIAL PROVISIONS & SHEET 5 ROCK WALL TRANSITIONS TO T.O. ROCK WALL ,/ IBE SIMILAR TO BOX CULVERT EL. 91.5 TYP TYP TRANSITION 3 PLCS; 3 PLCS TOE ROCKS SEE SECT G-G; SHEET 10 TYP OF RIPRAP TYP 2' THICK LAYER' LIMIT OF CRUSHED 2 THrI L//�TYEPR�'�p Y GRAVEL SURFACING TYP OF I GRADE LOG x MAINTAIN 1 88 CUT UT T X OF PAVEMEN 86 qu 6-nc*unie-rvd 91. STREAMBED GRAVEL, 85 SCALE LIMITS SEE SHEET 14 FOR SPLITTER 71 STRUCTURE 90 7 CON ELEV OF . 85.5 90 EXIST PROTECT/ 91.5 FROM D\A\M A ?o 0 00 SPUTTER STR,UCtbR\E OVERFLOW WEl,R 0 00 CONSTRUCTION 0 LIMITS TYP. 2' THICK LAYER OF RIPRAP 7z DOWNSTREAM OF OVERFLOW CHANNEL DOWNSTREAM WEIR WIT'klN LIMITS SHOWN, OF SPLITTER STRUCTURE SCALE ,4-IMITS CD TO BE PER TYPICAL SECTION D-D SHEET 9 PLACE APPROX (12) 6' LG cn PRECAST CONCRETE CURB STREAMBED �GRAVEL TYP. UNITS AS SHOWN; ANCHOR o PER SECT E-E SHEET 10 -YOUR-27-1160f SPUTTER STRUCTURE GRADING PLAN Lr)o \ 1 Mc POND I / Nx 96.5 GRAVEL'PLACEMENT 103.5 i A" SEE,)DETAIL 1 G7 I i 3ca 1 Inoh 40 !last 101.2 PARKING MARLF<1N0 D REEK i LOT / 90.7 x RAVEL PLACEMENT ' SEE DETa� 1 (TYP) ) BYP INLET / AN VALVE IN ALL P BYPASS CTURE \, F C EEK ION ' \ 97.7 d / / ' o\ McCARTY / �, R SEDIMENT OM BETW N ROCK x �i PROPERTY / i j / SEE/OTHER FOR APP X LOCATIO GRAVEL PLACEME SEE DETAIL 1 // BYPASS IPE ' PVC LINER i �� :..,-.-. I APPROX L TION ACC ROAD 1 FLOWS TIER TEE <, / i /' 1'',.;. r..:.... SEDIME T BASI 88.2 / /. • ' REMOV APPRO 2 TO 5 FEET STRUCT E �1,: OF AC UMULAT D SEDI ENT x �. FISH o S ' I SEE 0 HER PLAN SHEET\ ACCESS TO CREEK \'\ / � �� ' FROM WEST SIDE ONLY . y ' FOR B S E G RA ES GRAVEL PLACEMENT / FISH ER APPX 1 CY i SEE DETAIL 2 GRAVEL PLACEMENT C T APPX 1 CY 1 r SEE DETAIL 2 �4 OVERFLOW y \ 1 VALVE 0 REMOVE SEDIMENTS FROM \ / Mc PON GRAVEL FLOW SPLITTER. SEE DETAIL \ / SEE DETAIL 2 (TYP)' 96.5 x \ x 103.5/i r Cq�T �3 GREEN / 9 \ LIMITS FOR PARKING LOT USE \\ / A9Ty Qv kkk 4' BY CONTRACTOR \ / / I GRAVEL PLACEM 101,2 _ MAPL 0 D REEK SEE DETAIL 2 (TYP) 84.0 PARKING 1 x LOT ' 77.7 > j OVERFLOW CHANNEL 3 x GRAVEL PLACEMENT j SEE DETAIL ' i P SEDIMENT BASIN CLEANING DRAWING I \ 73.2 i x GRAVEL PLACEMENT DRAWING NOTES 1. CONSTRUCTION SHALL NOT INTERFERE WITH GOLF COURSE AND PARKING LOT USE EXCEPT FOR CLEANING FLOW SPUTTER, AND AS NOTED. 2. ONLY SMALL SOFT TIRED VEHICLES MAY BE USED WEST OF THE FLOW SPUTTER. 3. GRAVEL PLACEMENT LOCATIONS MAY BE ADJUSTED BY THE CITY. RECOMMENDED FOR APPROVAL BY BY Dw c— AS DC NOTED .� CITY OF 6/20/04 MAPLEWOOD CREEK SEDIMENT BASIN .�.DC 'a^ RENTON 2004 MAINTENANCE PROJECT �� DATUM ' Planning/Building/Public Works DepL NO. REVISION BY DATE APPR "'r'�' � 1 4 F-ToTi D - 2057 L BYPASS PIPE INLET Coordinate Table Coordinate Table STRUCTURE SEDIMENT BASIN CLEANING AS-BUILT 9/27/99 t NorthingEastin Eiewtion Descriptor t Northin Eastin Elewti0n Descri tar p 95 18 IE-116.46 Cleaned Bottom Locations by Taping, Elevation by Level 62 176346.08 1311633.04 125.94 SET HTK 392 176445.13 1311727.12 133.4 BRK N Points F-1 thru P-10. By D. Carey 63 176047.52 1311433.47 114.69 SET HTK 393 176433.78 1311735.83 1328 TOP 2D0 176023.55 1311495.52 115.30 top d talc 394 176413.01 1311706.86 130.9 TOP T� e° 201 176040.15 1311501.38 d back talc 395 176379.15 1311671.02 128.1 TOP CV P1 EL 109.5 P2 EL 108.66 202 176037.80 1311508.51 se cor talc 396 176333.08 1311629.26 125.5 TOP CB TYPE I - SOLID LfD P3 EL 108.85 P4 EL 109.46 203 176D63.21 1311516.89 ne or talc 397 176296.26 1311604.16 124.4 TOP PS EL 109.33 P6 EL 108.79 204 176067.91 131150264 nw cor talc 398 176266.39 1311582.51 122.9 TOP RIM EL 1225 I.E. n5.e 19' 2D5 17604250 1311494.26 sw cor talc 399 176305.40 1311592.27 120.15 CULV ( � W P7 EL 108.82 PS EL 108.76 206 176069.52 1311450.41 se car talc 400 176286.95 1311600.67 118.24 CULV U) LE 115.8 (18'SW) P9 EL 105.81 P10 EL 108.62 207 176066.79 1311441.83 sw car talc 401 176236.58 1311582.62 114.8 CRK 208 176076.41 1311438.76 nw cor talc 402 176263.03 1311602-67 115.4 CRK 209 176079.14 1311447.34 ne cor talc 403 176305.70 1311626.82 118.1 CRK 210 176068.21 1311446.31 cl talc 404 176331.95 1311649.10 119.3 CRK CAUTION 301 176071.94 13114-41.21 115.1 TOP 405 176351.16 1311668.62 120.9 CRK PVC LINER SHALLOW 302 176070.37 1311450.12 115.7 TOP 406 176364.87 131168259 1220 CRK 303 176078.29 1311447.63 115.1 TOP 407 176381.93 1311701.50 123.5 CRK IN UPPER AREA 304 176074.32 1311448.68 111.11 WEIR 408 176397.79 1311721.06 125.1 CRK HAND DIG TO LOCATE 305 176069.30 13114-45.96 108.10 IE PIPE 409 176411.97 1311740.12 126.7 CRK 306 176071.82 1311441.50 108.16 IE PIPE 410 176440.19 1311781.31 129.2 CRK I 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 \ 309 176064.14 1311509.30 105.34 INLET STR 802 176174.10 1311581.65 117.1 BRK �1p ao7 310 176049.43 1311510.58 110.65 WEIR 803 176157.04 1311581.92 116.8 BRK e3 tYr \ 311 176041.57 1311501.85 115.18 INLET 804 176093.02 1311581.27 116.2 BRK REMOVE SEDIMENT FROM BETWEEN ROCK WEIRS e}s CANON 312 176000.13 1311487.4-4 101.36 WEIR 805 176027.89 131155&12 115.3 BRK ' APPROX 1/2 to 2/3 OF ROCK HEIGHT o PVC LINER SHALLOW 313 175997.41 1311495.34 107.67 OUTFALL STIR 806 175998.10 1311547.34 114.9 BRK ¢ 9 e°` 314 17600272 1311479.46 107.65 OVTFALL STIR 807 175977.92 1311517.33 112.6 BRK SHOULD BE EXPOSED AT UPPER EDGES 315 176007.32 1311489.82 110.62 OUTFALL STIR 808 175968.84 1311499.81 108.9 BRK SEE PHOTOS OF PREVIOUS CLEANING. e} e31 e HAND DIG TO LOCATE 316 176001.34 1311478.46 106.9 TOE 809 175975.39 1311491.73 107.7 TOP 317 176010.85 1311452-08 107.1 TOE 810 175995.09 1311500.65 108.2 TOP C7 318 176020.35 1311422-32 107.1 TOE 811 176002.71 1311498.39 108.4 TOE 319 175984.16 1311408.66 105.3 TOE 812 176001.01 1311515.74 110.5 TOE PVC LINER - APPROX LOCATION 320 175992.92 1311386.80 105.6 TOE 813 176001.24 1311535.76 114.4 BRK 1.0 FT UNDER THE GRAVEL LAYER g5a za alb 321 176013.60 1311406.07 1D9.8 TOP 814 175984.42 1311395.97 105.29 CL LINER EXTENDS UP THE SIDES TO EL 113.2. S2} 322 176022.43 1311391.95 109.8 TOP 815 17602EL95 1311401.12 111.94 CL 323 176054.56 1311397-29 113.9 TOP 816 176079.64 1311420.61 114.90 CL 324 17604211 1311418.89 114.0 TOP 817 176104.22 1311435.21 115.02 CL �e 5 325 176024.48 1311473.94 114.9 TOP 818 176144.19 1311471.01 114.69 CL � 327 176023.11 1311523.85 11&0 TOP 819 176183.44 1311507.48 116.90 CL EL 109.46 100.57 �910679 328 176029.29 1311506.33 115.3 TOP 820 176226.75 1311546.05 120.92 CL 329 176039.69 1311502-51 114.8 TOP 821 176273.30 1311577.81 123.45 CL 1 oa 330 176041.20 1311498.15 114.7 TOP 822 176318.58 1311611.35 125.47 CL C8 TYPE I -SOLID LID / o \ a 331 176034.06 1311490.77 115.1 TOP 823 176170.63 1311532.13 113.08 TOE RX If RIM EL t75.39 \ 332 176044.24 1311456.33 115.0 TOP 824 176166.56 1311531.16 113.71 TOP RX RI 1 L 1 (18'N� t EL 108M \ 333 176051.15 1311449.36 114.9 TOP 825 176163.79 1311532.30 112.23 TOE RX LE. 111.5 18'SlY) ( �eSa \ 334 176066.85 13114-41.69 114.6 TOP 826 17615237 1311556.44 113.59 TOE RX 20' 335 176047.94 1311439.51 114.72 TOP CL 827 176149.59 1311554.28 113.90 TOP RX PJ G; 336 176037.36 1311456.62 115.12 TOP CL 828 176148.95 1311553.01 111.68 TOE RX EL 10Ge5 \ A 337 17602-92 1311497.30 115.30 TOP CL 829 176166.41 1311562.24 113.90 TOE RX 16' .0 g5a tj6 °k 338 176009.69 1311534.43 114.85 TOP CL 830 176163.70 1311551152 114.48 TOP RX 339 176028.04 1311534.93 114.2 TOP 831 176163.07 1311557.89 113.04 TOE RX 340 176036.30 1311543.53 114.0 TOP 832 176184.82 1311542,42 113.46 TOE RX 15' REMOVE SEDIMENT TO BASE GRADES SHOWN .o \ 341 176100.37 1311567.95 113.6 TOP 833 176180.92 1311540.62 114.73 TOP RX M Ps -a 342 175149.36 1311569.28 114.6 TOP 834 176179.89 1311540.04 113.17 TOE RX AT TOP OF IMPORT BACKFILL AND UP SIDESLOPES I P a 10&7e $ 343 176181.58 1311569.35 114.6 BRK 835 176196.42 1311551.32 114.14 TOE RX S HAND DIG AS NEEDED TO IDENTIFY PVC LINER I s 344 176148.18 1311580.27 116.6 RKY 836 176193.56 1311550.19 116.15 TOP RX LOCATION_ CONTRACTOR RESPONSIBLE FOR REPAIRING e To g5 o,e \ 345 176128.14 1311580.13 115.8 RKY 837 176191.19 1311547.43 113.90 TOE RX ANY DAMAGE TO LINER. I P2 \ 346 176104.76 1311581.22 115.9 RKY 838 176202-47 1311564.98 113.38 TOE RX 30' D_108.ee \ 347 176081.80 1311576.17 115.4 RKY 839 176200.92 1311564.70 114.60 TOP RX I SIB \ 348 176070.34 1311572-71 115.7 RKY 840 176198.69 1311562.98 112.75 TOE RX ash \ 349 176058.09 1311569.23 115.9 RKY 841 176210.52 1311569.98 113.67 TOE RX 5' 350 176034.17 1311559.55 115.2 BIRK 842 176210.46 1311568.78 114.59 TOP RX os 352 176064.73 1311392-27 113.9 TOP 843 17620&81 1311568.94 112.93 TOE RX SPILLWAY i1STRU� \ 353 176080.71 1311400.30 114.2 TOP 844 176216.41 1311575.67 114.38 TOE RX 20' \ 354 176095A6 1311417.94 114.5 TOP 845 176215.54 1311575.85 114.79 TOP RX S5 VALVE 8'W IE-1D8.52 a51 \ 355 176100.73 1311410.41 113.0 TOE 846 176214.14 1311574.23 113.73 TOE RX VALVE 8'E IE-1D9.62 356 176085.46 1311393.29 1121 TOE 847 175986.33 1311460.22 105.42 MH so \ 357 176072.34 1311380.63 111.5 TOE 848 176253.25 1311586.95 116.98 SO" v g5} a 7093 �� 358 176039.47 1311376.03 109.9 TOE 850 176133.31 1311511.66 109.7 TOE y� E5 EL t0ee1 359 176107.48 1311434.18 115.07 CB 851 176118.39 1311499.00 109.4 TOE I 3Mk 1V 360 176127.30 1311442.95 114.3 BRK 852 176113.51 13114&4.10 109.2 TOE 361 1 761 64.01 1311477.13 11&1 BRK 853 176101.20 1311464.39 109.2 TOE a55 �1 t 1i� }`A sob 362 176167.95 1311487.81 115.39 CB 854 176061.96 1311466.83 108.8 TOE WEIR(J04 � �i 363 176189.68 1311503.27 117.1 BIRK 855 176051.73 1311497.16 108.5 TOE t`1.514 �EL 1 1.1 e`} 364 176225.64 1311537.75 120.6 BRK 856 176041.49 1311515.53 108.8 TOE i 365 176252-16 1311567.99 122.5 CS 857 176045.44 1311530.79 109.0 TOE g5n Pu 366 176248.33 1311573,15 122.4 TOP 858 176105.53 1311552.68 108.9 TOE CB TYPE 1 -SOLID UD Sy 0.�'� � 367 17620&58 1311542-45 119.6 TCP 859 176131.29 1311553.18 108.9 TOE ' RIM EL 115.0718, �7 VAL TO 368 17617275 1311516.81 115.5 TOP 860 176134.15 131153&93 109.2 TOE I.E. 110.0(18'NE) o e M POND 369 17614.5.21 1311499.75 114.4 TOP 861 176126.22 1311518.85 108.9 TOE LE 110.0(18'S) Sys y� 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 372 176138.90 131148.130 114.2 TOP 865 176431.04 1311720.80 1325 CL 373 176117.50 1311460.32 114.4 TOP 866 176445.02 1311737.54 133.6 CL FISiWAY OUTLET y6 01 374 176096.38 1311443,55 114.5 TOP 567 176464.12 1311834.91 133.45 CL LOG if STRUCTURE , 375 176088.80 1311439.51 114.7 TOP 868 176463.93 1311834.26 133.56 TOP LOG 376 176076.49 1311438.70 114.7 TOP 869 176463.64 1311833.42 131.92 TOE LOG 18?1 IE-10&72 yyy s5 j1 377 176160.79 1311523.18 110.9 TOE 870 176463.00 1311831.81 131.74 TOE RX 12' 8'E IE-108.40 }ys WAY OUTLET 378 176146.13 1311551196 110.8 TOE 871 1764628 83 3 13110.94 132.97 TOP RX 42'S IE-108.t6 st6 STRUCTURE 379 176185.82 1311558.73 1127 CRK 872 176462.25 1311829,97 131.48 70E RX pe as 380 176200.68 1311567.74 113.3 CRK 873 176452.61 1311809.48 130.66 TOE RX 10' 381 176214.61 1311577.01 114.5 CRK 874 176451.42 1311807.70 130.85 TOP RX 3'1 384 176253.22 1311585.77 120.45 STRUCT 875 176451.77 1311807.26 129.36 TOE RX ,fir 385 176253,14 1311587.23 116.46 VALVE 876 176439.76 1311781.75 129.02 CL LOG 10' 386 176253.67 1311589.95 116.47 STRUCT 877 176438.90 1311781.19 129.33 TOP LOG 5� 0:5 a,1 387 176268.16 1311564.69 1228 BRK 878 176439.48 1311780.10 126.92 TOE LOG T ste 388 176304.36 131159&15 124.6 TOP 879 176427.24 1311761.17 127.50 TOE RX 9' pq SAN MH 389 176346.67 1311625.24 125.8 BRK 880 176426.77 1311761.03 127.76 TOP RX RNA.FL. 105.42 390 176386.38 1311660.99 128.5 BRK 881 176426045 131117760.23 12651 O RX 319 2 . CTR.CHANNEL EL 97.4 391 17642203 1311701.30 131.5 BRK 882 176411. 36TOE RX 11' BYPASS PIPE STRl1CWRE MET GRAVrL PARKING y LV\TF OF FlFln aD?\'FYS: Coordinate Table V E NorthingEastlnElevation f or 220. 223-225&231 7/29/97 883 1D, �, 300 SERIES 9/25/97 176410.18 1311739.24 126.89 TOP RX 88 76410.16 131173&10 125.00 TOE RX 800 SEPoS 2/598 885 17639&24 1311720.77 124.99 CL LOG 11' a�. SCALI 1'-20' ALL SHOTS ARE FINISHED SURFACES 886 176397.69 1311720.10 125.03 TOP LOG 887 176397.43 1 311 719.63 123.07 TOE LOG 888 176382-16 1311700.15 12289 TOE RX i1' Ap WOO 890 176380.97 1311698.37 121.61 TOE RX 891 176365.42 1311682-06 121.86 TOE RX 11' 892 681. 122-28 TOP RX 893 1766364.277 364.90 1311681.16 120.64 TOE RX 894 176350.77 1311668.98 120.82 CL LOG 12' 895 176350.15 1311668.55 121.C1 TOP LOG 896 176349.91 1311667.78 119.45 TOE LOG g 897 176332-20 1311649.26 119.14 TOE RX 9' A .wee �°"°"� CITY OF 6�20�°4 FO FOR RAAPPPIROVAL DC � �� '} MAPLEWOOD CREEK SEDIMENT BASIN BY e�DC s REN TON 2004 MAINTENANCE PROJECT "� D��- _DC/ �� DATUM planning/Building/Public worts DepL SEDIMENT BASIN BASE GRADES 2 BY - RS NO. REWSION BY DATE APPRIts 2 4 D 2057 m m CV � 4 � m O ti0 ti�a0 W a EX.LOG DROP(TYPICAL) '�O¢ / 9061C 1 hwh 10 Toot Cl) ! �9I ' EX BOULDO CLUS S O (TYPICAL) y/ G / GRAVEL REPLACEMENT AR B / O (TYPICAL) / A PLACE APPROX.1 CY OF / CLEAN GRAVEL NO MACHINE.4CCESS / SEE SECTION VIEW / ON THIS SIDE 111/—� /' WABLE ACCESS TO SPLfTiER GRAVEL PLAC ENT AREA A ;/; A. I� SEDIMENT REMOVAL (TYPI ;' , ' CONSTRUCT BYPASS TO DIVERT FLOW }� - R ORE BANK AFTER CLEANING PLACE PPROX. T02CYOF O Z. AWAY FROM CLEANING AREA ,^ CLEANRAVEL :0 •/ �/ ' SEE S I T10N VI ��0� O y •.�� �:..�.;••: FILTER FABRIC AT ENTRANCE % NO MACHINE ACCESS ON THIS SIDE —� -- EMO ACCUMULATED SEDIMENT APPR X 2 TO 3 FEET DEEP EX ROOT / \ LOG DETAIL 1 -GRAVEL PLACEMENT DETAIL 2 -GRAVEL PLACEMENT i NTS NTS 1 i i EX TREES AND EX SHRUBS AND CUTTINGS SHRUBS PLANTED BY CITY DO NOT FILL WITH GRAVEL DETAIL 3 -SPLITTER STRUCTURE CLEANING EX.LOG DROPS NTS WITH FLOW NOTCH LENGTH VARIES WATER DEPTH VARIES 3'TO 6'TYPICAL 4-TO 6- (TYPICAL) FLOW OHWL LWATER DEPTH VARIES • TO 6-(TYPICAL)WEST BANK EAST BANK OHWL • ORIGINAL GRAVEL LAYER _ 12°THICK ^ ORIGINAL GRAVEL LAYER EX.LARGE APPROX 12'THICK RIP-RAP- S ERODED GRAVEL LEVEL ' I � LONG (APPROX.) GRAVEL REPLACEMENT WIDTH VARIES ERODED GRAVEL LEVEL GRAVEL REPLACEMENT 6-TO 12*THICK (APPROX.) 5'TO 8'TYPICAL (APPROX) 6-THICK(APPROX) 1 TO 2 CY OF CLEAN GRAVEL 1 CY OF CLEAN GRAVEL APPROX) GRAVEL REPLACEMENT SPEC. GRAVEL PLACEMENT GRAVEL REPLACEMENT SPEC. GRAVEL PLACEMENT IN LOW FLOW AREA 1.ONLY SMALL SOFT TIRED VEHICLES SHALL IN HIGH FLOW AREA FROM SEDIMENT 1.GRAVEL SHALL BE PLACED ON THE WEST BELOW FLOW SPUTTER' DELIVER GRAVEL ON GOLF COURSE BASIN TO FLOW SPLITTER SIDE OF THE CREEK BY MACHINE. SIZE Percent Finer by Weight (SUCH AS BOBCATS,GOLF CARTS,WHEEL BARROWS) SIZE Percent Finer by Weight 2.GRAVEL SHALL BE SPREAD BY HAND 4' 100-75% 2.GRAVEL SHALL BE PLACED AT TOP OF WEST BANK ONLY. 6' 1DO-40% SHOVEL OVER THE WIDTH OF THE CREEK. 2• 75-30% 3.GRAVEL SHALL BE CARRIED DOWN BANK IN BUCKETS 3' 40-20% 3.THE CITY WILL REVIEW AND ADJUST 1. 30-0% AND SPREAD BY HAND SHOVEL OVER THE WIDTH 1' 20-0% GRAVEL PLACEMENT AS NEEDED FOR 1/4• 0% OF THE CREEK. 1/4' 0% EACH LOCATION. 4.THE CITY WILL REVIEW AND ADJUST GRAVEL PLACEMENT AS NEEDED FOR EACH LOCATION. 8 DETAIL 1 DETAIL 2 TYPICAL SECTION A-A TYPICAL SECTION 6-13 RECOMMENDED FOR APPROVAL BY k BY G✓C�- M 6/20/04 oc �� NOTED OF MAPLEWOOD CREEK SEDIMENT BASIN ..�oc R RENTON 2004 MAINTENANCE PROJECT k DATUM Plcnn'ung/Bwlding/Public Worfcv Dept. DETAILS 3 ' Dc/RS NO. REVISION BY DATE APPR �"'°��' 3 4 D -2057 1 Lo CD i PLANT MATERIAL LIST N r- N SYMBOL NAME TYPE MATERIAL QUANTITY LOCATION I DOUGLAS SPIRAEA SPIRAEA DOUGLASII SHRUB 18"-24"STOCK 4'O.C. 15 APPROX EL 113 TO 115 SNOWBERRY SYMPHORICARPOS ALBUS SHRUB 18'-24"STOCK 4'O.C. 15 APPROX EL 113 TO 115 VINE MAPLE ACER CIRCINATUM SHRUB 3'-4' STOCK 8'O.C. 15 APPROX EL 113 TO 115 RED STEM DOGWOOD CORNUS STOLONIFERA 36"CUTTINGS,1/2"TO 1"DIA. 24"O.C. 20 ABOUT EL 112 / NATIVE WILLOWS,PACIFIC WILLOW,ETC. 36"CUTTINGS,1/2"TO 1"DIA 24"O.C. 20 ABOUT EL 112 9oalx 1 20 Feet / / i . j• / J. i' •4f i ........ ... -y \ CONTAINERIZED TREE OR I / SHRUB (TYP) �•,� 9, SET ALL PLANTS AT NURSERY SHRUBS f LEVEL (TYP) 4"O.C., 3 BETWEEN RO 3—FOOT DIA RING, 3" OF BARK Qg� ALTERNATE SPECIES TOP DRESSED (PER SPECS) y �/ FINISH GRADE CUTTINGS APPROX EL 112 o HYDRQSEED AREA e a ` 41 (APPf OX) s' W , m REMOVE CONTAINER 0 COMPLETELY NATIVE BACKFILL SOIL AMENDED WITH 25% DECOMPOSED ORGANIC MULCH UNDISTURBED SUBGRADE 1 i (PROVIDES FIRM BASE SO THAT ROOT13ALL + 1.5 TIMES ROOTBALL WIDTH ROOTBALL WILL NOT SINK) i TREE OR SHRUB INSTALLATION(T� N.T.S. NOTES INSTALL ENTER LANDSCAPING PLAN 2.DO NOT DIG INTO PVC LINER RECOMMENDED ,I FOR APPROVAL BY g BY R AS CITY OF 6/20/04 NOTED RENTON MAPLEWOOD CREEK SEDIMENT BASIN DC.... 2004 MAINTENANCE PROJECT em e ��I�ATI oe Z zvk i Planning/Building/Public warty Dept LANDSCAPING RS N0. REVISION BY DATE APPR 4 4 D - 205704