Loading...
HomeMy WebLinkAboutContract LAward Dale:_August 10, 2015 CAG-15-148 Awardedto: Olson Brothers Excavating, Inc. _6622 112th St East Puyallup__ WA 98373_ $444,005.00 ir. �Y ti o Bidding Requirements, City of Renton ow Forms, Contract Forms, Conditions of the Contract, Plans and Permits f O .�T Irr to City of Renton No Maplewood Creek Stormwater Outfall Improvements Project on SWP-27-3617 City of Renton 1055 South Grady Way Renton WA 98057 f Project Manager: Allen Quynn, 425-430-7247 �r f r �. CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the Maplewood Creek Stormwater Outfall Improvements - Project CAG-15-148 July 2015 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATION 'r PLANS R� J. ST roNAL —71 dol CITY OF RENTON 1055 South Grady Way Renton, WA 98057 ity f ° Q In S Maplewood Creek Stormwater Outfall Improvements Project SWP-27-3617 CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Project Vicinity/Neighborhood Detail Map Instructions to Bidders Call for Bids *Proposal and Combined Affidavit&Certificate Form: (Non-Collusion,Anti-Trust Claims, Minimum Wage) *Proposal Bid Bond Form *Dept. of Labor and Inustries Certificate Registration *Schedule of Prices *Acknowledgement of Receipt of Addenda *Subcontractors List ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement(Contracts other than Federal-Aid FHWA) ❖Retainage Selection City of Renton Insurance Requirements +• Washington State Prevailing Minimum Hourly Wage Rates Reference Statement of Intent to Pay Prevailing Wages,Affidavit of Prevailing Wages Paid Renton Certificate of Payment of Prevailing Wages .. List of Environmental Regulations/Hydraulic Project Approval Permit Traffic Control Information Geotechnical Report City of Renton SPECIAL PROVISIONS Survey Control and Monuments Survey Monument Removal or Destruction Site Photos Standard Details Construction Plans (reduced 11x17) rr 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 "r ❖ Submit after Notice of Award (at the latest) CITY OF RENTON - Public Works Department rr ar s OOc-Table of Contents\ Baas, zxc"AT=W* _31M EXCAVATING DEMOLITION 6622- 112th St. E. • PUYALLUP,WA 98373•(253)770-3844 FAX(253)770-3845 LAND DEVELOPING Responsible Persons Contact List Maplewood Creek Stormwater Outfall Improvements Project SWP-27-3617 rr Responsible Officer: Steve Olson (253) 770-3844 Office 6622 112" St. E. (253) 606-1071 Cell Puyallup, WA. 98373 Proiect Manager: Jason Duke (253) 770-3844 Office 6622 112" St. E. (425) 283-6653 Cell Puyallup, WA. 98373 Job Foreman: Jared Rinehart (253) 306-0789 Cell 6622 112" St. E. Puyallup, WA. 98373 Insurance Agent: Propel Insurance (253) 759-2200 Office Brent Heilesen (253) 988-6159 Cell 1201 Pacific Ave. Suite 1000 Tacoma, WA. 98402 Bonding Agent: Propel Insurance (253) 759-2200 Office Julie Truitt 1201 Pacific Ave. • Suite 1000 Tacoma, WA. 98402 • CONTRACTOR'S LICENSE NO•OLSON B E 113N3 dw I I ` **nJOh sacs. ZXCXVAZ=" UM EXCAVATING DEMOLITION 6622- 112th St. E. • PUYALLUP,WA 98373•(253)770-3844 FAX(253)770-3845 LAND DEVELOPING I 1 I, Mike Olson, President of Olson Brothers Excavating, Inc. a corporation organized and existing under the laws of the State of Washington (the i ' "Company"), do hereby certify that the following is a true and correct copy of a resolution duly adopted at a meeting of the Board of Directors of the Company duly held and convened on January 5, 2015, at which meeting a duly constituted quorum of the Board of Directors was present and acting throughout, and that such resolution has not been modified, rescinded or revoked, and is at present in ' full force and effect: r RESOLVED: That Steve Olson, Vice President of Olson Brothers Excavating, Inc., is empowered and authorized to execute contracts on behalf of the Company. a IN WITNESS WHEREOF, the undersigned has affixed his/her signature and the corporate seal of the Company this 17 day of August, 2015. i Mike Olson, President Steve Olson, Vice President CONTRACTOR'S LICENSE NO.OLSON B E 113N3 Department of Labor and Industries PO Box 44450 LSONJ5ROTHERS EXCAVATING INC n Op. Olympia, WA 98504-4450 � ,Y eg CGOS,ONBE113N3 Ar- UBl 601 '161 b85 .fie 3s�wY. \,/ 9 ` ,�" Zegi ter�ds provided by Law as: Cuns` n Contractor ENIRAL 7" $ � OLSON BROTHERS EAC 'Ve11111111' SO G'= ctate 123/1989 +� 6622 112TH ST E , Ef Iate�, 0/31/2015 PUYALLUP WA 98373 �ff i i d r i i BUSINESS LICENSE _. City ot,. Annual - Out of City d NON-TRANSFERABLE .r License #: 13L.034836 Expiration Date: 04/30/2016 NAICS Code: 238910 OLSON BROTHERS EXCAVATING INC 6622 112th St E Puyallup, WA 98373 rr . . Mayor Administrative S es Administrator Licensee has applied for a City of Renton business license in accordance with Renton Municipal Code(the Code), Title V Business, 1 Chapter 5 Business License. The Licensee agrees to comply with all requirements of the Code, as well as State laws and regulations applicable to the business activity licensed. Post this License at the place of business. 3 This license does not allow licensee to operate a permanent physical location in Renton. �u- w 1055.5 9@ g Grady Way, Renton WA-98057-(425)430-6851-Fax.(425)430-6983 --licensin rentonwa. ov t OLSON BROTHERS EXCAVATING INC Page 1 of 2 Home Inicio en Espanol Contact Search L&I A-Z Index help My Secure L&I i Safety Claims&Insurance Workplace Rights Trades&Licensing i r Washington State Department of Labor & Industries .. OLSON BROTHERS EXCAVATING INC Owner or tradesperson 6622 112TH ST E Principals PUYALLUP,WA 3844 OLSON,MICHAEL V,PRESIDENT PIERCE County PIERCE County OLSON,STEVEN D,VICE PRESIDENT do Doing business as OLSON BROTHERS EXCAVATING INC WA UBI No. Business type 601 161 685 Corporation Governing persons MICHAEL w V OLSON STEVE D OLSON; License Verify the contractor's active registration/license/certification(depending on trade)and any past violations. Construction Contractor Active. i Meets current requirements. License specialties GENERAL License no OLSONBEII13N3 Effective—expiration 08/23/1989-10/31/2015 • Bond TRAVELERS CAS&SURETY CO $12,000.00 Bond account no 081S103334409BCM i Received by L&I Effective date 07/30/2001 08/23/2001 Expiration date Until Canceled Insurance NATIONAL FIRE INSURANCE CO $1,000,000.00 Policy no. 2079881291 Received by L&I Effective date 11/26/2014 11/30/2008 Expiration date 11130/2015 • Savings No savings accounts during the previous 6 year period. Lawsuits against the bond or savings "" https:Hsecure.Ini.wa.gov/verify/Detail.aspx?UBI=601161685&LIC=OLSONBEl13N3&SAW= 08/25/2015 OLSON BROTHERS EXCAVATING INC Page 2 of 2 No lawsuits against the bond or savings accounts during the previous 6 year period. L&I Tax debts No L&I tax debts are recorded for this contractor license during the previous 6 year period,but some debts may be recorded by other agencies. License Violations No license violations during the previous 6 year period. err Workers' comp Do you know if the business has employees?If so,verify the business is up-to-date on workers'comp premiums. tlil L&I Account ID Account is current. 565,502-00 Doing business as 11116 OLSON BROTHERS EXCAVATING Estimated workers reported Quarter 2 of Year 2015"21 to 30 Workers" L&I account representative TO/DALE MCMASTER(360)902-5617-Email:MCMS235@Ini.wa.gov Workplace safety and health Check for any past safety and health violations found on jobsites this business was responsible for. Citation issue date 07/26/2011 Violations111111 Inspection no. 314894627 Location 5005 N.Ruston WaySib Tacoma,WA 98407-6599 Cl Washington State Dept.of Labor&Industries.Use of this site is subject to the laws of the state of Washington. 111116 ilk ilk https://secure.lni.wa.gov/verify/Detail.aspx?UBI=601161685&LIC=OLSONBE113N3&SAW= 08/25/2015 "� CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 4085 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 their race; religion/creed; national origin; ancestry; sex; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status, or the presence of a physical, sensory, or mental 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) 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 by City policy. 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 7th day of ,. March 12011 . CITY O RENTON RENTON CITY COUNCIL Denis Law, Mayor uncil Pr sident Attest: Bonnie I. Walton, City Clerk + - SEAL 4. 2 llll, ''` 'UTAI111tllllll\\1��` CITY OF RENTON SUI S"RY OFAWMCANS W17H DISABIIITIESACT POLICY ADOPTED BYRFSOLUTIONNO. 3oo7 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EWLOYMENT PRACTI .FQ - All activities relating to employment such as recruitment, selection, promotion, termination and training shall be conducted in a am- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHT S 0& AMA ONS - The City of Renton will cooperate fully with all organizations and conmussions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services,activities and programs. (3) AFRICANS WITH DISABIUMS ACT POLICY-The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees,shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 4th day of October, 1993. C ETON RENTON CTIY COUNCIL: Mayor OCKMCil President Attest: City Clerk VU pik City of CITY OF RENTON , oo MAPLEWOOD CREEK STORMWATER OUTFALL IMPROVEMENTS PROJECT SWP-27-3617 SCOPE OF WORK vow The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: ONO • Construction, surveying, staking, and as-builts, replacing survey monuments. • Traffic control and installing and maintaining erosion control. rub • Installing approximately 40 feet of 16-inch and 45 feet of 24-inch butt fused HDPE storm pipe down a steep ravine to Maplewood Creek including pipe anchors. • Installing approximately 315 feet of 12-inch, 275 feet of 15-inch and 215 feet of 18-inch "" CPEP storm pipe and 245 feet of ductile iron storm pipe in Chelan Ave SE between SE 2nd PI and SE 4`h PI • Installing 10 Type I catch basins and 4 Type II -48" catch basins. elm • Installing 54-inch diameter HDPE energy dissipator outfall structure including placement of approximately 20 tons of rip rap and 150 square yards of geotextile fabric along the ravine slope. MOM • Removal and replacement of asphalt concrete pavement, asphalt overlay, concrete curbs and gutters. Landscape and property restoration. Trench excavation, including removal of existing unsuitable material, stockpiling excavated material, and maintenance of existing utilities. .r..k The estimated project cost is $470,000 to $580,000. A total of 45 working days is allowed for completion of the project. In accordance with the provisions of the project's Hydraulic Project Approval permit, the contractor mow must complete all construction within the ordinary high water line no later than September 30, 2015. SIM For Bid Item Descriptions see Special Provisions Section 1-09.14 Any contractor connected with this project shall comply with all Federal, State, County, and City nom codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. yam arm arm woo �` I Highlands .�� ... � ��,.,.,� f. , .'K• .. pZ.4 ° �•Vic:-.=--:�:c ,. , tj • � 1a - — - -� --fit I ... Ilk , �,. E=ast f,?! toau y_ Project tette r w r - f M - �// 4 x F i CE3d81 River •' '�' `�' ! ' ty��s J ��►w. , • 'tri - .+ �,F �y}� �:f l aSCc3C�,�/,r A so MOM� U11:151515,11 MUMUN I . : Project Neighborhood Detail MapH r---- I 1 , ► 1 i , - 4, 931) x>r.::)"•:\it--------- azul),,:: . .3, 3 4(ar�.r.,J , < , r r 1 ( f i r�iJG - Yr � b -. (.9'i ._ ,, _........__ 1 410 �t mtto wNI E .'r 'Ci i.i ,...,..., ... 003,, itiguin ,' Prtiject L its 1.3605 , •. k a 3 • o 2 N filp lir- _, 3( , , / ,, 13"1 1r5 421L v 1 •gi .`08, - 111111 v I ``Ir 12 1i � 3703 1 r •;17 11111 (1.\ ila2 0 1• 7! • . wiir 41151001 �, 45 371 ' • r. 1 • , 4525al ` . �fii� 4 1• � ,` 137 13 0 !! � (&1 -�` T , t:... - .r• to ' 3 4606 !i ;v 13801 "0 1 SQZ •41. a„ et 4.17 ' 1'37�` 138 0iii%li jj.jji;" 1.3908 PI iw 1 .a Notes Legend Maplewood Creek Stormwater Outfall Improvements City and County Boundary • Project-Neighborhood Detail Map T Other S. ' City of Renton 0 Addresses Parcels T ...„,»;. r• � _ ^°._:. I J . 256 0 128 256 Feet WGS_1984_Web_Mercator_Auxiliary_Sphere T Clty Of���L►fir riO Information upport Technology-GIS 1 RentonMapSupport@Rentonwa.gov Finance&IT Division 6/26/2015 THIS MAP IS NOT TO BE USED FOR NAVIGATION w. Maplewood Creek Stormwater Outfall Improvements Project SWP-27-3617 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 / or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so,the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. •• 11. Payment for this work will be made in Cash Warrants. me 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as identified within Special Provisions, Specification Section 1-07.18 "Public Liability and Property Damage Insurance". ,,,,,, 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 rr City of Renton Employees. 15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage". 16. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive 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 Nip 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. .r 18. Payment of Prevailing Wages .r 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. ..r The most recent issue of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the „ , contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. low 19. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. r 20. Standard Specifications All work under this contract shall be performed in accordance with the following standard e 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"2004 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. 21. If a soils investigation has been completed, a copy may be included as an appendix to this document. If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. 22 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. ❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit With Bid"? ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? ❑ Has the proposal been signed? �» ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? O Have you submitted Minority Business/Woman Business Enterprise Subcontracatos List (If required) .r, ❑ Have you submitted the Subcontractors List(If required) O Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified Receipt of Addenda, if any? ❑ Have you submitted Dept.of Labor and Industtries Certificate of Registration Form? up Wig 1111111 .r Mit OW VI* CAG-15-148 CITY OF RENTON CALL FOR BIDS Maplewood Creek Stormwater Outfall Improvements Project-SWP-27-3617 Sealed bids will be received until 2:30 p.m.,Tuesday,August 4, 2015, at the City Clerk's office, 7th floor, and will be opened and publicly read in Conference Room 511 on the 5th floor, Renton City Hall, 1055 South Grady Way, Renton WA 98057. The work to be performed within 45 working days from the date of commencement under this contract shall .r include, but not be limited to: • Construction,surveying,staking,and as-builts, replacing survey monuments. • Traffic control and installing and maintaining erosion control. • Installing approximately 40 feet of 16-inch and 45 feet of 24-inch butt fused HDPE storm pipe down a steep ravine to Maplewood Creek including pipe anchors. • Installing approximately 315 feet of 12-inch, 275 feet of 15-inch and 215 feet of 18-inch CPEP storm pipe and 245 feet of ductile iron storm pipe in Chelan Ave SE between SE 2nd PI and SE 4"PI. • Installing 10 Type I catch basins and 4 Type II—48"catch basins. • Installing 54-inch diameter HDPE energy dissipator outfall structure including placement of 20 tons of rip rap and 150 square yards geotextile fabric. • Removal and replacement of asphalt concrete pavement, asphalt overlay, concrete curbs and gutters. Landscape and property restoration. Trench excavation, including removal of existing unsuitable material, do stockpiling excavated material, and maintenance of existing utilities. The estimated project cost is$470,000 to$580,000. In accordance with the provisions of theproject's Hydraulic Project Approval permit,the contractor must complete all construction within the ordinary high water line no later than September 30, 2015. .r The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid documents will be available July 21, 2015. Plans, specifications, addenda, and the plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at httP_jJwww.bxwa.com. Click on "bxwa.com"; "Posted Projects", "Public Works", "City of Renton", "Projects Bidding". (Note: Bidders are encouraged to "Register as a Bidder," in order to receive automatic email notification of future addenda and to be placed on the"Bidders List.") Questions about the project shall be addressed to: Allen Quynn, Public Works Dept., 1055 South Grady Way, Fifth Floor, Renton, WA,98057,or 425-430-7247,or aguynn@rentonwa.gov. A certified check or bid bond in the amount of five percent(5%)of the total of each bid must accompany each bid. The City's Fair Practices, Non-Discrimination,and Americans h Disability A Policies shall apply. rr Ja n Seth,City erk r Published: Daily Journal of Commerce July 20, 2015 Daily Journal of Commerce July 27, 2015 C:\Users\iseth\AppData\Local\Microsoft\Windows\Temporary Internet Files\Content.Outlook\ZVWBF5EN\06-CALL for BIDS- ClerkForm.doc\HCBtp • Proposal-Page 1 of 2 CITY OF RENTON Maplewood Creek Stormwater Outfall Improvements Project SWP-27-3517 Proposal & Combined Affidavit & Certificate Form TO THE CITY OF RENTON ,r RENTON,WASHINGTON Ladies and/or Gentlemen: r 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 .r 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.) The undersigned further certifies and agrees to the following provisions: NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or .. bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefore, 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 wr 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 r 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. r "ovided to Builders Exchange of WA, Inc. For usage conditions Agreement see www.bxwa.com-Always Verify Scale Proposal-Page 2 of 2 i have read the above and foregoing statements and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT Olson Brothers Excavating, Inc. Name of Bidder's Firm Printed Name: Steve Olson, Vice Pres. Signature: Address: 6622 112th St. E., Puyallup, WA. 98373 Contact Name(please print): Jason Duke Phone: (425) 283-6653 Email: jasonobe@comcast.net Names of Members of Partnership: OR Name of President of Corporation Mike Olson Name of Secretary of Corporation Mike Olson Corporation Organized under the laws of Washington With Main Office in State of Washington at 6622 112th St. E., Puyallup, WA. 98373 Subscribed and sworn to before me on this 4 day of 'August 2 19,163q �,�� otary Pu4ic and f21ene State of Was gton �g510iy' X02. y; Nv NOTA Notary (Print) K. Samons PUBLIC F My appointment expires: 12/15/17 � O . r -0���i�FIWAS\-\X � Movided to Builders Exchange of WA, Inc For usage Conditions Agreement see www.bxwa.com-Always Verify Scale « + Proposal Bits Bond i KNOW ALL MEN 9Y THESE PRESENTS That we,[Contractorl Olson Brothers Excavating Inc. [add'ressl 6622 112th St. E, Puyallup, WA 98373 as Principal, and[Surety] Travelers asual andSurety_C7o-mpany of America s a corp€ttatlan duly ofga lzed under the laws of the State of Connecticut and authorized to do business In the State of Washington,as Surety, are held and fIrmly bound.unto the City of Re"Oq jrl the Sutra Of five[5)percent of the total amount,of the bid Proposal cif said PAncipatforthe work hereinafter described, for the payment of whack, prep and truly to be made: sere bfrtd oursehres. nut heirs, exeCtl3C�s, Am ddttiirrlStratorsand assign,,and successors and assigns,jolndy and severallytfirmly by these presents. The conditlon'of this bond Is such,thatwhereas the Principal herein Is.herewith sabimitft his-her or its nl sealed pttsposaj for the following project,to wit Maplewoad Creek Stormwater Outfall Improvements Project 5" 27 3b17 said bid wW pmopWl,4y,reference thereto,bei.rlg nxade.a W hereof; NEW.T'.l•HEItEF0RtJf thesaid propesal bld by sal-d Principal be accepted,.and the contract be a warded to said Principal and ifaaid Prindpal shad duly matte and attar ltyttt and execute said canttact acrd shall furnish per orrnance bond as requtreO bythe Gey of Renton within a 1xeriad often-tip)days from and after said award,exciusive of the clay of such award,then this obligation shall be null,and'votd,otherwise it shag remain and be 16 full fora and effect IN THE EVENT the Prindpal, foilowing award,fails to execute an lxgreemerrt rFrftkt.the My of Renton:fn acGcsl"darxce with the terms of the Proposal and furnish a performance bond with Surety or Sureties approved by, the Lint of fthron Within ten (10)dales from"afi er said award,thele Pr nClpaf shall fod!t t the Bid 11ond/B14 Proposal Depwif of Surety shdl immediately.payE and forfeit tit the City of Renton the amount of the Proposal Bid bond,as set falrth to Rc.w.35A,41120 and RCW 3:5,23352. Oil (N TESTIM0W:WHEf1e0F,ilio Prttrtclpal and.Surety have G wow these pm.enu to b :signed and sealed this 4th doyof Awgust 2015 Olson Brothers Excavating, Inc. Travelers Casualty and Surety Company of America [Principal] ,� [Suretyr �� 4 [Signature of authorized official] [Signature of autho died aftic al Steve Olson, Vice Presidnet By: Karen Swanson, Attorney-in-Fact itie] [Attorney-In-Fact] .. 1501 Fourth Ave. Suite 1000 [Address] Seattle. WA 98101 (206)326-4290 [Telephone Number] Approved by the Cit*Attorney on 6/03/13 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always verify scale I � F WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER dw ��► POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company ,Aw Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 229707 Certificate No. 006178051 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, 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 Karen Swanson,Brent E.Heilesen,Peter J.Comfort,Julie R.Truitt,Christopher Kinyon,Jamie Diemer,Carley Espiritu,and Jennifer L.Snyder Tacoma of the City of ,State of Washington ,their true and lawful Attorneys)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. ' IN Wr1 NE$,,WHEREOF,the Compats ave caused this instrument to be signed and their corporate seals to be hereto affixed,this 27th day of JI ZZ15 ' Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company v �, �n 1 X77 INCDRPORgTED� m �te0 q>e's RP°Rq 'n i 4 9 4 Si �lSEAI OnI " ° CONN. CONN 1 1896 SEB L,z na.„N� 1� •.rA dr nN c 11Z, ..w+"" �]'/FHl be ' State of Connecticut By: Y City of Hartford ss. Al Robert L.Raney, enior Vice President 27th On this the day of July 2015 before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G•T� In Witness Whereof,I hereunto set my hand and official seal. �J* My Commission expires the 30th day of June,2016. p��`G * Marie C.Tetreault,Notary Public 1s 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER - This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity • and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: rt. RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is ■1 FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance r Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company 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 have hereunto set my hand and affixed the seals of said Companies this 1 day of ,20 ,J Assistant Kevin E.Hughes,Assistant Sec tary up oxsuq{ ftJi Ir� F1PE 6 N INSG ..+r•I o, PTY 4N0 kyo45 c5: 00,0et, i�W.,OPPOR47.,,s 0 9t a 0i NnarroNn. wim�o�CONN. n CONN•,,/k AL;so1 � SEAL`a0 o £D_ s s'e WN A� Yg.. *? bJ • PN+ E Vr •n�ARO'" To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the 116 above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Department of labor and Industries Certificate of Registration Name on Registration: Olson Brothers Excavating, Inc. Registration Number: OLSONBE113N3 Expiration pate: 10/31/15 Note: A copy of the certificate will be requested as part of contract execution when project is awarded. Q9-L&,I CertiEcate registration I-rrovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale CITY OF RENTON SCHEDULE OF PRICES Maplewood Creek Stormwater Outfall Improvements Project-SWP-27-3617 (See each End of each Schedule for which Sales Tax Rule Applies) SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR BID ITEMS. 'Nola Show UNIT PRICE and TOTAL AMOUNT in figures only ITEM ITEM WITH U NIT PRICED ED BID I TOTAL AMOUNT ' NO, )ilars Cents SCHEDULE A-Storm System 01 Mobilization&Demobilization LS Per LS P 02 Minor Change 1 20000 — EST Per EST 03 Construction Surveying,Staking.and As- Built 1 to — LS 4000, 04 Utility Potholing 17 — EA -Per-EA 30v* OD iA_ -Cb 05 Temporary Traffic Control it zowo-co — LS PerLS - 06 Clearing and Grubbing 135 4,z.15-6*_ — SY Per Sy 07 Removal of Structures and Obstructions 1 �IS5,T)•"b t 151cm.CO — LS 4 13'e'r LS 08 SaArcutting 2,100 2 .00 -1 — LF Per LF Me 09 Removal and Replacement of Unsuitable Foundation Material 75 ------- 3Z5 — _Ton Per Ton 10 Controlled Density Fill 20 do CY per CY 11 Final Cleanup and Restoration 1 *scm- — LS Per LS Construction Geotextile for Soil 12 Stabilization 150 14--ob_ 17., 100" — SY Per SY 13 Crushed Surfacing Top Course 150co — Ton Per'foin_ 9 yrs- 14 HMA for Pavement Repair,Class 1/2'PG 100 *1 — 64-22 Ton Per Ton - + 3 15 HMA for Overlay,Class 1/2"PG 64-22 50 t Ton Per for, 16 Furnish and Install 12-inch CPEP Storm 315r)o*09 00 — Drain Pipe LF Pier LF_ 17 Furnish and Install 12-inch D1 Storm 245 '16,00 Drain Pipe 00 — LF Per LF 18 Furnish and Install 15-inch CPEP Storm 275 0'00 Drain Pipe Pe------- 010 — LF — r LF 19 Furnish and Install 18-inch CPEP Storm 215 u.00 Drain Pipe LF 20 Temporary Storm Bypass System LS Per LS Schedule of Prices Page I of'2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see vAvw.bxwa com-Always Verify Scale CITY OF RENTON SCHEDULE OF PRICES Maplewood Creek Stormwater Outfall Improvements Project-SWP-27-3617 (See each End of each Schedule for which Sales Tax Rule Applies) SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR BID ITEMS. *Note: Show UNIT PRICE and TOTAL AMOUNT in figures only. ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE' TOTAL AMOUNT' NO, QUANTITY Dollars Cents Dollars Cents 21 Connect Existing Storm Drain to New 7_10�er 00 SDMH 2 f •CIO EAEA i 22 Fumish and Install Type-1 Catch Basin 10 EA Per EA 12r�'Op _ 23 Fumish and Install Type-2 Catch Basin '3,�'� 48'Diam. 4 _ # 13,2cra'a0 EA _ Per EA 24 Trench Excavation Safety Systems 1 ?r 5,00'o0 aD LS _lPer LS Zr AGO 25 Temporary Dewatering 1 5,GCD'0Q LS f20-00 Per LS 26 Select Imported Trench Backfill 1,600 i ZO'00 ?�Z 'go Ton _ Per Ton 27 Post Storm Drain Installation Inspection 1.135 ob I _ � i, l',5'oc LF l Per LF 28 Cut in 6-inch Gate Valve Assembly 2 t Z,m-00 J 4,4 00'00 EA 4_0er EA 29 Fumish and Install 16-inch HDPE Storm 40 312'crp 00 Drain IFF_ __ It,484' LF leer LF 30 Furnish and Install 24-inch HDPE Storm Drain 45 _ _ _ ZZr�iAb'AO LF t Per LF 31 Energy Dissipator Outfall Structure 1 {Z',�_ •� LS Per LS r 32 Existing Side Sewer Relocation 3 #ZP00�co EA Per if 1r ' 33 Temporary Erosion and Sediment/Water 1 #7r�t�'dd Pollution Control _ _ _ ' 'co LS Per LS 34 Seeding,Fertilizing and Mulching 50 Z•51) � 12r2-0'0 SY Peer SY 35 Topsoil Type C 10 T,50'00 Op CY Per CY 36 Erosion Control Blanket 100 1 d QTj SY Per SY 37 Cement Concrete Curb and Gutter E%•fib Restoration 60 Sr 10D, '�•00 LF LF _ Per 38 Chain Link Fence,Type 3 1 3,100'0p 3r(�.pd LS VFier LS 39 Remove and Restore Monument3 o0 - ��10p- 5f1o�'0' EA Per EA 40 Rip Rap 20 Ton Per Ton (Sales Tax Rule 171 Applies To This Schedule) Total Bid �5 Oa Schedule of Prices Paye 2 of 2 CITY OF RENTON Maplewood Creek Stormwater Outfall Improvements Project SWP-27-3617 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA dl do ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA NO, DATE: ,01 NO, DATE: do NO. DATE: NO. DATE: NO. DATE: dd SIGNED: di TITLE: Steve Olson, VicePresident NAME OFCOMPANY: Olson Brothers Excavating, Inc. ADDRESS: 6622 112th St. E. CITY{STATE"ZIP. Puyallyp,,,wA. 98373 TELEPHONE: (253) 770-3844 • Plovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa,com-Always Verify Scale Subcontractor List Page I of 2 SUBCONTRACTOR LIST Maplewood Creek Stormwater Outfall Improvements Project - S"-27-3617 RCW 39.30-060 requires that for all public works contracts exceeding $1,000,000 that the bidder submit the names of all heating, ventilation and air conditioning, and plumbing subcontractors as described in chapter 18.106 RCW, and electrical subcontractors as described in chapter 19.28 RCW (this also includes the control system integrator subcontractor as well as other electrical subcontractors). If the subcontractors names are not submitted with the bid, or within one (1) hour after the published bid submittal time OR if two or more subcontractors are named to perform the same work, then the bid shall be considered nonresponsive and , therefore, void. Complete the following.- If awarded the contract,Olson Brothers Excavating, Incwin contract with the following subcontractors for the performance of heating, ventilation-an—d air conditioning, plumbing, and electrical including automatic controls) work: Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. 40 Bid Item(s) JWlike- Subcontractor Name Address Phone No. State Contractor's License No. Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. !t:;file s0swp-surface water prqiectsNswp-27-surface water projects(cip)k27-3617 maplewood creek-basin storm system improvements 1101 design bid document,13-subcontractor list-2GD6.doc Revised 912006 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxvia com-Always Verify Scale Subcontractor List Page 2 of 2 Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. Bid Item (s) Subcontractor Name Address Phone No, State Contractor's License No. Signature of Authorized Representative of Bidder Subscribed and sworn to be before me on this 4 day of Au ust 2 K S,44",- /?Notary nd for S%pN A0to the Sington NpTpFl`r s puBUC+ i p z Notary (Print) Karlene K. Samons :�,`9 ••ti r2-15-,.�•'�0 Residing at Tacoma OF /0 `� My appointment expires: 12/15/17 h:=file sys',,swp-surface water projectstswp-27-surface water projects{cip}t27-3617 maplewood creek basin storm system improvements%1101 dcsign%id document413-subcontractor list-2006.doL Revised 9J2006 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale city Of . CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE i Olson Brothers Excavating, Inc. hereby confirms and declares that: 40 (Name of contractor/subcontractor/consultant) I. It is the policy of the above-named contractor/subcontractor/consultant, to offer equal opportunity to all qualified employees and applicants for employment without regard to their • race; religion/creed; national origin; ancestry; sex; the presence of a physical, sensory, or mental disability; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status. II. The above-named contractor/subcontractor/consultant complies with all applicable federal, state and local laws governing non-discrimination in employment. III. When applicable, the above-named contractor/subcontractor/consultant will seek out and negotiate with minority and women contractors for the award of subcontracts. Steve Olson Print Agent/Representative's Name ■r Vice President Print Agent/Representative's Title Agent/Representative's Signature August 17, 2015 M Date Signed Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or supplier. Include or attach this documents) with the contract. r r CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT,made and entered into this •+ day of Sat' , 2015.by and between THE CITY OF RENTON, Washington, a municipal corpor ion of the State of Washington, hereinafter referred to as "CITY" and Olson Brothers Excavating, Inc. hereinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within 45 working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. SWT-27-3617 for improvement by construction and installation of. Maplewood Creek Stormwater Outfall Improvements Project SWP-27-3617 Work as described in"Scope of Work"dated July 2015 ,attached hereto. All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Contractor agrees to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. a) This Agreement b) Instruction to Bidders ' c) Bid Proposal d) Specifications e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions, if any i) Technical Specifications, if any '; 1 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten(10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem .10 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. 46, 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 66. and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life,personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. The Contractor agrees to name the City as an additional insured on a noncontributory primary basis. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. 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, rw 2 Ni., .r its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115,then, in the event of liability for damages arising out of bodily injury to persons or do damages to property caused by or resulting from the concurrent negligence of the contractor and the city, its officers, officials, employees and volunteers, the contractor's liability hereunder shall be only to the extent of the contractor's negligence. It is further specifically i and expressly understood that the indemnification provided herein constitute the contractor's waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this agreement. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery do 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 at after Contract final execution, and shall complete the full performance of the Contract not later than 45 working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum.of per Section 1-08.9 of Standard Specifications as liquidated damages(and not as a penalty) for each such day,which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct s,�,� and remedy any such defect, fault or breach at the sole cost and expense of Contractor. I� Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. 3 fair The Contractor agrees the above one year limitation shall not exclude or diminish the City's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A • WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The Contractor shall require, and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right-of-way. 12) The total amount of this contract is the sum of Four hundred forty four thousand five dollars and 00/100 ett written words including Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. gib 13) INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement and that the Contractor has the .� ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. 14) LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. 4 15) Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. 16) Written Notice. All communications regarding this Agreement shall be sent to the parties at �' the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three(3)business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. �. 17) Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no ,., further assignment shall be made without additional written consent. 18) Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the city and Contractor. 19) Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. err 20) Counterparts. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one .rr Agreement. 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. INW.r ,� CITY OF NTON ��oG� � CONTRACTOR �G c President/Partner/Owner Steve Olson, Mayof Denis L a � NEAL Vice PresidentATTEST //& rY g 9 P Y City mpkuun�eu��\\a\\�\� Secreta Mike Olson c a n r e o r, e u dba Olson Brothers Excavating, Inc. Firm Name check one GT/Corporation , ❑ Individual 13G /Partnership Corporation Incorporated in Washington ■r 5 Attention: If business is a CORPORATION, name of the corporation should be listed in full and both kik 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. ifrA 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. r If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. 1 dit rr 6 rr CITY OF RENTON Maplewood Creek Stormwater Outfall Improvements Project SWP-27-3617 w RETAINAGE SELECTION �. Per Standard Specifications Section 1-09.9(1)Retainage,and RCW 60.28,a sum of 5-percent of the monies earned by the Contractor will be retained from progress estimates. The retainage will be used as a trust fund for the protection and payment of(1)the State with respect to taxes,and(2)the claims of any person arising under the Contract. Retainage shall be placed in a fund held by the City(non-interest bearing),unless the Contractor selects a one of the options listed below and completes all arrangements needed for that option to the satisfaction of the City. Other retainage fund options: _ 1. Deposited by the City in an escrow account(interest bearing)in a bank,mutual savings bank,or savings and loan association. Deposits will be in the name of the City and are not allowed to be ,. withdrawn without the City's written authorization, or ✓2.The City, at its' option, may accept a bond from the Contractor in lieu of retainage. r If the Contractor selects option 1 or 2 it is fully responsible for selecting the bank or association to be used, and for making all arrangements and paying all costs associated with that option. All arrangements and forms needed for option 1 or 2 shall be submitted to the City for review and approval. • Release of the Retainage will be made 60 days following the Completion Date provided the conditions in Special Provisions Section 1-09.9(1),and applicable State Regulations, are met. SIGNED: PRINT NAME: Steve Olson, Vice President COMPANY: Olson Brothers Excavating, Inc. DATE: August 17, 2015 .r RELEASE OF RETAINAGE BOND OF CONTRACTOR Bond No. 106336816 KNOW ALL MEN BY THESE PRESENTS: That we Olson Brothers Excavating,Inc. (hereinafter called Principal), and Travelers Casualty and Surety Company of America a corporation organized and doing business under and by virtue of the laws of the state of Connecticut and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required and authorized by the State of Washington, (hereinafter called Surety), as Surety, are held firmly bound unto City of Renton (hereinafter called Obligee) in the just and full sum of Twenty Thousand Two Hundred Seventy-four And 20/100THS 620,274.20 )plus 5%of any increases in the contract amount that have occurred or may occur, due to change orders, increases in the quantities or the addition of any new item of work THE CONDITIONS OF THIS OBLIGATION ARE SUCH THAT,Whereas,the said Principal on the day of August 2015 entered into a written contract with the said obligee for Maplewood Creek Stormwater Outfall Improvements Project SVP-27-3617 which said contract is hereby referred to and made a part hereof by reference. WHEREAS,Pursuant to Chapter 60.28 RCW,the above named Principal has requested release of retained percentage earned or which may be earned under said contract, and, WHEREAS,the obligee is willing to release retained percentage in advance of contract terms relating to payment provided the principal shall file bond to indemnify the obligee for all loss, cost or damages which the obligee may sustain by reason of payment of retainage to the principal,which bond shall be subject to all claims and liens in the same manner and same priority as apply to the retainage percentage released, or to be released, NOW,THEREFORE,the condition of this obligation is such that if the principal shall indemnify the obligee for all loss, cost or damages wluch the obligee may sustain by reason of payment of retained percentage to the principal then this obligation shall be null and void unless otherwise to retrain in full force and euect. IN WITNESS WHEREOF, said principal and said Surety have caused these presents to be duly signed and sealed this 10th day of August 2015 Olson Brothers Excavating,Inc. By: Principal Steve Olson, Vice President Travelers Casualty and Surety Company of America .' By: Jul' . Truitt ttorney-in-Fact i " WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER layi€ TRAVELERS J� POWER OF ATTORNEY Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 229707 Certificate No. 006178092 ' KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,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 Karen Swanson,Brent E.Heilesen,Peter J.Comfort,Julie R.Truitt,Christopher Kinyon,Jamie Diemer,Carley Espiritu,and Jennifer L.Snyder ' of the City of Tacoma ,State of Washington ,their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of,guaranteeing the fidelity of persons,guaranteeing the performance of ' contracts and executing or guaranteeing bonds and undertakings required or permitted in any 460ons or proceedings allowed by law. ' IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 27th day of y Farmington Casualty Company St.Paul Mercury Insurance Company ' Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company ' St.Paul Guardian Insurance Company GI.SUq�r _p�t1TYWn. ypl0.E 6 \*M•,�NfG "� gU/1 P�tY qN0 SUB TY p�''UOPP:qI�L U.�•'+c�` ^(/ G *, 00 P ..... qtORPOR, Taif; fSE. ��..• ALiof,........... ! d:'•... Via" >be Bei !f AN 1r.... r t N '2•r••...v� State of Connecticut By: Y City of Hartford ss. Robert L.Raney, enior Vice President ' On this the 27th day of July 2015 before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. eog, 7 In Witness Whereof,I hereunto set my hand and official seal.My Commission expires the 30th day of June,2016. Marie C.Tetreault,Notary Public 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity . a and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St. Paul Fire and Marine Insurance Company,St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: t RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice isi President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is Ow FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal ■w shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance oft Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company 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. 11► IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this I V day of 4_,A 20 I 5. Kevin E.Hughes,Assistant Sec tary 66 Mr pASU,Pz l •yFIRE 6 \RN INS,` ..+.•""MSV p�tY ANO X0.6.f> Ol{,OPP,,, >fe 4r ��9 r.tpRPOp'% `JP,..........,, PJ 'PLy 4 A sr''''''‘ S G C� z` TED.�. N Z �J �Af t=9 Wi PORAlt.;,lei �' _I % kD 1982 0 t 19n 7 ,m -- E s a: .o. i Komom. HAR F.0. :' 1896 t Ik n o CCNM. e 1951 �� SE AGA' t:SEAL:a. CONN. o e N 4.k4 aJ ) ti o' ! s•. e r or �� .! r" sc,,�AH E�' aw:.:�N..�' r.... 1•`�a °'s., ` 00' 'A 4I ON To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the Ili above-named individuals and the details of the bond to which the power is attached. ili IN r r WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 411110 BOND TO THE CITY OF RENTON Bond No. 106336812 KNOW ALL MEN BY THESE PRESENTS: That we,the undersigned Olson Brothers Excavating, Inc. as principal, andTravelers Casualty and Surety Company of America corporation organized and existing under the laws of the State of Connecticut as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of $444,005.00 for the payment of which sum on demand we bind ourselves and our successors,heirs, administrators or person representatives,as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at ,Washington, this day of 20 Nevertheless, the conditions of the above obligation are such that: WHEREAS,under and pursuant to Public Works Construction Contract CAG-15-145 providing for construction of Maplewood Creek Stormwater Outfall Improvements Project— SWP-27-3617 the principal is required to furnish a bond for the faithful performance of the contract; and WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. SIGNED and SEALED this 10th day of August,2015. Olson Brothers Excavating Inc. Travelers Casualty and Surety Company of America PrincipalSurety Signature Si re Steve Olson, Vice President Julie R. Truitt,Attorney-in-Fact Title Title WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER AW POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company ,r Attorney-In Fact No. 229707 Certificate No. 006178090 r KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,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 Karen Swanson,Brent E. Heilesen,Peter J.Comfort,Julie R.Truitt,Christopher Kinyon,Jamie Diemer,Carley Espiritu,and Jennifer L.Snyder rIl of the City of Tacoma State of Washington their true and lawful Attomey(s)-in-Fact, r� each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any dons or proceedings allowed by law. IN WITNES WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 27th day of J y 2015 Farmington Casualty Company 7 St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Or G�Qv��T µi" � Jy FIRE a y \�,N 1//SG ••+1•"t1.... , ptly ANO suA TY RI • C � GZ @`�x.. 7q �:- •.9 IAt...... s o ¢ N• � !� 1982 O �d t FORAYED EN m. �I ... f;m lWrpOaPORATf.':.T "� INL H4RtF0Rb, �stiSBAL:'; niay,r� State of Connecticut By: City of Hartford ss. Robert L.Raney, enior Vice President On this the 27th day of July 2015 fore me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul ' Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. p.TET In Witness Whereof,I hereunto set my hand and official seal. �J7*AA My Commission expires the 30th day of June,2016. '01/800 * Marie C.Tetreault,Notary Public 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER -.. .... This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity ot and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any rt, of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy 89 thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal 8110 shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance irki Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company 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. a► IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this I O day of 1 h ,20 16. Kevin E.Hughes,Assistant Sec tary No ��-..,��}yyy 88r 2 GI.SUA,,` t'l f/iiw JV P\RE 6 „,,,,,,,,„...,._0..,..A JP`ty ANps c....„., F�TY'I,yO c.L� � [1 40 ,` it , .,,,,,,,,;02.,,.„..,... P/�''�, ft� (((y��5Gc� �.7�. E` tED x �Iry £ W�p / 9in '1 9 8 2 o i niHARTFORD, < -t 1�y cci �° I 195 ' "� y r8o ?�SEA1,/,..3 V,SBAL;s°• �x cor+N. daoKemp* . 7f•y i �,t+ I. 'F NCEG thy..);.- T4s. ......1." *1 . ,.Nar r , ' � Ai limo To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the eh above-named individuals and the details of the bond to which the power is attached. al WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER City of _ .. INSURANCE REQUIREMENTS _ City of � n (s Insurance Requirements For City of Renton The City of Renton typically requires the following industry minimum insurance limits: • $1,000,000 per occurrence Commercial General Liability (CGL); • $2,000,000 in the Commercial General Liability aggregate; • $1,000,000 Auto Liability (needed if a vehicle will be used in performance of work beyond normal commutes. This would include delivery of products to worksite); • Proof of Workers' Compensation coverage as required by the state (provide the Washington L&1 or excess coverage policy number); • Excess Liability or Umbrella (if needed, at levels to be determined by unique exposure risk or if required in the contract, can be in tandem with CGL); • $1,000,000 Professional Liability (if required in the contract or if the professional services to be provided are excluded from the CGL policy). Requirements unique to the City of Renton: • Name the City of Renton as a Primary and Non-contributory Additional Insured on the policy (Only applies to Commercial General Liability); • The City shall be provided with written notice of any policy cancellation within two business days of receipt of such notice by the policy holder; • Put descriptive text of the project in the "Description of Operations" box; and • The certificate holder should read: City of Renton ATTN: (enter your City contact's name here and Department) 1055 South Grady Way Renton, WA. 98057 Direct any questions, comments, or concerns to: Gary Lamb, Risk Manager 425.430.7669 - direct 425.430.7650 - main 425.430.7665 -fax glamb@rentonwa.gov Revised 1/16/13 gar ur • Client#: 12996 OLSOBROS YYYY) /2015 M/DDI ACORD,. CERTIFICATE OF LIABILITY INSURANCE 8/10DATE(MM/DD/ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES or BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.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). PRODUCER CONTACT Leslie Burleson Propel Insurance PHONE 800 499-0933 Fax (AIC,No,Ext): (A/C,No): 866.577.1326 Tacoma Commercial Insurance E-MDREAIL SS: leslie.burleson@propelinsurance.com elinsurance.com ADP alr 1201 Pacific Ave,Suite 1000 INSURER(S)AFFORDING COVERAGE NAIC# Tacoma,WA 98402 INSURER A:Valley Forge Insurance Company 20508 INSURED INSURER B:Continental Casualty Company 20443 Olson Brothers Excavating Inc. INSURER C:Transportation Insurance Compan 20494 dx 6622 112th Street East INSURER D: Puyallup,WA 98373 INSURER E: INSURER F: ▪ COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS A GENERAL LIABILITY X X 2079881291 11/30/2014 11/30/2015 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY PREMISESO(Ea occurrrence) $100,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) $5,000 X PD Ded:2,000 PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 PRO- POLICY X JECT LOC C AUTOMOBILE LIABILITY X CAS2079881307 11/30/2014 11/30/2015 IEa accident)INGLE LIMIT $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ X HIRED AUTOS X AUTOS (Per accident) B X UMBRELLA LIAB X OCCUR 2079881310 11/30/2014 11/30/2015 EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED X RETENTION$10,000 A WORKERS COMPENSATION 2079881291 11/30/2014 11/30/2015 TORY LIM TS X EOR' AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y I N WA Stop Gap Only E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) RE: Maplewood Creek Stormwater Outfall Improvements Projects SWP-27-3617 111. The City of Renton is additional insured per the eattached endorsements. or CERTIFICATE HOLDER CANCELLATION ON SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Renton THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1055 South Grady Way ACCORDANCE WITH THE POLICY PROVISIONS. Renton,WA 98057 AUTHORIZED REPRESENTATIVE // LL.,.,i.. ©1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) 1 of 1 The ACORD name and logo are registered marks of ACORD #S1828045/M1596556 LRB01 a This page has been left blank intentionally. a S a a a a f a a IN Olson Brothers Excavating Inc. rr G-140331-D eNA2079881291 (Ed. 01/13) rr BLANKET ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS - WITH PRODUCTS-COMPLETED OPERATIONS COVERAGE It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows: or SCHEDULE(OPTIONAL) Name of Additional Insured Persons Or Organizations (As required by"written contract"per Paragraph A. below.) Locations of Covered Operations 'r" (As per the"written contract,"provided the location is within the"coverage territory"of this Coverage Part.) or A. Section II -Who Is An Insured is amended to include as an additional insured: ar 1. Any person or organization whom you are required by "written contract" to add as an additional insured on this Coverage Part; and 2. The particular person or organization, if any, scheduled above. B. The insurance provided to the additional insured is limited as follows: 1. The person or organization is an additional insured only with respect to liability for "bodily injury," "property damage,"or"personal and advertising injury"caused in whole or in part by: a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of your ongoing operations specified in the"written contract"; or b. "Your work" that is specified in the "written contract" but only for "bodily injury" or "property damage" r included in the"products-completed operations hazard,"and only if: (1) The"written contract"requires you to provide the additional insured such coverage; and (2) This Coverage Part provides such coverage. or 2. If the "written contract"specifically requires you to provide additional insurance coverage via the 10/01 edition of CG2010 (aka CG 20 10 10 01), or via the 10/01 edition of CG2037 (aka CG 20 37 10 01), or via the 11/85 edition of CG2010 (aka CG 20 10 11 85), then in paragraph B.1.above,the words'caused in whole or in part a, by'are replaced by the words'arising out of. 3. We will not provide the additional insured any broader coverage or any higher limit of insurance than: a. The maximum permitted by law; b. That required by the"written contract"; c. That described in B.1. above; or d. That afforded to you under this policy, whichever is less. 4. Notwithstanding anything to the contrary in Condition 4. Other Insurance (Section IV), this insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or G-140331-D (Ed. 01/13) Page 1 of 2 Copyright,CNA All Rights Reserved. orr G-140331-D CNA (Ed. 01/13) Oil any other basis. But if required by the "written contract" to be primary and non-contributory, this insurance will be primary and non-contributory relative to insurance on which the additional insured is a Named Insured. 5. The insurance provided to the additional insured does not apply to "bodily injury," "property damage," or "personal and advertising injury"arising out of: a. The rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities; or b. Any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this Coverage Part. C. SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 1. The Duties In The Event of Occurrence,Offense,Claim or Suit condition is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement will as soon as practicable: (1) Give us written notice of an "occurrence" or an offense which may result in a claim or "suit" under this insurance, and of any claim or"suit"that does result; (2) Except as provided in Paragraph B.4. of this endorsement, agree to make available any other insurance the additional insured has for a loss we cover under this Coverage Part; (3) Send us copies of all legal papers received, and otherwise cooperate with us in the investigation, defense, or settlement of the claim or"suit"; and i (4) Tender the defense and indemnity of any claim or"suit"to any other insurer or self insurer whose policy or program applies to a loss we cover under this Coverage Part. But if the "written contract"requires this insurance to be primary and non-contributory, this provision (4) does not apply to insurance on which the additional insured is a Named Insured. l We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or"suit." D. Only for the purpose of the insurance provided by this endorsement, SECTION V—DEFINITIONS is amended to add the following definition: "Written contract" means a written contract or written agreement that requires you to make a person or organization an additional insured on this Coverage Part, provided the contract or agreement: 1. Is currently in effect or becomes effective during the term of this policy; and 2. Was executed prior to: a. The"bodily injury"or"property damage"; or b. The offense that caused the"personal and advertising injury," for which the additional insured seeks coverage under this Coverage Part. All other terms and conditions of the Policy remain unchanged. Material used with permission of ISO Properties, Inc. sir G-140331-D (Ed. 01/13) Page 2 of 2 Copyright,CNA All Rights Reserved. S CNA G 2o�ssa�2s� (Ed.d. 07-12)07-12) arr CONTRACTORS'GENERAL LIABILITY EXTENSION ENDORSEMENT It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows. The changes this endorsement makes do not apply with respect to any coverage that has been excluded or amended by another endorsement attached to this policy. an SCHEDULE Coverage is summarized below. For particulars and limitations affecting each coverage, please refer to the .r corresponding policy provisions in the body of this endorsement. 1. Additional Insureds Seven additional insured extensions. 2. Bodily Injury—Expanded Definition do 3. Broad Knowledge of Occurrence/Notice of Occurrence 4. Broad Named Insured 5. Broadened Liability Coverage For Damage To"Your Product"And"Your Work" Limit$100,000. 6. Contractual Liability—Railroads Expanded definition of"insured contract." err 7. Contractual Liability For Personal And Advertising Injury 8. Electronic Data Liability Loss of Electronic Data Limit: $100,000. 9. Expanded Personal And Advertising Injury-Discrimination Or Humiliation 10. Expected Or Intended Injury Reasonable force—"bodily injury"or"property damage." 11. General Aggregate Limits Of Insurance-Per Project as 12. In Rem Actions 13. Incidental Health Care Malpractice Coverage 14. Joint Ventures/Partnership/Limited Liability Companies Coverage for your interest in such terminated or ended organizations. 15. Legal Liability/Alienated Premises/Borrowed Equipment Coverage Extended perils. Default limit increased to$500,000 for Damage to Premises Rented To You. " $25,000 limit for"property damage"to borrowed tools or equipment at a jobsite. 16. Liberalization Clause 17. Liquor Liability Coverage Extension 18. Medical Payments Limits increased to$15,000. Reporting increased to three years from the date of accident ow 19. Non-owned Aircraft Coverage 20. Non-owned Watercraft Increased to 75 feet 21. Primary And Non-Contributory To Other Insurance 22. Property Damage-Elevators 23. Supplementary Payments Cost of bail bonds increased to$5,000. "' Daily loss of earnings increased to$1,000. 24. Unintentional Failure To Disclose Hazards 25. Waiver of Subrogation-Blanket Waiver of subrogation where required by written contract or written agreement. 26. Wrap-Up Extension no G-18652-J (Ed. 07-12) Page 1 of 12 ar Copyright,CNA All Rights Reserved. er G-18652-J SHA2079881291 (Ed. 07-12) iiii 1. ADDITIONAL INSURED 2. With respect to the insurance afforded to oil these additional insureds, this insurance SECTION II—WHO IS AN INSURED is amended to does not apply to any "occurrence" which include as an insured any person or organization takes place after the equipment lease (called additional insured)described in paragraphs expires. iip A.through G. below whom you are required to add as an additional insured on this policy under a D. Lessor-Land written contract or written agreement, provided the An owner or other interest from whom land has written contract or written agreement: been leased by you but only with respect to ii i. Is currently in effect or becomes effective liability arising out of the ownership, during the term of this policy; and maintenance or use of that specific part of the land leased to you and subject to the following ii. Was executed prior to the "bodily injury," additional exclusions: r "property damage" or "personal injury and advertising injury" for which the additional This insurance does not apply to: insured seeks coverage. 1. Any "occurrence" which takes place after iii However, we will not provide the additional you cease to lease that land; or insured any broader coverage or any higher limit 2. Structural alterations, new construction or of insurance than the least that is: demolition operations performed by or on a. The maximum permitted by law; behalf of such additional insured. Ili' b. Required in the written contract or written E. Lessor-Premises agreement; A manager or lessor of premises but only with iiki c. Afforded to you under this policy; or respect to liability arising out of the ownership, maintenance or use of that specific part of the d. Described in the applicable paragraphs A. premises leased to you and subject to the through G.below. following additional exclusions: imo A. Controlling Interest This insurance does not apply to: Any persons or organizations with a controlling 1. Any "occurrence" which takes place after interest in you but only with respect to their you cease to be a tenant in that premises; MO liability arising out of: or 1. Their financial control of you; or 2. Structural alterations, new construction or 2. Premises they own, maintain or control demolition operations performed by or on of while you lease or occupy these premises. behalf of such additional insured. This insurance does not apply to structural F. Mortgagee,Assignee or Receiver alterations, new construction and demolition A mortgagee, assignee or receiver but only with os operations performed by or for such additional respect to their liability as mortgagee, assignee, insured. or receiver and arising out of the ownership, B. Co-owner of Insured Premises maintenance, or use of a premises by you. Iii A co-owner of a premises co-owned by you and This insurance does not apply to structural covered under this insurance but only with alterations, new construction or demolition respect to the co-owner's liability as co-owner of operations performed by or for such additional such premises. insured. iii C. Lessor-Equipment G. State or Governmental Agency or Subdivision or Political Subdivisions 1. Any person or organization from whom you A state governmental agency or subdivision IS or lease equipment, but only with respect to9 Y liability for"bodily injury,""property damage" or political subdivision subject to the following or "personal and advertising injury" caused, provisions: in whole or in part, by your maintenance, 1. This insurance applies only with respect to dili operation or use of equipment leased to you the following hazards for which the state or by such person or organization. governmental agency or subdivision or political subdivision has issued a permit or authorization in connection with premises G-18652-J (Ed.07-12) Page 2 of 12 Copyright,CNA All Rights Reserved. iiii [ IMP CNA G 2o�sas�2s� (Ed.d. 07-12)07-12) IMO you own, rent, or control and to which this You must give us or our authorized insurance applies: representative notice of an "occurrence," offense, claim, or "suit" only when the a. The existence, maintenance, repair, "occurrence," offense, claim or "suit" is known construction, erection, or removal of "' advertising signs, awnings, canopies, to: cellar entrances, coal holes, driveways, (1) You, if you are an individual; manholes, marquees, hoistaway (2) A partner, if you are a partnership; openings, sidewalk vaults, street do banners, or decorations and similar (3) An executive officer or the employee exposures; or designated by you to give such notice, if you b. The construction, erection, or removal are a corporation; or of elevators; or (4) A manager, if you are a limited liability c. The ownership, maintenance or use of company. any elevators covered by this insurance. B. NOTICE OF OCCURRENCE 2. This insurance applies only with respect to Your rights under this Coverage Part will not be operations performed by you or on your prejudiced if you fail to give us notice of an behalf for which the state or governmental "occurrence,"offense, claim or"suit"and thatagency or subdivision or political subdivision failure is solely due to your reasonable belief has issued a permit or authorization. that the"bodily injury"or"property damage"is 3. This insurance does not apply to: not covered under this Coverage Part. However, you shall give written notice of this"occurrence," a. "Bodily injury," "property damage" or offense, claim or"suit"to us as soon as you are "personal and advertising injury" arising aware that this insurance may apply to such out of operations performed for the "occurrence,"offense claim or"suit." federal government, state or municipality; or 4. BROAD NAMED INSURED b. "Bodily injury" or "property damage" A. Any subsidiary or affiliate organization, other included within the "products-completed than a partnership, joint venture or limited .rr operations hazard." liability company, in which a Named Insured specifically shown in the Declarations has A governmental permit which requires you to management control, directly or through one or add the governmental entity as an additional more subsidiary organizations, at the time of insured will trigger this Provision 1.as if the loss will qualify as a Named Insured but only if permit were a written contract. there is no other similar insurance available to 2. BODILY INJURY—EXPANDED DEFINITION such organization, nor similar insurance which would be available but for exhaustion of its SECTION V—DEFINITIONS, the definition of limits. For the purpose of this provision, similar "bodily injury"is changed to read: insurance means general liability or equivalent "Bodily injury"means bodily injury, sickness or insurance, no matter whether its coverage is disease sustained by a person, including death, broader or narrower than that provided by this humiliation, shock, mental anguish or mental injury insurance. But if the only other similar insurance by that person at any time which results as a is for a "consolidated (wrap-up) program," then a subsidiary that qualifies consequence of the bodily injury, sickness or as a Named Insured or disease. on such project-specific insurance can still qualify as a Named Insured on this insurance, 3. BROAD KNOWLEDGE OF OCCURRENCE! but not for projects covered by the"consolidated NOTICE OF OCCURRENCE (wrap-up) program." ++� Condition 2.Duties in The Event of Occurrence, [Please see Item 26.C.of this endorsement for Offense, Claim or Suit of SECTION IV— the definition of"consolidated (wrap-up) COMMERCIAL GENERAL LIABILITY program.") CONDITIONS is amended to add the following provisions: B. This endorsement does not apply to any organization for which coverage is excluded by A. BROAD KNOWLEDGE OF OCCURRENCE another endorsement attached to this policy. C. Only for the purpose of this endorsement: as G-18652-J (Ed. 07-12) Page 3 of 12 Copyright,CNA AU Rights Reserved. yr G-18652-J C'NA 2079881291 (Ed. 07-12) 1. Management control means: I. Damage to Your Work a. Ownership interest representing more "Property damage"to"your work"arising out of than 50 of the voting, appointment, or it, or any part of it and included in the"products- designation power for the subsidiary completed operations hazard." organization's governing body;or This exclusion does not apply: b. Having the right, pursuant to a written (1) If the damaged work or the work out of contract, or pursuant to the by-laws, charter, operating agreement, or similar which the damage arises was document of a specifically shown performed on your behalf by a Named Insured or controlled subsidiary subcontractor; or organization to select, appoint, or (2) If the cause of loss to the damaged designate a majority of the subsidiary work arises as a result of: organization's governing body. Such contract or document must have been (a) Fire; created prior to the time of loss;or (b) Smoke; c. Having the right, pursuant to a written (c) Collapse; or trust agreement, to protect, control the use of, encumber or transfer and sell (d) Explosion. property held by a trust. B. The following paragraph is added to SECTION 2. Governing body means the Board of III—LIMITS OF INSURANCE: Directors of a corporation. Subject to 5.above, $100,000 is the most we will payunder Coverage A for the sum of 3. Loss means: 9 damages arising out of any one "occurrence" a. The occurring of the "bodily injury" or because of"property damage"to"your product" "property damage"; or and"your work"that is caused by fire, smoke, collapse or explosion and is included within the b. The committing of the offense that "product-completed o erations hazard." This caused the "personal and advertising p injury." sublimit does not apply to"property damage"to "your work"if the damaged work or the work out D. The insurance provided by this policy applies to of which the damage arises was performed on Named Insureds when trading under their own your behalf by a subcontractor. names, or under such trading names or doing- C, This Provision 5. Broadened Liability business-as (DBA) names as any should Coverage For Damage To "Your Produc choose to employ. And "Your Work" does not apply if an 5. BROADENED LIABILITY COVERAGE FOR endorsement of the same name is attached to DAMAGE TO "YOUR PRODUCT" AND "YOUR this policy. or WORK" 6. CONTRACTUAL LIABILITY—RAILROADS A. Under SECTION I — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE With respect to operations performed within 50 feet LIABILITY, Paragraph 2. Exclusions is amended of railroad property, the definition of"insured to delete exclusions k. and 1. and replace them contract"in SECTION V—DEFINITIONS is with the following: replaced by the following: [This insurance does not apply to:] "Insured Contract" means: k. Damage to Your Product a. A contract for a lease of premises. However, that portion of the contract for a lease of "Property damage"to"your product"arising premises that indemnifies any person or out of it, or any part of it except when organization for damage by fire to premises caused by or resulting from: while rented to you or temporarily occupied by (1) Fire; you with permission of the owner is not an "insured contract"; ma (2) Smoke; b. A sidetrack agreement; (3) Collapse; or c. Any easement or license agreement; (4) Explosion. 1110 G-18652-J (Ed. 07-12) Page 4 of 12 S Copyright,CNA All Rights Reserved. S G-18652-J CNA2079881291 (Ed. 07-12) d. An obligation, as required by ordinance, to Damages arising out of the loss of, loss of use indemnify a municipality, except in connection of, damage to, corruption of, inability to access, with work for a municipality; or inability to manipulate "electronic data" that e. An elevator maintenance agreement; does not result from physical injury to tangible JO property. f. That part of any other contract or agreement However, this exclusion does not apply to pertaining to your business (including an liability for damages because of"bodily injury." indemnification of a municipality in connection with work performed for a municipality) under B. The following paragraph is added to SECTION which you assume the tort liability of another III—LIMITS OF INSURANCE: party to pay for "bodily injury" or "property Subject to 5.above,$100,000 is the most we damage" to a third person or organization. Tort liability means a liability that would be imposed will pay under Coverage A for all damagesarising out of any one"occurrence"because of by law in the absence of any contract or "property damage"that results from physical agreement. injury to tangible property and arises out of die Paragraph f.does not include that part of any "electronic data." contract or agreement: C. The following definition is added to the (1) That indemnifies an architect, engineer or SECTION V—DEFINITIONS: surveyor for injury or damage arising out of: "Electronic data"means information,facts or (a) Preparing, approving or failing to programs stored as or on, created or used on, prepare or approve maps, shop or transmitted to or from computer software drawings, opinions, reports, surveys, (including systems and applications software), field orders, change orders or drawings hard or floppy disks, CD-ROMS, tapes, drives, and specifications; or cells, data processing devices or any other (b) Giving directions or instructions, or media which are used with electronically controlled equipment. failing to give them, if that is the primary cause of the injury or damage; D. For the purposes of the coverage provided by (2) Under which the insured, if an architect, this endorsement, the definition of "property damage"engineer or surveyor, assumes liability for in SECTION V — DEFINITIONS is replaced bythe following: an injury or damage arising out of the insured's rendering or failure to render 17. "Property damage" means: professional services, including those listed a. Physical injury to tangible property, air in (1) above and supervisory, inspection, including all resulting loss of use of that architectural or engineering activities. property. All such loss of use shall be 7. CONTRACTUAL LIABILITY FOR PERSONAL deemed to occur at the time of the AND ADVERTISING INJURY physical injury that caused it; Under SECTION I—COVERAGE B—PERSONAL b. Loss of use of tangible property that is AND ADVERTISING INJURY LIABILITY, Paragraph not physically injured. All such loss of r 2. Exclusions is amended to delete exclusion e. use shall be deemed to occur at the Contractual Liability. time of the "occurrence" that caused it; This provision 7.does not apply to any person or or organization who otherwise qualifies as an c. Loss of, loss of use of, damage to, additional insured on this Coverage Part. corruption of, inability to access, or 8. ELECTRONIC DATA LIABILITY inability to properly manipulate "electronic data," resulting from physical A. Under SECTION I — COVERAGE A— BODILY injury to tangible property. All such loss MO INJURY AND PROPERTY DAMAGE, of "electronic data" shall be deemed to Paragraph 2. Exclusions is amended to delete occur at the time of the "occurrence" exclusion p. Electronic Data and replace it with that caused it. ,., the following: For the purposes of this insurance, [This insurance does not apply to] "electronic data"is not tangible property. p. Electronic Data E. If Electronic Data Liability is provided at a higher r limit by another endorsement attached to this G-18652-J (Ed. 07-12) Page 5 of 12 ar Copyright,CNA All Rights Reserved. or G-18652-J CI' A 2079881291 (Ed. 07-12) policy, then the $100,000 limit provided by this Intended Injury and replace it with the Provision 8.Electronic Data Liability is part of, following: and not in addition to, that higher limit. [This insurance does not apply to] 9. EXPANDED PERSONAL AND ADVERTISING a. Expected or Intended Injury qtr INJURY-DISCRIMINATION OR HUMILIATION A. SECTION V—DEFINITIONS is amended to add "Bodily injury"or"property damage" the following to the definition of "Personal and expected or intended from the standpoint of advertising injury": the insured. This exclusion does not apply to"bodily injury"or"property damage" h. Discrimination or humiliation that results in resulting from the use of reasonable force injury to the feelings or reputation of a to protect persons or property. natural person, but only if such 11. GENERAL AGGREGATE LIMITS OF discrimination or humiliation is: INSURANCE-PER PROJECT (1) Not done intentionally by or at the A. For each construction project away from direction of: premises you own or rent, a separate (a) The insured;or Construction Project General Aggregate (b} Any "executive officer," director, Limit, equal to the amount of the General stockholder, partner, member or Aggregate Limit, is the most we will pay for manager(if you are a limited liability the sum of: company)of the insured; and 1. All damages under Coverage A, except (2) Not directly or indirectly related to the damages because of "bodily injury" or property damage" included in the employment, prospective employment, +ttr past employment or termination of "products-completed operations employment of any person or persons hazard"; and by any insured. 2. All medical expenses under Coverage irr B. Under SECTION I — COVERAGE B — C, PERSONAL AND ADVERTISING INJURY that arise from "occurrences" or LIABILITY, Paragraph 2. Exclusions is accidents which can be attributed solely amended to add the following additional to ongoing operations at that exclusions: construction project. Such payments [This insurance does not apply to:] shall not reduce the General Aggregate Limit shown in the Declarations, nor the Discrimination Relating To Room, Construction Project Aggregate Limit of Dwelling or Premises any other construction project. "Personal or advertising injury"caused by B. All: discrimination directly or indirectly related to 1. Damages under Coverage B, regardless of the sale, rental, lease or sub-lease or the number of locations or construction prospective sale, rental, lease or sub-lease projects involved; of any room, dwelling or premises by or at the direction of any insured. 2. Damages under Coverage A, caused by Fines Or Penalties "occurrences" which cannot be attributed solely to ongoing operations at a single Fines or penalties levied or imposed by a construction project, except damages a governmental entity because of because of "bodily injury" or "property discrimination. damage" included in the "products- This provision 9.does not apply to any person completed operations hazard"; and irr or organization who otherwise qualifies as an 3. Medical expenses under Coverage C additional insured on this Coverage Part. caused by accidents which cannot be 10. EXPECTED OR INTENDED INJURY attributed solely to ongoing operations at a single construction project, Under SECTION I—COVERAGE A—BODILY will reduce the General Aggregate Limit shown INJURY AND PROPERTY DAMAGE in the Declarations. LIABILITY, Paragraph 2. Exclusions is amended to delete exclusion a. Expected or r G-18652-J (Ed. 07-12) Page 6 of 12 a Copyright,CNA All Rights Reserved. a G-18652-J CNA 2079881291 (Ed. 07-12) C. The limits shown in the Declarations for Each (a) "Bodily injury" caused by a "health Occurrence, for Damage To Premises Rented care incident" will be considered To You and for Medical Expense continue to caused by an"occurrence'; and apply, but will be subject to either the (b) All acts, errors or omissions that $• Construction Project Aggregate Limit or the are logically connected by any General Aggregate Limit, depending on whether common fact, circumstance, the occurrence' can be attributed solely to situation, transaction, event, advice ongoing operations at a particular construction project. or decision will be considered to constitute a single"occurrence"; D. When coverage for liability arising out of the (2) The "bodily injury" occurs during the "products-completed operations hazard" is policy period. All "bodily injury" arising provided, any payments for damages because from an "occurrence"will be deemed to of"bodily injury" or"property damage" included have occurred at the time of the first in the "products-completed operations hazard," act, error, or omission that is part of the regardless of the number of locations involved "occurrence"; and will reduce the Products-Completed Operations Aggregate Limit shown in the Declarations. B. With respect only to the insurance provided by E. If a single construction project away from this Provision 13., Exclusion 2.e. Employer's um premises owned by or rented to the insured has Liability of SECTION I — COVERAGE A — been abandoned and then restarted, or if the BODILY INJURY AND PROPERTY DAMAGE, authorized contracting parties deviate from is amended to append the following: plans, blueprints, designs, specifications or Only for "bodily injury" not covered by other timetables, the project will still be deemed to be liability insurance (including state-sanctioned the same construction project. self insurance)available to the insured (or which F. The provisions of SECTION III — LIMITS OF would be available but for exhaustion of its limits), this exclusion does not apply to "bodily INSURANCE not otherwise modified by this injury"that arises out of a"health care incident." endorsement shall continue to apply as stipulated. C. SECTION V—DEFINITIONS is amended to add 12. IN REM ACTIONS the following new definition: Any action in rem against any vessel owned or "Health care incident" means a negligent act operated by or for you, or chartered by or for you will error or omission by your 'employees or be treated in the same manner as though the action "volunteer workers" working on your behalf in were in personam against you. the rendering of or failure to render professional health care services in any of the following In rem is a term used to designate actions instituted capacities, or the related furnishing of food, against the thing, as distinct from actions against beverages, medical supplies or appliances: the person,which are said to be in personam. a. Physician; 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE b. Nurse; le A. With respect only to "bodily injury" that arises c. Emergency medical technician; out of a "health care incident," COVERAGE A— d. Paramedic; BODILY INJURY AND PROPERTY DAMAGE e. Chiropractor, LIABILITY OF SECTION I — COVERAGES is amended to replace Insuring Agreement f. Dentist; Paragraphs 1.b.(1) and 1.b.(2) with the following: g. Athletic trainer; b. This insurance applies to"bodily injury" only h. Audiologist; if you are not in the business of providing i. Physical therapist; professional health care services, and onlyif: j. Psychologist Ns (1) The "bodily injury" is caused by an k. Speech therapist; "occurrence" that takes place in the I. Other allied health professional; or "coverage territory." For the purpose of this insurance: G-18652-J (Ed. 07-12) Page 7 of 12 MP Copyright,CNA All Rights Reserved. airs G-18652-J CNA2079881291 (Ed. 07-12) m. Provider of first aid or Good Samaritan a. "bodily injury" to a co-"volunteer worker" services rendered in an emergency and for while performing duties related to the which no payment is demanded or received. conduct of your business; and D. SECTION I—COVERAGE A—BODILY INJURY b. "bodily injury" to an "employee" while in AND PROPERTY DAMAGE, Paragraph 2. the course of the "employee's" Exclusions is amended to add the following employment by you or while performing additional exclusions. These new exclusions duties related to the conduct of your apply only to this Incidental Health Care business; Malpractice Coverage: when such "bodily injury"" arises out of a [This insurance does not apply to:] "health care incident." Dishonesty or Crime 3. Paragraphs 2.a. (1)(a), (b) and (c) of SECTION lI — WHO IS AN INSURED do Any dishonest, criminal or malicious act, error or not apply to "bodily injury" for which omission. insurance is provided this Provision 13. Clinical Trials/Product Testing 4. Paragraph 2.a.(1)(d) of SECTION 11—WHO Acts, errors or omissions that occur in the IS AN INSURED is deleted. course of human clinical trials or product G. With respect to the insurance provided by this testing. Provision 13., the following is added to Medicare/Medicaid Fraud Paragraph 4.b.(1) of SECTION IV — Medicare or Medicaid fraud or abuse. COMMERCIAL GENERAL LIABILITY CONDITIONS: Services Excluded by Endorsement To the extent this insurance applies, it is excess Any "health care incident"for which coverage is over any of the other insurance (including excluded by endorsement qualified self insurance), whether primary, excess, contingent or on any other basis, except E. SECTION V—DEFINITIONS is amended to add for insurance purchased specifically by you to the following subparagraph to Paragraph f. of be excess of this policy. the definition of"insured contract": 14. JOINT VENTURES / PARTNERSHIP / LIMITED Paragraph f. does not include that part of any LIABILITY COMPANIES contract or agreement: Under which A. The following is added to SECTION II — WHO (4) you assume another's tort IS AN INSURED: liability for "bodily injury" arising out of the rendering of or failure to render professional 4. You are an insured when you had an health care services, interest in a joint venture, partnership or limited liability company which terminated or F. SECTION 11 — WHO IS AN INSURED is ended prior to or during this policy period, amended to add the following provisions: but only to the extent of your interest in such 1. Your"employees" are insureds with respect joint venture, partnership or limited liability to: company.This coverage does not apply: a. "bodily injury" to a co-"employee" while a. Prior to the termination date of any joint in the course of the co-"employee's" venture, partnership or limited liability employment by you or while performing company; ois duties related to the conduct of your b. If there is other valid and collectible business; and insurance purchased specifically to b. "bodily injury" to a "volunteer worker" insure the partnership, joint venture or while performing duties related to the limited liability company; or conduct of your business; c. To a joint venture, partnership or limited when such"bodily injury"arises out of a liability company which is or was "health care incident." insured under a"consolidated (wrap-up) sit insurance program." 2. Your "volunteer workers" are insureds with respect to: G-18652-J (Ed.07-12) Page 8 of 12 Copyright,CNA All Rights Reserved. G-18652-J CNA 2079881291 (Ed. 07-12) Ole [Please see Item 26.C. of this endorsement Paragraphs (1), (3) and (4) of this exclusion for the definition of"consolidated (wrap-up) do not apply to "property damage" (other program."] than damage by fire) to premises rented to ,� B. The last paragraph of SECTION II — WHO IS you or temporarily occupied by you with the AN INSURED is deleted and replaced by the permission of the owner, or to the contents following: of premises rented to you for a period of 7 or fewer consecutive days. A separate limit Except as provided under the Contractors' of insurance applies to Damage To General Liability Extension Endorsement or by Premises Rented To You as described in the attachment of another endorsement(if any), SECTION III—LIMITS OF INSURANCE. no person or organization is an insured with respect to the conduct of any current or past exclusion do(3), (4), (5) liability and (6) of this sumed partnership, joint venture or limited liability apply ty under a sidetrack agreement. company that is not shown as a Named Insured in the Declarations. Paragraph (6) of this exclusion does not 15. LEGAL LIABILITY/ALIENATED PREMISES! apply to "property damage" included in the BORROWED EQUIPMENT "products-completed operations hazard." A. B. Under SECTION I — COVERAGE A — BODILY Under SECTION 1 — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE, INJURY AND PROPERTY DAMAGE the last Paragraph of Paragraph 2. Exclusions is deleted Paragraph 2. Exclusions is amended to delete exclusion j. Damage to Property in its entirety and replaced by the following. and replace it with the following: Exclusions c. through n. do not apply to damage by fire to premises while rented to you [This insurance does not apply to:] or temporarily occupied by you with permission j. Damage to Property of the owner nor to the contents of premises rented to you for a period of 7 or fewer ++r "Property damage"to: consecutive days. (1) Property you own, rent,or occupy; A separate limit of insurance applies to this (2) Premises you sell, give away or coverage as described in SECTION III—LIMITS abandon, if the "property damage" OF INSURANCE. arises out of any part of those C. The following paragraph is added to SECTION premises; III—LIMITS OF INSURANCE: +• (3) Property loaned to you; Subject to 5. above, $25,000 is the most we will (4) Personal property in the care, custody pay under Coverage A for damages arising out or control of the insured; of any one "occurrence" because of "property damage"to tools or equipment loaned to you by (5) That particular part of real property on others that occurs while the equipment is being which you or any contractors or used to perform operations. subcontractors working directly or indirectly on your behalf are performing D. Paragraph 6. Damage To Premises Rented To operations, if the "property damage" You Limit of SECTION III — LIMITS OF arises out of those operations; or INSURANCE is replaced by the following: (6) That particular part of any property that 6. Subject to Paragraph 5. above, (the Each a"' must be restored, repaired or replaced Occurrence Limit), the Damage To because "your work" was incorrectly Premises Rented To You Limit is the most performed on it. we will pay under SECTION — I — Paragraph (2) of this exclusion does not COVERAGE A for damages because of g P "property damage" to any one premises apply if the premises are"your work." while rented to you or temporarily occupied Paragraphs (3) and (4) of this exclusion do by you with the permission of the owner, „ not apply to "property damage" to tools or including contents of such premises rented equipment loaned to you. A separate limit to you for a period of 7 or fewer consecutive of insurance applies to such tools or days. The Damage To Premises Rented To equipment that are damaged while being You Limit is the greater of: used in your operations. a. $500,000; or G-18652-J (Ed. 07-12) Page 9 of 12 Copyright,CNA All Rights Reserved. G-18652-J CNA 2079881291 (Ed. 07-12) iii b. The Damage To Premises Rented To This paragraph B. does not apply to medical You Limit shown in the Declarations. expenses incurred in the state of Missouri. E. Paragraph 4.b.(1)(a)(ii) of SECTION IV — 19. NON-OWNED AIRCRAFT COMMERCIAL GENERAL LIABILITY Under SECTION I—COVERAGE A—BODILY et CONDITIONS is deleted and replaced by the INJURY AND PROPERTY DAMAGE LIABILITY. following: Paragraph 2.Exclusions is amended such that (ii) That is property insurance for premises exclusion g.Aircraft,Auto or Watercraft does not is rented to you, for premises temporarily apply to an aircraft you do not own, provided that occupied by you with the permission of the 1. The pilot in command holds a currently effective owner, or for personal property of others in certificate issued by the duly constituted your care,custody or control; authority of the United States of America or illi F. This Provision 15. does not apply if Damage To Canada, designating that person as a Premises Rented To You Liability under commercial or airline transport pilot; SECTION — I — COVERAGE A is excluded by 2. The aircraft is rented to you with a trained, paid a endorsement. crew; and 16. LIBERALIZATION CLAUSE 3. The aircraft does not transport persons or cargo If we adopt a change in our forms or rules which for a charge. a would broaden coverage for contractors under this 20. NON-OWNED WATERCRAFT endorsement without an additional premium charge, your policy will automatically provide the additional Under SECTION I—COVERAGE A—BODILY coverage as of the date the revision is effective in INJURY AND PROPERTY DAMAGE LIABILITY, ,ry your state. Paragraph 2. Exclusions is amended to delete 17. LIQUOR LIABILITY subparagraph (2)of exclusion g.Aircraft,Auto or Watercraft and replace it with the following. Under SECTION I—COVERAGE A—BODILY [This exclusion does not apply to:] ur INJURY AND PROPERTY DAMAGE, Paragraph 2. Exclusions is amended to delete exclusion c. (2) A watercraft you do not own that is: Liquor Liability. (a) Less than 75 feet long; and 0 This provision 17.does not apply to any person or Not being used to carry persons or property(b) organization who otherwise qualifies as an for a charge. additional insured on this Coverage Part. g 18. MEDICAL PAYMENTS 21. PRIMARY AND NON-CONTRIBUTORY TO la OTHER INSURANCE A. Paragraph 7. Medical Expense Limit, of SECTION III — LIMITS OF INSURANCE is With respect to any person or organization that is an deleted and replaced by the following: additional insured under this Coverage Part, the ao following is added to Paragraph 4.of SECTION IV— 7. Subject to Paragraph 5. above (the Each COMMERCIAL GENERAL LIABILITY Occurrence Limit), the Medical Expense CONDITIONS: Limit is the most we will pay under If you have agreed in writing in a contract or a SECTION — I — COVERAGE C for allg g medical expenses because of"bodily injury" agreement that this insurance is primary and non- sustained by any one person. The Medical contributory relative to an additional insured's own Expense Limit is the greater of: insurance, then this insurance is primary and we willa not seek contribution from that other insurance. For (1) $15,000;or the purpose of this Provision 21.,the additional (2) The amount shown in the Declarations insured's own insurance means insurance on which for Medical Expense Limit. the additional insured is a Named Insured. B. Paragraph 1.a.(3)(b) of SECTION I — This Provision 21. does not apply in situations COVERAGE C MEDICAL PAYMENTS, is where the endorsement on this policy affording replaced by the following: coverage to the additional insured specifies that thismil insurance is excess over any other insurance (b) The expenses are incurred and reported to available to that additional insured. us within three years of the date of the 22. PROPERTY DAMAGE—ELEVATORS accident; anda G-18652-J (Ed.07-12) Page 10 of 12 to Copyright,CNA All Rights Reserved. a G-18652-J CNA2079881291 (Ed.07-12) A. Under SECTION I — COVERAGE A — BODILY However, this waiver applies only when you have INJURY AND PROPERTY DAMAGE, agreed in writing to waive such rights of recovery in Paragraph 2. Exclusions is amended such that a contract or agreement, and only if the contract or exclusion k. Damage to Your Product, and agreement: ++■ subparagraph (3), (4) and (6) of exclusion j. 1. Is in effect or becomes effective during the term Damage to Property do not apply "property of this policy; and damage"that results from the use of elevators. B. With respect only to the coverage provided by 2 Was executed prior to loss. this endorsement, Condition 4. Other 26. WRAP-UP EXTENSION: OWNER CONTROLLED Insurance in SECTION IV — COMMERCIAL INSURANCE PROGRAM, CONTRACTOR GENERAL LIABILITY CONDITIONS is CONTROLLED INSURANCE PROGRAM OR .�. amended to add the following subparagraph CONSOLIDATED (WRAP-UP) INSURANCE b•(1)(a)(v): PROGRAMS 4. Other Insurance Note:The following provision does not apply to any wr public construction project in the state of Oklahoma, b. Excess Insurance nor to any construction project in the state of (1) This insurance is excess over. Alaska, that is not permitted to be insured under a (a) Any of the other insurance, "consolidated(wrap-up)insurance program" by rr applicable state statute or regulation: whether primary, excess, contingent or on any other If the endorsement EXCLUSION— basis: CONSTRUCTION WRAP-UP or another "" (v) That is Property insurance exclusionary endorsement pertaining to Owner covering property of others Controlled Insurance Programs(O.C.I.P.)or damaged from the use aoContractor Controlled Insurance Programs elevators. (C.C.I.P.) is attached to this policy, then the 10 following changes apply: 23. SUPPLEMENTARY PAYMENTS A. The following wording is added to the A. Under Section I—Supplementary Payments— endorsement: Coverages A and B, Paragraph 1.b.,the limit of With respect to a"consolidated (wrap-up) $250 shown for the cost of bail bonds is insurance program" project in which you are or replaced by$5,000: were involved, this exclusion does not apply to B. In Paragraph 1.d., the limit of $250 shown for those sums you become legally obligated to pay daily loss of earnings is replaced by$1,000. as damages because of: 24. UNINTENTIONAL FAILURE TO DISCLOSE 1. "Bodily injury," "property damage," or HAZARDS "personal or advertising injury" that occurs 411. during your ongoing operations at the If unintentionally you should fail to disclose all project, or during such operations of anyone existing hazards at the inception date of your policy, acting on your behalf; nor we will not deny coverage under this Coverage Part MN because of such failure. 2. "Bodily injury" or "property damage" 25. WAIVER OF SUBGROGATION-BLANKET included within the "products-completed operations hazard" that arises out of those Under SECTION IV—COMMERCIAL GENERAL portions of the project that are not LIABILITY CONDITIONS,The Transfer Of Rights "residential structures." Of Recovery Against Others To Us Condition is B. SECTION IV — COMMERCIAL GENERAL amended by the addition of the following: LIABILITY CONDITIONS is amended to add the .r We waive any right of recovery we may have following subparagraph 4.b.(1)(c) to Condition against any person or organization because of 4. Other Insurance: payments we make for injury or damage arising out [This insurance is excess over] of: dill (c) Any of the other insurance whether primary, 1. Your ongoing operations; or excess, contingent or any other basis that is 2, "Your work" included in the"products completed insurance available to you as a result of operations hazard." your being a participant in a "consolidated (wrap-up) insurance program," but only as G-18652-J (Ed. 07-12) Page 11 of 12 nr Copyright,CNA All Rights Reserved. G-18652-J CNA 2079881291 (Ed. 07-12) respects your involvement in that residency including but not limited to single or "consolidated (wrap-up) insurance multifamily housing, apartments, condominiums, program." townhouses, co-operatives or planned unit C. SECTION V—DEFINITIONS is amended to add developments and also includes their common S the following V de areas and/or appurtenant structures(including pools, hot tubs, detached garages, guest "Consolidated(wrap-up) insurance program" houses or any similar structures).When there is means a construction, erection or demolition no individual ownership of units, residential project for which the prime contractor/project structure does not include military housing, manager or owner of the construction project college/university housing or dormitories, long has secured general liability insurance covering term care facilities, hotels, or motels. some or all of the contractors or subcontractors Residential structure also does not include involved in the project, such as an Owner hospitals or prisons. Controlled Insurance Program (O.C.I.P.)or This provision 26.does not apply to any person Contractor Controlled Insurance Program or organization who otherwise qualifies as an (C.C.I.P.). additional insured on this Coverage Part "Residential structure"means any structure where 30 or more of the square foot area is used or is intended to be used for human irr All other terms and conditions of the Policy remain unchanged. This endorsement,which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. Material used with permission of ISO Properties, Inc Y S S S S S S G-18652-J (Ed. 07-12) Page 12 of 12 r Copyright,CNA All Rights Reserved. S as POLICY NUMBER: COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: a AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. as This endorsement identifies person(s) or organization(s) who are "insureds"for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. asThis endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. a Named Insured: Endorsement Effective Date: r SCHEDULE Name Of Person(s)Or Organization(s): r Information required to complete this Schedule, if not shown above, will be shown in the Declarations. a Each person or organization shown in the Schedule is Autos Liability Coverage in the Business Auto and an "insured"for Covered Autos Liability Coverage, but Motor Carrier Coverage Forms and Paragraph D.2. of only to the extent that person or organization qualifies Section I — Covered Autos Coverages of the Auto as an "insured" under the Who Is An Insured provision Dealers Coverage Form. contained in Paragraph A.1. of Section II — Covered arr r as rs CA 20 48 10 13 Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1 a This page has been left blank intentionally. a a a a a a a rw qtr a a r a r to a0 bw v r Ir �00007 of � e r Emma �+ goo 0 r PREVAILING WAGE RATES low aw Page 1 of 1 / r State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 „O PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage we The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. .O Journey Level Prevailing Wage Rates for the Effective Date: 7/6/2015 "' County Trade Job Classification Wage Holiday Overtime Note King Asbestos Abatement Workers Journey Level $42.67 5D 1H r. King Boilermakers Journey Level $64.29 5N 1C King Brick Mason Brick And Block Finisher $44.46 5A 1M King Brick Mason Journey Level $51.32 5A 1M +ire King Brick Mason Pointer-Caulker-Cleaner $51.32 5A 1M King Building Service Employees Janitor $21.29 55 2F King Building Service Employees Traveling Waxer/Shampooer $21.70 5S 2F ea King Building Service Employees Window Cleaner (Non-Scaffold) $24.94 55 2F King Building Service Employees Window Cleaner (Scaffold) $25.80 5S 2F ,,,,, King Cabinet Makers (In Shopl Journey Level $22.74 1 King Carpenters Acoustical Worker $52.32 5D 4C King Carpenters Bridge, Dock And Wharf $52.32 5D 4C do Carpenters King Carpenters Carpenter $52.32 5D 4C King Carpenters Carpenters on Stationary Tools $52.45 5D 4C to King Carpenters Creosoted Material $52.42 5D 4C King Carpenters Floor Finisher $52.32 5D 4C .r King Carpenters Floor Layer $52.32 5D 4C King Carpenters Scaffold Erector $52.32 5D 4C King Cement Masons Journey Levet $52.38 7A 1M O W King Divers ti Tenders Diver $105.37 5D 4C 8A King Divers a Tenders Diver On Standby $59.50 5D 4C King Divers ft Tenders Diver Tender $54.82 5D 4C ail King Divers a Tenders Surface Rcv f Rov Operator $54.82 5D 4C King Divers Et Tenders Surface Rcv a Rov Operator $51.07 5A 4C Tender or King Dredge Workers Assistant Engineer $54.75 5D 3F King Dredge Workers Assistant Mate (Deckhand) $54.33 5D 3F rw ... https:/lfortress.wa.gov/lni/wagelookup!prvWagelookup.aspx 07/06/2015 1ap., L. UI II iii King Dredge Workers Boatmen $54.75 5D 3F King Dredge Workers Engineer Welder $55.79 5D 3F King Dredge Workers Leverman, Hydraulic $56.92 5D 3F gig King Dredge Workers Mates $54.75 5D 3F King Dredge Workers Oiler $54.33 5D 3F to King Drywall Applicator Journey Level $52.32 5D 1F1 King Drywall Tapers Journey Level $52.37 5P 1 E King Electrical Fixture Maintenance Journey Level $26.59 5L 1 E „e Workers King Electricians - Inside Cable Splicer $66.76 7C 4E King Electricians - Inside Cable Splicer (tunnel) $71.67 7C 4E le King Electricians - Inside Certified Welder $64.54 7C 4E King Electricians - Inside Certified Welder (tunnel) $69.22 7C 4E Kingii Electricians - Inside Construction Stock Person $37.19 7C 4E King Electricians - Inside Journey Level $62.30 7C 4E King Electricians - Inside Journey Level (tunnel) $66.76 7C 4E to King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $69.95 5A 4D soi Construction King Electricians - Powerline Certified Line Welder $63.97 5A 4D Construction ii King Electricians - Powerline Groundperson $43.62 5A 44D Construction King Electricians - Powerline Heavy Line Equipment $63.97 5A 4D iri Construction Operator King Electricians - Powerline Journey Level Lineperson $63.97 5A 4D Construction isti King Electricians - Powerline Line Equipment Operator $53.81 5A 4D Construction King Electricians - Powerline Pole Sprayer $63.97 5A 4D ow Construction 4 King Electricians - Powerline 'Powderperson $47.55 5A 4D Construction NI King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $82.67 7D 4A King Elevator Constructors Mechanic In Charge $89.40 7D 4Aosi King Fabricated Precast Concrete All Classifications - In-Factory $15.90 5B 1R Products Work Only so King Fence Erectors Fence Erector $15.18 1 King Flaggers Journey Level $36.17 7A 31 King Glaziers Journey Level $54.91' 7L 1Y King Heat & Frost Insulators And Journeyman $61.18 5J 15 Asbestos Workers King Heating Equipment Mechanics Journey Level $70.37 7F 1E isi King Hod Carriers &Mason Tenders Journey Level $44.00 7A 31 King Industrial Power Vacuum Journey Level $9.47 1 mit https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 07/06/2015 ft Page 3 of 1 / vie Cleaner King Inland Boatmen Boat Operator $54.57 5B 1K M` King Inland Boatmen Cook $50.95 5B 1K King Inland Boatmen Deckhand $51.19 5B 1K III1 King Inland Boatmen Deckhand Engineer $52.18 5B 1K King Inland Boatmen Launch Operator $53.40 5B 1K King Inland Boatmen Mate $53.40 5B 1K w' King Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer $31.49 1 Sewer a Water Systems By Operator Remote Control .w King Inspection/Cleaning/Sealing Of Grout Truck Operator $11.48 1 Sewer a Water Systems By Remote Control ■„ King Inspection/Cleaning/Sealing Of Head Operator $24.91 1 Sewer a Water Systems By Remote Control ,M„ King Inspection/Cleaning/Sealing Of Technician $19.33 1 Sewer 8 Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $52.32 5D 4C No King Ironworkers Journeyman $61.62 7N 10 King Laborers Air, Gas Or Electric Vibrating $42.67 7A 31 Screed is King Laborers Airtrac Drill Operator $44.00 7A 31 King Laborers Ballast Regular Machine $42.67 7A 31 r King Laborers Batch Weighman $36.17 7A 31 King Laborers Brick Pavers $42.67 7A 31 King Laborers Brush Cutter $42.67 7A 31 sr King Laborers Brush Hog Feeder $42.67 7A 31 King Laborers Burner $42.67 7A 31 gm King Laborers Caisson Worker $44.00 7A 31 King Laborers Carpenter Tender $42.67 7A 31 King Laborers Caulker $42.67 7A 31 - King Laborers Cement Dumper-paving $43.46 7A 31 King Laborers Cement Finisher Tender $42.67 7A 31 King Laborers Change House Or Dry Shack $42.67 7A 31 int King Laborers Chipping Gun (under 30 Lbs.) $42.67 7A 31 King Laborers Chipping Gun(30 Lbs. And $43.46 7A 31 Over) ay King Laborers Choker Setter $42.67 7A 31 • King Laborers Chuck Tender $42.67 7A 31 .r King Laborers Clary Power Spreader $43.46 7A 31 King Laborers Clean-up Laborer $42.67 7A 31 King Laborers Concrete Dumper/chute $43.46 7A 31 ®w• OW https:/!fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 07/06/2015 rage's or i / a Operator King Laborers Concrete Form Stripper $42.67 7A 31 King Laborers Concrete Placement Crew $43.46 7A 31 King Laborers Concrete Saw Operator/core $43.46 7A 31 Driller King Laborers Crusher Feeder $36.17 7A 31 iss King Laborers Curing Laborer $42.67 7A 31 King Laborers Demolition: Wrecking &Moving $42.67 7A 31 a (incl. Charred Material) King Laborers Ditch Digger $42.67 7A 31 King Laborers Diver $44.00 7A ' 31 King Laborers Drill Operator $43.46 7A 31 (hydraulic,diamond) King Laborers Dry Stack Walls $42.67 7A 31 art King Laborers Dump Person $42.67 7A 31 King Laborers Epoxy Technician $42.67 7A 31 al King Laborers Erosion Control Worker $42.67 7A 31 I King Laborers Faller & Bucker Chain Saw $43.46 7A 31 King Laborers Fine Graders $42.67 7A 31 110 King Laborers Firewatch $36.17 7A 31 King Laborers Form Setter $42.67 7A 31 . King Laborers Gabian Basket Builders $42.67 7A 31 a King Laborers General Laborer $42.67 7A 31 King Laborers Grade Checker &Transit ' $44.00 7A 31 Person a King Laborers Grinders $42.67 7A 31 King Laborers Grout Machine Tender $42.67 7A 31 SI King Laborers Groutmen (pressure)including $43.46 7A 31 Post Tension Beams King Laborers Guardrail Erector $42.67 7A 31 King Laborers Hazardous Waste Worker (level $44.00 7A 31 A) King Laborers Hazardous Waste Worker (level $43.46 7A 31 B) King Laborers Hazardous Waste Worker (level $42.67 7A 31 C) a King Laborers High Scaler $44.00 7A 31 King Laborers Jackhammer $43.46 7A 31 King Laborers Laserbeam Operator $43.46 7A 31 ilsi King Laborers Maintenance Person $42.67 7A 31 King Laborers Manhole Builder-mudman $43.46 7A 31 King Laborers Material Yard Person $42.67 7A 31 + King Laborers Motorman-dinky Locomotive $43.46 7A 3! King Laborers Nozzleman (concrete Pump, $43.46 7A 31 es Green Cutter When Using Combination Of High Pressure Air &Water On Concrete& 0 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 07/06/2015 r Page 5 of 17 to Rock, Sandblast, Gunite, Shotcrete, Water Bla to King Laborers Pavement Breaker $43.46 7A 31 King Laborers Pilot Car $36.17 7A 31 to King Laborers Pipe Layer Lead $44.00 7A 31 King Laborers Pipe Layer/tailor $43.46 A 31 King Laborers Pipe Pot Tender $43.46 7A 31 r King Laborers Pipe Reliner $43.46 7A 31 King Laborers Pipe Wrapper $43.46 7A 31 King Laborers Pot Tender $42.67 7A 31 oto King Laborers Powderman $44.00 7A 31 King Laborers Powderman's Helper $42.67 7A 31 r King Laborers Power Jacks $43.46 7A 31 King Laborers Railroad Spike Puller - Power $43.46 7A 31 King Laborers Raker - Asphalt $44.00 7A 31 r► King Laborers Re-timberman $44.00 7A 31 King Laborers Remote Equipment Operator $43.46 7A 31 King Laborers Rigger/signal Person $43.46 7A 31 or King Laborers Rip Rap Person $42.67 7A 31 King Laborers Rivet Buster $43.46 7A 31 „it King Laborers Rodder $43.46 7A 31 King Laborers Scaffold Erector $42.67 7A 31 King Laborers Scale Person $42.67 7A 31 "' King Laborers Sloper (over 20") $43.46 7A 31 King Laborers Sloper Sprayer $42.67 7A 31 King Laborers Spreader (concrete) $43.46 7A 31 wr King Laborers Stake Hopper $42.67 7A 31 King Laborers Stock Piler $42.67 7A 31 to King Laborers Tamper a Similar Electric, Air $43.46 7A 31 Et Gas Operated Tools King Laborers Tamper (multiple £t Self- $43.46 7A 31 or propelled) King Laborers Timber Person - Sewer (tagger, $43.46 7A 31 Shorer Et Cribber) t, King Laborers Toolroom Person (at Jobsite) $42.67 7A 31 King Laborers Topper $42.67 7A 31 King Laborers Track Laborer $42.67 7A 31 t` King Laborers Track Liner (power) $43.46 7A 31 King Laborers Traffic Control Laborer $38.68 7A 31 8R King Laborers Traffic Control Supervisor $38.68 7A 31 8R King Laborers Truck Spotter $42.67 7A 31 King Laborers Tugger Operator $43.46 7A 31 t' King Laborers Tunnel Work-Compressed Air $64.99 7A 31 I Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $70.02 7A 31 8g or OW https://fortress.wa.gov/lni wagelookup/prvWagelookup.aspx 07/06/2015 Yage b or 1 / Ili Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $73.70 7A 31 Worker 44.01-54.00 psi mil King Laborers Tunnel Work-Compressed Air $79.40 7A 31 Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $81.52 7A 31 D till Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $86.62 7A 31 D. Worker 64.01-68.00 psi mil King Laborers Tunnel Work-Compressed Air $88.52 7A 31 D. Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $90.52 7A 31 D Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $92.52 7A 31 D. Worker 72.01-74.00 psi nri King Laborers Tunnel Work-Guage and Lock $44.10 7A 31 84 Tender itiameri King Laborers Tunnel Work-Miner $44.10 7A 31 84 Ili King Laborers Vibrator $43.46 7A 31 King Laborers Vinyl Seamer $42.67 7A 31 King Laborers Watchman $32.87 7A 31 King Laborers Welder $43.46 7A 31 King Laborers Well Point Laborer $43.46 7A 31 a King Laborers Window Washer/cleaner $32.87 7A 31 King Laborers - Underground Sewer General Laborer &Topman $42.67 7A 31 Et Water iii King Laborers - Underground Sewer Pipe Layer $43.46 7A 31 Et Water King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 +N Installers King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers * King Landscape Construction Landscaping or Planting $17.87- 1 Laborers King Lathers Journey Level $52.32 5D 1 H oil King Marble Setters Journey Level $51.32 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 mi King Metal Fabrication On Shop) Laborer $9.78 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shop) Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48_ 1 King Millwright Journey Level $53.42 5D 4C King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56_ 1 King Modular Buildings Equipment Maintenance $11.56_ 1 sii King Modular Buildings Plumber $11.56_ 1 King Modular Buildings Production Worker $9.47_ 1 No https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 07/06/2015 Ili Page 7 of 17 King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 WO King Modular Buildings Welder $11.56 1 King Painters Journey Level $37.80 6Z 2B ,,, King Pile Driver Journey Level $52.57 5D 4C King Plasterers. Journey Level $50.42 7Q 1R King Playground B. Park Equipment Journey Level $9.47 1 wr Installers King Plumbers 6 Pipefitters Journey Level $74.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $55.24 7A 3C 8P King Power Equipment Operators Assistant Engineer $51.97 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $54.75 7A 3C 8P King Power Equipment Operators Batch Plant Operator, $54.75 7A 3C 8P Concrete King Power Equipment Operators Bobcat $51.97 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $51.97 7A 3C 8P Equipment King Power Equipment Operators Brooms $51.97 7A 3C 8P .r King Power Equipment Operators Bump Cutter $54.75 7A 3C 8P King Power Equipment Operators Cableways $55.24 7A 3C 8P King Power Equipment Operators Chipper $54.75 7A 3C 8P ""ip King Power Equipment Operators Compressor $51.97 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount $55.24 7A 3C 8P With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $51.97 7A 3C 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $54.33 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. - King Power Equipment Operators Concrete Pump: Truck Mount $54.75 7A 3C 8P With Boom Attachment Up To 42m °11 King Power Equipment Operators Conveyors $54.33 7A 3C 8P King Power Equipment Operators Cranes: 20 Tons Through 44 $54.75 7A 3C 8P Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $55.79 7A 3C 8P Tons, Or 150'Of Boom (Including Jib With .,. Attachments) King Power Equipment Operators Cranes: 200 Tons To 300 Tons, $56.36 7A 3C 8P Or 250' Of Boom (including Jib ,,,, With Attachments) King Power Equipment Operators Cranes: 45 Tons Through 99 $55.24 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $51.97 7A 3C 8P Under https://fortress.wa.gov/Ini'wagelookupiprvWagelookup.aspx 07/06/2015 Page 8 of 17 it King Power Equipment Operators Cranes: Friction 100 Tons $56.36' 7A 3C 8P Through 199 Tons King Power Equipment Operators Cranes: Friction Over 200 Tons $56.92 7A 3C 8P osi King Power Equipment Operators Cranes: Over 300 Tons Or 300' $56.92 7A 3C 8P Of Boom (including Jib With Attachments) wit King Power Equipment Operators Cranes: Through 19 Tons With $54.33 7A 3C 8P Attachments A-frame Over 10 Tons roo King Power Equipment Operators Crusher $54.75 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches $54.75 7A 3C 8P (power) voi King Power Equipment Operators Derricks, On Building Work $55.24 7A 3C 8P King Power Equipment Operators Dozers D-9 a Under $54.33 7A 3C 8P ma King Power Equipment Operators Drill Oilers: Auger Type,Truck $54.33 7A 3C 8P Or Crane Mount King Power Equipment Operators Drilling Machine $54.75 7A 3C 8P tiii King Power Equipment Operators Elevator And Man-lift: $51.97 7A 3C 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $54.75 7A 3C 8P siti Gamaco a Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $54.33 7A 3C 8P With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With $51.97 7A 3C 8P Attachments King Power Equipment Operators Grade Engineer: Using Blue $54.75 7A 3C 8P iii Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $51.97 7A 3C 8P King Power Equipment Operators Guardrail Punch $54.75 7A 3C 8P di King Power Equipment Operators Hard Tail End Dump $55.24 7A 3C 8P Articulating Off- Road moil Equipment 45 Yards. a Over King Power Equipment Operators Hard Tail End Dump $54.75 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $54.33 7A 3C 8P Locator King Power Equipment Operators Horizontal/directional Drill $54.75 7A 3C 8P iii Operator King Power Equipment Operators Hydralifts/boom Trucks Over $54.33 7A 3C 8P 10 Tons iii King Power Equipment Operators Hydralifts/boom Trucks, 10 $51.97 7A 3C 8P Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. a $55.79 7A 3C 8P Over King Power Equipment Operators Loader, Overhead, 6 Yards. But $55.24 7A 3C 8P Not Including 8 Yards NI King Power Equipment Operators Loaders, Overhead Under 6 $54.75 7A 3C 8P Yards ow https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 07/06/2015 to Page 9 of 17 King Power Equipment Operators Loaders, Plant Feed $54.75 7A 3C 8P +w King Power Equipment Operators Loaders: Elevating Type Belt $54.33 7A 3C 8P King Power Equipment Operators Locomotives, All $54.75 7A 3C 8P King Power Equipment Operators Material Transfer Device $54.75 7A 3C 8P Ali King Power Equipment Operators Mechanics, All (leadmen - $55.79 7A 3C 8P $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Grader - Non- $54.33 7A 3C 8P finishing King Power Equipment Operators Motor Patrol Graders, Finishing $55.24 7A 3C 8P King Power Equipment Operators Mucking Machine, Mole, Tunnel $55.24 7A 3C 8P .r Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $51.97 7A 3C 8P ,w Distribution a Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $54.33 7A 3C 8P wr Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $54.75 7A 3C 8P 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $55.79 7A 3C 8P Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $55.24 7A 3C 8P Tons Through 99 Tons 11111. King Power Equipment Operators Pavement Breaker $51.97 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $54.75 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler- Asphalt, Crusher $54.33 7A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $51.97 7A 3C 8P tl1" King Power Equipment Operators Power Plant $51.97 7A 3C 8P King Power Equipment Operators Pumps - Water $51.97 7A 3C 8P o.r King Power Equipment Operators Quad 9, Hd 41, D10 And Over $55.24 7A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under $51.97 7A 3C 813 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $55.24 7A 3C 8P Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $51.97 7A 3C 8P King Power Equipment Operators Rollagon $55.24 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $51.97 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $54.33 7A 3C 8P Materials air King Power Equipment Operators Roto-mill, Roto-grinder $54.75 7A 3C 8P King Power Equipment Operators Saws - Concrete $54.33 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under $54.75 7A 3C 8P au 45 Yards King Power Equipment Operators Scrapers - Concrete a Carry All $54.33 7A 3C 8P King Power Equipment Operators Scrapers, Self-propelled: 45 $55.24 7A 3C 8P ow """ https:I/fortress.wa.gov/lni/wagelookup'prvWagelookup.aspx 07%06/2015 Page 10 of 17 iii Yards And Over King Power Equipment Operators Service Engineers - Equipment $54.33 7A 3C 8Pasi. King Power Equipment Operators Shotcrete/gunite Equipment $51.97 7A 3C 8P King Power Equipment Operators Shovel , Excavator, Backhoe, $54.33 7A 3C 8P Tractors Under 15 Metric Tons. lig King Power Equipment Operators Shovel, Excavator, Backhoe: $55.24 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons sai King Power Equipment Operators Shovel, Excavator, Backhoes, $54.75 7A 3C 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $55.79 7A 3C 8P Over 50 Metric Tons To 90us Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $56.36 7A 3C 8P Over 90 Metric Tonsto King Power Equipment Operators Slipform Pavers $55.24 7A 3C 8P King Power Equipment Operators Spreader, Topsider Et $55.24 7A 3C 8P , al Screedman King Power Equipment Operators Subgrader Trimmer $54.75 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $54.33 7A 3C 8P King Power Equipment Operators Tower Crane Over 175'in $56.36 7A 3C 8P Height, Base To Boom 1111 King Power Equipment Operators Tower Crane Up To 175' In $55.79 7A 3C 8P id Height Base To Boom King Power Equipment Operators Transporters, All Track Or $55.24 7A 3C 8P Truck Type Ail King Power Equipment Operators Trenching Machines $54.33 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver- 100 $54.75 7A 3C 8P Tons And Over Ai King Power Equipment Operators Truck Crane Oiler/driver Under $54.33 7A 3C 8P 100 Tons King Power Equipment Operators Truck Mount Portable Conveyor $54.75 7A 3C 8P a* King Power Equipment Operators Welder $55.24 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farmall Type $51.97 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $54.75 7A 3C 8P aiii King Power Equipment Operators- Asphalt Plant Operators $55.24 7A 3C 8P Underground Sewer a Water mai King Power Equipment Operators- Assistant Engineer g $51.97 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Barrier Machine (zipper) $54.75 7A 3C 8P Underground Sewer Et Wateriiii King Power Equipment Operators- Batch Plant Operator, $54.75 7A 3C 8P Underground Sewer a Water Concrete tit King Power Equipment Operators- Bobcat $51.97 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Brokk - Remote Demolition $51.97 7A 3C 8P Underground Sewer a Water Equipmental King Power Equipment Operators- Brooms $51.97 7A 3C 8P Underground Sewer a Water iitio https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 07/06/2015 to Page 11 of 17 u• King Power Equipment Operators- Bump Cutter $54.75 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Cableways $55.24 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Chipper $54.75 7A 3C 8P ""' Underground Sewer & Water King Power Equipment Operators- Compressor $51.97 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Concrete Pump: Truck Mount $55.24 7A 3C 8P Underground Sewer & Water With Boom Attachment Over 42 M IMP King Power Equipment Operators- Concrete Finish Machine -laser $51.97 7A 3C 8P Underground Sewer a Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $54.33 7A 3C 8P Underground Sewer & Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $54.75 7A 3C 8P rr. Underground Sewer a Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $54.33 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Cranes: 20 Tons Through 44 $54.75 7A 3C 8P Underground Sewer & Water Tons With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $55.79 7A 3C 8P Underground Sewer & Water Tons, Or 150'Of Boom (Including Jib With Attachments) King Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $56.36 7A 3C 8P Underground Sewer & Water Or 250' Of Boom (including Jib With Attachments) ink King Power Equipment Operators- Cranes: 45 Tons Through 99 $55.24 7A 3C 8P Underground Sewer & Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $51.97 7A 3C 8P Underground Sewer & Water Under King Power Equipment Operators- Cranes: Friction 100 Tons $56.36 7A 3C 8P Underground Sewer &Water Through 199 Tons King Power Equipment Operators- Cranes: Friction Over 200 Tons $56.92 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Cranes: Over 300 Tons Or 300' $56.92 7A 3C 8P Underground Sewer & Water Of Boom (including Jib With NW Attachments) King Power Equipment Operators- Cranes: Through 19 Tons With $54.33 7A 3C 8P Underground Sewer & Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $54.75 7A 3C 8P Underground Sewer & Water ern King Power Equipment Operators- Deck Engineer/deck Winches $54.75 7A 3C 8P Underground Sewer & Water (power) King Power Equipment Operators- Derricks, On Building Work $55.24 7A 3C 8P IOW ""' https:'ifortress.wa.gov/lni'wagelookup'prvWagelookup.aspx 07/06/2015 rage 1Z of 1/ a Underground Sewer a Water King Power Equipment Operators- Dozers D-9 a Under $54.33 7A 3C 8P Underground Sewer a Water iiii King Power Equipment Operators- Drill Oilers: Auger Type, Truck $54.33 7A 3C 8P Underground Sewer a Water Or Crane Mount King Power Equipment Operators- Drilling Machine $54.75 7A 3C 8P II Underground Sewer a Water King Power Equipment Operators- Elevator And Man-lift: $51.97 7A 3C 8P Underground Sewer a Water Permanent And Shaft Type a King Power Equipment Operators- Finishing Machine, Bidwell And $54.75 7A 3C 8P Underground Sewer a Water Gamaco a Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $54.33 7A 3C 8P a Underground Sewer a Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $51.97 7A 3C 8P Underground Sewer a Water Attachments iiii King Power Equipment Operators- Grade Engineer: Using Blue $54.75 7A 3C 8P Underground Sewer a Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $51.97 7A 3C 8P a Underground Sewer a Water King Power Equipment Operators- Guardrail Punch $54.75 7A 3C 8P Underground Sewer a Water a King Power Equipment Operators- Hard Tail End Dump $55.24 7A 3C 8P Underground Sewer a Water Articulating Off- Road Equipment 45 Yards. a Over King Power Equipment Operators- Hard Tail End Dump $54.75 7A 3C 8P Underground Sewer a Water Articulating Off-road Equipment Under 45 Yards is King Power Equipment Operators- Horizontal/directional Drill $54.33 7A 3C 8P Underground Sewer a Water Locator King Power Equipment Operators- Horizontal/directional Drill $54.75 7A 3C 8P otai Underground Sewer a Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $54.33 7A 3C 8P Underground Sewer a Water 10 Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 $51.97 7A 3C 8P Underground Sewer a Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. a $55.79 7A 3C 8P a Underground Sewer a Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. But $55.24 7A 3C 8P Underground Sewer a Water Not Including 8 Yards rr King Power Equipment Operators- Loaders, Overhead Under 6 $54.75 7A 3C 8P Underground Sewer a Water Yards King Power Equipment Operators- Loaders, Plant Feed $54.75 7A 3C 8P i Underground Sewer a Water King Power Equipment Operators- Loaders: Elevating Type Belt $54.33 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Locomotives, All $54.75 7A 3C 8P Underground Sewer a Water • King Power Equipment Operators- Material Transfer Device $54.75 7A 3C 8P mil Underground Sewer a Water King Power Equipment Operators- Mechanics, All (leadmen - $55.79 7A 3C 8P iiii https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 07/06/2015 ft Page 13 of 17 Underground Sewer a Water $0.50 Per Hour Over Mechanic) King Power Equipment Operators- Motor Patrol Grader - Non- $54.33 7A 3C 8P Underground Sewer a Water finishing King Power Equipment Operators- Motor Patrol Graders, Finishing $55.24 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $55.24 7A 3C 8P Underground Sewer a Water Drill, Boring, Road Header And/or Shield tam King Power Equipment Operators- Oil Distributors, Blower $51.97 7A 3C 8P Underground Sewer a Water Distribution Et Mulch Seeding Operator IMO King Power Equipment Operators- Outside Hoists (elevators And $54.33 7A 3C 8P Underground Sewer a Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $54.75 7A 3C 8P Underground Sewer a Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $55.79 7A 3C 8P Underground Sewer a Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $55.24 7A 3C 8P Underground Sewer a Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $54.75 7A 3C 8P Underground Sewer a Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $54.33 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Posthole Digger, Mechanical $51.97 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Power Plant $51.97 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Pumps - Water $51.97 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $55.24 7A 3C 8P .11110 Underground Sewer a Water King Power Equipment Operators- Quick Tower - No Cab, Under $51.97 7A 3C 8P Underground Sewer a Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $55.24 7A 3C 8P Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $51.97 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Rollagon $55.24 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Roller, Other Than Plant Mix $51.97 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $54.33 7A 3C 813 Underground Sewer a Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $54.75 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $54.33 7A 3C 8P low https:!/fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 07/06/2015 Page 14 of 17 ati Underground Sewer a Water King Power Equipment Operators- Scraper, Self Propelled Under $54.75 7A 3C 8P Underground Sewer a Water 45 YardsIli King Power Equipment Operators- Scrapers - Concrete Et Carry All $54.33 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $55.24 7A 3C 8P a Underground Sewer Et Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $54.33 7A 3C 8P Underground Sewer a Waterdo King Power Equipment Operators- Shotcrete/gunite Equipment $51.97 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $54.33 7A 3C 8P sr Underground Sewer Et Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: $55.24 7A 3C 8P Underground Sewer a Water Over 30 Metric Tons To 50 a Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $54.75 7A 3C 8P Underground Sewer a Water Tractors: 15 To 30 Metric Tons di King Power Equipment Operators- Shovel, Excavator, Backhoes: $55.79 7A 3C 8P Underground Sewer a Water Over 50 Metric Tons To 90 Metric Tons • King Power Equipment Operators- Shovel, Excavator, Backhoes: $56.36 7A 3C 8P Underground Sewer a Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $55.24 7A 3C 8P it Underground Sewer a Water King Power Equipment Operators- Spreader, Topsider a $55.24 7A 3C 8P Underground Sewer a Water Screedman iii King Power Equipment Operators- Subgrader Trimmer $54.75 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Tower Bucket Elevators $54.33 7A 3C 8P ori` Underground Sewer a Water King Power Equipment Operators- Tower Crane Over 175'in $56.36 7A 3C 8P Underground Sewer a Water Height, Base To Boom IL King Power Equipment Operators- Tower Crane Up To 175' In $55.79 7A 3C 8P Underground Sewer a Water Height Base To Boom King Power Equipment Operators- Transporters, All Track Or $55.24 7A 3C 8P iirle Underground Sewer a Water Truck Type King Power Equipment Operators- Trenching Machines $54.33 7A 3C 8P Underground Sewer a Water at King Power Equipment Operators- Truck Crane Oiler/driver - 100 $54.75 7A 3C 8P Underground Sewer a Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver Under $54.33 7A 3C 8P a Underground Sewer a Water 100 Tons King Power Equipment Operators- Truck Mount Portable Conveyor $54.75 7A 3C 8P Underground Sewer a Water iiiit King Power Equipment Operators- Welder $55.24 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Wheel Tractors, Farmall Type $51.97 7A 3C 8P it Underground Sewer a Water King Power Equipment Operators- Yo Yo Pay Dozer $54.75 7A 3C 8P a https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 07/06/2015 is Page 15 of 17 OK Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $45.75 5A 4A es Trimmers King Power Line Clearance Tree Spray Person $43.38 5A 4A Trimmers air King Power Line Clearance Tree Tree Equipment Operator $45.75 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $40.84 5A 4A es Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $30.74 5A 4A Trimmers op King Refrigeration Et Air Journey Level $73.51 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $51.32 5A 1M gm King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 err King Residential Drywall Applicators Journey Level $40.14 5D 4C King Residential Drywall Tapers Journey Level $52.37 5P 1 E King Residential Electricians Journey Level $30.44 1 O K King Residential Glaziers Journey Levet $37.30 7L 1H King Residential Insulation Journey Level $26.28 1 Applicators a` King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 „K King Residential Painters Journey Level $24.46 1 King Residential Plumbers Et Journey Level $34.69 1 Pipefitters mg King Residential Refrigeration Et Air Journey Level $73.51 6Z 1G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $42.58 7F 1R MP Workers King Residential Soft Floor Layers Journey Level $42.41 5A 3D King Residential Sprinkler Fitters Journey Level $42.48 5C 2R su (Fire Protection) King Residential Stone Masons Journey Level $51.32 5A 1M King Residential Terrazzo Workers Journey Level $46.96 5A 1M JIM King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.17 1 at King Roofers Journey Level $45.71 5A 3H King Roofers Using Irritable Bituminous $48.71 5A 3H Materials ar King Sheet Metal Workers Journey Level (Field or Shop) $70.37 7F 1E King Shipbuilding Et Ship Repair Boilermaker $39.82 7M 1H la King Shipbuilding Et Ship Repair Carpenter $39.24 71" 26 King Shipbuilding Et Ship Repair Electrician $40.16 7T 48 King Shipbuilding Et Ship Repair Heat Et Frost Insulator $61.18 5J 1S viii air https://fortress.wa.gov/lni/wagelookup'prvWagelookup.aspx 07/06/2015 Page lb of 17 II King Shipbuilding a Ship Repair Laborer $40.19 7T 4B King Shipbuilding a Ship Repair Machinist $40.18 7T 4B King Shipbuilding a Ship Repair Operator $40.11 7T 4B dr King Shipbuilding a Ship Repair Painter $40.16 7T 4B King Shipbuilding a Ship Repair Pipefitter $40.11 7T 4B es King Shipbuilding a Ship Repair Rigger $40.19 7T 4B King Shipbuilding Et Ship Repair Sheet Metal $40.14 7T 4B King Shipbuilding Et Ship Repair Shipfitter $40.19 7T 4B sit King Shipbuilding £t Ship Repair Trucker $40.03 7T 4B King Shipbuilding a Ship Repair Warehouse $40.08 7T 4B ali King Shipbuilding a Ship Repair Welder/Burner $40.19 7T 4B King Sign Makers Et Installers Sign Installer $22.92 1 (Electrical) 111 King Sign Makers Et Installers Sign Maker $21.36 1 (Electrical) King Sign Makers Et Installers (Non- Sign installer $27.28 1 + iii Electrical) King Sign Makers Et Installers (Non- Sign Maker $33.25 1 Electrical) iiii King Soft Floor Lavers Journey Level $42.41 5A 3D King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $69.74 5C 1X at Protection) King Stage Rigging Mechanics (Non Journey Levet $13.23 1 Structural) ili King Stone Masons Journey Level $51.32 5A 1M King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers m King Surveyors Assistant Construction Site $54.33 7A 3C 8P Surveyor King Surveyors Chainman $53.81 7A 3C 8P *+ King Surveyors Construction Site Surveyor $55.24 7A 3C 8P King Telecommunication Journey Level $22.76 1 Technicianset King Telephone Line Construction - Cable Splicer $36.96 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $20.49 5A 2Biiii Outside King Telephone Line Construction - Installer (Repairer) $35.40 5A 2B Outside it King Telephone Line Construction - Special Aparatus Installer I $36.96 5A 2B Outside lit King Telephone Line Construction - Special Apparatus Installer II $36.19 5A 2B Outside King Telephone Line Construction - Telephone Equipment Operator $36.96 5A 2B Outside (Heavy) illii King Telephone Line Construction - Telephone Equipment Operator $34.34 5A 2B Outside (Light) W https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 07/06/2015 al Page 17 of 17 King Telephone Line Construction - Telephone Lineperson $34.34 5A 2B Outside King Telephone Line Construction - Television Groundperson $19.45 5A 2B Outside King Telephone Line Construction - Television Lineperson/Installer $25.89 5A 2B r.r Outside King Telephone Line Construction - Television System Technician $30.97 5A 2B Outside King Telephone Line Construction - Television Technician $27.77 5A 2B Outside King Telephone Line Construction - Tree Trimmer $34.34 5A 2B lala Outside King Terrazzo Workers Journey Level $46.96 5A 1M King Tile Setters Journey Level $21.65 1 King Tile, Marble Et Terrazzo Finisher $37.79 5A 1B Finishers r King Traffic Control Stripers Journey Level $43.11 7A 1K King Truck Drivers Asphalt Mix Over 16 Yards (W. $49.85 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $49.01 5D 3A 8L WA-Joint Council 28) King Truck Drivers Dump Truck Et Trailer $49.85 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $49.01 5D 3A 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $49.85 5D 3A 8L Council 28) art King Truck Drivers Transit Mixer $43.23 1 King Well Drillers a Irrigation Pump Irrigation Pump Installer $17.71 1 ,,a Installers King Well Drillers Et Irrigation Pump Oiler $12.97 1 Installers .111, King Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers rll lit all https://fortress.wa.gov-'lni/wagelookupiprvWagelookup.aspx 07/06/2015 Department of Labor and Industries 40,sure 0.6 Prevailing Wage o STATEMENT OF INTENT TO wi (360)902-5335 t_ ` g www.Ini.wa.gov/TradesLicensingiPrevWage o �, y� PAY PREVAILING WAGES �' ,see tkPublic Works Contract • This form must be typed or printed in ink. No. Fill in all blanks or the form will be returned for correction(see instructions). $40.00 Filing Fee Required • Please allow a minimum of 10 working days for processing. • Once approved,your form will be posted online at Intent ID# (Assigned by L&I) httos://fortress.wa.gov/Ini/pwiapub/SearchFor.asp wig Your Company Information Awarding Agency Information Your Company Name Project Name Contract Number IIIIYour Address Awarding Agency City State Zip+4 Awarding Agency Address 7 Your Contractor Registration Number Your UBI Number City State Zip+4 iiiiYour Industrial Insurance Account Number Awarding Agency Contact Name Phone Number Your Email Address(required for notification of approval) Your Phone Number County Where Work Will Be Performed City Where Work Will Be Performed (Additional Details Contract Details Your Expected Job Start Date(mm/dd/yyyy) Bid Due Date(Prime Contractor's) Award Date(Prime Contractor's) (Job Site Address Directions Total Dollar Amount of Your Contract(including sales tax)or indicate time and materials,if applicable. $ 0 T&M ARRA Funds Weatherization or Energy Efficient Funds Does this project utilize American Recovery and Reinvestment Act(ARRA)funds? Does this project utilize any weatherization or energy efficiency upgrade funds 0 Yes 0 No (ARRA or otherwise)? 0 Yes 0 No Prime Contractor's Company information Hiring Contractor's Company Information aiiPrime Contractor's Company Name Prime Contractor's Intent Number Hiring Contractor's Company Name Prime Contractor's Registration Number Prime Contractor's UBI Number Hiring Company's Contractor Registration Number Hiring Contractors UBI Number employment Information Do you intend to use ANY subcontractors? ❑Yes 0 No Will employees perform work on this project? 0 Yes 0 No illWill ALL work be subcontracted? 0 Yes 0 No Do you intend to use apprentice employees? 0 Yes 0 No Number of Owner Operators who own at least 30%of the company who will perform work on this project: 0 None(0) 0 One(l) 0 Two(2) 0 Three(3) ill Crafts/Trades/Occupations-(Do not list apprentices. They are listed on the Affidavit of Wages Paid Rate of Hourly only.)If an employee works in more than one trade,ensure that all hours worked in each trade are reported Number Workerof Rate oPfHourly Usual("Fringe") below. For additional crafts tradesoccupations please use Addendum A. y Benefits 7 1 rid Signature Block I hereby certify that I have read and understand the instructions to complete this form and that the information,including any addenda,are correct and that all workers I employ on this Public Works Project will be paid no less than the Prevailing Wage Rate(s)as determined by the Industrial Statistician of the Department of Labor and Industries. ill Print Name: Print Title: Signature: Date: For 141 Use Only Approved by signature of the Department of Labor and Industries Industrial Statistician i I ow NOTICE: If the prime contract is at a cost of over one million dollars($1,000,000.00),RCW 39.04.370 requires you to complete the EHB 2805(RCW 39.04.370)Addendum and attach it to your Affidavit of Wages of Paid when your work on the project concludes. This is only a notice.The EHB 2805 Addendum is not submitted with this Intent. ttrr F700-029-000 Statement of Intent to Pay Prevailing Wages 03-2011 Department of Labor and Industries KO'siert;o Prevailing Wage ot STATEMENT OF INTENT T - (360)902-5335 'z www.lni.wa. oviT i IP `��' n� PAY PREVAILING WAGE g radesLtcens ng revWage y y'r 1889�� Public Works Contras • This form must be typed or printed in ink. • Fill in all blanks or the form will be returned for correction(see instructions). $40.00 Filing Fee Require* • Please allow a minimum of 10 working days for processing. • Once approved,your form will be posted online at Intent ID # (Assigned by L&I) https:/,fortress.wa.gov/IniipwiapubiSearchFor.asp Your Company InformationAwarding Agency Information ei Your Company Name -- Project Name I— Contract Number Your Address Awarding Agency City State Zip+4 Awarding Agency Address ii ___.7Your Contractor Registration Number Your UBI Number City State Zip+4 Your Industrial Insurance Account Number Awarding Agency Contact Name Phone Number Your Email Address(required for notification of approval) Your Phone Number County Where Work Will Be Performed City Where Work Will Be Performed, Additional Details Contract Details Your Expected Job Start dd/yyyy) Bid Due Date(Prime--- or's) Award Date(Prime Contractor's) Job Site Address.'Directions Total Dollar Amount of Your Contract(including sales tax)or indicate time and materials,if applicable. $ ❑T&I ff ARRA Funds 5 Weatherization or Energy Efficient Funds Does this project utilize American Recovery and Reinvestment Act(ARRA)fun Does this project utilize any weatherization or energy efficiency upgrade funds 0 Yes 0 No (ARRA or otherwise)? 0 Yes 0 Nois Prime Contractor's Company Inf Ifl Hiring Contractor's Company I® ion Prime Contractor's Company Name Prime Contractor's Intent Number Hiring Contractor's Company N. Prime Contractor's Registration Number Prime Contractor's UBI Number Hiring Contractor's Contractor Registration Number Hiring Contractor's UBI Number Employment Information _. 8 Do you intend to use ANY subs 0 Yes 0 No Will employees perform work on this project? 0 Yes ❑No li Will ALL work be subcontracted? 0 Yes 0 No Do you intend to use apprentice employees? 0 Yes 0 No iiii Number of Owner'Operators who own at least 30%of the company who will perform work on this project: 0 None(0) 0 One(1) 0 Two(2) 0 Three(3) Crafts/Trades/Occupations (Do not list apprentices. They are listed on the Affidavit of Wages Paid Number of Rate of Hourly Rate of Hourly only.)If an employee works in more than one trade,ensure that all hours worked in each trade are reported Workers Pa Usual("Fringe") below. For additional crafts/trades/occupations please use Addendum A. y Benefits In — ---- I to 11E11 I= it 1,,, ,gnature Block I hereby certify that I have read and understand the instructions to complete this form. That the information,including any addendum(s),are correct and that all workers I employ on this Public Works Project will be paid no less than the Prevailin Wage Rate(s)as determined by the Industrial Statistician of the Department of Labor and Industries. lill Print Name: Print Title: Signature_ Date: For L&I Us Oak' Approved by the Department of Labor and Industries Industrial Statistician illi IN NOTICE: If the prime contract is at a cost of over one million dollars(S 1,000,000.00),RCW 39.04370 requires you to complete the EHB 2805(RCW 39.04.370)Addendum and attach it to your Affidavit of Wages of Pald when your work on the project concludes. This is only a notice.The EHB 2805 Addendum is not submitted with this latent. NUMBERED-F700-029-000 Statement of Intent to Pay Prevailing Wages 03-2011 i fila Department of Labor and Industries sT2 Affidavit of Wages Paid Prevailing Wage Program o4, (360) 902-5335 Public Works Contract www.Lni.wa.qov/TradesLicensinq/PrevWage/default.aso �y ,t3'. $40.00 Filing Fee Required* This form must be typed or printed in ink. 1889 *Exemption may apply. See instruction 9. Fill in ALL blanks or the form will be returned for correction Affidavit ID # (Assigned by L&I): (see instructions). Please allow a minimum of 10 business days for processing. Once approved,your form will be posted online at: alhttos://fortress.wa.aov/I ni/waaelookup/searchform s.asox ;Pf, uf.wai , :: ..P_ ;« '-i aaJ... 1 Your Company Name Project Name Contract Number Your Company Address Awarding Agency • City State Zip+4 Awarding Agency Address Your Contractor Registration Number Your UBI Number City State Zip+4 Your Industrial Insurance Account Number Awarding Agency Contact Name Phone Number Your Email Address(required for notification of approval) Your Phone Number County Where Work Was City Where Work Was Performed Performed (i Your Job Start Date(mm/dd/yyyy) Your Date Work Completed(mm/dd/yyyy) Bid Due Date(Prime Award Date(Prime / / / / Contractor's) Contractor's) Job Site Address/Directions Your Approved Intent ID# Indicate Total Dollar Amount of Your I $ Contract(including sales tax). EHB 2805(RCW 39.04.370)—Is the Prime Contractor's 0 No If"Yes"to the EHB 2805 question and the Award Date is 9/1/2010 or later All contract at a cost of over one million dollars($1,000,000)? ❑Yes you must complete and submit the EHB 2805(RCW 39.04.370)Addendum. tai . .,,.„.t:�t�:. I;�;a E. '.fit,,.:; °° Does this project utilize American Recovery and Reinvestment Act(ARRA)funds? Does this project utilize any weatherization or energy efficiency lilt 0 Yes 0 No upgrade funds(ARRA or otherwise)? 0 Yes 0 No :_IL., ` �� �.,,. 1�..««��,..!l !p �..,IAI.,.��t �ti _ l,la, t � ��,�,..°„,,,,�, e,6� :,.�1b ,o-.d#, °« � Prime Contractor's Company Name Hiring Contractor's Company Name a>r Prime Contractor's Registration Number Prime Contractor's UBI Number Hiring Contractor's Registration Number Hiring Contractor's UBI Number Did you use ANY subcontractors? 0 Yes(Addendum B Reauired) 0 No Did employees perform work on this 0 Yes 0 No project? Was SL work subcontracted? 0 Yes(Addendum B Required) 0 No Did you use apprentice employees? 0 Yes 0 No Number of Owner/Operators who own at least 30%of the company who performed work on this 0 None(0) 0 One(I) ❑Two(2) 0 Three(3) project: You must list the First and Last Name(s)of any Owner/Operator performing work below List your Crafts/Trades/Occupations Below-For Journey Level Workers you must Rate of Hourly +ra. provide all of the information below. Owner/Operators-must provide their First and Last Number of Total#of Rate of Usual name no other information required. **Apprentices are not recorded below.You must Workers Hours Hourly Pay ("Fringe") use Addendum D to list Apprentices. Worked Benefits t I hereby certify that I have read and understand the instructions to complete this form and that the information on the form and any addenda is correct and that all workers I employed on this Public Works Project were paid no less than the Prevaili Wage Rate(s)as determined by the Industrial Statistician of the Department of Labor and Industries. Print Name: Print Title: 1 Signature: Date: Department of Labor and Industries me APPROVED BY: Industrial Statistician ▪ F700-007-000 Affidavit of Wages Paid 06-2014 Department of Labor and Industries Affidavit of Wages Paid Prevailing Wage Program Public Works Contract ig (360) 902-5335 www.Lni.wa.gov/TradesLicensing/PrevWage/default.aso •?yz 1889„oy�� $40.00 Filing Fee Required* This form must be typed or printed in Ink. Exemption may apply. See instruction 9. Fill in ALL blanks or the form will be returned for correction (see instructions). Affidavit ID # (Assigned by L&I): Please allow a minimum of 10 business days for processing. Once approved,your form will be posted online at: httos://fortress.wa.qov/Ini/wacielookua/searchforms.aspx t ;. tea. ?1orm;s+,rxo ^'. �,... '�11 Your Company Name Project Name Contract Number Your Company Address Awarding Agency City State Zip+4 Awarding Agency Address Your Contractor Registration Number Your UBI Number City State Zip+4 I Your Industrial Insurance Account Number Awarding Agency Contact Name Phone Number Your Email Address(required for notification of approval) Your Phone Number County Where Work Was City Where Work Was Performed Performed 4kkir ; Your Job Start Date(mm/dd/yyyy) Your Date Work Completed(mm/dd/yyyy) Bid Due Date(Prime Award Date(Prime Contractor's) Contractor's) Job Site Address/Directions Your Approved Intent ID# Indicate Total Dollar Amount of Your I $ Contract(including sales tax). EHB 2805(RCW 39.04.370)—Is the Prime Contractor'sa contract at a cost of over one million dollars($1,000,000)? ❑No If"Yes”to the EHB 2805 question and the Award Date is 9/1/2010 or later ,� ❑Yes you must complete and submit the EHB 2805(RCW 39.04.370)Addendum. .., r.. ; .s� `.7YY Does this project utilize American Recovery and Reinvestment Act(ARRA)funds? Does this project utilize any weatherization or energy efficiency 0 Yes 0 No upgrade funds(ARRA or otherwise)? ...�0{ Yes 0 No g Prime Contractor's Company Name Hiring Contractor's Company Name Prime Contractor's Registration Number Prime Contractor's UBI Number Hiring Contractor's Registration Number Hiring Contractor's UBI Number `• i 4 a 4 '-r Did you use ANY subcontractors? 0 Yes(Addendum B Required) 0 No Did employees perform work on this 0 Yes 0 No ir project? Was ALL work subcontracted? 0 Yes(Addendum B Required) 0 No Did you use apprentice employees? 0 Yes ❑No Number of Owner/Operators who own at least 30%of the company who performed work on this 0 None(0) 0 One(t) 0 Two(2) 0 Three(3) project: You must list the First and Last Name(s)of any Owner/Operator performing work below List your Crafts/Trades/Occupations Below-For Journey Level Workers you must Rate of Hourly provide all of the information below. Owner/Operators-must provide their First and Last Number of Total#of Rate of Usual name no other information required. "Apprentices are not recorded below.You must Workers Hours Hourly Pay ("Fringe") use Addendum D to list Apprentices. Worked Benefits ; - I hereby certify that I have read and understand the instructions to complete this form and that the information on the form and any addenda is correct and that all workers I employed on this Public Works Project were paid no less than the Prevailirki Wage Rate(s)as determined by the Industrial Statistician of the Department of Labor and Industries. Print Name: Print Title: Signature: Date: Department of Labor and Industries APPROVED BY: Industrial Statistician 111 F700-007-000 Affidavit of Wages Paid t NIL MI CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: rYr Ref: Pay Estimate No. Project CAG No. as This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period am from through , in accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of rr Labor&Industries. This form will be executed and submitted prior to or with the last pay request. 11111 Company Name By: Title: 1116 19e-Renton certificate of payment of prevailing wages I I 1111i 11111 19e-Renton certificate of payment of prevailing wages rr CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: Ref: Pay Estimate No. Project CAG No. rwr This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period is from through , in accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of r Labor&Industries. This form will be executed and submitted prior to or with the last pay request. Company Name By: qtr Title: it wr rr. ■r as rr OP 19e-Renton certificate of payment of prevailing wages\ 1 S S S S S a i til S S S S r S S S 19e-Renton certificate of payment of prevailing wages\ r. to 10 im r. City of rl w ENVIRONMENTAL w PERMITS w w w w w w r wr REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES IMP In accordance with the provisions of Chapter 62, Laws of 1973, H. B. 621, the Contract or shall secure any permits or licenses required by, and comply fully with all provisions of the following laws, ordinances,and resolutions: Kine County Ordinance No. 1527 requires Building and Land Development Division and Hydraulics Division review of grading and filling permits and unclassified use permits in flood hazard areas. Resolution No. 36230 establishes storm drain design standards to be incorporated into project design standards to be incorporated into project design by Engineering Services. Review by Hydraulics Division. King County Ordinance No. 800, No. 900, No. 1006 and Resolution No. 8778, No. 24553. No. 24834, No. 6894 and No. 11242 contained in King County Code Titles 8 and 10 are provisions for disposition of refuse and litter in a licensed disposal site and provide penalties for failure to comply. Review by Division of Solid Waste. Puget Sound Air Pollution Control Agency Regulation I: A regulation to control the emission of air contaminants from all sources within the jurisdiction of the Puget Sound Air Pollution Control Agency (King, Pierce, Snohomish, and Kitsap Counties) in accordance with the Washington Clean Air Act,R.C.W. 70.94. wr WASHINGTON STATE DEPARTMENT OF ECOLOGY W_A.C. 18-02: Requires operators of stationary sources of air contaminants to maintain records of emissions, periodically report to the State information concerning these emissions from his operations, and to make such information available to the public. See Puget Sound Pollution Control Agency Regulation I. 4116 R_C.W. 90-48: Enacted to maintain the highest possible standards to ensure the purity of all water of the State consistent with public health and public enjoyment thereof, the propagation and protection of wildlife,birds, game, fish, and other aquatic life, and the industrial development of the state, and to that end require the use of all known available and reasonable methods by industries and others to prevent and control the pollution of the waters of the State of Washington. It is unlawful to throw, drain, run or otherwise discharge into any of the water of this State any organic in or inorganic matter that shall cause or tend to cause pollution of such waters. The law also provides for civil penalties of$5,000/day for each violation. R.C.W. 70.95: Establishes uniform statewide program for handling solid wastes which will prevent land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the surface of the ground or into the waters of this State except at a solid waste disposal site for which +�+ there is a valid permit. R.C.W. 76-04.370: Provide for abatement of additional tire hazard(lands upon which there is forest debris) and extreme fire hazard (areas of additional fire hazard near buildings, roads, campgrounds, and school grounds). The owner and/or person responsible is fully liable in the event a fire starts or spreads on property on which an extreme fire hazard exists. Mir R.C.W. 76.04.010: Defines terms relating to the suppression or abatement of forest fires or forest fire conditions. ass H.\DIV ISION SIUTILITIE.SIWATER\RICK\Springbrook Springs'BIDSPEC.DOC/bh REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND si PRESERVATION OF PUBLIC NATURAL RESOURCES R.C.W. 70.94.660: Provides for issuance of burning permits for abating or prevention of forest fire hazards, instruction or agricultural operations. R.C.W. 76-.04.310: Stipulates that everyone clearing land or clearing right-of-way shall pile and burn or dispose of by other satisfactory means, all forest debris cut thereon, as rapidly as the clearing or cutting progresses, or at such other times as the department may specify, and in compliance with the law requiring burning permits. mit R. C. W. 78-44: Laws governing surface mining (including sand, gravel, stone, and earth from borrow pits) which provide for fees and permits, plan or operation, reclamation plan, bonding, and inspection of operations. W.A.C. 332-18: Delineates all requirements of R.C.W. 76-04 pertaining to land clearing and burning. U.S.ARMY CORPS OF ENGINEERS Section 1 of the River and Harbor Act of June 13, 1902: Authorizes Secretary of Army and Corps of Engineers to issue permits to any persons or corporation desiring to improve any navigable river at their own expense and risk upon approval of the plans and specifications. Section 404 of the Federal Water Pollution Control Act (PL92-500 86 Stat. 816): Authorizes the Secretary of the Army, acting through the Corps of Engineers, to issue permits for the discharge of dredged or fill material into the navigable waters at specified disposal sites. Permits may be denied rrr if it is determined that such discharge will have adverse effects on municipal water supplies, shell fish beds and fishery areas and wildlife or recreational areas. a MISCELLANEOUS FEDERAL LEGISLATION Section 13 of the River and Harbor Act approved March 3, 1899: Provides that discharge of refuse without a permit into navigable waters is prohibited. Violation is punishable by fine. Any citizen a may file a complaint with the U.S.Attorney and share a portion of the fine. PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS: WA KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION King County Resolution No. 25789 requires an unclassified use permit for filling, quarrying (including borrow pits and associated activities such as asphalt plants, rock crushers) and refuse disposal sites and provides for land reclamation subsequent to these activities_ A copy is available rar at the Department of Public Works or Building and Land Development Division. Shoreline Management Act 1971 requires a permit for construction on State shorelines. Permit acquired by Public Works and reviewed by Building and Land Development Division. 91a King County Ordinance No. 1488 requires permit for grading, land fills, gravel pits, dumping, quarrying and mining operations except on County right-of-way. Review by Building and Land Development Division. trig H. DrvISION SWITLIrtE S\WATERVt)CK\Springbrook Springs\BIDSPEC.DOC/bh OW REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES 11. WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAME Chapter 112, Laws of 1949: Requires hydraulics permit on certain projects. (King County ami Department of Public Works will obtain.) WASHINGTON STATE DEPARTMENT OF ECOLOGY so W.A.C. 173-220. Requires a National Pollutant Discharge Elimination System (NPDES) permit before discharge of pollutants from a point source into the navigable waters of the State of Washington. .r► W.A.C. 372-24: Permit to discharge commercial or industrial waste waters into State surface or ground water (such as gravel washing, pit operations, or any operation which results in a discharge which contains turbidity). W.A.C. 508-12-100: Requires permit to use surface water. S. W.A.C. 508-12-190: Requires that changes to permits for water use be reviewed by the Department of Ecology whenever it is desired to change the purpose of use, the place of use, the point of withdrawal and/or the diversion of water. W.A.C. 508-12-220: Requires permit to use ground water. W.A.C. 508-12-260: Requires permit to construct reservoir for water storage. W.A.C. 508-12-280: Requires permit to construct storage dam. org W.A.C. 508-60: Requires permit to construct in State flood control zone. King County Public Works secures one for design. Contractor secures one for his operation (false work design,etc.) der WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES R.C.W. 76.04.150: Requires burning permit for all fires except for small outdoor fires for "" recreational purposes or yard debris disposal. Also the Department of Natural Resources reserves the right to restrict burning under the provisions of R.C.W. 76.04.150, 76.04.170, 76.04.180, and 70.94 due to extreme fire weather or to prevent restriction of visibility and excessive air pollution. ar R.C.W. 76.08.030: Cutting permit required before cutting merchantable timber. R.C.W. 76.08.275: Operating permit required before operating power equipment in dead or down timber. ION R.C.W. 78.44.080: Requires permit for any surface mining operation (including sand, gravel,stone, and earth from borrow pits). UNITED STATES ARMY CORPS OF ENGINEERS Section 10 of River and Harbor Act of March 3, 1899: Requires permit for construction (other than bridges, see U. S. Coast Guard administered permits)on navigable waters (King County Department of Public Works will obtain.) OP HA\DIVJS1ON.S\UTJL1TIE S\WATER\RICK\Springbrook Springs\BIDSPEC DOC/bh REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES FIRE PROTECTION DISTRICT Sit R.C.W. 52.28.010,_52.28.020, 52.28.030, 52.28.040, 52.28.050: Provides authority for, requirements of, and penalties for failure to secure a fire permit for building an open fire within a fire protection district. UNITED STATES COAST GUARD Oil Section 9 of River and Harbor Act of March 3, 1899, General Bridge Act of March 23, 1906, and General Bridge Act of 1946 as amended August 2, 1956: Requires a permit for construction of bridge on navigable waters (King County Department of Public Works will obtain). King County Department of Public Works will comply with pertinent sections of the following laws while securing the aforementioned permit: Section 4(f) of Department of Transportation Act, National Environmental Policy Act of I969,Water Quality Improvement Act of 1970. PUGET SOUND AIR POLLUTION CONTROL AGENCY Section 9.02(d) (2) (iii) of Regulation I: Request for verification of population density. Contractor should be sure his operations are in compliance with Regulation I,particularly Section 9.02 (outdoor fires),Section 9.04 (particulate matter -- dust), and Section 9.15 (preventing particulate matter from becoming airborne). r1r ENVIRONMENTAL PROTECTION AGENCY mei Title 40, Chapter Ic, Part 61: Requires that the Environmental Protection Agency be notified five (5) days prior to the demolition of any structure containing asbestos material (excluding residential structures having fewer than five(5)dwelling units). The above requirements will be applicable only where called for on the various road projects. Copies of these permits, ordinances, laws, and resolutions are available for inspection at the Office oal of the Director of Public Works,900 King County Administration Building, Seattle,WA. 98104. It shall be the responsibility of the Contractor to familiarize himself with all requirements therein. All costs resulting therefrom shall be included in the Bid Prices and no additional compensation shall be made. All permits will be available at construction site. 111. H:1DJV1S1ON.S\UTILITIE S\WA7ER\RICK\Springbrook Springs\BIDSPEC.DOC/bh Nil r.. Washington Department of Fish&Wildlife HYDRAULIC PROJECT APPROVAL POBox43234 Olympia,WA 98504-3234 FISH {{71,DLIFE (360)902-2200 "a' Issued Date: April 17, 2015 Permit Number: 2015-4-248+01 Project End Date: April 16, 2020 FPA/Public Notice Number: N/A Application ID: 3255 PERMITTEE AUTHORIZED AGENT OR CONTRACTOR ar City of Renton ATTENTION: Allen Quynn 1055 S Grady Way Renton,WA 98057-3232 Aur Project Name: Maplewood Creek Stormwater Outfall Improvements Project Project Description: The purpose of this project is to abandon two existing stormwater outfalls discharging to Maplewood Creek(a Class C stream)and replace them with a single outfall. The existing outfalls are located along a steep ravine(90%slope)and have failed as a result of significant erosion and undercutting along the slope below the outfalls. The proposed project will re-route storm flows from the existing failed outfall located at the intersection of SE 4th Place and Chelan Ave SE along Chelan Ave SE for approximately 750 LF to a catch basin at the intersection of Chelan Ave SE and SE 2nd Place. The combined runoff from the re-routed flows and all other tributary flows from the 15.61 acre drainage basin will be conveyed in a new 16-inch welded HDPE pipe outfall approximately 50 LF down the ravine slope through private property. The 16-inch outfall pipe will be connected to a new energy dissipator structure located at the bottom of the ravine and adjacent to the creek embankment. The new outfall pipe will be constructed above ground and anchored to the slope. The new outfall will reduce erosion of the ravine slope in the vicinity of the failed outfalls and subsequently reduce sedimentation discharge in Maplewood Creek. The existing outfalls will �r be decommissioned in accordance with standard industry practice. For construction and maintenance access to the portion of the storm pipe (include energy dissipator)within private property, the City will obtain an easement from the property owner. deg The easement will be accessed off of Chelan Ave. and NE 2nd Place. a1°' PROVISIONS 1. The project may begin immediately and shall be completed by April 16, 2020, provided outfall construction within the ordinary high water line(OHWL)shall occur only between June 16 and September 30. 2. Work shall be accomplished per plans and specifications submitted to and approved by the Washington Department of Fish and Wildlife (WDFW)entitled, "MAPLEWOOD CREEK STORMWATER OUTFALL IMPROVEMENTS", dated February 2015 and"Supplemental Wetland and Stream Study and Buffer Restoration Plan Maplewood Creek Stormwater Outfall Improvements Project Renton,Washington", dated October 28, 2014, except as modified by this Hydraulic Project Approval (HPA).A copy of these plans and this HPA shall be available on site during construction. Page 1 of 5 Washington Department of Fish&Wildlife HYDRAULIC PROJECT APPROVAL PO Box 43234 Auk v^f Olympia,WA 98504-3234 FISH dr WILDLIFE (360)902-2200 Issued Date: April 17,2015 Permit Number: 2015-4-248+01 Project End Date: April 16, 2020 FPA/Public Notice Number: N/A Application ID: 3255 3.The stream bank or wetland edge at the point of the discharge shall be armored to prevent scouring. 4. Excavation for the placement of the outfall structures or armoring materials shall be isolated from the wetted perimeter. 5. Conduit alignment shall be as nearly perpendicular to the stream as possible. 6. Equipment used for this project shall be limited to hand held tools. 7.All waste material such as construction debris, silt, excess dirt or overburden resulting from this project shall be deposited above the limits of floodwater in an approved upland disposal site. 8. Disturbance of the streambed and banks and wetlands and their associated vegetation shall be limited to that necessary to install the project.Affected areas of vegetation shall be restored to preproject or improved habitat oil configuration. Prior to December 31 of the year of project construction,the disturbed areas of vegetation shall be revegetated per the approved plans(Provision 2). 9. If at any time, as a result of project activities,fish are observed in distress, a fish kill occurs,or water quality rri problems develop(including equipment leaks or spills), immediate notification shall be made to the Washington Emergency Management Division at 1-800-258-5990, and to the AHB. 10. Erosion control methods shall be used to prevent silt-laden water from entering the stream and wetlands associated with the stream. These may include, but are not limited to, straw bales,filter fabric,temporary sediment ponds, check dams of pea gravel-filled burlap bags or other material,and/or immediate mulching of exposed areas. 11. Prior to starting work,the selected erosion control methods (Provision 10)shall be installed.Accumulated sediments shall be removed during the project and prior to removing the erosion control methods after completion of work. 12. Extreme care shall be taken to ensure that no petroleum products, hydraulic fluid,fresh cement, sediments, sediment-laden water,chemicals,or any other toxic or deleterious materials are allowed to enter or leach into the stream or wetlands associated with the stream. LOCATION#1: Site Name: Fowler Property 4515 SE 2nd Street, Renton, WA 98059 WORK START: July 1, 2015 WORK END: October 31, 2015 WRIA Waterbody: Tributary to: 08-Cedar-Sammamish Maplewood Creek(rb) Cedar River 1/4 SEC: Section: Township: Range: Latitude: Longitude: County: NW 1/4 15 23 N 05 E 47.481255 -122.158112 King Location#1 Driving Directions S Page 2 of 5 reit owl Washington Department of OW Fish&Wildlife HYDRAULIC PROJECT APPROVAL PO Box 43234 HM, nen.a Olympia,WA 98504-3234 FISH WILDLIFE (360)902-2200 Issued Date: April 17, 2015 Permit Number: 2015-4-248+01 Project End Date: April 16, 2020 FPA/Public Notice Number: N/A Application ID: 3255 From 1-405 head east on NE 4th Street.Then turn right onto Union Ave NE heading south. Then turn left onto SE 2nd Place. The site access point is located at the intersection of SE 2nd Place and Chelan Ave SE APPLY TO ALL HYDRAULIC PROJECT APPROVALS This Hydraulic Project Approval pertains only to those requirements of the Washington State Hydraulic Code, specifically Chapter 77.55 RCW. Additional authorization from other public agencies may be necessary for this project. The person(s)to whom this Hydraulic Project Approval is issued is responsible for applying for and obtaining any additional authorization from other public agencies(local, state and/or federal)that may be necessary for this project. This Hydraulic Project Approval shall be available on the job site at all times and all its provisions followed by the person (s)to whom this Hydraulic Project Approval is issued and operator(s)performing the work. This Hydraulic Project Approval does not authorize trespass. The person(s)to whom this Hydraulic Project Approval is issued and operator(s)performing the work may be held liable for any loss or damage to fish life or fish habitat that results from failure to comply with the provisions of this Hydraulic Project Approval. Failure to comply with the provisions of this Hydraulic Project Approval could result in a civil penalty of up to one hundred dollars per day and/or a gross misdemeanor charge, possibly punishable by fine and/or imprisonment. All Hydraulic Project Approvals issued under RCW 77.55.021 are subject to additional restrictions, conditions, or revocation if the Department of Fish and Wildlife determines that changed conditions require such action.The person(s) e"' to whom this Hydraulic Project Approval is issued has the right to appeal those decisions. Procedures for filing appeals are listed below. WO MINOR MODIFICATIONS TO THIS HPA: You may request approval of minor modifications to the required work timing or to the plans and specifications approved in this HPA. Any approved minor modification will require issuance of a letter documenting the approval.A minor modification to the required work timing means any change to the work start or end dates of the current work season to enable project or work phase completion. Minor modifications will be approved only "" if spawning or incubating fish are not present within the vicinity of the project. You may request subsequent minor modifications to the required work timing. A minor modification of the plans and specifications means any changes in the materials, characteristics or construction of your project that does not alter the project's impact to fish life or habitat and does not require a change in the provisions of the HPA to mitigate the impacts of the modification. Minor modifications do not require you to pay additional application fees or be issued a new HPA. If you originally applied for your HPA through the online Aquatic Protection Permitting System (APPS),you may request a minor modification through APPS. A link to APPS is at http://wdfw.wa.gov/licensing/hpa/. If you do not use APPS you must submit a written request that clearly indicates you are seeking a minor modification to an existing HPA.Written requests must include the name of the applicant,the name of the authorized agent if one is acting for the applicant, the control number of the HPA,the date issued,the permitting biologist,the requested changes to the HPA, the reason for the requested change,the date of the request,and the requestor's signature. Send by mail to: Washington Department of Fish and Wildlife, PO Box 43234, +r+ Olympia,Washington 98504-3234, or by email to HPAapplications@dfw.wa.gov. Do not include payment with your request. You should allow up to 45 days for the department to process your request. Page 3 of 5 Washington Department of b+ Fish&Wildlife HYDRAULIC PROJECT APPROVAL PO Box 43234 "Walesa repwrnou Olympia,WA 98504-3234 FISH IVILDLIFE (360)902-2200 Issued Date: April 17, 2015 Permit Number: 2015-4-248+01 so Project End Date: April 16,2020 FPA/Public Notice Number: N/A Application ID: 3255 wrr MAJOR MODIFICATIONS TO THIS HPA:You may request approval of major modifications to any aspect of your HPA. Any approved change other than a minor modification to your HPA will require issuance of a new HPA. If you paid anask application fee for your original HPA you must pay an additional $150 for the major modification. If you did not pay an application fee for the original HPA, no fee is required for a change to it. If you originally applied for your HPA through the online Aquatic Protection Permitting System (APPS), you may request a major modification through APPS.A link to APPS is at http://wdfw.wa.gov/licensing/hpa/. If you do not use APPS you must submit a written request that clearly indicates you are requesting a major modification to an existing HPA. Written requests must include the name of the applicant,the name of the authorized agent if one is acting for the applicant,the control number of the HPA,the date issued,the permitting biologist, the requested changes to the HPA, the reason for the requested change,the date of the ,yv request, payment of the application the original application was subject to an application fee, and the requestor's signature. Send your written request and payment, if applicable, by mail to:Washington Department of Fish and Wildlife, PO Box 43234, Olympia,Washington 98504-3234. You should allow up to 45 days for the department to process your request. APPEALS INFORMATION + ► If you wish to appeal the issuance, denial, conditioning, or modification of a Hydraulic Project Approval (HPA), Washington Department of Fish and Wildlife (WDFW)recommends that you first contact the department employee who issued or denied the HPA to discuss your concerns.Such a discussion may resolve your concerns without the need for further appeal action. If you proceed with an appeal,you may request an informal or formal appeal. WDFW encourages you to take advantage of the informal appeal process before initiating a formal appeal.The informal appeal process includes a review by department management of the HPA or denial and often resolves issues faster and with less legal to complexity than the formal appeal process. If the informal appeal process does not resolve your concerns,you may advance your appeal to the formal process. You may contact the HPA Appeals Coordinator at(360)902-2534 for more information. es A. INFORMAL APPEALS: WAC 220-110-340 is the rule describing how to request an informal appeal of WDFW actions taken under Chapter 77.55 RCW. Please refer to that rule for complete informal appeal procedures. The following information summarizes that rule. A person who is aggrieved by the issuance, denial, conditioning,or modification of an HPA may request an informal appeal of that action. You must send your request to WDFW by mail to the Washington Department of Fish and Wildlife HPA Appeals Coordinator, 600 Capitol Way North, Olympia, Washington 98501-1091; e-mail to HPAapplications@dfw.wa.gov;fax to(360)902-2946; or hand-delivery to the Natural Resources Building, 1111 Washington St SE, Habitat Program, Fifth floor. WDFW must receive your request within 30 days from the date you receive notice of the decision. If you agree,and you applied for the HPA, resolution of the appeal may be facilitated through an informal conference with the WDFW employee responsible for the decision and a supervisor. If a resolution is not reached through the informal conference, or you are not the person who applied for the HPA,the HPA Appeals Coordinator or designee will conduct an informal hearing and recommend a decision to the Director or designee. If you are not satisfied with the results of the informal appeal,you may file a request for a formal appeal. B. FORMAL APPEALS:WAC 220-110-350 is the rule describing how to request a formal appeal of WDFW actions taken under Chapter 77.55 RCW.Please refer to that rule for complete formal appeal procedures. The following information summarizes that rule. Page 4 of 5 Washington Department of Fish&Wildlife HYDRAULIC PROJECT APPROVAL F'0 Box 43234 Hetk r :a Olympia,WA 98504-3234 FISH WILDLIFE (360)902-2200 Issued Date: April 17,2015 Permit Number: 2015-4-248+01 Project End Date: April 16, 2020 FPA/Public Notice Number: N/A w.. Application ID: 3255 A person who is aggrieved by the issuance, denial, conditioning, or modification of an HPA may request a formal appeal of that action. You must send your request for a formal appeal to the clerk of the Pollution Control Hearings Boards and serve a copy on WDFW within 30 days from the date you receive notice of the decision. You may serve WDFW by mail to the Washington Department of Fish and Wildlife HPA Appeals Coordinator, 600 Capitol Way North, Olympia, w Washington 98501-1091; e-mail to HPAapplications@dfw.wa.gov;fax to(360)902-2946; or hand-delivery to the Natural Resources Building, 1111 Washington St SE, Habitat Program, Fifth floor. The time period for requesting a formal appeal is suspended during consideration of a timely informal appeal. If there has been an informal appeal, you may request a formal appeal within 30 days from the date you receive the Director's or designee's written decision in +�+ response to the informal appeal. C. FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS: If there is no timely request for an appeal, the WDFW action shall be final and unappealable. rrr Habitat Biologist Larry.Fisher@dfw.wa.gov for Director Larry Fisher 425-313-5683 WDFW NONIP WO NO rw Page 5 of 5 City ity of TRAFFIC CONTROL REQUIREMENTS ow aft it of MAPLEWOOD CREEK STORMWATER OUTFALL IMPROVEMENTS PROJECT SWP-27-3617 Traffic Control - The City of Renton requires any contractor, firm, corporation, or other public/private agency to prepare a traffic control plan and obtain City's approval of that plan when construction, repair, or maintenance work is to be conducted within the City's right-of-way. The plan shall be consistent with the provisions found in the State of Washington Manual on Uniform Traffic Control Devices (MUTCD) for Streets and Highways, section 1-10.2(2) and the Contract Documents. Traffic Control Plan shall be submitted to the City for review at or prior to the Preconstruction Meeting. Traffic Control Standard Plans, application and requirements can be found in the City's website at: http://rentonwa.gov/living/default.aspx?id=880 The Contractor shall be responsible for assuring that traffic control is installed and maintained in conformance to established standards. The Contractor shall continuously evaluate the operation of the traffic control plan and take prompt action to correct any problems that become evident during operation. The Contractor shall be responsible for notifying all affected property owners prior to commencing the barricading of streets, sidewalks and driveways. See Special Provisions Section 1-10 for additional requirements. l� nnitrviin ___I I ncxr�in CITY OF RENTON �Uty of � TRAFFIC CONTROL PLAN �[ PROJECT NAME: PERMIT# CONSTRUCTION COMPANY: PHONE#: CONTACT NAME: PHONE#: ADDRESS: CELL#: E-MAIL ADDRESS: FAX#: PROJECT LOCATION: N/E/S/W OF: WORK TIME: APPROVED BY: WORK DATE: APPROVAL DATE: Permit Holder agrees to all the following: • Comply with all traffic regulations of the City of Renton and the State of Washington. • Prepare a traffic control plan and obtain City approval of that plan. That plan shall be implemented for all street and lane closures, and the plan shall be performed in compliance with the Manual on Uniform Traffic Control Devices. • • Notify emergency services (253-852-2121)twenty-four (24) hours before any street or lane closures. • Any lane or street closures not in conformance with the approved traffic control plan and/or without notification of emergency services may result in receiving a citation for violation of R.C.W. 47.36.200 through 47.36.220, 9A.36.050 Reckless Endangerment, and other applicable State and City codes. • Indemnify and hold harmless the City of Renton from any and all claims, actions, and judgments, including all costs of defense and attorney's fees incurred in defending against same, arising from and related to implementation of the approved traffic control plans including claims arising from towing of private vehicles and the acts of the Permit Holder's agents and employees. • The City of Renton shall be entitled, in its reasonable discretion, to settle claims prior to suit or judgment, and in such event shall indemnify and hold harmless the City for any such claims paid, including the City's reasonable attorney's fees and litigation costs incurred resulting from such claim. • In the event any claim or suit is brought against City within the scope of this Agreement, Permit Holder will pay for legal counsel chosen by the City to defend against same. • Flagger and sign placement are subject to revision by the City Inspector on site, if needed to address traffic or pedestrian safety or travel. • By my signature herein, I acknowledge all the above requirements. i. PRINT NAME: DATE: OFFICE COPY T- CONTRACTOR DEV.SERVICE,INSPECTION P.MILLER SIGNATURE: DEV.SERVICE,PLAN REVIEW S.LEE/J ILLIAN/R.NAIR POLICE CLARK WILCOX FIRE FIRE MARSHALL FS#13 NOTES: 1 • Work Zone Traffic Control shall be in accordance with the Manual on Uniform Traffic Control Devices (MUTCD) and shown by sketch or reference to WSDOT. • The plan must be submitted to the City's PW/Transportation Division for review and/or approval at least three working days prior to work. • Approved Temporary Traffic Control Plan must be at the work site during work hours. • Contractor or entity must call Renton School District(425-204-4455) or any public/private agency to be affected by a temporary lane or road closure. • Complete assistance and accommodation shall be provided to all kinds of pedestrian traffic when sidewalk or walkway is impeded. • Total road closure lasting more than 24 hours is subject to the approval by the City Council. • Any vehicle,equipment, barricade,or portable tow-away sign used within the work area must display a company logo or any legally acceptable sign showing the company name, address, and telephone number at a conspicuous place on the vehicle or equipment. In the case of Temporary No Parking Zones,all the following apply in addition to previous: • Contractor must complete form to show limits of Temporary No Parking Zone identifying barricade locations for vacate parking or curb lane usage. • Contractor must post notice of dates and time of Temporary No Parking Zone with at least two signs per block 72 hours in advance of effective date and time. • The cover sheet of this Traffic Control Plan form must be attached to each Temporary No Parking Sign on the project site. • Temporary traffic control devices must be removed immediately when work is done or no construction activities are going on. If deemed abandoned, City crews will remove and store them at the City's maintenance shop (3555 NE 2nd Street). SKETCH -- NORTH-- 1 Cl of: GEOTECHNICAL REPORT • .r. irr .�r rr GEOTECHNICAL ENGINEERING REPORT Maplewood Creek Stormwater Outfall Improvements Renton, Washington miy Prepared for: BHC Consultants and City of Renton Surface Water Utility Engineering ow Project No.140042 •July 13,2014 er► �+rr VW NAASpect CO LTING .„, Aspect lee CONSULTING IN • GEOTECHNICAL ENGINEERING REPORT Maplewood Creek Stormwater Outfall Improvements Renton, Washington Prepared for: BHC Consultants and City of Renton Surface Water Utility Engineering 1116 Project No. 140042 •July 13,2015 is Aspect Consulting, LLC aro mip -R4.. VI*: 't A fiitWq 1,Di5} aft Erik 0.Andersen, P.E., P.Eng. Senior Associate Geotechnical Engineer eandersen@aspectconsulting.com W:\_GEOTECH\140042 Maplewood Creek Stormwater Outfall Repair\Deliverables\Geotech Report\Final_071315\Final Draft_Maplewood Creek Drainage Improvements_Final.docx Aspect Consulting.LW 401 2nd Avenue S Suite 201 Seattle,WA 98104 206 328 7413 mu aspectconsulting corn �' alb ASPECT CONSULTING to Contents air 1 Project Description and Scope of Work 1 2 Surface and Subsurface Conditions 2 2.1 Surface Conditions 2 2.2 Subsurface Conditions 2 2.2.1 Geologic Mapping 2 2.2.2 Subsurface Conditions in Aspect Explorations 2 �.► 2.2.3 Groundwater Conditions 3 3 Conclusions and Recommendations 4 3.1 General 4 6111 3.2 Outfall 4 3.2.1 Slope Stability Considerations 4 3.2.2 Pipe Anchorage 4 ois 3.2.3 Helical Anchors 5 3.2.4 Energy Dissipater Outfall Structure 6 3.2.5 Check Dam 6 3.3 Storm Sewer Along Chelan Avenue SE 6 3.3.1 General 6 3.3.2 Open Trench Construction Recommendations 7 3.3.3 Pipe Bedding 8 3.3.4 Trench, Manhole, and Catch Basin Backfill 8 3.3.5 Trench and Pavement Restoration 9 u► 3.4 General Site Earthwork and Erosion Control 10 3.4.1 Structural Fill and Compaction 10 3.4.2 Wet Weather Earthwork 10 r 3.4.3 Temporary and Permanent Erosion and Sediment Considerations 11 4 References 12 Imo 5 Uncertainty and Limitations 13 List of Figures 1 Site Location Map 2 Site and Exploration Plan - North r. 3 Site and Exploration Plan - South List of Appendices A Subsurface Exploration Methodology and Boring Logs B Geotechnical Laboratory Test Results NM PROJECT NO. 140042 •JULY 13,2014 irr as ASPECT CONSULTING 1 Project Description and Scope of Work This report presents the results of a geotechnical engineering study by Aspect Consulting LLC (Aspect) in support of the design of stormwater collection system and outfall improvements in a residential neighborhood in Renton,Washington, including Chelan Avenue SE and SE 2nd Place(Site). A vicinity map showing the project location within the City of Renton is presented on Figure 1. Figures 2 and 3 are Site and Exploration Plans showing the north and south areas,respectively. We understand the project includes a new, single stormwater outfall pipeline, energy dissipater structure, and associated storm sewer piping, catch basins, and related appurtenances. Specifically, the project is anticipated to consist of the following: • Abandon in-place two existing stormwater outfalls; • Install approximately 1,050 feet of new storm sewer piping and replace catch basins and storm drain manholes along Chelan Avenue SE the intersections with SE 4th P1 and SE 2nd Pl. The replacement storm drain pipes will be 12 to 18 inches in diameter, with burial depths of 5 to 8 feet; • Install approximately 85 feet of new 16-to 24-inch-diameter storm sewer piping and above-grade HDPE outfall pipeline, and an energy dissipater outfall structure discharging near Maplewood Creek; and • Related site and roadway/right-of-way(ROW)restoration work. The purpose of our work is to provide geotechnical recommendations in support of these improvements. Our scope included reviewing existing subsurface information for the Site; drilling and sampling exploratory borings; performing laboratory testing; completing engineering analyses to develop geotechnical conclusions and recommendations for design and construction; and preparing this report. irn a a a PROJECT NO. 140042 •JULY 13,2015 1 le "" ASPECT CONSULTING 2 Surface and Subsurface Conditions �. 2.1 Surface Conditions The Site is in a residential neighborhood in East Renton,including Chelan Avenue SE and SE 2nd Place. Chelan Avenue SE is a relatively flat two-lane local road at approximate Elevation+373 feet. Maplewood Creek lies to the east of Chelan Avenue SE and SE 2nd Pl. The storm sewer pipe will extend along Chelan Avenue from SE 4th Place to the intersection of Chelan Avenue SE and SE 2"d Place. From this intersection,the stormwater outfall will pipe extend down a 45-foot-high, steeply sloped ravine slope to outfall and discharge near Maplewood Creek. Along the outfall alignment, the ravine slope is inclined at about 1.1 H:1 V(horizontal:vertical),or approximately 42 degrees from horizontal.The top and toe of ravine slope are at Elevation 370 and 325 feet, respectively, for a slope height of 45 feet. err Due to the steep inclination,the ravine slopes are actively creeping and sliding into Maplewood Creek.There are several scarps and skin slides along the ravine slopes to the southeast. 2.2 Subsurface Conditions 2.2.1 Geologic Mapping The Geologic Map of the Renton Quadrangle(Mullineaux, 1965)indicates the Site area as glacial till (Qgt). Glacial till is a heterogeneous mixture of clay, silt, sand, and gravel, +• which was carried under and deposited by the advancing glacier. A City of Renton Sensitive Areas Map (2012)depicts the ravine slopes above Maplewood Creek,and along SE 4`h Place(to the south of the proposed outfall)as having Moderate to High landslide hazard potential.The northeast-facing slope extending down to Maplewood Creek from the intersection of Chelan Avenue SE and SE 2nd Place(i.e., the proposed outfall alignment) is not mapped as a slide hazard. rr. 2.2.2 Subsurface Conditions in Aspect Explorations Aspect completed three machine-drilled soil borings(B-1 through B-3) along the Chelan orr Avenue SE storm sewer alignment,and four hand-drilled borings and dynamic cone penetrometer soundings(HA-1 through HA-4)along the proposed outfall alignment.The locations of our explorations are shown on Site and Exploration Plan-North(Figure 2) ,,,, and Site and Exploration Plan-South(Figure 3). Summary boring logs of the completed explorations, and more detailed descriptions of the subsurface exploration methodology, are included in Appendix A. A summary of the completed laboratory test methodology and results are included in Appendix B. In our Chelan Avenue SE borings(B-1 through B-3), we generally encountered fill over glacial till. A description of each of the soil units,in order of geologic deposition, is presented below. err ;W 2 PROJECT NO. 140042 •JULY 13,2014 ASPECT CONSULTING rri Fill: Fill was encountered in each of our machine-drilled borings along Chelan Avenue SE. This material consisted mostly of loose to medium dense, silty sand with variable gravel content.The fill thickness varied from about 5 to 71/2 feet in our Chelan Avenue SE borings. It is likely that this material derived as native glacial till,which was reworked during original site grading or utility construction. it Glacial Till: Very dense silty sand and gravel was encountered below the fill in our Chelan Avenue SE borings. This unit has a diamict texture and cemented matrix, and we interpret it to be glacial till, consistent with geologic mapping for the Site. Each of the borings was terminated in glacial till at 14 feet below ground surface(bgs). Along the Outfall Alignment,our hand-auger borings HA-1 through HA-3 encountered loose fill and disturbed native materials, grading downward to what we infer to be glacial till within 3 feet of existing sloping ground surface. Very dense soil was encountered within 3 feet of existing sloping ground surface in HA-1 through HA-3, and we infer this so as the depth to undisturbed/unweathered native glacial till. Our hand-auger boring HA-4 at the toe of the slope encountered 18 inches of loose silty sand with organics, over clean to slightly silty gravelly sand,which appeared to be slide debris(colluvium)and/or stream sediments (alluvium). Our dynamic cone penetrometer (DCP) sounding indicated very dense soil at a depth of 6 feet bgs, which we interpret as the likely contact with native glacial till at this location. so 2.2.3 Groundwater Conditions Groundwater seepage was not encountered in any of the storm sewer borings along Chelan Avenue SE.However, it is possible that perched groundwater may develop locally within the fill over the existing glacial till. Our hand-auger boring HA-4, located at the toe of the ravine slope adjacent to es Maplewood Creek, encountered groundwater seepage at a depth of about 26 inches bgs, which was approximately 16 inches above the water level in the creek at the time of drilling. Groundwater was not encountered in the other hand-auger borings along the ravine slope(HA-1 through HA-3). Groundwater conditions reported are for the specific location and date indicated(see Appendix A). Groundwater levels will vary by location, local precipitation, local subsurface conditions, and other factors. moo PROJECT NO. 140042 •JULY 13,2015 3 IWO '•" ASPECT CONSULTING 3 Conclusions and Recommendations 3.1 General The very steep slopes along Maplewood Creek are actively eroding.The outfall pipe should be designed and constructed to accommodate shallow slides. We recommend the «r. outfall pipe consist of heavy-walled high-density polyethylene(HDPE)with butt fusion- welded joints, and anchored at the top of the slope. Slope stability considerations and detailed geotechnical recommendations for design of the outfall section are presented in alp Section 3.2. The buried storm sewer along Chelan Avenue SE can be constructed using conventional open-trench methods.Detailed recommendations for open-trench pipeline construction are presented in Section 3.3. Finally,generalized recommendations for Site earthwork, erosion control, and Site and ,i, pavement restoration are presented in Section 3.4 of this report. 3.2 Outfall 3.2.1 Slope Stability Considerations The very dense granular soils comprising the core of the Maplewood Creek ravine slope are not prone to deep-seated landslides. Rather, soil creep and shallow skin sliding, within the upper 3 to 5 feet of the slope surface,are the predominant mechanisms of slope regression.Natural weathering processes(such as freeze-thaw,wetting-drying,tree root penetration, and burrowing animals)tend to weaken the upper few feet of the slope +�+ soil.The weakened soil tends to slowly move(creep)down the steep slope. Obvious evidence of soil creep is curvature in tree trunks. Direct precipitation and uncontrolled surface water runoff onto the slope soils results in periodic skin slides.The skin slides typically involve the upper few feet of soil and the width of the slide zones can be in the tens of feet.Along the margins of these skin slide scarps,where over-steepened conditions(i.e.,steeper than 45 degrees)result,the soils will tend to slough back to a flatter angle of repose over a period of days to years after the skin slide. The outfall pipe should be designed and built to handle the instantaneous tensile forces resulting from skin slides. The outfall pipe should be flexible and able to accommodate ground loss and associated vertical and lateral displacement. Experience has shown that heavy-walled HDPE pipe,with butt fusion-welded joints,perform well in this environment. 3.2.2 Pipe Anchorage The drainage plan by BHC shows the outfall pipe extending from the storm drain manhole at the intersection of Chelan Avenue SE and SE 2"d Place to the northeast and the crest of the steep slope,where it will daylight approximately 8 feet below the existing vWr crest of slope.The buried portion of the pipe will be 24-inch-diameter HDPE,and the exposed portion extending down the face of the slope will be 16-inch-diameter HDPE. A Ir, 4 PROJECT NO. 140042 •JULY 13,2014 ASPECT CONSULTING 45-degree HDPE bend and a 24- by 16-inch reducer will be used at the transition.All of the joints will be heat-welded. We recommend the outfall pipe be restrained with a single anchor set back from the crest am of the slope. Along the steep slope,the pipe may be placed directly over the slope surface and extend down to the energy dissipater outfall structure near the base of the slope.The slope surface should be lightly graded to establish a relatively smooth surface for the outfall invert to rest on. Based on our analyses,we estimate an instantaneous drag force of about 14 kips could ow develop on the outfall pipeline. This conservatively assumes the outfall pipe is completely enveloped in colluvium; and all of the colluvium becomes unstable simultaneously. The outfall pipeline should have an ultimate tensile strength of at least 28 kips to handle slide-induced tensile load with a factor of safety of 2. elf The anchor should have sufficient mass and burial depth to resist the sliding force and overturning moment that will develop on the anchor due to the 14-kip pipeline tensile ow load. We recommend the anchor consist of a cast-in-place concrete block or a precast concrete vault/manhole structure. The nearest side of the anchor block should be set back from the crest of the slope at least 10 feet. This would put the anchor between our borings B-3 and HA-1 (see Figure 2), in the road ROW. Based on constructability considerations, a cast-in-place concrete block would be a suitable anchor. Our analyses indicate a 5- x 5-x 5-foot block of cast-in-place reinforced concrete,surrounding the outfall pipe,will develop sufficient sliding and overturning resistance to resist landslide-related tensile loading that could develop on the pipe. An HDPE in-line wall anchor should be utilized at the cast-in-place anchor block. ai 3.2.3 Helical Anchors Whereas the above-recommended cast-in-place concrete anchor block has been evaluated to provide axial pipe restraint during normal and extreme(skin slide) loading conditions, gm current plans show pairs of in-line helical pipe anchors at selected locations along the slope face. In our opinion, the use of such anchors will provide localized lateral and axial restraint,which will augment the anchor block at the top of the slope. Helical anchors installed using a hydraulic torque head should be advanced perpendicular to the slope face. The anchors should be advanced to fully penetrate the surficial fill and colluvium,and to torque refusal in very dense glacial till.Based on our explorations along the slope face the loose fill/colluvium is approximately 3 feet thick. Based on our experience, we anticipate each anchor will meet with torque refusal fairly quickly after the lead helix enters the very dense glacial till layer. For planning purposes,helical deo anchor lengths of 4 feet should be assumed. However, actual anchor lengths may be greater, or less, than this. If Chance Anchors are used,a 5-foot long lead section,with single 10-inch helix,would be appropriate.The contractor should be prepared to cut the anchor shafts off above the sloping ground surface level(after each anchor has been satisfactorily installed)to make the pipe clamp connection. to PROJECT NO. 140042 •JULY 13,2015 5 tii ASPECT CONSULTING �• 3.2.4 Energy Dissipater Outfall Structure We understand a 54-inch diameter HDPE manhole with trash rack overflow is planned near the base of the slope and just above the ordinary high water mark(OHWM). The err outfall structure will be supported with a cast-in-place concrete ring-wall foundation. Our hand boring HA-4 at the toe of the slope encountered about 18 inches of loose slide silt sand and fine gravel with abundant roots and organics.This material is erodible and "" compressible,and it should be sub-excavated and replaced with a granular pad of crushed quarry rock. We recommend the outfall structure be constructed on a granular pad of 2- to 4-inch quarry spalls covered with a leveling/chocking layer of 11/4-inch minus crushed surfacing base course(CSBC). The quarry spall granular pad should be at least 12 inches thick,and it should extend at least 12 inches beyond the outside of the manhole structure.A leveling/chocking course of 1'/-inch minus CSBC should be placed over the quarry spalls to provide uniform support for the manhole and the ring-wall footing. Our hand auger exploration in this vicinity encountered groundwater about 1.5 feet above the creek level at the time of our exploration.Depending on the time of year when construction is completed,temporary excavations for the outfall structure may extend below groundwater. Accordingly,the contractor should be prepared to use sumps and trash pumps to manage groundwater seepage. The upslope,buried portion of the energy dissipater outfall manhole structure should be backfilled using 1'/4-inch minus CSBC. The ground surface around the trash rack overflow should then be covered/protected with hand-placed rip rap,as described in Section 9-13.12 of the Washington State Department of Transportation(WSDOT) SO Standard Specifications. The hand-placed rip rap material should be about 2 feet thick, and it should extend at least 3 feet beyond the manhole structure in all dimensions. 3.2.5 Check Dam Experience has shown that surface and groundwater tends to collect in and seep along pervious pipe bedding material. For this project, such water seepage needs to be prevented from daylighting on the slope face and eroding the slope soils along the outfall pipe. We recommend the pipe anchor detail include a trench check dam, consisting of cast-in-place lean concrete or controlled density fill(CDF).The check dam should key into the trench bottom, extend 12 inches above the pipe crown,and extend across the entire trench width.The thickness of the check dam(measured parallel to the pipe) should be at least 4 feet. �. 3.3 Storm Sewer Along Chelan Avenue SE 3.3.1 General Our explorations indicate 5 to 7 feet of existing fill(loose silty sand)over glacial till (very dense,cemented,silty sand)along Chelan Avenue SE. The existing fill encountered is likely disturbed or reworked native glacial till associated with original site grading and/or utility construction. Groundwater was not encountered in our borings. These conditions are geotechnically favorable for conventional open-trench construction. gig U P 6 PROJECT NO. 140042 •JULY 13,2014 • ASPECT CONSULTING ea 3.3.2 Open Trench Construction Recommendations Maintenance of safe working conditions, including temporary excavation stability, is the responsibility of the contractor, and all excavations must comply with current federal, state, and local requirements. Cuts greater than 4 feet in height should be sloped or shored in accordance with Part N of WAC 296-155 (Washington Administrative Code) or properly shored. The existing loose silty sand fill classifies as Type C Soil per WAC 296-155, and temporary,unsupported, cut slopes in these materials should be inclined no steeper than 1.5H:1 V(horizontal : vertical). The native very dense glacial till classifies as Type A Soil Per WAC 296-155 and temporary cut slopes in these materials should be inclined no steeper than '4H:1 V. Temporary slopes should be protected from erosion, as necessary, by covering the cut face with well-anchored plastic sheets. Heavy construction equipment, construction materials, excavated soil, and vehicular traffic should not be allowed any nearer to the slope crest than half the height of slope, measured from the top edge of the excavation, unless there is a shoring system that has been designed for support of the additional lateral pressure. at Given the presence of other existing utilities in the roadway, it is anticipated that temporary shoring will likely be utilized to facilitate construction of the up to nominally 10-foot deep storm sewer pipeline. General recommendations for design and implementation of trench shoring systems are presented below. • Shoring should be designed and constructed to support lateral soil loads, and any surcharge loads from construction equipment, construction materials,excavated soils, and vehicular traffic. • Precautions should be taken during removal of the shoring or sheeting materials to minimize disturbance of the pipe, underlying bedding materials, adjacent structures/utilities, and surrounding soils. • Trench boxes,if used, should be adequately reinforced to withstand the lateral forces to which they will be subjected. • Trench boxes should be of sufficient dimension, both vertically trio and laterally,to support the excavation without excessive deformation of the natural soils adjoining the open excavation. However, by their very nature, trench boxes normally are incapable of positive support of the trench walls and some deformation and possible spalling of the excavated slopes should be anticipated if trench boxes are employed. The contractor ego should be responsible for repair of any deformation or damages that occur to adjoining facilities where trench box methods have been used. • The open trench excavation should be backfilled immediately after the trench box has been moved. PROJECT NO. 140042 •JULY 13, 2015 7 r .r. ASPECT CONSULTING ,,• • Trenches must be shored when heavy construction equipment and excavated soils are allowed within a lateral distance,measured from the edge of the excavation, equal to half the depth of the excavation. SW 3.3.3 Pipe Bedding General recommendations relative to pipe bedding and trench backfill are presented below: • Pipe bedding material,placement,compaction,and shaping should be in accordance with the project specifications and the .r pipe manufacturer's recommendations. As a minimum,the pipe bedding should meet the gradation requirements for Gravel Backfill for Pipe Zone Bedding, Section 9-03.12(3)of the WSDOT Standard Specifications(WSDOT,2014). • Pipe bedding materials should be placed on relatively undisturbed „• native soils,or compacted fill soils. If the subgrade soils are disturbed,the disturbed material should be compacted in place or removed and replaced with additional compacted bedding material. • In areas where the trench bottom encounters very soft or organic- rich subgrade soils, it will be necessary to overexcavate the unsuitable material and backfill with pipe bedding material. However,the depth of overexcavation should generally be limited to a maximum of 2 feet,and should be confirmed by the •• geotechnical engineer. If necessary,and as determined by the geotechnical engineer, a soil separation-grade geotextile may be utilized to limit trench-base overexcavation requirements. "•' • Pipe bedding should provide a firm,uniform cradle for the pipe. We recommend a minimum of 4 inches of bedding material be placed beneath the pipe.The pipe bedding should extend at least 6 inches above the pipe crown or such greater thickness as may be required by the pipe manufacturer and/or the City of Renton. • Pipe bedding material and/or backfill around the pipe should be placed in layers and tamped to obtain complete contact with the pipe. 3.3.4 Trench, Manhole, and Catch Basin Backfill Due to high fines(silt and clay)content of over 20 percent,the on-Site materials are moisture sensitive and they will be difficult to place and compact if construction is NW undertaken during wet weather conditions. Modified Proctor compaction tests on two representative samples of on-Site material(included in Appendix B of this report) indicate a relatively narrow range of moisture contents across which good compaction levels can be attained. 8 PROJECT NO. 140042•JULY 13,2014 +rr ASPECT CONSULTING wo In our opinion, if the construction work is done during the traditionally dry months July through September, the on-Site material could be reused as structural fill. However, if there is a chance that the storm sewer will be constructed outside of the dry months of et July through September, we recommend that trench and manhole/catch basin structure backfill consist of imported Crushed Surfacing Top Course(CSTC), or Bank Run Gravel for Trench Backfill,per sections Section 9-03.9(3) and 9-03.19 of the WSDOT lie Standard Specifications, respectively(WSDOT, 2014). Trench and manhole/catch basin structure backfill should be placed in 8-inch to (maximum) lifts and compacted using mechanical equipment to at least 95 percent of its maximum dry density, as determined by testing in general accordance with ASTM D 1557 (Modified Proctor).However,compaction effort should not begin until 2 feet of backfill has been placed over the pipe crown,in order to prevent deformation or breakage of the new storm sewer pipe. 3.3.5 Trench and Pavement Restoration In order to minimize the potential for undermining the existing pavement section,and to reduce the potential for reflective cracking above the proposed utility trenches,the following recommendations should be implemented during construction: • No trench excavation should be advanced greater than 4 feet 1111 • without implementing a positive shoring system. Requiring excavation inside a temporary shoring system will reduce the extent of soil relaxation adjacent to the excavation. As discussed previously,normal trench box systems do not provide positive support for the trench walls and are intended primarily to provide for worker safety. Limiting the extent of trench wall relaxation is key to maintaining proper support for adjacent pavements. • All saw cuts associated with trenching excavations should be made 1.5 to 3 feet back from the anticipated top of trench SW depending on proposed trench excavation depth. • If during excavation of any trench, the existing pavement section is undermined at any location, the undermined pavement should ■ir5 be sawcut and removed prior to pavement reconstruction. • A minimum 6-inch-thick layer of Crushed Surfacing Base Course (CSBC) should be placed and compacted to 95 percent of its ea maximum dry density, as determined using ASTM D 1557 (Modified Proctor), below all reconstructed pavement sections. • The reconstructed pavement section should consist of Hot Mix Asphalt(HMA) or Portland Cement Concrete Pavement (PCCP). The HMA or PCCP should match the adjacent pavement thickness. • If included with the project, a full width overlay may then be placed over the above-described trench patch section. tie PROJECT NO. 140042 •JULY 13,2015 9 io ASPECT CONSULTING 3.4 General Site Earthwork and Erosion Control 3.4.1 Structural Fill and Compaction •� For purposes of this report,material placed under pavement structures or sidewalks, used as trench backfill,or used as backfill behind below-grade structures such as catch basins, infiltration galleries,or pipes, is classified as structural fill. Imported structural fill placed as base course below asphaltic pavement should meet the requirements of Crushed Surfacing as described in Section 9-03.9(3)of the WSDOT Standard Specifications(WSDOT, 2014). WIN In general,much of the existing on-Site fill and trench backfill material is predominantly granular with variable fines(clay and silt)content. If earthwork is completed during dry weather conditions, much of the on-Site soil will be suitable for reuse as structural backfill. Structural fill should be placed in loose,horizontal, lifts of not more than 8 inches in thickness and compacted to at least 95%of the maximum dry density, as determined using test method ASTM D 1557 (Modified Proctor). At the time of placement,the moisture content of structural fill should be at or near optimum.The procedure required to achieve the specified minimum relative compaction depends on the size and type of compaction equipment,the number of passes,thickness of the layer being compacted, rr and the soil moisture-density properties. When the first fill is placed in a given area, and/or anytime the fill material changes,the area should be considered a test section.The test section should be used to establish fill "•' placement and compaction procedures required to achieve proper compaction.The geotechnical consultant should observe placement and compaction of the test section to assist in establishing an appropriate compaction procedure. Once a placement and compaction procedure is established, the contractor's operations should be monitored and periodic density tests performed to verify that proper compaction is being achieved. 3.4.2 Wet Weather Earthwork The existing Site soils may be difficult to handle during periods of wet weather. Therefore, general recommendations relative to earthwork performed in wet weather or •r in wet conditions are presented below.These recommendations should be incorporated into the contract specification and should be required when earthwork is performed in wet conditions: NO • Trench excavation,pipe placement, and backfilling should be accomplished in small sections to minimize exposure to wet weather. • Excavated soil that is stockpiled for later use should be covered with plastic sheets. Soils that become too wet should be removed and replaced with clean granular materials. • Excavation and placement of fill should be monitored by rrr wr 10 PROJECT NO. 140042•JULY 13,2014 ASPECT CONSULTING rii someone experienced in wet weather earthwork to determine that the work is being accomplished in accordance with the project specifications and the recommendations contained herein. lip 3.4.3 Temporary and Permanent Erosion and Sediment Considerations Soil erosion can be minimized by careful grading practices, the appropriate use of silt fences and/or straw bales,and by implementing the recommendations in the Wet +ori Weather Earthwork section of this report discussed above in Section 3.4.2. Surface runoff control during construction should be the responsibility of the contractor. All collected water should be controlled and discharged in accordance with local regulations. Grading measures, slope protection, ditching, sumps, dewatering, and other measures should be employed as necessary to permit proper completion of the work. Permanent control of surface water should be incorporated in the final grading design. Water should not be allowed to pond immediately adjacent to foundations or paved areas. riw Ii lik PROJECT NO. 140042 •JULY 13,2015 11 ASPECT CONSULTING 4 References City of Renton, Sensitive Areas Map,published August 13, 2012 https://rentonwa.gov/uploadedFi les/Government/FIT/GIS/PDF_Fi les/Slide%20Hazard.pdf. Mullineaux,D.R., 1965, Geologic Map of the Renton Quadrangle, King County, Washington,USGS Geologic Map GQ-405, 1965. Washington State Department of Transportation(WSDOT),2014,Standard Specifications for Road, Bridge and Municipal Construction,Manual M 41-10, 2014. .r Olt WIN wr to �r. rr 12 PROJECT NO. 140042•JULY 13,2014 ASPECT CONSULTING asi 5 Uncertainty and Limitations Work for this project was performed for BHC Consultants and City of Renton Utilities (Client), and this report was prepared in accordance with generally accepted professional practices for the nature and conditions of work completed in the same or similar localities, at the time the work was performed. Experience has shown that subsurface soil and groundwater conditions can vary significantly over small distances. Inconsistent 11111 conditions can occur between explorations and may not be detected by a geotechnical study. This report does not represent a legal opinion.No other warranty, expressed or implied, is made. If there is a substantial lapse of time between the submission of this report and the start of construction, or if conditions have changed due to construction operations at or near the site, it is recommended that this report be reviewed to determine the applicability of the conclusions and recommendations considering the changed conditions and time lapse. All reports prepared by Aspect Consulting for the Client apply only to the services described in the Agreement(s)with the Client. Any use or reuse by any party other than the Client is at the sole risk of that party, and without liability to Aspect Consulting. • Aspect Consulting's original files/reports shall govern in the event of any dispute regarding the content of electronic documents furnished to others. 1110 10110 r S PROJECT NO. 140042 •JULY 13,2015 13 r +r U. FIGURES OP SO WO Oa OW SIN r wrOOP gim MI ItII Si Mit Slit r 4'c. 1114._,,, .3' O At. 7 - ' i X X X 1 i -4.4... z4,4.,-. I i - ,c• ,, 1#0.' r „....-- ,,,r -- rF * --- ir4 410 , 1,,i410 •, I , ,... ...,,,. 1',-..,,,,, • i ( 1 17:: irt , . f„. . / J lee / I / 1 1 . 1 / Ili // 1- F . / I / I i .......,ut Iwo / I !I I ,1 T ' Jr, Petvence:Base map pnadlea by KPG Legend i Site and Exploration Plan-North 1: eegineenirecreartelLonoecaPe ArcneecHiSreveyors 0I'lrite Boring Location and Designation Impro Maplewood Creek Stoe Hand Auger Location and Designation 1 wrrnwater Outfall vments i City of Renton Renton,Washington I. Mar --wri•.. ez Storm Dain 1l.1,......1.ilnV.Eact i. 1 iii- lal till till *Ili ifi NO iw WV MS lit Y r MN i c is I R k NI 1 I 1 P i i OM i 11 ¢ i 1 1 i e 1 W I Rn""'a-a"`may omneco er"rc IMP rne...lkrcNreaair+nduaw Legend Site and Exploration Plan-South : Ncnaecul sicrrnw+. 0 a.t Maplewood Creek Stam mwalcr Ch Call anpreeemas �} Bodng Location and Designation City of Renton nal, Renton,Washington Hand Auger Location and Designation 3 tem r RCI 2013 i "r'^"° "' Storm Drain \ ruvv1 i — 111.=.7.: iooio wnt 8 2 OW to lir ere e NW APPENDIX A Subsurface Exploration Methodology and Boring Logs sio oli S • ASPECT CONSULTING A. Field Exploration Program A.1. Machine-Drilled Borings Geotechnical borings B-1 through B-3 were drilled using hollow-stem auger drilling methods by Environmental Drilling, Inc., of Snohomish,Washington,under subcontract to Aspect.The locations of the three borings are shown on Figures 2 and 3 of this report. SO Boring logs of the completed explorations,and a key to the symbols and terms used in the boring logs, are found at the end of this appendix as Figures A-1 through A-4. At selected intervals, disturbed samples were recovered using the Standard Penetration Test(SPT)in general accordance with ASTM Method D1586.This involves driving a 2-inch-outside-diameter split-barrel sampler a distance of 18 inches into the soil with a 140-pound automatic-trip hammer(auto-hammer) free-falling from a distance of 30 inches.The number of blows for each 6-inch interval is recorded and the number of blows required to drive the sampler the final 12 inches is known as the Standard Penetration Resistance("N")or blow count.The resistance,or N-value,provides a measure of the relative density of granular soils or the relative consistency of cohesive soils. An Aspect geotechnical engineer was present throughout the field exploration program to observe the drilling procedure, assist in sampling,and to prepare descriptive logs of the exploration. Soils were classified in general accordance with ASTM D-2488,Standard Practice for Description and Identification of Soils(Visual-Manual Procedure). The summary exploration log represents our interpretation of the contents of the field logs. The stratigraphic contacts shown on the individual summary logs represent the approximate boundaries between soil types; actual transitions may be more gradual.The +r subsurface conditions depicted are only for the specific date and locations reported, and therefore,are not necessarily representative of other locations and times. A.2. Hand Borings Aspect engineering geologists advanced four hand-auger borings, HA-1 through HA-4, along the approximate alignment of the proposed outfall pipe. The approximate locations EN of the hand-auger borings are shown in Figure 2 of this report.As the hand-auger borings were advanced, soil samples were obtained at selected intervals. Each of the hand borings was advanced to practical refusal. Also at each hand boring location, dynamic cone penetrometer(DCP)soundings were completed using a '/-inch pointed steel rod that is driven into the ground with a 35-pound slide hammer free-falling 15 inches. The penetration resistance,measured as the number of blows per 4 inches of penetration, +rr provides an indication of the relative density/consistency of the soil.DCP sounding results are plotted on the hand boring logs at the sounding depth. tow PROJECT NO. 140042 •JULY 13,2014 A-1 tar F„ W• `,',0`;',0. Well-graded gravel and Terms Describing Relative Density and Consistency D O C 4 c'•0. GW gravel with sand, little to DensitySPT(2) blows/foot r0 3 o t c no fines Very Loose 0 to a Test Symbols ,P X-J _ Coarse- FC Fines Content iii E > ,E0-4,-0 ° Pooly-graded gravel Grained Soils Loose 4 to 10 G Grain Size Medium Dense 10 to 30 > ow w 0 0 0 o o Gp and gravel with sand, Dense 30 to 50 M Moisture Content in ,-0–.._ " 00000 little to no fines Very Dense >50 A Atterberg Limits o c „°0 0 (2 C Consolidation ill csi. Consistency SPT blows/foot $ o � ��0 Silty gravel and silty DD Dry- Density o Z m w v i'i's GM gravel with sand Fine- Very Soft 0 to 2 K Permeability o £ % 2$0,0 Soft 2 to 4 Str Shear- Strength Grained Soils V w c_. •, Medium Stitt 4 to 8 Env Environmental c 2 -e l 0' Stiff 8 to 15 PiD Photoionizationii rn Clayey gravel and cu a 1; Very Stiff 15 to 30 Detector Ig r:" GC clayey gravel with sand Hard >30 • `C) 0 Component Definitions tiliti Ln ▪ Well-graded sand and Descriptive Term Size Range and Sieve Number • c▪ o syr sand with gravel,little Boulders Larger than 12" oF. u w: ▪ to no fines Cobbles 3"to 12" 2 LL u- 'r'"'... Gravel 3"to No.4(4.75 mm) di Poorly-graded sand Coarse Gravel 3"to 3/4" o a "" - and sand withgravel, rn � SP Fine Gravel 3/4"to No.4(4.75 mm) c o little to no fines Sand Na 4(4.75 mm)to Na 200(0.075 mm) L - Coarse Sand No.4(4.75 mm)to No. 10(2.00 mm) Nit ^ Silty sand and Medium Sand No. 10(2.00 mm)to No.40(0.425 mm) N r- w • SM silty sand with Fine Sand No.40(0.425 mm)to No.200(0.075 mm) o v a �,•� gravel O " .s Silt and Clay Smaller than No.200(0.075 mm) ;fClayey sand and (3) g iw / • sc clayey sand with gravel Estimated Percentage Moisture Content o Percentage Dry-Absence of moisture, rn by Weight Modifier dusty,dry to the touch a Silt,sandy silt,gravelly silt, <5 Trace Slightly Moist-Perceptible illi ML silt with sand or gravel moisture a in 5 to 15 Slightly(sandy,silty, Moist-Damp but no visible c>, m clayey,gravelly) water E.L Moist-Water visible but fifil Clay of low to medium 15 to 30 Sandy,silty,clayey, Very not o U o plasticity;silty,sandy,or gravelly) not free draining � � CL tY� is .E gravelly clay,lean clay 30 to 49 Very(sandy,silty, Wet-Visible free water,usually in = clayey,gravelly) from below water table H = Organic clay or silt of low1110 a — plasticity Symbols ` \Cement grout — — OL P ty Blows/6"or surface seal o Sampler portion of 6" ,� 2 —— Type Bentonite � Elastic silt,clayey silt,silt Sampler Type chips Yid 2.0"OD w MH with micaceous or diato- Split-Spoon A. Description Grout =' maceous fine sand or silt Sampler (4) seal o (SPT) �'I Continuous Push a y wFilter pack with o m o ' Non-Standard Sampler biank�casin iii rn v o Clay of high plasticity, "'Dsection g v u, sand or ravel) clay,fat Bulk sample N� g CH Y gravelly Y 3.0"OD Thin-Wall Tube Sampler Screened casing To y J / clay with sand or gravel on (including Shelby tube) Grouted or Hydrotip with6 if) v Grab Sample VTransducer filter packd) m ,/,;(/5 Or anic or silt of a Ali c Sr. /,/5/,/, g clay Portion •not recovered End cap �• it -) ;5 OH medium to high Y :/*' plasticity in Percentage by dry weight (5) Combined USCS symbols used for 'cl/ic (2) (SPT)Standard Penetration Test fines between 5%and 15%as M µ Peat,muck and other (ASTM D-1586) estimated in General Accordance c L _ H pT highly organic soils 13) In General Accordance with with Standard Practice for s CD ,q. Standard Practice for Description Description and Identification of „0- ± O and Identification of Soils(ASTM D-2488) Soils(ASTM D-2488) iii (4) Depth of groundwater Q ATD =At time of drilling BGS below ground i, Static water level(date) surface 12 `m Classifications of soils in this report are based on visual field and/or laboratory observations,which include density/consistency,moisture condition,grain size,and m `X plasticity estimates and should not be construed to imply field or laboratory testing unless presented herein.Visual-manual and/or laboratory classification in methods of ASTM D-2487 and D-2488 were used as an identification guide for the Unified Soil Classification System. n ifilli ""` PROJECT NO %AsAspect Exploration Log Key °""'-" 140042 o CONSULTING FIGURE NO < ilk �„o.r A-1 a a - eCt Project Number Boring Log Boring Number Sheet Co SULTING 140042 B-1 1 of 1 Project Name: City of Renton-Maplewood Creek Ground Surface Elev OM Location: Across from 414 Chelan Ave SE/Chelan Ave SE,Renton,Washinton Driller/Equipment: EDI-Tom Adams/Mobile B61 HSA Depth to Water(ft BGS) Not encountered Sampling Method/Hammer:1.5"diam split spoon/140#/30"drop Start/Finish Date 5/2/2014 ail Depth/ BlContenfaott%• Description Elevation Borehole Completion Sample Tests Blows/ Water Material Type Depth (feet) Type/ID 6' 0 10 20 30 40 51. (ft) Asphalt and base course ARTIFICIAL FILL Loose,moist,brown,slightly silty,gravelly,sand 1 — (SP-SM) — 1 2 Borehole backfilled with — 2 hydrated bentorte chips MP X 5 6 — 3 3 — 9 S-1 M ti I •I or 4 — I —4 I • l 5 — ) — 5 4 1I Q 2 I M 5 S-2 a it 37 MELTOUT TILL 23 Dense to very dense,moist to very moist,light 8— 50/5brown,silty,gravelly SAND(SP-SM)with graded — 8 oro to M • • . beds interbedded with silty,gravelly sand(SM) with diamict fabric 0 9 — • — 9 rr N 10— 35 —10 ow XS-4 M 50/5 • -, 11— —11 a.a. 0 c� wir w . w O• 12— —12 0 0 14 • ow14 13— 35 —13 c S-5 M,GS • ♦.._ . : . r Z . w ow o 14— 14 Bottom of boring at 14 ft BGS U ow z Sampler Type: Drilling Method: Logged by: My • ® m No Recovery HSA:Hollow Stem Auger Approved by:EOA o MP ®Split Spoon MR:Mud Rotary o Figure No. A 2 OW Boring Log ecProject Number Boring Number Sheet ei Co SULTING 140042 B-2 1 of 1 Project Name: City of Renton-Maplewood Creek Ground Surface Elev lei Location: In front of 306 Chelan Ave SE/Chelan Ave SE,Renton,Washinton Driller/Equipment: EDI-Tom Adams/Mobile B61 HSA Depth to Water(ft BGS) Not encountered Sampling Method/Hammer:1.5"diam split spoon/140#130"drop Start/Finish Date 5/2/2014 NO Depth/ Blows/fool A Elevation Borehole Completion Sample Tests Blows) yyater Content%• Material Description p De lh (feet) Type/ID 6" 0 10 20 30 40 5 Type Asphalt over base course ARTIFICIAL FILL hill) Loose,moist, brown,slightly silty,gravelly SAND 1 — ; (SP-SM);fine to medium sand — 1 III 2 — Borehole backfilled with , 2 hydrated bentonite chips X5 inti 3 — L 5 — 3 S1 M • * O Ili 4 — - - —4 1111 5 3 i — 5 3 7 . S-2 M • 6— — 6 1110 7— \ — 7 > 19 , __——_ MELTOUT TILL 22 Dense to very dense,moist to very moist,light / .. . 8 — 30 brown,silty gravelly SAND(SM);graded beds — 8 no S-3 M • A interbedded with beds with diamict fabric 9 — — 9 Alli 10- 16 - . —10 N N 44 - - Hili g 50/5 >. S'4 M,GS • ♦ . . 11— —11 a LIw CC on 12— —12 o 3 14 NI 0. m 25 13— 50/4 ' - —13 6 5-5 M • 4 .. z I W . tr ° 14— 14 Bottom of boring at 14 ft BGS ° o o t J z Sampler Type:P YP Drilling Method: Logged by: MV Er- 23 p• No Recovery HSA:Hollow Stem Auger u ® Approved by: EOA 1f o Split Spoon MR:Mud Rotary 0r Figure No. A 3 WO .. eCt Project Number Boring Log Boring Number Sheet CO"hickc:N SUITING 140042 B-3 1 of 1 Project Name: City of Renton-Maplewood Creek Ground Surface Elev NO Location: NW of MH 2001-131871/Chelan Ave SE,Renton,Washinton Driller/Equipment: EDI-Tom Adams/Mobile B61 HSA • Depth to Water(ft BGS) 7 Sampling Method/Hammer:1.5"diam split spoon/140#/30"drop Start/Finish Date 5/2/2014 dill Elevation Borehole Comletion Sample Tests Blows/ WterConten%$ Material Description Depth (feel) P Type/ID 6- 0 Dat 20 n30t40 50 TYPe (ft) Asphalt,base course r FILL Loose,moist,dark brown,silty,slightly gravelly 1 – :• SAND(SM);fine sand,numerous organics – 1 ow 2– Borehole backfilled with 2 hydrated bentonite chips M++ X 2 Loose,moist,light rusty brown SAND(SP):fine 1 to medium sand,trace silt,trace gravel,trace 3 – 6 S charcoal,trace organics ` 3 S-1 M eh O or 4 – \ – 4 \ \ - 5 – ...4.--- � 11 \ MELTOUT TILL 5 36 \ Dense to very dense,moist to very moist,light S-2 • 50/5 • '•• brown,silty,gravelly SAND(SM);graded beds M,GS interbedded beds with diamict fabric w 6 `.y -.- 6 - ; XProctor, S-3 GS 50/5 • 8_ M - 8 ON y 9– _ g oio { 10— 16 --10 N 25 a 28 S-4• MIII -, 11– -11 o. - Proctor, • CD +:. GS allk w O 12– . –12 o 0 WWO 11 13– 23 -13 30 S-5 M • z ow O 14– 14 Bottom of boring at 14 ft BGS U EN O CO i Sampler Type: Drilling Method: Logged by. MV o: § ® No Recovery HSA:Hollow Stem Auger o ®tel`Spoon Approved by:EOA *IR F2 MR:Mud Rotary gs , Bulk sample Figure No. A 4 r ect Boring Log Boring Number Sheet co Project Number SULTING 140042 HA-1 1 of 1 Project Name: City of Renton-Maplewood Creek Ground Surface Elev Location: 10 ft NE of corner,SE 2nd&Chelan SE/Chelan Ave SE,Renton,Washinton Driller/Equipment: Aspect-Mv&MML/Hand auger Depth to Water(ft BGS) Not encountered Sampling Method/Hammer:/15#/20"drop Start/Finish Date 4/28/2014 Depth/ BlowsRoot Elevation Borehole Completion Sample Tests Blows/ Water Content% Material Descnptwn Depth (feet) Type/ID 6' 0 10 20 30 40 50 Type (ft) •• • Loose,moistdark brown,silty SAND(SM);fine • to coarse sand,predominantly fine and medium, abundant organics • 1 — Auger hole immediately • Loose to medium dense,moist,light brown, — 1 backfilled with 5 slightly silty,very gravelly SAND(SW-SM);fine excavated material 6 to coarse sand,fine gravel 2 - 2 — 2 2 3 3 35/1.7E" Bottom of boring(refusal)at 3 ft BGS - 3 a a 4- - 4 > 5- - 5 Irlt L 6 — — 6 L a K a a. 7— — 7 cc LL TO t11111 Sampler Type: Drilling Method: Logged by: MML m No Recovery = L HSA:Hollow Stem Auger Approved by: EOA1111 o MR:Mud Rotary Figure No. A 5 1116 ectProject Number Boring Log Boring Number Sheet o CSULTING 140042 HA-2 1 of 1 Project Name: City of Renton-Maplewood Creek Ground Surface Elev Location: 25 ft dnslope,NE of corner SE 2nd&Chelan SE/Chelan Ave SE,Renton,Washinton Driller/Equipment: Aspect-Mv&MML/Hand auger Depth to Water(ft BGS) Not encountered Sampling Method/Hammer.1 15#/20"drop Start/Finish Date 4/28/2014 Depth Sample Tests Blows/ Blows/fool Material Depth Elevation Borehole Completion P Water Content%• T Description P (feet) Type/ID 6" 0 10 20 30 40 50 (R) Loose to dense,moist,dark brown to light brown, • silty SAND(SM) tiw Abundant organics 1 — Auger hole Immediately — backfiSed with excavated material Plastic erosion-control sheeting irr Becomes gravelly tat 2 - 1 • 2 18/1" Bottom of boring(refusal)at 2 ft BGS iw 3 — — 3 wr 4 — — 4 the 5 — — 5 r0 NN e a-• 6 — — 6 wiraO O O r� a .• 7 -t — 7 CC 0 0 U tom' re Sampler Type: Drilling Method: Logged by: MML ®No Recovery HSA:Hollow Stem Auger Approved by:EOA rit. o MR:Mud Rotary • Figure No. A 6 eCt Project Number Boring Number Sheet CoBoring Log SUITING 140042 HA-3 1 of 1 Project Name: City of Renton-Maplewood Creek Ground Surface Elev Location: 50 ft dnslope NE of comer,SE 2nd&Chelan SE/Chelan Ave SE,Renton,Washinton Driller/Equipment: Aspect-Mv&MML/Hand auger Depth to Water(ft BGS) Not encountered Sampling Method/Hammer:/15#/20"drop Start/Finish Date 4/28/2014 Depth/ Elevtion Borehole Completion Sample Tests Blows/ Water Content ,,• Material Descnplbn Deem(feet) Type/ID 6 p10 20 30 40 50 Type (ft; • Loose,moist,dark brown,silty,gravelly SAND (SM);fine to coarse sand,predominantly fine to medium,fine to coarse gravel,abundant roots and organics 1 1 1 1 — Auger hole immediately — backfilled with excavated material 2— — 2 ti Loose to dense,moist,light brown,slightly silty, gravelly SAND(SW-SM):trace organics 3 3 15/0.5 Bottom of boring(refusal on cobbles)at 3.5 BGS i»M 4 — — 4 5_ — 5 Illlrl 3 a g — _ g w w W U 0 • 7 — — 7 w � LL U Sampler Type: Drilling Method: Logged by: MML m F No Recovery = L. HSA:Hollow Stem Auger w Approved by: EOA .110 MR:Mud Rotary L Figure No. A 7 alar eCtProject Number Boring Log Boring Number Sheet Co SULTING 140042 HA-4 1 of 1 Project Name: City of Renton-Maplewood Creek Ground Surface Elev MIN Location: Bottom of slope NE of corner SE 2nd&Chelan SE/Chelan Ave SE,Renton,Washinton Driller/Equipment: Aspect-Mv&MML/Hand auger Depth to Water(ft BGS) 2.2 Sampling Method/Hammer./15#/20"drop Start/Finish Date 4/28/2014 Depth JSample Tests Blows/ ter Co ten Material Depth Elevation Borehole Completion Type/ID s. Water Content (i Type Description (I (ret) 0 10 20 30 40 SO Loose,moist,dark brown,silty,gravelly SAND (SM);fine to coarse sand,predominantly fine to arr • medium,fine to coarse gravel,abundant roots and organics • 41111 • 1 Auger hole immediately • • — 1 backrpledwith 1 Light brown,fewer organics excavated material 2 Wri Loose to dense,moist to wet,brown,slightly silty, gravelly SAND(SW-SM);fine to coarse sand, • fine to coarse gravel,large roots 2 — — 2 IMO • Becomes wet Becomes slightly gravelly iii 3 — 3 ire rei 4 -- 4 airy , 0111 5— — 5 S. o Arte 23 32 0 6 — • • — 6 Bottom of boring at 6 ft BGS +ice U 0 O t 7 — — 7 2 O I Z K 0 TO (((Q�JJ so Sampler Type: Drilling Method: Logged by: MML oa ®No Recovery HSA:Hollow Stern Auger Approved by: EOA ilii o MR:Mud Rotary Figure No. A 8 lel nr APPENDIX B Geotechnical Lab Testing Results ASPECT CONSULTING B.Geotechnical Laboratory Testing Laboratory tests were conducted on selected soil samples to characterize certain engineering(physical)properties of the soils along the Site alignment. Laboratory testing included determination of grain-size distribution,natural moisture content, and moisture- density(compaction). The laboratory tests were conducted in general accordance with appropriate ASTM test methods.Test procedures are discussed below. 11116 The grain size distribution of selected samples was analyzed in general accordance with ASTM D-422,Standard Test Method for Particle-Size Analysis of Soils.Results of the grain size distribution testing are presented in this appendix. 11111 The moisture content of selected samples was analyzed in general accordance with ASTM D-2216,Standard Test Methods for Laboratory Determination of Water(Moisture) Content of Soil and Rock by Mass. Moisture content test results are plotted on the boring logs at the appropriate intervals. Moisture-density(compaction)testing was completed on two bulk samples of auger cuttings obtained from boring B-3.The compaction testing was completed in accordance with ASTM D 1557 Method B,Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort(56,000 ft-lbf/ft3). Test results are included in Appendix B. tri I. a PROJECT NO. 140042 •JULY 13,2014 B-1 i WW OW OW OW rr OW Hayre McElroy&Associates,LLC Moisture Cc.rmit,4m Ira its Aspect Consulting-Renton-Chelan Ave Job#140042 HMA iI Sample Sample#or I Date Date of Wt of Tare+ Tare+ "" # Depth Location Received Test Tare# Tare Wet Dry Moisture % 7607-13 2.5'-4' B-1 5/2/2014 5/5/2014 6A 114.7 454.1 427.4 8.5 7607-14 5'-6.5' B-1 5/2/2014 5/5/2014 M7 123.1 379.9 361.3 7.8 7607-15 7.5'-9' I B-1 I 5/2/2014 5/5/2014 _ 63 115.4 911.6 856.2 7.5 ,we 7607-16 10'-11.5' B-1 5/2/2014 5/5/2014 S5 ! 118.8 666 631.7 6.7 7607-17 12.5'-14' B-1 5/2/2014 5/5/2014 S6 118 1124.9 1010.2 12.9 7607-8 2.5-4' B-2 5/2/2014 5/5/2014 S-3 118.4 671.0 639.4 6.1 7607-9 I 5'-6.5' B-2 5/2/2014 5/5/2014 1 S-1 118.1 825.0 759.2 10.3 gm 7607-10 7.5'-9' 8-2 5/2/2014 ; 5/5/2014 S-10 114 805.1 706.6 16.6 7607-11 I 10'-11.5' B-2 5/2/2014 ; 5/5/2014 S-8 113.3 820.70 766.10 8.4 7607-12 12.5'-14' 8-2 5/2/2014 5/5/2014 S-7 116.1 644.10 591.30 11.1 7607-3 2.5'-4' B-3 5/2/2014 5/5/2014 E-4 198.9 : 555.4 538.8 4.9 7607-4 5'-6.5' 5-3 5/2/2014 5/5/2014 S-8 213.2 889.1 850.2 6.1 7607-2 5'-10' 8-3 5/2/2014 5/5/2014 A 603.9 i 3428.0 3246.8 6.9 7607-5 7.5'-9' B-3 5/2/2014 5/5/2014 S-9 113.9 1 488.3 468.2 5.7 err 7607-6 10'-11.5' I B-3 I 5/2/2014 5/5/2014 2A 217.3 938.3 882.0 8.5 7607-7 12.5'-14' B-3 5/2/2014 5/5/2014 M6 117.1 885.6 793.4 13.6 1 OW OW UM WO WO OW a Particle Size Distribution Report . ... . e 000 C g C —C 15- et .0 0 00 0 0 at 0 illt CD RP Val ' .it Zg 1 Tt U 4 I 4 4 4 U 100 1 - 7 • 1 • 1 I I I 1 1 •• I 1 90 1 1I • 1 - 1111 1 1 • I 1 80 , F.--F-F-- 1 I - — — I II I 70- 1----- 1 . 1 I I ------- II I I W 1 I 1 _ 1 I Z 60 Li 1 1 1 • F- 50 I I 1 il lit z -- ' W II 1 i C.) 1 1 I LI:F_I 40 - --------- ---- T I 1 1 1 IT-- 1- - 1 I-1 a • lI a 30— --r-r---'T- 1 • 20-- — --t- - — - 1 1 ---- 1 II II 10 1 1 - I II . --- - I 1 I I 0 I I 1 1 1 1 1 1 1I 1 1 1 1 100 10 1 0.1 0.01 0 001 id GRAIN SIZE-mm. %Gravel %Sand %Fines %+3" Coarse Fine Coarse Medium Fine Silt Clay 0.0 3.5 6.8 5.3 26.8 40.7 16.9 it _ Test Results(ASTM C136& ASTM 01140) Material Description Opening Percent Spec.* Pass? Gray/Brown Silty Sand a Size Finer (Percent) (X=Fall) 1" 100.0 3/4" 96.5 Atterberg Limits(ASTM D 4318) as 5/8" 95.8 PL= LL= PI= 1/2" 94.8 3/8" 93.6 Classification #4 89.7 USCS(D 2487)= SM AASHTO(M 145)= A-2-4(0) mit #10 84.4 Coefficients #20 77.6 D90= 5.0025 085=2.2493 D60= #40 57.6 D50= 0.3603 D30= 0.2208 D15= #60 33.9 Die cu= C = it #100 23.0 #200 16.9 Remarks 111 Date Received: 5/5/14 Date Tested: 5/7/14 Tested By: JF lie Checked By: JAM Title: (no specification provided) a Location:B-1 Date Sampled: Sample Number: 7607-17 Death: 12.5'-14' Hayre McElroy & Associates, LLC Client: Aspect a Project: Renton-Chelan Ave Redmond, WA Project No: 08-175 Figure B-1 a • GRAIN SIZE DISTRIBUTION TEST DATA 7/3/2014 a Client:Aspect Project:Renton-Chelan Ave Project Number:08-175 Location: B-1 Depth: 12.5'-14' Sample Number:7607-17 Material Description:Gray/Brown Silty Sand Date Received:5/5/14 USCS Classification:SM AASHTO Classification:A-2-4(0) Grain Size Test Method:ASTM C136 #200 Wash Method:ASTM D1140 Tested By:JF Test Date: 5/7/14 tot Checked By:JAM Sieve Test Data w Post#200 Wash Test Weights(grams): Dry Sample and Tare=865.50 Tare Wt.= 118.00 sr Minus#200 from wash=16.2% Dry Sample Sieve Weight Sieve and Tare Tare Opening Retained Weight Percent (grams) (grams) Size (grams) (grams) Finer 1010.20 118.00 1" 0.00 0.00 100.0 3/4" 1535.60 1504.80 96.5 tat 5/8" 1478.90 1472.60 95.8 1/2" 1428.40 1419.00 94.8 3/8" 1493.90 1483.10 93.6 iss #4 1390.80 1355.90 89.7 #10 1560.50 1513.50 84.4 #20 1126.80 1066.00 77.6 +�r #40 1121.90 943.50 57.6 #60 1089.30 877.60 33.9 #100 939.70 842.70 23.0 #200 1073.10 1018.70 16.9 Fractional Components _ Cobbles Gravel Sand Fines Coarse Fine Total Coarse Medium Fine Total Silt Clay Total 0.0 3.5 6.8 10.3 5.3 26.8 40.7 72.8 16.9 err D10 015 020 D30 D50 D60 080 D85 D90 Dg5 0.1126 0.2208 0.3603 1.0142 2.2493 5.0025 13.2509 mit Fineness Modulus 2.19 err tit Hayre McElroy&Associates, LLC ! Particle Size Distribution Report C +£ .c!:, C C . m 0 0 0 y0 f0p G it �0./ i rD ' N �- w ; l7 A E `i a a `ig i t ik 100 l I 1 1 1 1 , I I 1 1 I I I I I 1 I I 90 I _rt ---f. • I - _ _. _ , .-t.- I—_ ----t-_t—._ ___._ it I I I • 1 I I I 80 I 1----t-F--F s--1 ------ I -1--- i 1 -- - I I I 1 I I I 70 —--- ----4 _4 4: 4 -I---- • _ _ 1- __-I-__ I --1-_ I_ , - rt w I I I I I I I ! Z 60 1 11__1_1 _1___--_-' _1___L__I I _ _ I I I I I 1- I I _ I _--- _I_ _ !__ _ W 50—.__ _ _ _ I I I I ! __ _ -- a ao -- I I I I I �___ W -- (—_1 a. I I I I 30 -1 ' I -----f-r- I 1 r _. I 1 I 1 I I I 1 1 1 1 I 1 iiii 10-- --f- r I I I I 1 I I I I - l I I I I I I I I I 0 I 1 1 1 1 1 1 I 1 I I I I 100 10 1 0.1 0.01 0.001 Ili GRAIN SIZE-mm. %+3„ %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 9.9 20.0 8.1 21.4 24.0 16.6 Test Results(ASTM C136& ASTM D1140) Material Description Opening Percent Spec.* Pass? Brown Silty Sand W/Gravel Size Finer (Percent) (X=Fall) 1" 100.0 3/4" 90.1 Atterberg Limits(ASTM D 43181 5/8" 88.8 PL= LL= PI= 1/2" 85.2 3/8" 78.8 Classification #4 70.1 USCS(D 2487)= SM AASHTO(M 145)= A-I-b #10 62.0 Coefficients #20 53.4 D90= 18.9410 D85= 12.5551 D60= #40 40.6 D50= 0.6825 D30= 02561 D15= #60 29.6 D10= Cu= Cc= #100 24.0 Remarks #200 16.6 Date Received: 5/5/14 Date Tested: 5/7/14 Tested By: IF Checked By: JAM Title: * (no specification provided) Location: B-2 Date Sampled: Sample Number:7607-11 Depth: 10'-I l.5' till Hayre McElroy &Associates, LLC Client: Aspect Project: Renton-Chelan Ave Redmond, WA Project Not 08-175 Figure B-21 I... a� gm GRAIN SIZE DISTRIBUTION TEST DATA 7/3/2014 Mill Client:Aspect Project:Renton-Chelan Ave Si Project Number:08-175 Location:B-2 Depth: 10'-11.5' Sample Number:7607-11 um Material Description:Brown Silty Sand W/Gravel Date Received:5/5/14 USCS Classification:SM AASHTO Classification:A-1-b • ,yrr Grain Size Test Method:ASTM C136 #200 Wash Method:ASTM D1140 Tested By:JF Test Date:5/7/14 as Checked By:JAM Sieve Test Data, w.. ..,. . Post 0200 Wash Test Weights(grams): Dry Sample and Tare=663.10 Tare Wt.=113.30 aor Minus 0200 from wash=15.8% Dry I Sample Sieve Weight Sieve and Tare Tare Opening Retained Weight Percent MIN (grams) (grams) Size (grams) (grams) Finer 766.10 113.30 1" 0.00 0.00 100.0 3/4" 1569.40 1504.70 90.1 art 5/8" 1481.40 1472.70 88.8 1/2" 1441.90 1419.00 85.2 3/8" 1525.30 1483.10 78.8 WO #4 1412.60 1355.90 70.1 #10 1566.40 1513.30 62.0 #20 1121.80 1065.90 53.4 #40 1026.80 943.50 40.6 Mr #60 949.80 877.80 29.6 #100 879.20 842.80 24.0 #200 1067.60 1018.80 16.6 mo, aFractional Components. Cobbles Gravel Sand Fines Coarse Fine Total Coarse Medium Fine Total Silt Clay Total to 0.0 9.9 20.0 29.9 8.1 21.4 24.0 53.5 16.6 int D10 015 020 D30 050 060 D80 D85 D90 095 0.1014 0.2561 0.6825 10.0846 12.5551 18.9410 22.5553 r Fineness Modulus 3.36 O VOW OW _ Hayre McElroy&Associates,LLC . III Particle Size Distribution Report . . a . . ..4 a 0 ii cf) el C•4 , .‘ c-.3 4 4 17 17 4 1? 4 4 V 100 I • 1 I I ' 1 1 6 I 1 I I 11 II I il 90-— ----r --1--- 1 t 1 1- t1 1 el 1 '1I I I I I I 80--- 1 - —1 I I ±-- I 1 —+ i--+ -- — 1 II • I 1 I I 70- —- -4---1- I I 11 -1-•----1-— 1 1-1-- --- ----- Et 1 Ill 1 • I 1 1 I tit Z 60- - .1 i_ 1 _ 1L _ 1 .___ I _L J____I __ _ ri.. I ii 1 1 1 i— 1 , 1 1 I _ 1 _ I a Z 50 - _ _ _ W 1 III I • I I I I I 1 I I I W 40 _ W 1 —7- -1—T -I .7- _ • 1 1 a I 30- - - - i --r- 1 - I 20 1- . — - m 1 I 1 I I1 III I :1 11 'I-- et 10_ -1 _ _ I 1 1 1 1 1 1 I NI II II II , 1 0 100 10 1 0.1I 0.01 0.001 is GRAIN SIZE-mm. %Gravel %Sand %Fines %+3" Coarse Fine Coarse Medium Fine Slit Clay it 0.0 5.5 19.3 10.9 182 23.4 22.7 Test Results(ASTM C136& ASTM 01140) Material Description Opening Percent Spec.* Pass? Silty Sand W/Gravel IV Size Finer (Percent) (X=Fall) 1" 100.0 3/4" 94.5 Atterberg Limits(ASTM D 4318) le 1/2" 91.1 PL= LL= P1= 3/8" 85.0 #4 75.2 Classification #10 64.3 USCS(D 2487)= SM AASHTO(M 145)= A-1-b #20 55.5 Coefficients #40 46.1 D93= 11.9312 085= 9.5353 060= ,. #60 362 D50= 0.5443 D30= 0.1622 D15 = #100 29.1 DIO= Cu= Cc= la #200 22.7 Remarks , IS Date Received: 5/5/14 Date Tested: 5/7/14 Tested By: .1F Checked By: JAM Title: tit * (no specification provided) Location:B-3 Date Sampled: Sample Number:7607-4 Depth: 5'-6.5' Hayre McElroy &Associates, LLC Client: Aspect ill Project: Renton-Chelan Ave Redmond, WA Project No: 08-175 Figure 13-3 11. err GRAIN SIZE DISTRIBUTION TEST DATA 7/3/2014 Client:Aspect Project:Renton-Chelan Ave Project Number:08-175 Location:B-3 Depth:5'-6.5' Sample Number:7607-4 Material Description: Silty Sand W/Gravel Date Received:5/5/14 USCS Classification:SM AASHTO Classification:A-1-b Grain Size Test Method:ASTM C136 #200 Wash Method:ASTM D1140 Tested By:JF Test Date:5/7/14 Checked By:JAM Sieve Test Data . , Post#200 Wash Test Weights(grams): Dry Sample and Tare=715.20 Tare Wt.=213.20 Minus#200 from wash=21.2% Dry Sample Sieve Weight Sieve and Tare Tare Opening Retained Weight Percent (grams) (grams) Size (grams) (grams) Finer 850.20 213.20 1" 0.00 0.00 100.0 3/4" 1539.90 1505.10 94.5 1/2" 1441.00 1419.00 91.1 3/8" 1522.00 1483.10 85.0 #4 1418.20 1355.90 75.2 lot #10 1582.90 1513.40 64.3 #20 1122.10 1065.90 55.5 #40 1003.20 943.60 46.1 #60 940.40 877.60 36.2 #100 888.40 842.80 29.1 #200 1059.60 1019.00 22.7 Fractional Components Cobbles Gravel Sand Fines Coarse Fine Total Coarse Medium Fine Total Silt Clay Total 0.0 5.5 19.3 24.8 10.9 18.2 23.4 52.5 22.7 010 016 D20 D30 D5o 060 080 085 D90 095 ate, 0.1622 0.5443 7.1440 9.5353 11.9312 19.7165 Fineness ilre Modulus 3.00 out tier Hayre McElroy&Associates, LLC a Particle Size Distribution Report . .0 CD c: C .,..' .; g A Z a Z i ii g ft° i 100 — 1 1 • 1 ‘1 1 I- I II I I I ill 1 I P• I I II 1 I I III -I-- - I-1- 1-- t- i 1- t f 1---r _ oi I 1 1 1 1 • i! I I III 80 + f -F ++ -I- -I- r H------ 1 1 1 I - — I ' 1111 I • 1 I 1 I l 70— -- I 4- - 1 4-4 4-- 4 -I--- I -I-I--4- -•--— ---- ii w I I I 1 I • I ill w Z 60 ---- - I --I--- -I- ,-1,-I- .1 1 1 1 - - -- it I 1- _1._ , a NO ____ Z 50 ,I w , I 0 0 40 ' --T-17 .... w ' 0 I • 30----- -—1----- — —r-r-r-r---r---- 1 •...„ __ I I I I I I , 20 I ' I I I 1— I --- ------ . I I I I I I I 10 + -i- -I--1-1- I- I - I I 1I I 0 1 1 1 1 I J l I I I 100 10 1 0,1 0.01 0.001 mi GRAIN SIZE-mm. %Gravel %Sand %Fines 0/0+3" Coarse Fine Coarse Medium Fine Silt I Clay ii 0.0 6.8 18.5 9.6 21.6 18.6 24.9 Test Results(ASTM C136& ASTM D1140) Material Description Opening Percent Spec.* Pass? 4 Size Finer (Percent) (X=Fail) 1 1/2" 100.0 1 1/4" 95.6 Atterberg Limits(ASTM D 4318) ! tilt 3/4" 93.2 PL= NP LL= NP Pl= NP 5/8" 92.0 1/2" 88.9 Classification 3/8" 84.5 USCS(D 2487)= SM AASHTO(M 145)= A-1-b It #4 74.7 Coefficients #10 65.1 D90= 13.6518 D85= 9.8750 D60= -, #20 55.4 Dgo= 0.6094 Dgo= 0.1627 #40 43.5 D1 r C11= cc= #60 34.5 #100 29.4 Remarks #200 24.9 Date Received: 5/5/14 Date Tested: 5/8/14 Tested By: JF Checked By: JAM Title: * (no specification provided) Location:B-3 Date Sampled: Sample Number:7607-2 Depth: 5'10' Hayre McElroy & Associates, LLC Client: Aspect Project: Renton-ChelanAve Redmond, WA Project No: 08-175 Figure B-4 oil WE GRAIN SIZE DISTRIBUTION TEST DATA 7/3/2014 to Client:Aspect Project:Renton-Chelan Ave WI Project Number:08-175 Location:B-3 Depth:5'-10' Sample Number:7607-2 Nil Date Received:5/5/14 PL:NP LL:NP PI:NP USCS Classification:SM AASHTO Classification:A-1-b Grain Size Test Method:ASTM C136 Mil #200 Wash Method:ASTM D1140 Tested By:JF Test Date:5/8/14 Checked By:JAM urr Sieve Test Data Post#200 Wash Test Weights(grams): Dry Sample and Tare=2595.50 Tare Wt.=603.90 Minus#200 from wash=24.6% err Dry Sample Sieve Weight Sieve and Tare Tare Opening Retained Weight Percent (grams) (grams) Size (grams) (grams) Finer ma 3246.80 603.90 1 1/2" 0.00 0.00 100.0 1 1/4" 1449.10 1333.50 95.6 3/4" 1570.10 1504.80 93.2 - 5/8" 1503.60 1472.70 92.0 1/2" 1501.00 1419.00 88.9 3/8" 1600.40 1483.30 84.5 #4 1613.30 1355.90 74.7 go #10 1766.20 1513.30 65.1 #20 1324.50 1066.20 55.4 #40 1258.60 943.70 43.5 mg #60 1114.80 877.80 34.5 #100 978.30 842.80 29.4 #200 1136.30 1018.90 24.9 Fractional Components Cobbles Gravel Sand Fines Coarse Fine Total Coarse Medium Fine Total Silt Clay Total roe 0.0 6.8 18.5 25.3 9.6 21.6 18.6 49.8 24.9 eL D10 D15 D20 D30 D50 060 D80 085 D90 D95 0.1627 0.6094 7.0360 9.8750 13.6518 30.5588 dill Fineness Modulus 3.05 r lie +iir Hayre McElroy&Associates, LLC a Particle Size Distribution Report C . c: c 0 i o O ; 100 1 1 "• 1 1 I I I I 11 i 1 I is 1 I I I I I 70 ---1-- -44 t II -4-4-- - at cc I I l 1I w Z 60 ___1.._..._L • ____*1_____L___1_,_ 1 i- lilt II i-- ____ I I I I Z 50 LU I l l I 0 liii I - I Ct 40 - LIP 1 -1 T -T. -----T I a. 1 I 1 I Mil 30 I - 1 1 r---r- __ I lull 20--+---------f- I I 1 - t -- -I- I I I T . _____, ____ I 1111 III iv io--i- - 4 4- --1 I 4 - - —4--1 I I I lIlt III 0 1l _1 III I I I 1 L 1 I 100 10 1 0.1 0.01 0.001 GRAIN SIZE-mm. %Gravel %Sand %Fines %+3" Coarse _ Fine Coarse Medium Fine Silt Clay lit 0.0 3.6 24.0 12.6 20.4 17.0 22.4 Test Results(ASTM C136& ASTM D1140) Material Description Opening Percent Spec.* Pass? Silty Sand W/Gravel iii Size Finer (Percent) (X=Fall) 1 1/2" 100.0 1 1/4" 97.9 Atterberg Limits(ASTM D 4318) illa 1" 97.1 PL= NP U..= NP P1= NP 3/4" 96.4 5/8" 95.3 Classification 1/2" 91.8 USCS(1)2487)= SM AASHTO(M 145)= A-1-b WI 3/8" 85.5 Coefficients #4 72.4 D90= 11.6605 D85= 9.2926 D60= #10 59.8 D50= 0.8492 D30= 0.2191 D15= #20 50.0 Dio= Cu= Cc= ei #40 39.4 #60 31.5 Remarks #100 26.7 #200 22.4 Date Received: 5/5/14 Date Tested: 5/8/14 Tested By: JF Checked By: JAM Title: _ * (no specification provided) illi Location:B-3 Date Sampled: Sample Number:7607-1 Depth: 10-11.5' Hayre McElroy & Associates, LLC Client: Aspect is Project: Renton-Chelan Ave Redmond, WA Pygtect No: 08-175 Figure B-5 eli 4111 aft GRAIN SIZE DISTRIBUTION TEST DATA 7/3/2014 Client:Aspect Project:Renton-Chelan Ave rr Project Number:08-175 Location:B-3 Depth: 10'-11.5' Sample Number:7607-1 ar Material Description: Silty Sand W/Gravel Date Received:5/5/14 PL:NP LL:NP PI:NP USCS Classification: SM AASHTO Classification:A-1-b Grain Size Test Method:ASTM C136 #200 Wash Method:ASTM D1140 Tested By:JF Test Date:5/8/14 err Checked By:JAM Sieve Test Bata .-`�. °, Post#200 Wash Test Weights(grams): Dry Sample and Tare=2575.80 Tare Wt.=621.30 err Minus#200 from wash=22.0% Dry Sample Sieve Weight Sieve and Tare Tare Opening Retained Weight Percent (grams) (grams) Size (grams) (grams) Finer 3128.10 621.30 1 1/2" 0.00 0.00 100.0 1 1/4" 1387.00 1333.40 97.9 arr 1" 1490.00 1469.70 97.1 3/4" 1520.80 1504.80 96.4 5/8" 1501.10 1472.70 95.3 1/2" 1507.50 1419.50 91.8 3/8" 1639.40 1483.10 85.5 #4 1684.00 1355.80 72.4 #10 1829.80 1513.40 59.8 e11 #20 1312.10 1066.20 50.0 #40 1209.00 943.50 39.4 #60 1076.30 877.70 31.5 1111 #100 962.70 842.80 26.7 #200 1126.40 1018.90 22.4 • Fractional•Com onents Cobbles Gravel Sand Fines Coarse Fine Total Coarse Medium Fine Total Silt Clay Total 0.0 3.6 24.0 27.6 12.6 20.4 17.0 50.0 22.4 ars 010 015 020 D30 050 060 D80 D86 D90 095aft 0.2191 0.8492 7.2657 9.2926 11.6605 15.4768 Fineness Modulus 3.24 rw Hayre McElroy&Associates, LLC I i COMPACTION TEST REPORT 148 1 : 143 - - _______ .1.4_ %, 141.8 pcii -ah. lilliIrk ,_ 138 __. i ___. _.__.__. . U c 0 133 - _ -. -____-___ .___ _ _ .__ • iii 128 _ • __ ZAV for SpG. 7-- _. 2.60 123 _ all 2 4 6 8 10 12 14 Water content, VD iiii --_—-Rock Corrected —0---Uncorrected Test specification: ASTM D 1557-91 Procedure B Modified I ASTM D 4718-87 Oversize Corr.Applied to Each Test Point I EIev1 Classification Nat. %> %< i' Depth USCS AASHTO Moist. Sp.G. LL Pi 318 in. No.200 5'-10' SM A-1-b 2.6 NP NP 15.5 24.9 ROCK CORRECTED TEST RESULTS UNCORRECTED MATERIAL DESCRIPTION Maximum diy density— 141.8 pcf 138.6 pcf Mil Optimum moisture=6.4% 7.4 1 Project No. 08-175 Client: Aspect Remarks: oil Project: Renton-Chelan Ave o Location: B-3 Depth: 5'-I0' Sample Number: 7607-2 iii Hayre McElroy& Associates, LLC Redmond, WA Figure B-6 di iii MOISTURE DENSITY TEST DATA 7/3/2014 4�1 Client:Aspect Project:Renton-Chelan Ave Project Number:08-175 Location:B-3 Depth:5'-10' Sample Number:7607-2 USCS Classification: SM AASHTO Classification:A-1-b Liquid Limit:NP Plasticity Index:NP +lir Test Data and Results For,Curve;7607 2..: . Test Specification: Type of Test:ASTM D 1557-91 Procedure B Modified 44rr Mold Dia:4.00 Hammer Wt:10 lb. Drop:18 in. Layers:five Blows per Layer:25 Point No. 1 2 3 148 Wt M+S 1 6356.1 6501.6 6404.7 ZAV SpG 2.80 WI.MI 4254.6 4254.6 4254.6 143 Wt.W+T 898.1 859.9 995.1 Wt.D+T 1 864.9 814.6 917.1 lot Tare 196.1 193.0 194.1 13811% Moist. 5.0 7.3 10.8 dig Moist' 4.3 6.3 9.3 Dry Den.' 136:3 141.8 1321 133-g • IMO 128--- Ole 123 Moisture content,% 2 4 8 8 10 12 14 Rock Corrected Results: Max.Dry Den.= 141.8 pcf Opt Moist= .6.4% is Uncorrected Results: Max.Dry Den.=138,6 pcf Opt.Moist= 7.4% Rock Correction Data: etr Correction Method:ASTM D 4718-87 Percentage of Oversize Material(%>318 In.):15.5 Bulk Specific Gravity of Oversize Material:2.6 Oversize Material Moisture Content:1.0 4r� 'Note:the rock correction was applied to every test point's density and moisture value. Ilial um 41x1 "i" Hayre McElroy&Associates,LLC di COMPACTION TEST REPORT rifi 150 milli _ is I ■ ■ ■■ Iola!NINNIL, EN ■ _. ■■ ■■. 1 iii' 145 11111.111 . ■ ■ :�iY L 14sZZ3 ■El -0 ' ' ■■ mini siii ■ ■ ■ ■■■ ■ 1111111/51111111 11111 ■■ ► l �''� ■ ■ ■ ■■ il � 140 � ,• � • � IMMOMIMM CL Niii ■� . ■■►�►■ III ■ ■ N ■ ■ ■ 13 ■ ■ i ■ 111111611411 \ ■■ ■ 11.1 iii 135■ • ■■ ,■S ■■■■ Il NN ■ I II ■■■ I IIINom 11E14 ■■ ■ ■ ■■■ ■l ■ .1 N UN ■ ■■■ 130 :uiiiirn ._ 01010101III ■•MM. • ■■ _ ■■ ■■ ZAV for ■ _ ►■■__ Sp.G. = illi 1 1 , 2.60 125 oto 3 4.5 6 7.5 9 10.5 12 Water content, % •—-Rock Corrected —o --Uncorrected iiii Test specification: ASTM D 1557-91 Procedure B Modified ASTM D 4718-87 Oversize Corr.Applied to Each Test Point Elev/ Classification Nat. %> %< imi Sp.G. LL PI 318 in. No.200 Depth USCS AASHTO Moist. 10'-11.5' SM A-1-b 2.6 NP NP 14.5 22.4 iii ROCK CORRECTED TEST RESULTS UNCORRECTED MATERIAL DESCRIPTION Maximum dry density=- 143.9 pcf 141.2 pcf imi Silty Sand W/Gravel Optimum moisture=6.0% 6.8% Project No. 08-175 Client: Aspect Remarks: 0 Project: Renton-Chelan Ave o Location:B-3 Depth: 10'-11.5' Sample Number:7607-1 ii Hayre McElroy &Associates, LLC Redmond, WA Figure B-7 err 4 .r fir MOISTURE DENSITY TEST DATA 7/312014 Client:Aspect .r Project:Renton-Chelan Ave Project Number:08-175 Location:B-3 Depth: 10'-1 1.5' Sample Number:7607-1 op Description: Silty Sand W/Gravel USCS Classification:SM AASHTO Classification:A-1-b Liquid Limit:NP Plasticity Index:NP Test Data and ResultsFor Curve 76071 Test Specification: to Type of Test:ASTM D 1557-91 Procedure B Modified Mold Dia:4.00 Hammer Wt.: 10 lb. Drop:18 in. Layers:five Blows per Layer:25 Orr Point No. 1 2 3 150 Wt.M+S 6367.3 6533.1 6431.9 zn2.spG 2.80 Wt.M 4254.6 4254.6 4254.6 to 145 Wt.W+T 816.0 612.8 625.5 WL D+T 789.6 586.6 586.8 - Tare 234.8 198.1 165.0 qtr 140 Moist 4.8 6.7 9.2 Moist* 4.2 5.9 8,0 Dry Den.* 16.9 143.9 135:6 135-z• wr • • 130 rrl Moisture Content,% 1253 4.5 8 7.6 9 10.5 12 Imo Rock Corrected Results: Max.Dry Den.= 143.9 pcf Opt.Moist.= 6,00/o Uncorrected Results: Max.Dry Den.=141.2 pcf Opt.Moist= 6.$% trr Rock Correction Data: Correction Method:ASTM D 4718-87 Percentage of Oversize Material(%>318 in.): 14.5 Bulk Specific Gravity of Oversize Material:2.6 Oversize Material Moisture Content:0.9 `Note:the rock correction was applied to every test points density and moisture value. its Yrr ' _ Hayre McElroy&Associates,LLC .. City of rT�, r NOR* vow r.. SPECIAL PROVISIONS No 00 .. a. SPECIAL PROVISIONS r r MAPLEWOOD CREEK STORMWATER OUTFALL IMPROVEMENTS PROJECT r SPECIAL PROVISIONS r MITI MMr MMl .. Engineers Statement: The Measurement and Payment Schedule (Section 1-09.14)and Supplemental Special Provisions (Divisions 2 through 9) have been prepared under the direction of the Professional Engineers, registered in the State of Washington, whose seals and signatures appear below: MM1 S CT Cr WA Of WAs �f W Ov 46352 S-T r S f OIVAL �G SSj�IAL �G �I�611°if Jeff Kreshel, P.E. Peter Cunningham, P.E. PROJECT MANAGER PROJECT ENGINEER ri r 010 TABLE OF CONTENTS 1-01 DEFINITIONS AND TERMS 1 1-01.1 General 1 1-01.3 Definitions 1 1-02 BID PROCEDURES AND CONDITIONS 4 1-02.1 Prequalification of Bidders 4 1-02.2 Plans and Specifications 4 1-02.5 Proposal Forms 4 wr 1-02.6 Preparation of Proposal 5 1-02.6(1) Proprietary Information 5 1-02.7 Bid Deposit 5 1-02.9 Delivery of Proposal 6 1-02.12 Public Opening of Proposals 6 1-02.13 Irregular Proposals 6 1-02.14 Disqualification of Bidders 6 1-02.15 Pre Award Information 7 1-03 AWARD AND EXECUTION OF CONTRACT 7 1-03.1 Consideration of bids 7 1-03.2 Award of Contract 8 1-03.3 Execution of Contract 8 1-03.4 Contract Bond 8 1-03.7 Judicial Review 9 1-04 SCOPE OF WORK 9 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda 9 e 1-04.3 Contractor-Discovered Discrepancies 9 1-04.4 Changes 10 ,o, 1-04.8 Progress Estimates and Payments 10 1-04.11 Final Cleanup 10 1-05 CONTROL OF WORK 10 ..r 1-05.4 Conformity With and Deviation from Plans and Stakes 10 1-05.4(3) Contractor Supplied Surveying 11 1-05.4(4) Contractor Provided As-Built Information 12 1-05.7 Removal of Defective and/or Unauthorized Work 13 1-05.10 Guarantees 14 1-05.11 Final Inspection 14 1-05.11(1) Substantial Completion Date 14 1-05.11(2) Final Inspection and Physical Completion Date 15 1-05.11(3) Operational Testing 15 1-05.12 Final Acceptance 16 1-05.13 Superintendents, Labor and Equipment of Contractor 16 1-05.14 Cooperation with Other Contractors 16 1-05.16 Water and Power 17 4110 City of Renton i July 2015 Maplewood Creek Storm water Outfall Improvements Project 1-05.17 Oral Agreements 17 rtr 1-05.18 Contractor's Daily Diary 17 1-06 CONTROL OF MATERIAL 18 1-06.1 Approval of Materials Prior to Use 18 1-06.2(1) Samples and Tests for Acceptance 18 1-06.2(2) Statistical Evaluation of Materials for Acceptance 19 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 19 1-07.1 Laws to be Observed 19 1-07.2 State Sales Tax 20 1-07.2(1) General 20 1-07.2(2) State Sales Tax-Rule 171 20 1-07.2(3) State Sales Tax-Rule 170 20 1-07.2(4) Services 21 1-07.6 Permits and Licenses 21 1-07.9 Wages 21 1-07.9(5) Required Documents 21 1-07.11 Requirements for Non-Discrimination 22 1-07.11(11) City of Renton Affidavit of Compliance 22 1-07.12 Federal Agency Inspection 22 1-07.13 Contractor's Responsibility for Work 22 1-07.13(1) General 22 smo 1-07.15 Temporary Water Pollution/Erosion Control 22 1-07.16 Protection and Restoration of Property 23 1-07.16(1) Private/Public Property 23 1-07.17 Utilities and Similar Facilities 24 1-07.17(1) Interruption of Services 25 ario 1-07.18 Public Liability and Property Damage Insurance 26 1-07.18(1) General 26 1-07.18(2) Coverages 26 w�► 1-07.18(3) Limits 28 1-07.18(4) Evidence of Insurance: 29 1-07.22 Use of Explosives 29 1-07.23 Public Convenience and Safety 29 1-07.23(1) Construction Under Traffic 29 1-07.23(2) Construction and Maintenance of Detours 31 1-07.24 Rights-of-Way 31 1-07.28 Confined Space Entry 32 1-08 PROSECUTION AND PROGRESS 33 1-08.0 Preliminary Matters 33 1-08.0(1) Preconstruction Conference 33 1-08.0(2) Hours of Work 34 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees 35 1-08.1 Subcontracting 35 1-08.2 Assignment 35 Nii City of Renton li July 2015 Maplewood Creek Stormwater Outfall Improvements Project wu 1-08.3 Progress Schedule 36 1-08.4 Notice to Proceed and Prosecution of the Work 37 1-08.5 Time For Completion 37 rr 1-08.6 Suspension of Work 39 1-08.7 Maintenance During Suspension 39 1-08.9 Liquidated Damages 39 1-08.11 Contractor's Plant and Equipment 39 1-08.12 Attention to Work 40 1-09 MEASUREMENT AND PAYMENT 40 air 1-09.1 Measurement of Quantities 40 1-09.3 Scope of Payment 41 1-09.6 Force Account 42 er 1-09.7 Mobilization 42 1-09.9 Payments 42 1-09.9(1) Retainage 43 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts 44 1-09.9(3) Final Payment 45 IMP 1-09.11 Disputes and Claims 46 1-09.11(2) Claims 46 1-09.11(3) Time Limitations and Jurisdiction 46 1-09.13 Claims and Resolutions 46 1-09.13(3) Claims$250,000 or Less 46 1-09.13(3)A Administration of Arbitration 47 'or 1-09.13(3)B Procedures to Pursue Arbitration 47 1-09.14 Payment Schedule 47 1-09.14(1) Scope 47 tas 1-09.14(2) Bid Items 48 Mobilization &Demobilization(Bid Item 01)-Lump Sum 48 Minor Change (Bid Item 02)-Estimate 49 Construction Surveying, Staking, and As-Builts(Bid Item 03)-Lump Sum 49 Utility Potholing(Bid Item 04)-Each 50 w�. Temporary Traffic Control(Bid Item 05)-Lump Sum 50 Clearing and Grubbing(Bid Item 06)-Square Yard 50 Removal of Structures and Obstructions(Bid Item 07)-Lump Sum 50 Sawcutting(Bid Item 08)-Linear Foot 51 Removal and Replacement of Unsuitable Foundation Material(Bid Item 09)- Ton 51 Controlled Density Fill(Bid Item 10)- Cubic Yard 51 Final Cleanup and Restoration(Bid Item 11)-Lump Sum 52 Construction Geotextile for Soil Stabilization (Bid Item 12)-Square Yard 52 qui Crushed Surfacing Top Course (Bid Item 13)- Ton 52 HMA for Pavement Repair, Class Y2"PG 64-22(Bid Item 14)- Ton 52 HMA for Overlay, Class%"PG 64-22(Bid Item 15)- Ton 53 OW Furnish and Install 12-inch CPEP Storm Drain Pipe (Bid Item 16) -Linear Foot 53 Furnish and Install 12-inch DI Storm Drain Pipe (Bid Item 17)-Linear Foot 54 wrr City of Renton iii July 2015 Maplewood Creek Stormwater Outfall Improvements Project mii Furnish and Install 15-inch CPEP Storm Drain Pipe (Bid Item 18)-Linear Foot 54 Furnish and Install 18-inch CPEP Storm Drain Pipe (Bid Item 19)-Linear Foot 54 Temporary Storm Drain Bypass Systems(Bid Item 20)-Lump Sum 55 Connect Existing Storm Drain to New SDMH(Bid Item 21)-Each 55 Furnish and Install Type-1 Catch Basin(Bid Item 22)-Each 55 Furnish and Install Type-2 Catch Basin 48 In. Diam. (Bid item 23)-Each 55 Trench Excavation Safety Systems(Bid Item 24)-Lump Sum 56 ow Temporary Dewatering(Bid Item 25)-Lump Sum 56 Select Imported Trench Backfill(Bid Item 26)- Ton 56 Post Storm Drain Installation Inspection(Bid Item 27)-Linear Foot 57 Cut In 6-inch Gate Valve Assembly(Bid Item 28) -Each 57 Furnish and Install 16-inch HDPE Storm Drain Pipe (Bid Item 29)-Linear Foot 57 rpt Furnish and Install 24-inch HDPE Storm Drain Pipe(Bid Item 30)-Linear Foot 58 Energy Dissipator Outfall Structure(Bid Item 31)-Lump Sum 58 Existing Side Sewer Relocation(Bid Item 32)-Each 58 Temporary Erosion and Sediment/Water Pollution Control(Bid Item 33)-Lump Sum 59 Seeding, Fertilizing, and Mulching(Bid Item 34)-Square Yard 59 Topsoil Type C(Bid Item 35)-Cubic Yard 59 et Erosion Control Blanket(Bid Item 36)-Square Yard 59 Cement Concrete Curb and Gutter Restoration (Bid Item 37)-Linear Foot 59 Chain Link Fence, Type 3(Bid Item 38)-Lump Sum 60 sii Remove and Restore Monument(Bid Item 39)-Each 60 Rip Rap(Bid Item 40)- Ton 61 1-10 TEMPORARY TRAFFIC CONTROL 61 1-10.1 General 61 1-10.2(1)B Traffic Control Supervisor 62 1-10.2(2) Traffic Control Plans 63 1-10.3 Flagging, Signs, and All Other Traffic Control Devices 63 1-10.3(3) Construction Signs 63 ist 1-11 RENTON SURVEYING STANDARDS 63 1-11.1(1) Responsibility for Surveys 63 1-11.1(2) Survey Datum and Precision 63 1-11.1(3) Subdivision Information 64 1-11.1(4) Field Notes 64 1-11.1(5) Corners and Monuments 65 as 1-11.1(6) Control or Base Line Survey 65 1-11.1(7) Precision Levels 66 1-11.1(8) Radial and Station--Offset Topography 66isi 1-11.1(9) Radial Topography 66 1-11.1(10) Station--Offset Topography 66 1-11.1(11) As-Built Survey 66 1-11.1(12) Monument Setting and Referencing 67 1-11.2 Materials 67 1-11.2(1) Property/Lot Corners 67 wr City of Renton iv July 2015 Maplewood Creek Stormwater Outfall Improvements Project iii imp 1-11.2(2) Monuments 67 1-11.2(3) Monument Case and Cover 68 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 68 2-01.1 Description 68 2-01.2 Disposal of Usable Material and Debris 68 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 68 tar 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs 68 2-02.3(4) Removal of Drainage Structures 69 2-03 ROADWAY EXCAVATION AND EMBANKMENT 69 .r. 2-03.3 Construction Requirements 69 5-04 ASPHALT CONCRETE PAVEMENT 71 5-04.2 Materials 71 ew 5-04.3 Construction Requirements 71 5-04.3(5) Conditioning the Existing Surface 71 „w,, 5-04.3(5)A Preparation of Existing Surface 72 5-04.3(7)A Mix Design 72 5-04.3(8)A Acceptance Sampling and Testing-HMA Mixture 73 rr 5-04.3(10)8 Control 73 5-06 TEMPORARY RESTORATION IN PAVEMENT AREA 73 5-06.1 Description 73 - 5-06.2 Materials 73 5-06.3 Construction Requirements 74 7-01 DRAINS 74 OM 7-01.2 Materials 74 7-01.3 Construction Requirements 74 7-04 STORM SEWERS 74 �r 7-04.2 Materials 74 7-04.3 Construction Requirements 75 7-04.3(1) Cleaning and Testing 75 7-04.3(2) Coordination with Utility Companies 75 7-04.3(4) Television Inspection (New Section) 76 +W 7-05 MANHOLES, INLETS,AND CATCH BASINS 76 7-05.1 Description 76 7-05.3 Construction Requirements 76 7-05.3(1) Adjusting Manholes and Catch Basins to Grade 77 7-05.3(2)A Abandon Existing Storm Sewer Pipes 78 7-05.3(3) Connections to Existing Catch Basins 78 410 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 79 7-08.3 Construction Requirements 79 7-08.3(1)C Bedding the Pipe 80 7-08.3(1)D Pipe Foundation 80 7-08.3(2)A Survey Line and Grade 80 +rr 7-08.3(2)8 Pipe Laying-General 80 7-08.3(2)E Rubber Gasketed Joints 81 City of Renton v July 2015 Maplewood Creek Storm water Outfall Improvements Project r 7-08.3(3)A Backfilling Pipe Trenches 81 • 7-09 PIPE AND FITTINGS FOR WATER MAINS 82 7-09.3(15)A Ductile Iron Pipe 82 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) 82 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement 82 7-09.3(19)A Connections to Existing Mains 83 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block 83 7-09.3(23) Hydrostatic Pressure Test 84 7-09.3(24)A Flushing and "Poly-pigging" 85 7-09.3(24)D Dry Calcium Hypochlorite 85 7-09.3(24)K Retention Period 85 7-09.3(24)N Final Flushing and Testing 86 7-09.3(25) Joint Restraint Systems 86 7-12 VALVES FOR WATER MAINS 88 7-12.3(1) Installation of Valve Marker Post 88 111:11 7-12.3(2) Adjust Existing Valve Box to Grade 88 7-13 STORMWATER OUTFALL PIPE(HDPE) NEW 88 7-13.1 Description 88 7-13.2 Material 88 7-13.3 Construction Requirements 89 7-16 ENERGY DISSIPATOR OUTFALL STRUCTURE NEW 92 mei 7-16.1 Description 92 7-16.2 Materials 92 7-16.2(1) Submittals 93 7-16.3 Construction Requirements 94 7-17 SANITARY SEWERS 95 iwr 7-17.2 Materials 95 7-17.3 Construction Requirements 95 7-17.3(1) Protection of Existing Sewerage Facilities 95 mit 8-02 ROADSIDE RESTORATION 95 8-02.3(17) Planting Sequence 95 8-13 MONUMENT CASES 96 ist 8-13.1 Description 96 8-13.3 Construction Requirements 96 8-14 CEMENT CONCRETE SIDEWALKS 96 8-14.3(4) Curing 96 9-03.8(7) HMA Tolerances and Adjustments 97 9-03.22 Cement-based Grout for Abandoning Existing Utilities (Additional Section) 97 9-05 DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS 98 9-05.13 Ductile Iron Sewer Pipe 98 9-05.14 ABS Composite Sewer Pipe 98 9-05.20 Corrugated Polyethylene Storm Sewer Pipe(CPEP) 98 9-05.20(1) Description 98 9-05.20(2) Pipe Material and Fabrication 98 4110 City of Renton vi July 2015 Maplewood Creek Stormwater Outfall Improvements Project r1 9-05.20(3) Fittings and Gaskets 98 9-05.20(4) Installation 98 9-14.6(9) Meadow Seed Mix 98 rrr 9-16 FENCE AND GUARDRAIL 99 9-16.1(1)G Horizontal Top Bar 99 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES 99 "r 9-23.9 Fly Ash (RC) 99 9-30 WATER DISTRIBUTION MATERIALS 99 9-30.1(1) Ductile Iron Pipe (RC) 99 9-30.3(1) Gate Valves (3 inches to 12 inches) 99 9-30.3(3) Butterfly Valves 100 ■r 9-30.3(5) Valve Marker Posts 100 10-1 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS REQUIRED 101 t.r tot rr +r► Olt MIN INS OW w City of Renton vii July 2015 Maplewood Creek Stormwater Outfall Improvements Project a SPECIAL PROVISIONS 1-01 DEFINITIONS AND TERMS 1-01.1 General Section 1-01.1 is supplemented with: Whenever reference is made to the State, State of Washington, Commission, Department of Transportation, Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean the City of Renton acting through its City Council, employees, and duly authorized representatives for all contracts administered by the City of Renton. NO All references to"State Materials Laboratory" shall be revised to read "Contracting Agency designated location". 1-01.3 Definitions osi Section 1-01.3 is revised and supplemented by the following: Act of God ww "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific locality of the Work, which might reasonably have been anticipated from historical records of the IMIN general locality of the Work, shall not be construed as an act of god. Consulting Engineer The Contracting Agency's design consultant, who may or may not administer the construction program for the Contracting Agency. Contract Documents See definition for"Contract". Contract Price Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in properly executed change orders. Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Dates Bid Opening Date: The date on which the Contracting Agency publicly opens and reads the bids. Award Date: The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date: The date the Contracting Agency officially binds the agency to the Contract. Iss City of Renton 1 July 2015 Maplewood Creek Stormwater Outfall Improvements Project 1 „n Notice to Proceed Date: The date stated in the Notice to Proceed on which the Contract Time begins. Substantial Completion Date: The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental Work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Contract Completion Date: The date by which the Work is contractually required to be physically completed. The Contract Completion Date will be stated in the Notice to Proceed. Revisions of this date will be authorized in writing by the Engineer whenever there is an extension to the Contract time. mos Completion Date: The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the Contract are fulfilled by the Contractor. Date of Commencement: The date stated in the Notice to Proceed on which the Contract Time begins. Ass Final Acceptance Date: The date the Contracting Agency accepts the Work as complete per the Contract requirements. Day Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean working days. Engineer The City Engineer or duly authorized representative, or an authorized member of a licensed dit consulting firm retained by the Owner for the construction engineering of a specific public works project. Inspector The Owner's authorized representative assigned to make necessary observations of the Work performed or being performed, or of materials furnished or being furnished by the Contractor. Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed The written notice from the Contracting Agency or the Engineer to the Contractor authorizing and directing the Contractor to proceed with Work and establishing the date on which the Contract time begins. Or Equal Where the term "or equal” is used herein, the Contracting Agency, or the Contracting Agency on recommendation of the Engineer, shall be the sole judge of the quality and suitability of the eur proposed substitution. The responsibility and cost of furnishing necessary evidence, demonstrations, or other information required to obtain the approval of alternative materials or processes by the Owner shall be entirely borne by the Contractor. City of Renton 2 July 2015 Maplewood Creek Stormwater Outfall Improvements Project Owner The City of Renton or its authorized representative also referred to as Contracting Agency. Performance and Payment Bond Same as "Contract Bond" defined in the Standard Specifications. Plans The Contract Plans and/or Standard Plans which show location, character, and dimensions of prescribed Work including layouts, profiles, cross-sections, and other details. Drawings may either be bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a part of the Contract Documents, regardless of the method of binding. The terms "Standard Drawings" or"Standard Details" generally used in Specifications refers to drawings bound either with the specification documents or included with the Plans or the City of Renton Standard Plans. Points Wherever reference is made to the Engineer's points, this shall mean all marks, bench marks, reference points, stakes, hubs, tack, etc., established by the Engineer for maintaining horizontal and vertical control of the Work. Provide Means "furnish and install" as specified and shown in the Plans. Secretary, Secretary of Transportation The chief executive officer of the Department and other authorized representatives. The chief executive officer to the Department shall also refer to the Department of Public Works Administrator. Shop Drawings Same as'Working Drawings" defined in the Standard Specifications. Special Provisions Modifications to the Standard Specifications and their amendments that apply to an individual project. The special provisions may describe Work the Specifications do not cover. Such Work shall comply first with the Special Provisions and then with any Specifications that apply. The Contractor shall include all costs of doing this Work within the bid prices. State The state of Washington acting through its representatives. The State shall also refer to The City of Renton and its authorized representatives where applicable. Supplemental Drawings and Instructions Additional instructions by the Engineer at request of the Contractor by means of drawings or documents necessary, in the opinion of the Engineer, for the proper execution of the Work. Such drawings and instructions are consistent with the Contract Documents. w>r Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. fir City of Renton 3 July 2015 Maplewood Creek Storm water Outfall Improvements Project lie Utility Public or private fixed improvement for the transportation of fluids, gases, power, signals, or communications and shall be understood to include tracks, overhead and underground wires, cables, pipelines, conduits, ducts, sewers, or storm drains. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: Bidders shall be qualified by experience, financing, equipment, and organization to do the Work called for in the Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the Work satisfactorily. 1-02.2 Plans and Specifications Delete this Section and replace it with the following: (******) Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids)for the Work. After award of the Contract, Plans and Specifications will be issued to the Contractor at no cost as detailed below: mit To Prime Contractor No. of Sets Basis of Distribution Reduced Plans (11" x 17") and4 Furnished automatically upon contract provisions award Large Plans (22" x 34") i 4 Furnished only upon request Additional Plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. 1-02.5 Proposal Forms Delete this Section and replace it with the following: (******) At the request of the bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid The proposal form will identify the project and its location and describe the Work. It will also list estimated quantities, units of measurement, the items of Work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit bid prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgement of addenda; the bidder's name, address, telephone number, and signature; and a State of Washington Contractor's Registration Number. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. top City of Renton 4 July 2015 Maplewood Creek Storm water Outfall Improvements Project The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. The Contracting Agency reserves the right to reject any bids that fail to provide a cost proposal all alternates and additives set forth in the proposal forms. Any correction to a bid made by interlineations, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (Or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A lio copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. Mil 1-02.6 Preparation of Proposal The second paragraph is revised as follows: (.*****) • All prices shall be in legible figures written in ink or typed. The proposal shall include: 1. A unit price for each item (omitting digits more than four places to the right of the decimal point), where a conflict arises the unit price shall prevail. 1-02.6(1) Proprietary Information 1-02.6(1) is a new Section. (******) Vendors should, in the bid proposal, identify clearly any material(s), which constitute "(valuable) is formula, designs drawings, and research data" so as to be exempt from public disclosure, RCW 42.17.310, or any materials otherwise claimed to be exempt, along with a Statement of the basis for such claim of exemption. The Department(or State)will give notice to the vendor of any request for disclosure of such information received within 5 (five) years from the date of submission. Failure to so label such materials or failure to timely respond after notice of request for public disclosure has been given shall be deemed a waiver by the submitting vendor of any claim that such materials are, in fact, so exempt. 1-02.7 Bid Deposit Section 1-02.7 is supplemented with the following: (******) Bid Bonds shall contain the following: to 1. Number assigned to the project by the Contracting Agency; 2. Name of the project; 3. The Contracting Agency named as obligee; rl City of Renton 5 July 2015 Maplewood Creek Stormwater Outfall Improvements Project S MU VIII 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany said signature; 6. The signature of the surety's officer empowered to sign the bond form included in the Contract Provision. 1-02.9 Delivery of Proposal Revise the first paragraph to read: (******) Each proposal shall be submitted in a sealed envelope, with Project Name and Project Number as stated in the Advertisement for Bids, clearly marked on the outside of the envelope. Or as otherwise stated in the Bid Documents, to ensure proper handling and delivery. 1-02.12 Public Opening of Proposals Section 1-02.12 is supplemented with the following: (******) The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification to bidder will be by addenda. 1-02.13 Irregular Proposals Revise item I to read: 4 (******) 1. A proposal will be considered irregular and will be rejected if: a. The bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The complete proposal form contains any unauthorized additions, deletions, aft alternate bids, or conditions; d. The bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the bid proposal; f. The proposal form is not properly executed; g. The bidder fails to submit or properly complete a subcontractor list, if applicable, as required in Section 1-2.6 h. The bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1- 02.6; or 'oi i. The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation. .. 1-02.14 Disqualification of Bidders Revise this section to read: (******) .00 1. A bidder will be deemed not responsible and the proposal rejected if the bidder does not meet the responsibility criteria in RCW 39.04. 2. A bidder may be deemed not responsible and the proposal rejected if: imp a. More than one proposal is submitted for the same project from a bidder under the same or different names; City of Renton 6 July 2015 Maplewood Creek Stormwater Outfall Improvements Project b. Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from submitting further bids; c. The bidder, in the opinion of the Contracting Agency, is not qualified for the Work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the bidder; d. An unsatisfactory performance record exists based on past or current Contracting Agency Work or for Work done for others, as judged from the standpoint of conduct of the Work; workmanship; progress; affirmative action; equal employment opportunity practices; or Disadvantaged Enterprise, Minority Enterprise, or Women's Business Enterprise utilization. e. There is uncompleted Work (Contracting Agency or otherwise)which might hinder or prevent the prompt completion of the Work bid upon; f. The bidder failed to settle bills for labor or materials on past or current contracts; g. The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; h. The bidder is unable, financially or otherwise, to perform the Work; i. A bidder is not authorized to do business in the State of Washington (not registered in accordance with RCW 18.27) j. There are any other reasons deemed proper by the Contracting Agency. Nil 1-02.15 Pre Award Information Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used; 2. Samples of these materials for quality and fitness tests; 3. A progress schedule (in a form the Contracting Agency requires)showing the order of time required for the various phases of Work; 4. A breakdown of costs assigned to any bid item; 5. Attending at a conference with the Engineer or representatives of the Engineer; 6. Obtain, and furnish a copy of, a business license to do business in the city and/or county where the Work is located; 7. A copy of State of Washington Contractor's Registration; or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of bids Section 1-03.1 is supplemented with the following: All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless so stated in the call for bids or special provisions. The City reserves the right however to award all or any schedule of a bid to the lowest bidder at its discretion. City of Renton 7 July 2015 Maplewood Creek Stormwater Outfall Improvements Project IMO 1-03.2 Award of Contract Section 1-03.2 is supplemented with the following: (******) The Contract, bond form, and all other forms requiring execution, together with a list of all other forms or documents required to be submitted by the successful bidder, will be forwarded to the successful bidder within 10 days of the award. The number of copies to be executed by the ..� Contractor shall be determined by the Contracting Agency. 1-03.3 Execution of Contract Section 1-03.3 is revised and supplemented as follows: (******) Within 10 calendar days after receipt from the City of the forms and documents required to be completed by the Contractor, the successful bidder shall return the signed Contracting Agency- prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the Contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any Work begin within the project limits or within Contracting Agency-furnished sites. The Contractor shall bear all risks for any Work begun outside such areas and for any materials ordered before the Contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the Contract documents within 10 calendar days after the award date, the Contracting Agency may grant up 41, to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who is not registered or licensed as required by the laws of the state. In addition, the Contracting Agency requires persons doing business with the Contracting Agency to possess a ea valid City of Renton business license prior to award. When the Bid Form provides spaces for a business license number, a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces provided. The Contracting Agency requires legible copies of the Contractor's Registration and business license be submitted to the Engineer as part of the Contracting Agency's post-award information and evaluation activities. 1-03.4 Contract Bond Revise the first paragraph to read: (******) The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on the Contracting Agency-furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner; INV City of Renton 8 July 2015 Maplewood Creek Stormwater Outfall Improvements Project 3. Be conditioned upon the faithful performance of the Contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor(or any of the employees, subcontractors, or lower tier subcontractors of the Contractor)to faithfully perform the Contract, or b. Of the Contractor(subcontractors, or lower tier subcontractors of the Contractor)to pay all laborers, mechanics, subcontractors, lower tie subcontractors, material person, or any other person who provides supplies or provisions for carrying out Work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by a written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). 1-03.7 Judicial Review Revise the last sentence to read: The venue of all causes of action arising from the advertisement, award, execution, and performance of the Contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda Revise the second paragraph to read: got (..*...) Any inconsistency in the parts of the Contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): tat 1. Addenda 2. Proposal Form 3. Special Provisions 4. Contract Plans 5. Contracting Agency's Standard Plans (if any) 6. Amendments to the Standard Specifications 7. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction 8. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction 1-04.3 Contractor-Discovered Discrepancies Section 1-04.3 is a new section: (*.....) Upon receipt of award of contract, the Contractor shall carefully study and compare all the components of the Contract Documents and other instructions, and check and verify all field measurements. The Contractor shall, prior to ordering material or performing Work, report in writing to the Engineer any error, inconsistency, or omission in respect to design or mode of construction, which is discovered. If the Contractor, in the course of this study or in the City of Renton 9 July 2015 Maplewood Creek Stormwater Outfall Improvements Project accomplishment of the Work, finds any discrepancy between the Plans and the physical condition of the locality as represented in the Plans, or any such errors or omissions in respect to design or mode of construction in the Plans or in the layout as given by points and instructions, it shall be the Contractor's duty to inform the Engineer immediately in writing, and the Engineer will promptly check the same. Any Work done after such discovery, until correction of Plans or authorization of extra Work is given, if the Engineer finds that extra Work is involved, will be done at the Contractor's risk. If extra Work is involved, the procedure shall be as provided in Section 1-04.4 of the Standard Specifications. 1-04.4 Changes 41, The last two paragraphs are replaced with the following: (******) Renton does not have a formal policy or guidelines on cost reduction alternatives, but will are evaluate such proposals by the Contractor on a case-by-case basis. 1-04.8 Progress Estimates and Payments Section 1-04.8 is supplemented as follows: (******) The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of"Lump Sum" Work accomplished to date. The Engineer's calculations and decisions shall be final in regard to the actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the Specifications. 1-04.11 Final Cleanup Section 1-04.11 is supplemented as follows: (******) All salvage material as noted on the Plans and taken from any of the discarded facilities shall, at the Engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in salvaging and delivering such items shall be considered incidental to the project and no compensation will be made. The Contract price for"Finish and Cleanup, Lump Sum," shall be full compensation for all Work, equipment and materials required to perform final cleanup. If this pay item does not appear in the Contract Documents then final cleanup shall be considered incidental to the Contract and to other pay item and no further compensation shall be made. 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviation from Plans and Stakes Section 1-05.4 is supplemented with the following: (******) r' If the project calls for the Contractor supplied surveying, the Contractor shall provide all required survey Work, including such Work as mentioned in Sections 1-05, 1-11 and elsewhere in these Specifications as being provided by the Engineer. All costs for this survey Work shall be included in "Contractor Supplied Surveying," per lump sum. The Engineer or the Contractor supplied surveyor will provide construction stakes and marks - establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such Work per Section 1-11. The Contractor shall assume full responsibility for detailed dimensions, City of Renton 10 July 2015 Maplewood Creek Stormwater Outfall Improvements Project ,.r elevations, and excavation slopes measured from the Engineer or the Contractor supplied its surveyor furnished stakes and marks. The Contractor shall provide a work site, which has been prepared to permit construction staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer or the Contractor supplied surveyor informed of staking requirements and provide at least 48 hours notice to allow the Engineer or the Contractor supplied surveyor adequate time for setting stakes. to The Contractor shall carefully preserve stakes, marks, and other reference points, including existing monumentation, set by Contracting Agency forces. The Contractor will be charged for r i the costs of replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction Work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error was furnished by the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or se grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey Work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of these Specifications. • The Contractor shall keep updated survey field notes in a standard field book and in a format set by the Engineer, per Section 1-11.1(4). These field notes shall include all survey Work performed by the Contractor's surveyor in establishing line, grade and slopes for the lop construction Work. Copies of these field notes shall be provided the Engineer upon request and upon completion of the Contract Work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. If the survey Work provided by the Contractor does not meet the standards of the Engineer, then the Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the survey Work and the survey Work will be completed by the Engineer at the Contractor's expense. Costs for completing the survey Work required by the Engineer will be deducted from monies due or to become due the Contractor. a All costs for survey Work required to be performed by the Contractor shall be included in the prices bid for the various items which comprise the improvement or be included in the bid item for"Contractor Supplied Surveying" per lump sum if that item is included in the contracts. i 1-05.4(3) Contractor Supplied Surveying a Section 1-05.4(3) is a new section: (******) When the Contract provides for Contractor Supplied Surveying, the Contractor shall supply the survey Work required for the project. The Contractor shall retain as a part of the Contractor Organization an experienced team of surveyors under the direct supervision of a professional a City of Renton 11 July 2015 Maplewood Creek Stormwater Outfall Improvements Project dow land surveyor licensed by the State of Washington. All survey Work shall be done in accordance with Sections 1-05.4 and 1-11. The Contractor and/or the Surveyor shall inform the Engineer in writing of any errors, discrepancies, and omissions to the Plans that prevent the Contractor and/or the Surveyor from constructing the project in a manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey Work may be continued. The Contractor shall coordinate his Work with the Surveyor and perform his operations in a "'t manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's intent to remove any survey stakes and/or points before physically removing them. ara The Surveyor shall be responsible for maintaining As-Built records for the project. The Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate As- Built records for the project. If the Contractor and the Surveyor fail to provide, as directed by the Engineer and/or these Plans and Specifications, accurate As-Built records and other Work the Engineer deems necessary, the Engineer may elect to provide at Contractor expense, a surveyor to provide all As-Built records and other Work as directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer-supplied surveying from monies owed to the Contractor. Payment per Section 1-04.1 for all Work and materials required for the full and complete survey Work required to complete the project and As-Built drawings shall be included in the lump sum price for"Construction Surveying, Staking, and As-Builts." 1-05.4(4) Contractor Provided As-Built Information Section 1-05.4(4) is a new section: It shall be the Contractors responsibility to record the location prior to the backfilling of the tio trenches, by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his Work as covered under this project. It shall be the Contractor's responsibility to have his Surveyor locate by centerline station, offset and elevation each major item of Work done under this contract per the survey standard of Section 1-11. Major items of Work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants, Major Changes in Design Grade, Vaults, Culverts, Signal Poles, and Electrical Cabinets. After the completion of the Work covered by this contract, the Contractor's Surveyor shall provide to the City the hard covered field book(s)containing the as-built notes and one set of white prints of the project drawings upon which he has plotted the notes of the Contractor locating existing utilities, and one set of white prints of the project drawings upon which he has plotted the as-built location of the new Work as he recorded in the field book(s). This drawing shall bear the Surveyor's seal and signature certifying its accuracy. All costs for as-built Work shall be included in the Contract item "Construction Surveying, Staking, and As-Builts", lump sum. City of Renton 12 July 2015 Maplewood Creek Stormwater Outfall Improvements Project r 1-05.7 Removal of Defective and/or Unauthorized Work Section 1-05.7 is supplemented as follows: Upon written notice from the Engineer, the Contractor shall promptly replace and re-execute a Work by Contractor forces, in accordance with the intent of the Contract and without expense to the Owner, and shall bear the expense of making good all Work of other contractors destroyed or damaged by such removal or replacement. r If the Contractor does not remove such condemned Work and materials and commence re- execution of the Work within 7 calendar days of written notice from the Engineer, or fails to ■r perform any part of the Work required by the Contract Documents, the Owner may correct and remedy such Work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. In that case, the Owner may store removed material. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized Work, or Work the Contractor failed or refused to perform, a shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for +wr repair and replacement of Work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized Work. a If sufficient funds do not remain in the Contract and the Contractor does not pay the cost of such removal and storage within 10 calendar days from the date of the notice to the Contractor of the fact of such removal, the Owner may, upon an additional 10 calendar days written notice, sell orb such materials at public or private sale, and deduct all costs and expenses incurred from monies due to the Contractor, including costs of sale, and accounting to Contractor for the net proceeds remaining. The Owner may bid at any such sale. The Contractor shall be liable to the Owner for the amount of any deficiency from any funds otherwise due the Contractor. " mo If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized Work corrected immediately, have the rejected Work removed and replaced, or have Work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public, the Property Owner and the Property Owner's property. a No adjustment in contract time or compensation will be allowed because of the delay in the performance of the Work attributable to the exercise of the Contracting Agency's rights provided by this section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the Work as required. 'I a City of Renton 13 July 2015 Maplewood Creek Stormwater Outfall Improvements Project a a. 1-05.10 Guarantees Section 1-05.10 is supplemented as follows: (******) If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and/or unauthorized Work is discovered, the Contractor shall promptly, upon written order by the Contracting Agency, return and in accordance with the Engineer's instructions, either correct such Work, or if such Work has been rejected by the Engineer, remove it from the project site and replace it with non-defective and authorized Work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written order to correct defective as and/or unauthorized Work, or if an emergency exists, the Contracting Agency reserves the right to have defective and/or unauthorized Work corrected or removed and replaced pursuant to Section 1-05.7 "Removal of Defective and/or Unauthorized Work." The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and/or unauthorized Work discovered after one year but prior to the expiration of the """ legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed of implied arising out of a written agreement. The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or incorporated in the Work. Nothing contained in this paragraph, however, shall defeat or impair the right of persons furnishing materials or labor, to recover under any bond given by the Contractor for their protection, or any rights under any law permitting such persons to look to funds due the Contractor in the hands of the Contracting Agency. The provisions of this paragraph shall be inserted in all subcontracts and material contracts, and notice of its provisions shall be given to all persons furnishing materials for the Work when no formal contract is entered into for such materials. 1-05.11 Final Inspection 1-05.11(1) Substantial Completion Date Section 1-05.11(1) is a new section: (******) When the Contractor considers the Work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Engineer will schedule an inspection of the Work with the Contractor to determine the status of completion. To be considered substantially complete the following conditions must be met: at 1. The Contracting Agency must have full and unrestricted use and benefit of the facilities both from the operational and safety standpoint. 2. Only minor incidental Work, replacement of temporary substitute facilities, or correction of repair Work remains to reach physical completion of the Work. The Contractor's request shall list the specific items of Work in subparagraph two above that remains to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. mar City of Renton 14 July 2015 Maplewood Creek Stormwater Outfall Improvements Project viii If after this inspection, the Engineer concurs with the Contractor that the Work is substantially iii complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the Work substantially complete and ready for its intended use, the Engineer will, by written notice, a so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is SO applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the Work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the Work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the Work physically complete and ready for Final Inspection. 1-05.11(2) Final Inspection and Physical Completion Date INN Section 1-05.11(2) is a new Section:** (*** *) When the Contractor considers the Work physically complete and ready for Final Inspection, the Contractor, by Written Notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the Final Inspection reveals the Work incomplete or unacceptable. The Contractor shall immediately ` take such corrective measures as are necessary to remedy the listed deficiencies. Corrective Work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed a deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Written Notice listing the deficiencies, the Engineer may, upon Written Notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. The Contractor will not be allowed an extension of contract time because of a delay in the „t performance of the Work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the Work was considered physically complete, that date shall constitute the Physical Completion Date of the Contract, but shall not imply all the obligations of the Contractor under the Contract have been fulfilled. a 1-05.11(3) Operational Testing Section 1-05.11(3) is a new section: (******) Unless otherwise noted in the Contract Documents, the Contractor shall give the Engineer a minimum of 3 working days' notice of the time for each test and inspection. If the inspection is by another authority than the Engineer, the Contractor shall give the Engineer a minimum of 3 working days' notice of the date fixed for such inspection. Required certificates of inspection by other authority than the Engineer shall be secured by the Contractor. a City of Renton 1.5 July 2015 Maplewood Creek Stormwater Outfall Improvements Project l It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore, when the Work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation • systems; buildings; or other similar Work, it may be desirable for the Engineer to have the Contractor operate and test the Work for a period of time, after final inspection but prior to the physical completion date. Whenever items of Work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, "u' electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. 1-05.12 Final Acceptance The third and fourth sentences in paragraph 1 are deleted and replaced with: (******) The Final Acceptance date shall be that date in which the Renton City Council formally approves acceptance of the Contract. 1-05.13 Superintendents, Labor and Equipment of Contractor Revise the seventh paragraph to read: (******) �. Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1-02.1, the Contracting Agency will take these performance reports into account. 1-05.14 Cooperation with Other Contractors Section 1-05.14 is supplemented as follows: (******) The Contractor shall afford the Owner and other contractors working in the area reasonable opportunity for the introduction and storage of their materials and the execution of their respective Work, and shall properly connect and coordinate the Contractor's Work with theirs. Other utilities, districts, agencies, and contractors who may be working within the project area are: 1. Puget Sound Energy(gas and electric) 2. AT&T Broadband 3. Qwest Communications r. 4. City of Renton (water, sewer, transportation) 5. Soos Creek Sewer and Water District 6. Cedar River Sewer and Water District City of Renton 16 July 2015 Maplewood Creek Stormwater Outfall Improvements Project 7. Skyway Sewer and Water District r 8. Private contractors employed by adjacent property owners The Contractor shall coordinate with City of Renton on tying into any existing electrical service cabinet. 1-05.16 Water and Power Section 1-05.16 is a new Section: The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the Work, unless the Contract includes power and water as a pay item. 1-05.17 Oral Agreements Section 1-05.17 is a new section: (******) No oral agreement or conversation with any officer, agent, or employee of the Contracting is Agency, either before or after execution of the Contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the Contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1-05.18 Contractor's Daily Diary Section 1-05.18 is a new section: (******) The Contractor and subcontractors shall maintain and provide to the Engineer a Daily Diary Record of this Work. This diary will be created by pen entries in a hardbound diary book of the type that is commonly available through commercial outlets. The diary must contain the Project and Number; if the diary is in loose-leaf form, this information must appear on every page. The diary must be kept and maintained by the Contractor's designated project superintendent(s). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum, the diary shall show on a daily basis: 1. The day and date. 2. The weather conditions, including changes throughout the day. lilt 3. A complete description of Work accomplished during the day with adequate references to the Plans and Contract Provisions, so that the reader can easily and accurately identify said Work in the Plans. Identify location/description of photographs or videos taken that day. 4. An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect the Contractor, the Owner, or any third party in any manner. rat 5. Listing of any materials received and stored on- or off-site by the Contractor for future installation, to include the manner of storage and protection of the same. 6. Listing of materials installed during each day. 7. List of all subcontractors working on-site during each day. 8. Listing of the number of the Contractor's employees working during each day by category of employment. 9. Listing of the Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. a City of Renton 17 July 2015 Maplewood Creek Stormwater Outfall Improvements Project iii 10. Notations to explain inspections, testing, stake-out, and all other services furnished by the Owner or other party during each day. 11. Entries to verify the daily(including non-Work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. The Contractor ap shall not allow any conditions to develop that would be hazardous to the public. 12. Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of Contractor's progress on each day. 13. Plan markups showing locations and dimensions of constructed features to be used by the Engineer to produce record drawings. 14. All pages of the diary must be numbered consecutively with no omissions in page numbers. 15. Each page must be signed and dated by the Contractor's official representative on the project. op The Contractor may use additional sheets separate from the diary book if necessary to provide a complete diary record, but they must be signed, dated, and labeled with project name and number. It is expressly agreed between the Contractor and the Owner that the Daily Diary maintained by the Contractor shall be the"Contractor's Book of Original Entry" for the documentation of any potential claims or disputes that might arise during this contract. Failure of the Contractor to maintain this diary in the manner described above will constitute a waiver of any such claims or disputes by the Contractor. dis The Engineer or other Owner's representative on the job site will also complete a Daily Construction Report. 1-06 CONTROL OF MATERIAL 1-06.1 Approval of Materials Prior to Use tio Section 1-06.1 is supplemented as follows: The materials and equipment lists submitted to the Engineer at the Preconstruction Conference shall include the quantity, manufacturer, and model number, if applicable, of materials and equipment to be installed under the Contract. This list will be checked by the Engineer as to ,,,,, conformity with the Contract Documents. The Engineer will review the lists within 10 working days, noting required corrections. The Contractor shall make required corrections and file 2 corrected copies with the Engineer within one week after receipt of required corrections. The Engineer's review and acceptance of the lists shall not relieve the Contractor from responsibility for suitability for the intended purpose, nor for deviations from the Contract Documents. 1-06.2(1) Samples and Tests for Acceptance Section 1-06.2(1) is supplemented a follows: (******) 1'' The finished Work shall be in accordance with approved samples. Approval of samples by the Engineer does not relieve the Contractor of responsibility for performance of the Work in accordance with the Contract Documents. iip City of Renton 18 July 2015 Maplewood Creek Storm water Outfall Improvements Project 1-06.2(2) Statistical Evaluation of Materials for Acceptance Section 1-06.02(2) is supplemented by adding the following: Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of Renton. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC do 1-07.1 Laws to be Observed Section 1-07.1 is supplemented as follows: (******) The Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the Work, all necessary safeguards for protection of workers and the public; shall post danger signs warning against known or unusual hazards; and shall designate as Safety Supervisor, a responsible employee on the construction site whose duty shall be the enforcement of safety. The name and position of such person so designated shall be reported in writing to the Engineer by the Contractor. The Contractor shall, at all times, enforce strict discipline and good order among all employees and shall not employ any person unfit or not skilled in the Work assigned to him/her. Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public observation, shall be provided and maintained by the Contractor. In cases of conflict between different safety regulations, the more stringent regulation shall apply. ■r The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well-known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital or doctor's care, and persons, including employees, who may have been injured on the project site. Employees should not be permitted to Work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the Work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures, in, on, or near the project site. wr City of Renton 19 July 2015 Maplewood Creek Stormwater Outfall Improvements Project ter 1-07.2 State Sales Tax Delete this section, including its sub-sections, in its entirety and replace it with the following: (******) 1-07.2(1) General 0. The Washington State Department of Revenue has issued special rules on the state sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. e"" The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper state fund. 1-07.2(2) State Sales Tax— Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or 411 combined sewer systems within and included as part of the street or road drainage system, and power lines when such are part of the roadway lighting system. For Work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase wo of the materials, equipment, or supplies used or consumed in doing the Work. 1-07.2(3) State Sales Tax— Rule 170 WAC 458-20-170, and its related rules, applies to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to; the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For Work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include City of Renton 20 July 2015 Maplewood Creek Storm water Outfall Improvements Project the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule ,,, 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a r subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 001 1-07.2(4) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.6 Permits and Licenses Section 1-07.6 is supplemented as follows: (******) The permits, easements, and right of entry documents that have been acquired are available for inspection and review. The Contractor shall be required to comply with all conditions of the permits, easements, and rights of entry, at no additional cost to the Owner. The Contractor is required to indemnify the Owner from claims on all easements and rights of entry. All other permits, licenses, etc., shall be the responsibility of the Contractor. The Contractor shall comply with the special provisions and requirements of each. Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and during the prosecution of the Work, and inspection fees in connection therewith shall be us secured and paid for by the Contractor. If the Owner is required to secure such permits, permission under franchises, licenses and bonds, and pay the fees, the costs incurred by the Owner thereby shall be charged against the Contractor and deducted from any funds otherwise ail due the Contractor. 1-07.9 Wages 1-07.9(5) Required Documents Delete the first sentence of the third paragraph, and replace it with the following: The Contractor must submit weekly-certified payrolls for the Contractor and all subcontractors and lower tier subcontractors, regardless of project's funding source. S S City of Renton 21 July 2015 Maplewood Creek Stormwater Outfall Improvements Project 1-07.11 Requirements for Non-Discrimination 1-07.11(11) City of Renton Affidavit of Compliance Section 1-07.11(11) is new: Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy err of the "City of Renton Fair Practices Policy Affidavit of Compliance". A copy of this document will be bound in the bid documents. 1-07.12 Federal Agency Inspection Section 1-07.12 is supplemented with the following: (******) yr Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, ot as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this Section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. 1-07.13 Contractor's Responsibility for Work 1-07.13(1) General Section 1-07.13(1) is supplemented as follows: (******) During unfavorable weather and other conditions, the Contractor shall pursue only such portions of the Work as shall not be damaged thereby. No portion of the Work whose satisfactory quality or efficiency will be affected by unfavorable conditions shall be constructed while these conditions exist, unless the Contractor shall be able to overcome said unfavorable conditions by special means or precautions acceptable to the Engineer,. 1-07.15 Temporary Water Pollution/Erosion Control Delete the first paragraph, and replace it with the following: OW (******) In an effort to prevent, control, and stop water pollution and erosion within the project, thereby protecting the Work, nearby land, streams, and other bodies of water, the Contractor shall perform all Work in strict accordance with all Federal, State, and local laws and regulations governing waters of the State, as well as permits acquired for the project. City of Renton 22 July 2015 Maplewood Creek Stormwater Outfall Improvements Project r 1-07.16 Protection and Restoration of Property • 1-07.16(1) Private/Public Property Section 1-07.16(1) is supplemented by adding the following: ow The Contracting Agency will obtain all easements and franchises required for the project. The Contractor shall limit his operation to the areas obtained and shall not trespass on private property. The Contracting Agency may provide certain lands, as indicated in connection with the Work under the Contract together with the right of access to such lands. The Contractor shall not unreasonably encumber the premises with his equipment or materials. +rite The Contractor shall provide, with no liability to the Contracting Agency, any additional land and access thereto not shown or described that may be required for temporary construction facilities or storage of materials. He shall construct all access roads, detour roads, or other temporary Work as required by his operations. The Contractor shall confine his equipment, storage of ie material, and operation of his workers to those areas shown and described and such additional areas as he may provide. woo A. General. All construction Work under this contract on easements, right-of-way, over private property or franchise, shall be confined to the limits of such easements, right-of- way or franchise. All Work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of damage. The Contractor shall schedule his Work so that trenches across easements shall not be left open during weekends or holidays and trenches shall not be open for more than 48 hours. B. Structures. The Contractor shall remove such existing structures as may be necessary for the performance of the Work and, if required, shall rebuild the structures thus removed in as good a condition as found. He shall also repair all existing structures that may be damaged as a result of the Work under this contract. C. Easements, cultivated areas and other surface improvements. All cultivated areas, either agricultural or lawns, and other surface improvements which are damaged by actions of the Contractor shall be restored as nearly as possible to their original condition. Prior to excavation on an easement or private right-of-way, the Contractors shall strip topsoil from the trench or construction area and stockpile it in such a manner that it may be replaced by him, upon completion of construction. Ornamental trees and shrubbery shall be carefully removed with the earth surrounding their roots wrapped in it burlap and replanted in their original positions within 48 hours. All shrubbery or trees destroyed or damaged, shall be replaced by the Contractor with material of equal quality at no additional cost to the Contracting Agency. In the event that it is necessary to trench through any lawn area, the sod shall be carefully cut and rolled and replaced after the trenches have been backfilled. The lawn area shall be .o cleaned by sweeping or other means, of all earth and debris. The Contractor shall use rubber wheel equipment similar to the small tractor-type backhoes used by side sewer contractors for all Work, including excavation and backfill, on easements or rights-of-way, which have lawn areas. All fences, markers, mailboxes, woo City of Renton 23 July 2015 Maplewood Creek Stormwater Outfall Improvements Project or other temporary obstacles shall be removed by the Contractor and immediately replace, after the trench is backfilled, in their original position. The Contractor shall notify the Contracting Agency and Property Owner at least 24 hours in advance of any Work done on easements or rights-of-way. Damage to existing structures outside of easement areas that may result from dewatering and/or other construction activity under this contract shall be restored to their original condition or better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such Work shall be done to the satisfaction of the Property Owners and the Contracting Agency at the expense of the Contractor. D. Streets. The Contractor will assume all responsibility of restoration of the surface of all ... streets (traveled ways) used by him if damaged. In the event the Contractor does not have labor or material immediately available to make necessary repairs, the Contractor shall so inform the Contracting Agency. The Contracting Agency will make the necessary repairs and the cost of such repairs shall be paid by the Contractor. WOO The Contractor is responsible for identifying and documenting any damage that is pre- existing or caused by others. Restoration of excavation in City streets shall be done in accordance with the City of Renton Trench Restoration Requirements, which is available or at the Public Works Department Customer Services counter on the 6th floor, Renton City Hall, 1055 South Grady Way. Wit 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented by adding: Existing utilities indicated in the Plans have been plotted from the best information available to the Engineer. Information and data shown or indicated in the Contract Documents with respect to existing underground utilities or services at or contiguous to the project site are based on information and data furnished to the Owner and the Engineer by owners of such underground facilities or others, and the Owner and the Engineer do not assume responsibility for the accuracy or completeness thereof. It is to be understood that other aboveground or underground facilities not shown in the Plans may be encountered during the course of the Work. All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously marked in a fashion acceptable to the Owner and the Engineer by the Contractor to allow their location to be determined by the Engineer or utility personnel under adverse conditions, (inclement weather or darkness). "' Where underground main distribution conduits, such as water, gas, sewer, electric power, or telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall assume that every property parcel will be served by a service connection for each type of utility. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area. The Contractor shall resolve all crossing and clearance problems with the utility company concerned. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. City of Renton 24 July 2015 Maplewood Creek Storm water Outfall Improvements Project .. In addition to the Contractor having all utilities field marked before starting Work, the Contractor 10 shall have all utilities field marked after they are relocated in conjunction with this project. Call Before You Dig The 48-Hour Locators 1-800-424-5555 At least 2 and not more than 10 working days prior to commencing any excavations for utility potholing or for any other purpose under this Contract, the Contractor shall notify the Underground Utilities Location Center by telephone of the planned excavation and progress schedule. The Contractor is also warned that there may be utilities on the project that are not r part of the One Call system. They must be contacted directly by the Contractor for locations. The Contractor shall make arrangements 48 hours in advance with respective utility owners to it have a representative present when their utility is exposed or modified, if the utility chooses to do so. U' Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments may be completed before the Contractor begins Work, or may be performed in conjunction with the Contract Work. 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. See also Section 1-05.14 of these Special Provisions. U' If or when utility conflicts occur, the Contractor shall continue the construction process on other aspects of the project whenever possible. 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. r Utility Potholing Potholing may be included as a bid item for use in determining the location of existing utilities in advance of the Contractor's operations. If potholing is not included as a bid item then it shall be considered incidental to other Work. The Contractor shall submit all potholing requests to the Engineer for approval, at least 2 working days before potholing is scheduled. Additionally, the Contractor shall provide potholing at the Engineer's request. In no way shall the Work described under Utility Potholing relieve the Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. mio 1-07.17(1) Interruption of Services r Section 1-07.17(1) is a new section: (******) Whenever in the course of the construction operation it becomes necessary to cause an outage of utilities, it shall be the Contractor's responsibility to notify the affected users and the Engineer not less than 48 hours in advance of such outage. The Contractor shall make reasonable effort to minimize the duration of outages, and shall estimate the length of time service will be interrupted and so notify the users. In the case of any utility outage that has exceeded or will U' City of Renton 25 July 2015 Maplewood Creek Stormwater Outfall Improvements Project exceed four hours, user contact shall again be made. Temporary service, if needed, will be arranged by the Contractor at no cost to the Owner. Overhead lighting outages shall not exceed 24 hours. All cost to the Contractor for providing eim temporary overhead lighting to meet above requirements shall be incidental to the various unit and Lump sum items of the Contract; no separate payment will be made. .,. 1-07.18 Public Liability and Property Damage Insurance Section 1-07.18 is deleted replaced by the following new section and subsections: ( ) 1-07.18(1) General �. The Contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the Completion Date, public liability and property damage insurance with an insurance company(ies) or through sources approved by the State Insurance Commissioner pursuant to RCW 48. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant. The coverage shall protect against claims for bodily injuries, personal injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. If warranted work is required the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract for work are in full force and effect during the period of warranty work. The Contracting Agency may request a copy of the actual declaration pages(s)for each insurance policy effecting coverage(s) required on the Contract prior to the date work NNW commences. Failure of the Contractor to fully comply during the term of the Contract with the requirements described herein will be considered a material breach of contract and shall be caused for immediate termination of the Contract at the option of the Contracting Agency. All costs for insurance shall be incidental to and included in the unit or Lump Sum prices of the contract and no additional payment will be made. 1-07.18(2) Coverages wit All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to the Contracting Agency. The City requires that all insurers: WIN 1. Be licensed to do business within the State of Washington. 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage """ are acceptable when written on a claims-made basis). The City may also require proof ma City of Renton 26 July 2015 Maplewood Creek Stormwater Outfall Improvements Project iso of professional liability coverage be provided for up to two (2)years after the completion of the project. 3. The City may request a copy of the actual declaration page(s)for each insurance policy affecting coverage(s)required by the Contract prior to the date work commences. 4. Possess a minimum A.M. best rating of AVII (A rating of A XII or better is preferred.) If any insurance carrier possesses a rating of less than AVII, the City may make an exception. The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the Contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. err The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance, the City of Renton shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverage. Coverage shall include: A. Commercial General Liability- ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include: • Premises and Operations (including CG2503; General Aggregate to apply per project, if applicable) • Explosion, Collapse, and Underground Hazards. • Products/Completed Operations • Contractual Liability(including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors • • Personal/Advertising Injury • Stop Gap Liability B. Automobile Liability including all • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles C. Workers' Compensation • Statutory Benefits (Coverage A) - Show Washington Labor& Industries Number D. Umbrella Liability(when necessary) • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. E. 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. F. 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 Nit City of Renton 27 July 2015 Maplewood Creek Stormwater Outfall Improvements Project gradual coverage for third party liability including defense costs and completed operations. Contractor shall name City of Renton, and its officers, officials, agents, employees and volunteers as Additional insured (ISO Form CG 2010 or equivalent). The Contractor shall provide City of Renton Certificates of Insurance prior to commencement of work. The City reserves the right to request copies of insurance policies, if at their sole discretion it is deemed i"` appropriate. Further, all policies of insurance described above shall: A. Be on a primary basis not contributory with any other insurance coverage and/or self- insurance carried by City of Renton. B. Include a Waiver of Subrogation Clause. C. Severability of Interest Clause (Cross Liability) D. The Contractor shall provide the Contracting Agency and all Additional Insured's with written notice of any policy cancellation, within two business days of their receipt of such notice. E. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any s"` and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. 1-07.18(3) Limits "' LIMITS REQUIRED Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability in excess of such limits. 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) **Amount may vary based on project risk Automobile Liability Bodily Injury/Property Damage $1,000,000 (Each Accident) ""' Workers' Compensation Statutory Benefits- Coverage A Variable (Show Washington Labor and Industries Number) .■ Umbrella Liability Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 rw City of Renton 28 July 2015 Maplewood Creek Storm water Outfall Improvements Project amo Products/Completed Operations Aggregate $1,000,000 Professional Liability(If required) Each Occurrence/ Incident/Claim $1,000,000 Aggregate $2,000,000 Pollution Liability(If required)to apply on a per proiect basis Per Loss $1,000,000 Aggregate $1,000,000 The City may require the Contractor to keep professional liability coverage in effect for up to two (2) years after completion of the project. 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 at 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. we 1-07.18(4) Evidence of Insurance: Within 20 days of award of the Contract, the Contractor shall provide evidence of insurance by submitting to the Contracting Agency the Certificate of Insurance (ACORD Form 25s or equivalent) conforming to items as specified in Sections 1-07.18(1), 1-07.18(2), and 1- 07.18(3) as revised above. 1-07.22 Use of Explosives No Section 1-07.22 is supplemented by the following: Explosives shall not be used without specific authority of the Engineer, and then only under such restrictions as may be required by the proper authorities. Explosives shall be handled and ' " used in strict compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The individual in charge of the blasting shall have a current Washington State Blaster Users License. err The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction with blasting operations. .tir 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic „r Revise the second paragraph to read: (******) To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the Work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, driveways, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain roads, streets, sidewalks, driveways, and paths adjacent to the project limits when affected by the Contractor's operations. Snow and lie City of Renton 29 July 2015 Maplewood Creek Storm water Outfall Improvements Project ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense. The Contractor shall perform the following: "'s 1. Remove or repair any condition resulting from the Work that might impede traffic or create a hazard. 2. Keep existing traffic signal and highway lighting systems in operation as the Work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency's expense. The ■• Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require Work on the roadway, the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the ego Engineer, except when flow is impaired due to the Contractor's operations. Section 1-07.23(1) is supplemented by adding the following: (******) The Contractor shall be responsible for controlling dust and mud within the project limits and on any street, which is utilized by his equipment for the duration of the project. The Contractor shall be prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary by the Engineer, to avoid creating a nuisance. eta Dust and mud control shall be considered as incidental to the project, and no compensation will be made for this section. ,O,. Complaints of dust, mud, or unsafe practices and/or property damage to private ownership will be transmitted to the Contractor and prompt action in correcting them will be required by the Contractor. The Contractor shall maintain the roads during construction in a suitable condition to minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by the Contractor. At least one-way traffic shall be maintained on all cross-streets within the project limits during working hours. One lane shall be provided in each direction for all streets during non-working are hours. The Contractor shall provide one drivable roadway lane and maintain convenient access for +■ local and commuter traffic to driveways, businesses, and buildings along the line of Work throughout the course of the project. Such access shall be maintained as near as possible to that which existed prior to the commencement of construction. This restriction shall not apply to the paving portion of the construction process. The Contractor shall notify and coordinate with all property owners and tenants of street closures, or other restrictions which may interfere with their access at least 24 hours in advance for single-family residential property, and at least 48 hours in advance for apartments, offices, and commercial property. The Contractor shall give a copy of all notices to the Engineer. 1,0 City of Renton 30 July 2015 Maplewood Creek Stormwater Outfall Improvements Project mix When the abutting owners' access across the right-of-way line is to be eliminated and replaced under the Contract by other access, the existing access shall not be closed until the replacement access facility is available. so All unattended excavations shall be properly barricaded and covered at all times. The Contractor shall not open any trenches that cannot be completed and refilled that same day. Trenches shall be patched or covered by a temporary steel plate, at the Contractor's expense, except in areas where the roadway remains closed to public traffic. Steel plates must be anchored. 1-07.23(2) Construction and Maintenance of Detours wr (******) Revise the first paragraph to read: , Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed: 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, driveway, or path during construction, 2. Detour crossings of intersecting highway, and 111' 3. Temporary approaches. 1-07.24 Rights-of-Way Delete this section in its entirety, and replace it with the following: (******) Street right-of-way lines, limits of easements, and limits of construction permits are indicated on at the Drawings. The Contractor's construction activities shall be confined within these limits unless arrangements for use of private property are made. err Generally, the Contracting Agency will have obtained, prior to bid opening, all rights-of-way and easements, both permanent and temporary, necessary for carrying out the completion of the Work. Exceptions to this are noted in the Contract Documents or brought to the Contractor's attention by a duly issued addendum. Whenever any of the Work is accomplished on or through property other than public right-of- way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements are included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. mig Whenever easements or rights-of-entry have not been acquired prior to advertising, these areas are so noted on the Drawings. The Contractor shall not proceed with any portion of the Work in areas where right-of-way, easements, or rights-of-entry have not been acquired until the Engineer certifies to the Contractor that the right-of-way or easement is available or that the right-of-entry had been received. If the Contractor is delayed due to acts of omission on the part fill of the Contracting Agency in obtaining easements, rights of entry of right-of-way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. WO City of Renton 31 July 2015 Maplewood Creek Stormwater Outfall Improvements Project • rw Each property owner shall be given 48 hours notice prior to entry by the Contactor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability of the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using us any private property, whether adjoining the Work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with +• by reasons of construction pursued under this Contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address and date of signature. Written releases must be filed with the Engineer before the Completion Date will be , , established. 1-07.28 Confined Space Entry Section 1-07.28 is new: es The Contractor shall: 1. Review and be familiar with the City's Public Works Confined Space Entry Program. 2. Review documented information about the City confined spaces in which entry is intended as listed and described in the City's Attribute and Map Book. This information lir includes identified hazards for each permit-required confined space. 3. Each contractor shall have their own confined space entry program. Upon request of the City they will provide a statement confirming they are in compliance with their confined space entry program including requirements for confined space training for employees associated with the project in Renton. 4. Be responsible for following all confined space requirements established by the „r„ provisions in WAC 296-809 and its chapters. 5. Coordinate entry operations with the City of Renton when employees from the contractor will be working in or near City confined spaces. 6. Discuss entry operations with the City of Renton including the program followed during confined space entry. 7. Debrief the City on any hazards confronted or created at the completion of entry operations. 8. Place signs stating, "Danger, Follow Confined Space Entry Procedure before Entering" at each confined space to be entered. Never leave the confined space open and unattended. The contractor's or consultant's point of contact with the City in regard to confined space entry will be the City's assigned construction inspector. iwr diN City of Renton 32 July 2015 Maplewood Creek Storm water Outfall Improvements Project .w 1-08 PROSECUTION AND PROGRESS eri 1-08.0 Preliminary Matters Section 1-08.0 is a new section with subsection: 1-08.0(1) Preconstruction Conference Section 1-08.0(1) is a new subsection: The Engineer will furnish the Contractor with copies of the Contract Documents per Section 1- 02.2"Plans and Specifications". Additional documents may be furnished upon request at the cost of reproduction. Prior to undertaking each part of the Work the Contractor shall carefully study and compare the Contract Documents, and check and verify pertinent figures shown therein and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy, which the Contractor may discover. e After the Contract has been executed, but prior to the Contractor beginning the Work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The Contractor shall prepare and submit at the preconstruction meeting: • Contractor's plan of operation and progress schedule (3+ copies) • Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with bid) • List of materials fabricated or manufactured off the project • Material sources on the project • Names of principal suppliers • Detailed equipment list, including "Rental Rate Blue Book" hourly costs(both working and standby rates) • Weighted wage rates for all employee classifications anticipated to be used on Project • Cost percentage breakdown for lump sum bid item(s) ► • Shop Drawings (bring preliminary list) • Traffic Control Plans (3+ copies) • Temporary Water Pollution/Erosion Control Plan In addition, the Contractor shall be prepared to address: Bonds and insurance , Project meetings—schedule and responsibilities Provision for inspection for materials from outside sources Responsibility for locating utilities Responsibility for damage Time schedule for relocations, if by other than the Contractor Compliance with Contract Documents Acceptance and approval of Work 411 Labor compliance, payrolls, and certifications Safety regulations for the Contractors' and the Owner's employees and representatives Suspension of Work, time extensions City of Renton 33 July 2015 Maplewood Creek Stormwater Outfall Improvements Project tar Change order procedures Progress estimates, procedures for payment Special requirements of funding agencies Construction engineering, advance notice of special Work Any interpretation of the Contract Documents requested by the Contractor Any conflicts or omissions in Contract Documents Any other problems or questions concerning the Work "' Processing and administration of public complaints Easements and rights-of-entry Other contracts The franchise utilities may be present at the preconstruction conference, and the Contractor should be prepared for their review and discussion of progress schedule and coordination. rr 1-08.0(2) Hours of Work W„ Section 1-08.0(2) is a new subsection: (******) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the Contract shall be any consecutive 8-hour period tEie between 7:00 a.m. and 5:00 p.m. of a working day with a maximum 1-hour lunch break and a 5- day Work week. The normal straight time 8-hour working period for the Contract shall be established at the preconstruction conference or prior to the Contractor commencing the Work. mis If a Contractor desires to perform Work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 5:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to Work such times. Permission to Work longer than an 8-hour period between 7:00 a.m. an 5:00 p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to Work. 00 Permission to Work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 7:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue Work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from *ivthe Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to Work Saturdays, Sundays, holidays or other than the agreed upon normal straight aga time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or the Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the Work; requiring the Contractor to reimburse the Contracting Agency for the cost of engineering salaries paid Contracting Agency employees who worked during such times; considering the Work performed on Saturdays, Sundays, and holidays as working days with regards to the Contract Time; and considering multiple Work shifts as multiple working days with respect to Contract Time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the material testing labs; inspectors; and other Contracting Agency employees when in the opinion of the Engineer such Work necessitates their presence. t City of Renton 34 July 2015 Maplewood Creek Storm water Outfall Improvements Project tow a 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees Section 1-08.0(3) is a new subsection: (******) Where the Contractor elects to Work on a Saturday, Sunday, holiday, or longer than an 8-hour Work shift on a regular working day, as defined in the Standard Specifications, such Work shall be considered as overtime Work. On all such overtime Work an inspector will be present, and a survey crew may be required at the discretion of the Engineer. The Contractor shall reimburse the Contracting Agency for the full amount of the straight time plus overtime costs for employees and representative(s)of the Contracting Agency required to Work overtime hours. a The Contractor by these Specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due the Contractor. 1-08.1 Subcontracting Revise the second paragraph to read: The Contractor shall not subcontract Work unless the Engineer approves in writing. Each request to subcontract shall be on the form the Engineer provides. If the Engineer requests, the Contractor shall provide proof that subcontractor has the experience, ability, and equipment the Work requires. The Contractor shall require each subcontractor to comply with Section 1-07.9 and to furnish all certificates and statements required by the Contract. The Contractor shall require each subcontractor of every tier to meet the responsibility criteria stated in RCW 39.06, and shall include these requirements in every subcontract of every tier. Section 1-08.1 is supplemented as follows: (******) Written requests for change in subcontractors shall be submitted by the Contractor to the Engineer at least 7 calendar days prior to start of a subcontractor's Work. The Contractor agrees that he/she is fully responsible to the Owner for the acts and omissions of all subcontractors and lower-tier subcontractors, and persons either directly or indirectly employed by the subcontractors, as well as for the acts and omissions of persons directly employed by the Contractor. The Contractor shall be required to give personal attention to the Work that is sublet. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the Owner. The Contractor shall be responsible for making sure all subcontractors submit all required documentation, forms, etc. 1-08.2 Assignment The second paragraph of Section 1-08.2 is modified as follows: (******) The Contractor shall not assign any moneys due or to become due to the Contractor hereunder without the prior written consent of the Owner. The assignment, if approved, shall be subject to all setoffs, withholdings, and deductions required by law and the Contract. City of Renton 35 July 2015 Maplewood Creek Stormwater Outfall Improvements Project I fl 1-08.3 Progress Schedule Section 1-08.3 is supplemented as follows: 00 The progress schedule for the entire project shall be submitted 7 calendar days prior to the Preconstruction Conference. The schedule shall be prepared using the critical path method (CPM), preferably using Microsoft Project or equivalent software. The schedule shall contain +� this information, at a minimum: 1. Construction activities, in sufficient detail that all activities necessary to construct a complete and functional project are considered. Any activity that has a scheduled duration exceeding 30 calendar days shall be subdivided until no sub-element has a duration exceeding 30 calendar days. The schedule shall clearly indicate the activities that comprise the critical path. For each activity not on the critical path, the schedule shall show the float, or slack, time. 2. Procurement of material and equipment. 3. Submittals requiring review by the Engineer. Submittal by the Contractor and review by the Engineer shall be shown as separate activities. 4. Work to be performed by a subcontractor, agent, or any third party. 5. Allowances for delays that could result from normal inclement weather(time extensions en due to inclement weather will not be allowed). 6. Allowances for the time required by utilities (Owner's and others) to locate, monitor, and adjust their facilities as required. The Engineer may request the Contractor to alter the progress schedule when deemed necessary in the opinion of the Engineer, in the interest of public safety and welfare of the Owner, or for coordination with any other activity of other contractors, the availability of all or portions of the job site, or special provisions of this Contract, or to reasonably meet the completion date of the project. The Contractor shall provide such revised schedule within 10 days of request. 00. If, at any time, in the opinion of the Engineer, the progress of construction falls significantly behind schedule, the Contractor may be required to submit a plan for regaining progress and a revised schedule indicating how the remaining Work items will be completed within the authorized contract time. "' The Contractor shall promptly report to the Engineer any conditions that the Contractor feels will require revision of the schedule and shall promptly submit proposed revisions in the progress schedule for acceptance by the Engineer. When such changes are accepted by the Engineer, the revised schedule shall be followed by the Contractor. Weekly Schedule. The Contractor shall submit a weekly progress schedule to the Engineer which sets forth specific Work to be performed the following week, and a tentative schedule for the second week. Failure to Maintain Progress Schedule. The Engineer will check actual progress of the Work ,, against the progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress in accordance with the approved schedule shall constitute a breach of Contract. If, through no fault of the Contractor, the proposed construction schedule cannot be met, the Engineer will require the Contractor to submit a revised schedule to the Engineer for acceptance. The approved revisions will thereafter, in all respects, apply in lieu of the original schedule. City of Renton 36 July 2015 Maplewood Creek Storm water Outfall Improvements Project rr� Failure of the Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve the Owner of any and all responsibility for furnishing and making available all or any portion of the job site, and will relieve the Owner of any responsibility for delays to the Contractor in the performance of the Work. The cost of preparing the progress schedule, any supplementary progress schedules, and weekly schedules shall be considered incidental to the Contract and no other compensation shall be made. 1-08.4 Notice to Proceed and Prosecution of the Work Section 1-08.4 is replaced with the following: (******) Notice to Proceed will be given after the Contract has been executed and the Contract bond and ar evidence of insurances have been approved and filed by the Owner. The Contractor shall not commence the Work until the Notice to Proceed has been given,by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the Work. There shall be no voluntary shutdowns or slowing of operations by the Contractor without prior approval of the • Engineer. Such approval shall not relieve the Contractor from the contractual obligation to ' ` complete the Work within the prescribed Contract Time. 1-08.5 Time For Completion The first five paragraphs of Section 1-08.5 are deleted and replaced with the following: (******) The Work shall be physically completed in its entirety within the time specified in the Contract Documents or as extended by the Engineer. The Contract Time will be stated in "working days", shall begin on the Notice To Proceed date, or the date identified in the Notice to Proceed as"the first working day", and shall end on the Contract Completion date. A non-working day is defined as a Saturday, a Sunday, a day on which the Contract specifically suspends Work, or one of these holidays: January 1, third Monday of January, Memorial Day, alit July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day after Christmas shall be a holiday when Christmas Day occurs on a Monday, Wednesday, or Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday will be counted as a non-working day and when they fall on a Sunday the following Monday will be counted as a non-working day. The Contract Time has been established to allow for periods of normal inclement weather that, from historical records, is to be expected during the Contract Time, and during which periods, Work is anticipated to be performed. Each successive working day, beginning with the Notice to Proceed date and ending with the Physical Completion date, shall be charged to the Contract Time as it occurs except a day, or part of a day, which is designated a non-working day or an Engineer determined unworkable day. Because the City will be closed and the employees furloughed, the following dates shall also be considered non-working days; Friday, May 22, 2009; Friday, September 4, 2009; Monday, October 12, 2009; and Wednesday, November 25, 2009. wt City of Renton 37 July 2015 Maplewood Creek Stormwater Outfall Improvements Project tor The Engineer will furnish the Contractor a weekly report showing (1) the number of working days charged against the Contract Time for the preceding week; (2) the Contract Time in working days; (3)the number of working days remaining in the Contract Time; (4)the number of non-working days; and (5) any partial or whole days the Engineer declared unworkable the previous week. This weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule), and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day, then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the +•• report will be deemed to have been accepted by the Contractor as correct. The requirements for scheduling the Final Inspection and establishing the Substantial „ ,, Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1-05.12. .r. Revise the seventh paragraph to read: The Engineer will give the Contractor written notice of the completion date of the Contract after all the Contractor's obligations under the Contract have been performed by the Contractor. The ""t following events must occur before the Completion Date can be established: 1. The physical Work on the project must be complete; and 2. The Contractor must furnish all documentation required by the Contract and required by law, to allow the Contracting Agency to process final acceptance of the Contract. The following documents must be received by the Project Engineer prior to establishing a •• completion date: a. Certified Payrolls (Federal-aid Projects) b. Material Acceptance Certification Documents ,,. c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. FHWA 47 (Federal-aid Projects) e. Final Contract Voucher Certification f. Property owner releases per Section 1-07.24 Section 1-08.5 is supplemented as follows: air (******) Within 10 calendar days after execution of the Contract by the Contracting Agency, the Contractor shall provide the Contracting Agency with copies of purchase orders for all equipment items deemed critical by the Contracting Agency, including but not limited to signal controller materials, lighting standards, and signal standards required for the physical completion of the Contract. Such purchase orders shall disclose the estimated delivery dates for the equipment. All items of Work that can be performed without delivery of the critical items shall start and be completed as soon as possible. At that time, the Engineer may suspend the Work upon request of the Contractor until the critical items are delivered to the Contractor, if the Contracting Agency 40. City of Renton 38 July 2015 Maplewood Creek Storm water Outfall Improvements Project art received a purchase order within 10 calendar days after execution of the Contract by the Contracting Agency. The Contractor will be entitled to only one such suspension of time during the performance of so the Work and during such suspension shall not perform any additional Work on the project. Upon delivery of the critical items, contract time will resume and continue to be charged in accordance with Section 1-08. is 1-08.6 Suspension of Work Section 1-08.6 is supplemented as follows: (******) NI Owner may at any time suspend the Work, or any part thereof, by giving notice to the Contractor in writing. The Work shall be resumed by the Contractor within 14 calendar days after the date fixed in the written notice from the Owner to the Contractor to do so. ilia The Contractor shall not suspend Work under the Contract without the written order of the s 111 Owner. es If it has been determined that the Contractor is entitled to an extension of time, the amount of such extension shall be only to compensate for direct delays, and shall be based upon the Contractor's diligently pursuing the Work at a rate not less than that which would have been necessary to complete the original Contract Work on time. 1-08.7 Maintenance During Suspension Revise the second paragraph to read: (fr....) At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, driveway, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour. 1-08.9 Liquidated Damages Section 1-08.9 is supplemented as follows: sit In addition, the Contractor shall compensate the Owner for actual engineering inspection and supervision costs and any other expenses and legal fees incurred by the Owner as a result of such delay. Such labor costs will be billed to the Contractor at actual costs, including st administrative overhead costs. In the event that the Owner is required to commence any lawsuit in order to enforce any provision of this Contract or to seek redress for any breach thereof, the Owner shall be entitled to recover its costs, including reasonable attorneys fees, from the Contractor. 1-08.11 Contractor's Plant and Equipment at Section 1-08.11 is a new Section: (*.*...) The Contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the Contractor's plant and equipment in the performance of any Work on the site of the Work. ast City of Renton 39 July 2015 Maplewood Creek Stormwater Outfall Improvements Project Ili 1111 The use by the Owner of such plant and equipment shall be considered as extra Work and paid for accordingly. Neither the Owner nor the Engineer assumes any responsibility, at any time, for the security of the site from the time the Contractor's operations have commenced until final acceptance of the Work by the Engineer and the Owner. The Contractor shall employ such measures as additional fencing, barricades, and watchmen service, as he deems necessary for the public "• safety and for the protection of the site and his plant and equipment. The Owner will be provided keys for all fenced, secured areas. 1-08.12 Attention to Work Section 1-08.12 is a new section: (******) The Contractor shall give his personal attention to and shall supervise the Work to the end that it shall be prosecuted faithfully, and when he is not personally present on the Work site, he shall at all times be represented by a competent superintendent who shall have full authority to �.. execute the same, and to supply materials, tools, and labor without delay, and who shall be the legal representative of the Contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized representative. r.r 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities Section 1-09.1 is supplemented by adding the following: (******) Lump Sum. The percentage of lump sum Work completed, and payment will be based on the cost percentage breakdown of the lump sum bid price(s) submitted at the preconstruction conference. The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall list the items included in the lump sum together with a unit price of labor, materials, and equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum bid. The unit price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered Work changes. Cubic Yard Quantities. The Contractor shall provide truck trip tickets for progress payments only in the following manner. Where items are specified to be paid by the cubic yard, the following tally system shall be used. .W All trucks to be employed on this Work will be measured to determine the volume of each truck. Each truck shall be clearly numbered, to the satisfaction of the Engineer, and there shall be no duplication of numbers. ilia Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the project. All tickets received that do not contain the following information will not be processed for payment: 1. Truck number 2. Quantity and type of material delivered in cubic yards 3. Drivers name, date and time of delivery 4. Location of delivery, by street and stationing on each street 5. Place for the Engineer to acknowledge receipt City of Renton 40 July 2015 Maplewood Creek Stormwater Outfall Improvements Project a 6. Pay item number 7. Contract number and/or name It will be the Contractor's responsibility to see that a ticket is given to the Engineer on the project for each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets. Loads will be checked by the Engineer to verify quantity shown on ticket. Quantities by Ton. It will be the Contractor's responsibility to see that a certified weight ticket is given to the Inspector on the project at the time of delivery of materials for each truckload Mil delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be honored for payment. + r Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of numbers. ;, Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. All tickets received that do not contain the following information will not be processed for payment: 1. Truck number 2. Truck tare weight(stamped at source) 3. Gross truckload weight in tons (stamped at source) 4. Net load weight(stamped at source) 5. Driver's name, date, and time of delivery 6. Location for delivery by street and stationing on each street 7. Place for the Engineer to acknowledge receipt 8. Pay item number 9. Contract number and/or name 611 1-09.3 Scope of Payment Section 1-09.3 is supplemented by adding the following: ,iris (******) The bid items listed in Section 1-09.14 will be the only items for which compensation will be made for the Work described in each section of the Standard Specifications when the tit Contractor performs the specified Work. Should a bid item be listed in a "Payment" clause but not in the Proposal Form, and Work for that item is performed by the Contractor and the Work is not stated as included in or incidental to a pay item in the Contract and is not Work that would be required to complete the intent of the Contract per Section 1-04.1, then payment for that Work will be made as for Extra Work pursuant to a Change Order. The words "Bid Item,""Contract Item," and "Pay Item," and similar terms used throughout the a Contract Documents are synonymous. If the"payment" clause in the Specifications relating to any unit bid item price in the Proposal Form requires that said unit bid item price cover and be considered compensation for certain Work or material essential to the item, then the Work or material will not be measured or paid for under any other unit bid item which may appear elsewhere in the Proposal Form or rrr Specifications. a City of Renton 41 July 2015 Maplewood Creek Stormwater Outfall Improvements Project a , , Pluralized unit bid items appearing in these Specifications are changed to singular form. Payment for bid items listed or referenced in the "Payment" clause of any particular section of the Specifications shall be considered as including all of the Work required, specified, or described in that particular section. Payment items will generally be listed generically in the Specifications, and specifically in the bid form. When items are to be "furnished" under one payment item and "installed" under another payment item, such items shall be furnished FOB project site, or, if specified in the Special Provisions, delivered to a designated site. Materials to be "furnished," or"furnished and installed" under these conditions, shall be the responsibility of the Contractor with regard to storage until such items are incorporated into the Work or, if such — items are not to be incorporated into the Work, delivered to the applicable Contracting Agency storage site when provided for in the Specifications. Payment for material "furnished," but not yet incorporated into the Work, may be made on monthly estimates to the extent allowed. NW 1-09.6 Force Account Section 1-09.6 is supplemented as follows: imp (******) Owner has estimated and included in the proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of the Contractor's total bid. However, the Owner does not warrant expressly or by implication that the actual amount of Work will correspond with those estimates. Payment will be made on the basis of the amount of Work actually authorized by the Engineer. 1-09.7 Mobilization Section 1-09.7 is supplemented as follows: (******) Mobilization shall also include, but not be limited to, the following items: the movement of Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of an office, buildings, and other facilities necessary for Work on the project; providing sanitary facilities for the Contractor's personnel; and obtaining permits or licenses required to complete the project not furnished by the Owner. +.. This item shall also include providing the Engineer and the Inspectors with access to telephone, facsimile machine, and copy machine during all hours the Contractor is working on the jobsite; and a table and chair for their use when needed. 611, Payment will be made for the following bid item(s): "Mobilization & Demobilization," Lump Sum. 1-09.9 Payments Delete the third paragraph and replace it with the following: (******) Progress payments for completed Work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction meeting. The initial progress estimate will be made not later than 30 days after the Contractor commences the Work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the Work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the final payment. City of Renton 42 July 2015 Maplewood Creek Stormwater Outfall Improvements Project The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form—the approximate quantity of acceptable units of Work a rk completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form —the estimated percentage complete multiplied by the Bid Forms amount for each lump sum item, or per the schedule of values for that item. 3. Materials on Hand— 100 percent of invoiced cost of material delivered to job site or other storage area approved by the Engineer. 4. Change Orders—entitlement for approved extra cost or completed extra Work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: a 1. Retainage per Section 1-09.9(1); 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for Work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any Work has been satisfactorily completed. Payments will be made by check or electronic transfer, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account sit of Work performed by a subcontractor are subject to the provisions of RCW 39.04.250. Section 1-09.9 is supplemented as follows: (******) Applications for payment shall be itemized and supported to the extent required by the Engineer by receipts or other vouchers showing payment for materials and labor, payments to subcontractors, and other such evidence of the Contractor's right to payment as the Engineer may direct. r The Contractor shall submit a progress report with each monthly request for a progress payment. The progress report shall indicate the estimated percent complete for each activity listed on the progress schedule (see Section 1-08.3). 1-09.9(1) Retainage Section 1-09.9(1) is supplemented as follows: (******) The retained amount shall be released as stated in the Standard Specifications if no claims have been filed against such funds as provided by law, and if the Owner has no unsatisfied claims against the Contractor. In the event claims are filed, the Owner shall withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In addition, the Owner shall withhold such amount as is required to satisfy any claims by the Owner against the Contractor, until such claims have been finally settled. Neither the final payment nor any part of the retained percentage shall become due until the Contractor, if requested, delivers to the Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far a City of Renton 43 July 2015 Maplewood Creek Stormwater Outfall Improvements Project irl as the Contractor has knowledge or information, the release and receipts include all labor and materials for which a lien could be filed: but the Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to the Engineer to indemnify the Owner against the lien. If any lien remains unsatisfied after all payments are made, the Contractor shall reimburse to the Owner all monies that the latter may be compelled to pay in discharging such lien, including all costs and reasonable engineer's and attorney's fees. ea 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts Section 1-09.9(2) is a new section:(******) In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12 and RCW 39.76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may be necessary to cover the Contracting Agency's costs for or to remedy the following situations: Damage to another contractor when there is evidence thereof and a claim has been filed. Where the Contractor has not paid fees or charges to public authorities of municipalities, which the Contractor is obligated to pay. Utilizing material tested and inspected by the Engineer, for purposes not connected with the Work(Section 1-05.6). Landscape damage assessments per Section 1-07.16. For overtime Work performed by City personnel per Section 1-08.1(4). Anticipated or actual failure of the Contractor to complete the Work on time: Per Section 1-08.9 Liquidated Damages; or Lack of construction progress based upon the Engineer's review of the Contractor's approved progress schedule, which indicates the Work will not be complete within the contract time. When r.. calculating an anticipated time overrun, the Engineer will make allowances for weather delays, approved unavoidable delays, and suspensions of the Work. The amount withheld under this subparagraph will be based upon the liquidated damages amount per day set forth in Contract Documents multiplied by the number of days the Contractor's approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time. Failure of the Contractor to perform any of the Contractor's other obligations under the Contract, including but not limited to: Failure of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate survey Work as required by Section 1-05.5. Failure of the Contractor to correct defective or unauthorized Work(Section 1-05.8). NO City of Renton 44 July 2015 Maplewood Creek Storm water Outfall Improvements Project + Failure of the Contractor to furnish a Manufacture's Certificate of Compliance in lieu of material testing and inspection as required by Section 1-06.3. sit Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor or subcontractor of any tier as required by Section 1-07.9. Failure of the Contractor to pay worker's benefits (Title 50 and Title 51 RCW)as required by a Section 1-07.10. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1- 08.3. The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds riri as have been withheld pursuant to this Section to a party or parties who are entitled to payment. Disbursement of such funds, if the Engineer elects to do so will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and if prior to the expiration of the 15-calendar day period, No legal action has commenced to resolve the validity of the claims, and The Contractor has not protested such disbursement. A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this Section will be made. A payment made pursuant to this section shall be considered as payment made under the terms and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor for such payment made in good faith. 1-09.9(3) Final Payment Section 1-09.9(2) is a new section: ( ) Upon Acceptance of the Work by the Contracting Agency, the final amount to be paid the Contactor will be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the Contractor of the final payment shall be and shall operate as a release: wet 1. To the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated amounts as may be specifically excepted in writing by the Contractor; 2. For all things done or furnished in connection with the Work; 3. For every act and neglect by the Contracting Agency; and 4. For all other claims and liability relating to or arising out of the Work. A payment(monthly, final, retainage, or otherwise) shall not release the Contractor or the Contractor's Surety from any obligation required under the terms of the Contract Documents or the Contract Bond; nor shall such payment constitute a waiver of the Contracting Agency's ability to investigate and act upon findings of non-compliance with the WMBE requirements of the Contract; nor shall such payment preclude the Contracting Agency from recovering damages, setting penalties, or obtaining such other remedies as may be permitted by law. a Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an affidavit, on the form provided by the Engineer, of amounts paid to certified disadvantaged (DB), a City of Renton 45 July 2015 Maplewood Creek Stormwater Outfall Improvements Project r minority(MBE) or women business enterprises (WBE) participating in the Work. Such affidavit shall certify the amounts paid to the DB, MBE or WBE subcontractors regardless of tier. On federally funded projects the Contractor may also be required to execute and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity or gift and money pursuant to Section 1-07.19 of these Specifications. If the Contractor fails, refuses, or is unable to sign and return the Final Progress Estimate or any other documents required for the final acceptance of the Contract, the Contracting Agency reserves the right to establish a completion date and unilaterally accept the Contract. Unilateral acceptance will occur only after the Contractor has been provided the opportunity, by written request from the Engineer, to voluntarily submit such documents. If voluntary compliance is not achieved, formal notification of the impending unilateral acceptance will be provided by certified letter from the Engineer to the Contractor that will provide 30 calendar days for the Contractor to submit the necessary documents. The 30-calendar day deadline shall begin on the date of the postmark of the certified letter from the Engineer requesting the necessary documents. This reservation by the Contracting Agency to unilaterally accept the Contract will apply to contracts that are completed in accordance with Section 1-08.5 for contracts that are terminated in accordance with Section 1-08.10. Unilateral acceptance of the Contract by the Contracting Agency does not in any way relieve the Contractor of the provisions under contract or of the responsibility to comply with all laws, ordinances, and federal, state, and local regulations that affect the Contract. The date the Contracting Agency unilaterally signs the Final Progress Estimate constitutes the final acceptance date (Section 1-05.12). 1-09.11 Disputes and Claims 1-09.11(2) Claims Paragraph 5 is revised as follows: Failure to submit with the Final Application for Payment such information and details as described in this section for any claim shall operate as a waiver of the claims by the Contractor as provided in Section 1-09.9. 1-09.11(3) Time Limitations and Jurisdiction Paragraph 1, Sentence 1 is revised as follows: ...such claims or causes of action shall be brought in the Superior Court of the county where the Work is performed. 1-09.13 Claims and Resolutions 1-09.13(3) Claims $250,000 or Less Delete this Section and replace it with the following: age The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbonding ADR processes, shall be resolved through litigation, unless the parties mutually agree in writing to resolve the claim through binding arbitration. ow City of Renton 46 July 2015 Maplewood Creek Storm water Outfall Improvements Project 1-09.13(3)A Administration of Arbitration Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located. The 11 decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. 1-09.13(3)B Procedures to Pursue Arbitration " ` Section 1-09.13(3)B is supplemented by adding: The findings and decision of the board of arbitrators shall be final and binding on the parties, unless the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a petition for review by the superior court of King County, Washington. The grounds for the petition for review are limited to showing that the findings and decision: 1. Are not responsive to the questions submitted; 2. Is contrary to the terms of the contract or any component thereof; 3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues submitted to arbitration. The board of arbitrators shall support its decision by mos setting forth in writing their findings and conclusions based on the evidence adduced at any such hearing. The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the board's majority opinion that the Contractor's filing of the protest or action is capricious or without reasonable foundation. In the latter case, all costs shall be borne by the Contractor. 1-09.14 Payment Schedule Measurement and Payment Schedule for Bid Items in This Project Proposal Section 1-09.14 is a new section: (******) GENERAL 1-09.14(1) Scope Section 1-09.14(1) is a new section: (******) 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 agencies having jurisdiction, including Safety and Health City of Renton 47 July 2015 Maplewood Creek Stormwater Outfall improvements Project Administration of the U.S. Department of Labor(OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Schedules, and all costs therefore shall be included in the prices named in the Bid Schedules for the various appurtenant items of Work. 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 performance of work under bid items shall result in complete construction, in proper operating condition, of improvements identified in these written specifications and accompanying plans. Work and material not specifically listed in the proposal but required in the Plans, Specifications, and general construction practice, shall be included in the bid price. No separate payment will be made for these incidental items. 1-09.14(2) Bid Items The bid items in this Section supersedes the bid items in all other Sections. Mobilization & Demobilization (Bid Item 01) —Lump Sum „s Measurement for mobilization & demobilization, shall be lump sum. The lump sum price shown shall cover the complete cost of furnishing and installing, 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, obtain all necessary permits and licenses, prepare the site for construction operations, and maintain the site and surrounding areas during construction, provide protection of existing utilities, provide component and system testing, and move all personnel and equipment off the site after contract completion. Storage shall not interfere with use of the City ROW and commercial and residential access. Equipment and material shall not be stored on private property outside the existing easements or work area limits. For any proposed storage on private property outside the easement or work area the Contractor shall obtain a Temporary Use Permit for storage areas on private property. The Contractor shall be responsible for all fees, applications, and work needed to obtain the permit. The Contractor shall allow 3 to 4 weeks to obtain the Temporary Use Permit from the City. Work hours are subject to the limitations in the Traffic Control Plan. Work hours shall be limited to weekdays only, between 7:00 a.m. and 5:00 p.m. unless otherwise approved in advance by the City. Machinery shall not be started before 7:00 a.m. Work on weekends will not be allowed, except as approved in writing by the Engineer. The Contractor shall prepare a Work Plan that shall include the following: A. Proposed Construction Sequence and Schedule for all major items of work. B. Mobilization Plan showing the proposed location for storage of all equipment and materials. C. Temporary Erosion and Sediment Control Plan for all stages of the project. City of Renton 48 July 2015 Maplewood Creek Storm water Outfall Improvements Project lib D. Traffic Control Plan, including provisions for cleaning and sweeping of any impacted 7f roadways. E. Trench Excavation Safety Systems plan/provisions. F. Temporary Storm Water Bypass Plan. G. Identify Disposal Sites for various waste materials and provide copies of the site's permits, licenses, and approvals. The Work Plan shall be submitted to the City for review and approval within 14 days of the contract award. Payment for mobilization will be made at the lump sum amount bid (NOT to exceed 80% of bid price prior to completion of construction) based on the percent of completed Work as defined in the Standard Specifications for Road, Bridge, and Municipal Construction (WSDOT)for mobilization. Payment for the remaining 20% will be made upon completion and final clean up vit of the construction site. Such payment will be complete compensation for all mobilization of employees, equipment and materials, Mobilization Plan, Work Plan, preparation of all necessary submittals, bonds, insurance, site improvements, permits, clean-up etc. all in conformance with the Contract Documents. This bid item may not be more than ten percent (10%) of the total amount of Bid. Minor Change (Bid Item 02) —Estimate Measurement for minor changes shall be lump sum. At the discretion of the Contracting Agency, all or part of this estimate may be used in lieu of the more formal procedure as outlined in Section 1-04.4 of the Standard Specifications. The unit contract price for Minor Changes is given in the Schedule of Prices and shall not be changed by the bidder. All work and payment under this item shall be authorized in writing by the City Project Manager or Supervisor. Payment will be determined in accordance with Section 1-09.4 of the Standard Specifications. Payment for this item will be only for the changes and amounts approved by the City. If no changes are authorized under this bid item final payment for this item will be $0 (zero). This bid item is not subject to the provisions of Section 1-04.6. Construction Surveying, Staking, and As-Builts (Bid Item 03)—Lump Sum Measurement for construction surveying, staking and as-built information will be based on the percentage of total Work complete at the time of measurement. Payment may be prorated over the construction period based on the amount of work completed for construction surveying, staking and as-built information. Survey shall be per Special Provision Section 1-05.4 and City of Renton Surveying Standards on Special Provision Section 1-11. The as-built survey shall be per Special Provisions Section 1-11. City of Renton 49 July 2015 Maplewood Creek Stormwater Outfall Improvements Project Payment will be complete compensation for all labor, materials, equipment, travel, surveying needed to construct the improvements to the line and grade as shown on the Plans, to provide the required construction and as-constructed field (as-built information) notes and drawings, etc. required to complete this item of Work in conformance with the Contract Documents. No more than 50% of the bid amount for this item shall be paid prior to the review and acceptance of the as-constructed information by the Engineer. Utility Potholing (Bid Item 04) — Each Measurement for utility potholing shall be per each. +.r The unit price per each for"Potholing" shall be full compensation for all labor, material, tools, equipment, and incidentals necessary to satisfactorily complete the work in accordance with the Contract Documents. Temporary Traffic Control (Bid Item 05) — Lump Sum Measurement for traffic control Work will be based on the percentage of total Work complete at the time of measurement. ao Payment for traffic control for Work will be made at the measured percentage amount for the pay period times the lump sum bid amount. Payment will be complete compensation for all labor, materials, equipment, preparing and conforming to the approved Traffic Control Plan, provide for public convenience and safety, detours, flagging, barricades, sequential arrow boards, signs, traffic control devices, temporary striping, cleanup, etc. required to complete this item of Work in conformance with the Contract Documents and the Manual on Uniform Traffic Control Devices (MUTCD). Clearing and Grubbing (Bid Item 06) — Square Yard Measurement for clearing and grubbing shall be per square yard. The unit Contract price per square yard for"Clearing and Grubbing" shall be full compensation for all labor, material, tools, equipment, and incidentals necessary to satisfactorily complete the work in accordance with the Contract Documents. Removal of Structures and Obstructions (Bid Item 07) — Lump Sum Measurement for removal of structures and obstructions shall be per lump sum. Payment for removal of structures and obstructions will be complete compensation for all labor, equipment, materials, required to complete the Work in conformance with the Contract Documents. Payment shall include removal and proper disposal of storm drain manholes, catch basins, and piping; capping and abandoning existing outfalls; removal of proper disposal of curbs and gutters and pavement; and removal and proper disposal of any other structures and obstructions necessary to complete the Work. Excavation, backfill, and sawcutting shall be paid for under other bid items. City of Renton 50 July 2015 Maplewood Creek Storm water Outfall Improvements Project Sawcutting (Bid Item 08)— Linear Foot Measurement for sawcutting shall be per linear foot as measured along the cut line along the existing surface, full depth. Wheel cutting of pavement will not be measured for separate payment, but shall be included in other items of work. Payment for sawcutting will be complete compensation for all labor, equipment, and materials vs required to saw cut existing asphalt and cement concrete as required in the Contract Documents. Removal and Replacement of Unsuitable Foundation Material(Bid Item 09)— Ton Measurement for removal and replacement of unsuitable foundation material shall be measured in tons based on the weight of material installed into the Work. Placement of foundation "i' material will be measured only for the area(s) authorized by the engineer. Certified weight tickets shall accompany each load, a copy of tickets shall be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Payment for removal and replacement of unsuitable foundation material will be made at the amount bid per ton, which payment will be complete compensation for all labor, materials, equipment, hauling, placement, water, compaction, removal and disposal of unsuitable and/or waste materials approved by the Engineer, etc., required to complete this item of Work in conformance with the Contract Documents. For the purpose of establishing a common basis for evaluating bids, an arbitrary quantity has been shown on the bid form and does not necessarily represent the quantity, if any, of"Removal and Replacement of Unsuitable Foundation Material" that may be necessary for project work. Therefore the "significant change" provisions of Section 1-04.6 do not apply. Actual quantities will be determined in the field as work progresses. Controlled Density Fill(Bid Item 10) — Cubic Yard Measurement for controlled density fill shall be measured in cubic yards based on the quantity of material installed. Placement of material will be measured only for the area(s)authorized by the Engineer. Wasted materials will not be included in the measurement or payment. Payment for controlled density fill will be made at the amount bid per cubic yard, which payment will be complete compensation for all labor, materials, equipment, hauling, placement, compaction, removal and disposal of waste materials, etc., required to complete this item of Work in conformance with the Contract Documents. For the purpose of establishing a common basis for evaluating bids, an arbitrary quantity has been shown on the bid form and does not necessarily represent the quantity, if any, of "Controlled Density Fill" that may be necessary for project work. Therefore the "significant change" provisions of Section 1-04.6 do not apply. Actual quantities will be determined in the field as work progresses. a sis City of Renton 51 July 2015 Maplewood Creek Stormwater Outfall Improvements Project iris imo Final Cleanup and Restoration (Bid Item 11) —Lump Sum Measurement for final cleanup and restoration Work will be based on the percentage of total �., Work complete at the time of measurement. Payment for final cleanup and restoration will be made at the unit price bid per lump sum, which payment will be complete compensation for all labor, equipment, materials, etc. required to complete this item in conformance with the Contract Documents. Payment includes slope restoration and plantings. Construction Geotextile for Soil Stabilization (Bid Item 12) — Square Yard Measurement for"Construction Geotextile for Soil Stabilization" will be measured in square yards based on the quantity of material installed. Placement of stabilization material will be measured only for the area(s) authorized by the Engineer when poor soils are encountered in the subgrade. Wasted materials will not be included in the measurement or payment. Payment for"Construction Geotextile for Soil Stabilization" will be made at the amount bid per square yard, which payment will be complete compensation for all labor, materials, equipment, haul, placement etc., required to complete this item of Work in conformance with the Contract Documents. For the purpose of establishing a common basis for evaluating bids, an arbitrary quantity has been shown on the bid form and does not necessarily represent the quantity, if any, of "Construction Geotextile for Soil Stabilization" that may be necessary for project work. Therefore the "significant change" provisions of Section 1-04.6 do not apply. Actual quantities will be determined in the field as work progresses. Crushed Surfacing Top Course (Bid Item 13) — Ton Measurement for crushed surfacing top course shall be measured in tons based on the weight of material installed into the Work. Certified weight tickets shall accompany each load, a copy of tickets shall be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Payment for crushed surfacing top course will be made at the amount bid per ton, which payment will be complete compensation for all labor, materials, equipment, hauling, placement, water, compaction, removal and disposal of waste materials, etc., required to complete this item — of Work in conformance with the Contract Documents. This bid item is not subject to the provisions of Section 1-04.6. HMA for Pavement Repair, Class %"PG 64-22 (Bid Item 14) — Ton HMA shall be measured per ton with no deduction being made for the weight of asphalt binder, blending sand, mineral filler, or any other component of the mixture. Measurement shall be for City of Renton 52 July 2015 Maplewood Creek Stormwater Outfall Improvements Project S trench patch only and shall not include HMA for overlay. HMA for overlay shall be paid for under a separate bid item. If the HMA is rejected as provided by Section 5-04.3(11)or subsequently removed as a function r ei of the Contractor's means and methods for obtaining the final grades and thicknesses shown on the drawings, the material removed will not be included in the measured quantity being paid. Payment for HMA shall include removal, haul, and proper disposal of subgrade and all existing asphalt being replaced by the new asphalt, preparing the sub-grade for paving; cleaning of existing asphalt;joint sealing; grinding at transitions; placing tack coat; furnishing, hauling, placing, and compacting the permanent asphalt pavement; cleanup; and all other incidental work to complete the pavement in accordance with the Contract Documents. This bid item is not subject to the provisions of Section 1-04.6. HMA for Overlay, Class Y2"PG 64-22 (Bid Item 15) — Ton HMA shall be measured per ton with no deduction being made for the weight of asphalt binder, blending sand, mineral filler, or any other component of the mixture. If the HMA is rejected as provided by Section 5-04.3(11) or subsequently removed as a function of the Contractor's means and methods for obtaining the final grades and thicknesses shown on the drawings, the material removed will not be included in the measured quantity being paid. Payment for HMA shall include grinding, removal, and proper disposal of subgrade and all existing asphalt being replaced by the new asphalt, preparing the sub-grade for paving; cleaning of existingasphalt;joint sealing; grindingat transitions; placingtack coat; furnishing, hauling, P 9, placing, and compacting the permanent asphalt pavement; adjusting all utility covers and monument case covers to the new grade as necessary; replacing all disturbed pavement striping and markings; and all other incidental work to complete the pavement in accordance with the Contract Documents. This bid item is not subject to the provisions of Section 1-04.6. Furnish and Install 12-inch CPEP Storm Drain Pipe (Bid Item 16) —Linear Foot r Measurement for furnishing and installing 12-inch diameter CPEP storm drain pipe will be based on lineal footage measured horizontally along the invert of the installed pipe from center of catch basin to center of catch basin. Payment for furnishing and installing 12-inch diameter CPEP storm drain pipe will be made at the amount bid per linear foot, for which payment will be complete compensation for all labor, materials, equipment, hauling, excavation, locating all existing utilities, removal and disposal of waste material including existing pipes in the excavation, pipe of the size and type required, gaskets, installation, laying and joining pipe and fittings, bedding, and pipe zone fill material, go appurtenances, stockpile and placement of subsequent backfill (native) materials, compaction, grading, cleaning, testing, temporary pavement patching, etc. required to complete the Work in accordance with the Contract Documents. Select imported backfill materials are included in other bid items. 5 S City of Renton 53 July 2015 Maplewood Creek Stormwater Outfall Improvements Project ill Iw ... Furnish and Install 12-inch DI Storm Drain Pipe (Bid Item 17) — Linear Foot Measurement for furnishing and installing 12-inch diameter ductile iron storm drain pipe will be based on lineal footage measured horizontally along the invert of the installed pipe from center of catch basin to center of catch basin. Payment for furnishing and installing 12-inch diameter ductile iron storm drain pipe will be made at the amount bid per linear foot, for which payment will be complete compensation for all labor, materials, equipment, hauling, excavation, locating all existing utilities, removal and disposal of waste material including existing pipes in the excavation, pipe of the size and type required, gaskets, installation, laying and joining pipe and fittings, bedding, and pipe zone fill material, appurtenances, stockpile and placement of subsequent backfill (native) materials, compaction, grading, cleaning, testing, temporary pavement patching, etc. required to complete the Work in accordance with the Contract Documents. Select imported backfill materials are included in other bid items. •O Furnish and Install 15-inch CPEP Storm Drain Pipe (Bid Item 18) — Linear Foot Measurement for furnishing and installing 15-inch diameter CPEP storm drain pipe will be based on lineal footage measured horizontally along the invert of the installed pipe from center of catch basin to center of catch basin. Payment for furnishing and installing 15-inch diameter CPEP storm drain pipe will be made at the amount bid per linear foot, for which payment will be complete compensation for all labor, materials, equipment, hauling, excavation, locating all existing utilities, removal and disposal of waste material including existing pipes in the excavation, pipe of the size and type required, gaskets, installation, laying and joining pipe and fittings, bedding, and pipe zone fill material, appurtenances, stockpile and placement of subsequent backfill (native) materials, compaction, grading, cleaning, testing, temporary pavement patching, etc. required to complete the Work in accordance with the Contract Documents. Select imported backfill materials are included in other bid items. ego Furnish and Install 18-inch CPEP Storm Drain Pipe (Bid Item 19) — Linear Foot Measurement for furnishing and installing 18-inch diameter CPEP storm drain pipe will be based on lineal footage measured horizontally along the invert of the installed pipe from center of catch basin to center of catch basin. Payment for furnishing and installing 18-inch diameter CPEP storm drain pipe will be made at the amount bid per linear foot, for which payment will be complete compensation for all labor, materials, equipment, hauling, excavation, locating all existing utilities, removal and disposal of waste material including existing pipes in the excavation, pipe of the size and type required, gaskets, installation, laying and joining pipe and fittings, bedding, and pipe zone fill material, appurtenances, stockpile and placement of subsequent backfill (native) materials, compaction, grading, cleaning, testing, temporary pavement patching, etc. required to complete the Work in " accordance with the Contract Documents. Select imported backfill materials are included in other bid items. wr City of Renton 54 July 2015 Maplewood Creek Storm water Outfall Improvements Project • Temporary Storm Drain Bypass Systems (Bid Item 20)— Lump Sum Measurement for temporary storm drain bypass systems will be based on the percentage of total Work complete, by dollar value, at the time of measurement. Payment for temporary storm drain bypass systems will be at the lump sum amount bid, which payment shall be complete compensation for a complete bypass plan, all labor, materials, design, engineering, submittals, equipment, sump pumps, hoses, fuel, piping, appurtenances, is bypasses, etc. required to complete this item of Work in conformance with Contract Documents. Connect Existing Storm Drain to New SDMH(Bid Item 21) —Each Measurement for connect existing storm drain to new SDMH will be per each in conformance with the Contract Documents. Payment for connect existing storm drain to new SDMH will be made at the unit price bid per each, which payment will be complete compensation for all labor, equipment, materials, hauling, pavement cutting, pavement removal, locating all existing utilities and potholing in advance for fig horizontal and vertical location, excavation, removal and disposal of waste material including existing pipes and structures in the excavation, foundation material, core-drilling, grouting, installation, appurtenances, bedding, stockpile and placement of subsequent backfill (native) rrw materials, compaction, water, cleaning, temporary pavement patching, and cleanup, etc., required to complete all connect new storm sewer to existing catch basin in conformance with the Contract Documents. Select imported backfill materials are included in other bid items. Furnish and Install Type-1 Catch Basin (Bid Item 22)— Each Measurement for furnishing and installing Type-1 catch basin will be per each for each Type-1 catch basin installed in conformance with the Contract Documents. Payment for furnishing and installing Type-1 catch basin will be made at the unit price bid per each, which will be complete compensation for all labor, equipment, materials, hauling, pavement cutting, pavement removal and disposal, locating all existing utilities and potholing in advance for horizontal and vertical location, excavation, removal and disposal of waste material including existing structures in the excavation, foundation material, Type-1 catch basin, frame and grate, installation, adjustment of frames to grade, appurtenances, connections to new storm sewers, stockpile and placement of subsequent backfill (native) materials, compaction, cleaning, ss temporary pavement patching, etc. required to complete the Work in conformance with the Contract Documents. Select imported backfill materials are included in other bid items. es Furnish and Install Type-2 Catch Basin 48 In. Diam. (Bid Item 23) —Each Measurement for furnishing and installing Type-2 catch basin will be per each for each Type-2 catch basin installed in conformance with the Contract Documents. Payment for furnishing and installing Type-2 catch basin will be made at the unit price bid per each, which will be complete compensation for all labor, equipment, materials, hauling, pavement cutting, pavement removal and disposal, locating all existing utilities and potholing in tot City of Renton 55 July 2015 Maplewood Creek Stormwater Outfall Improvements Project Mil advance for horizontal and vertical location, excavation, removal and disposal of waste material including existing structures in the excavation, foundation material, Type-2 catch basin, frame and grate, installation, adjustment of frames to grade, appurtenances, connections to new storm sewers, stockpile and placement of subsequent backfill (native) materials, compaction, cleaning, ow temporary pavement patching, etc. required to complete the Work in conformance with the Contract Documents. Select imported backfill materials are included in other bid items. Trench Excavation Safety Systems (Bid Item 24) —Lump Sum Measurement for trench excavation safety systems will be based on a percentage defined as the amount of buried storm drain pipelines installed divided by the total length of buried drain sewer pipe shown to be installed. "r Payment for trench excavation safety systems will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all equipment, labor, materials, hauling, planning, design, engineering, WO submittals, furnishing and constructing and removal and disposal of such temporary sheeting, shoring, and bracing complete as required under the provisions of any permits and in the requirements of OSHA and RCW Chapter 49.17, etc., required to complete this item of Work in conformance with the Contract Documents. Temporary Dewatering (Bid Item 25) —Lump Sum 41110 Measurement for temporary dewatering will be based on the percentage of total Work complete, by dollar value, at the time of measurement. °" Payment for temporary dewatering will be at the lump sum amount bid, which payment shall be complete compensation for a complete dewatering plan, all labor, materials, equipment, sump pumps, bypasses, etc. required to complete this item of Work in conformance with Contract "" Documents. Select Imported Trench Backfill(Bid Item 26) — Ton Measurement for select imported trench backfill shall be measured in tons based on the weight of material installed into the Work. Certified weight tickets shall accompany each load, a copy 111111 of tickets shall be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Only materials placed within the pay limits shown will be considered for payment. Material placed outside of the pay limits shown on the Plans or as approved by the Engineer will be deducted from the certified tickets. Payment for select imported trench backfill will be made at the amount bid per ton, which payment will be complete compensation for all labor, materials, equipment, hauling, placement, water, compaction, etc., required to complete this item of Work in conformance with the Contract Documents. Placement, water, compaction, and removal and disposal of waste materials shall be included in pipe installation costs. This bid item is not subject to the provisions of Section 1-04.6. air City of Renton 56 July 2015 Maplewood Creek Storm water Outfall Improvements Project NW Post Storm Drain Installation Inspection (Bid Item 27) — Linear Foot Measurement for television inspection of the new storm drain system will be based on the lineal feet of pipe inspected. err Payment for television inspection of the new storm drain system in accordance with the specifications will be made at the amount bid per linear foot, which payment will be considered complete compensation for all labor, materials, equipment to perform television inspection and preparation of DVD records of all new sanitary sewers constructed as part of the project and provision of the record DVDs to the Engineer. Cut In 6-inch Gate Valve Assembly(Bid Item 28) - Each Measurement for furnishing and installing cut in 6-inch gate valve assembly will be per each, installed in conformance with the Contract Documents. Payment for furnishing and installing cut in 6-inch gate valve assembly shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in +rr the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting, trench excavation, and dewatering (if needed), • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Furnishing all required fittings, adapters, couplings and incidentals as required for City's water department's personnel to perform the installation. • Placing and compacting trench backfill, • Replacing, protecting and/or maintaining existing utilities. Furnish and Install 16-inch HDPE Storm Drain Pipe (Bid Item 29) — Linear Foot Measurement for furnishing and installing 16-inch diameter HDPE storm drain pipe will be based on lineal footage measured horizontally along the invert of the installed pipe from center of fitting or structure to center of fitting or structure. Payment for furnishing and installing 16-inch diameter HDPE storm drain pipe will be made at the amount bid per linear foot, for which payment will be complete compensation for all labor, materials, equipment, hauling, excavation, removal and disposal of waste material, pipe of the size and type required, pipe fusing, installation, laying pipe and fittings, bedding, pipe anchors, appurtenances, compaction, grading, cleaning, testing, etc. required to complete the Work in accordance with the Contract Documents. City of Renton 57 July 2015 Maplewood Creek Stormwater Outfall Improvements Project Furnish and Install 24-inch HDPE Storm Drain Pipe (Bid Item 30) — Linear Foot Measurement for furnishing and installing 24-inch diameter HDPE storm drain pipe will be based on lineal footage measured horizontally along the invert of the installed pipe from center of catch basin or fitting to center of catch basin or fitting. Payment for furnishing and installing 24-inch diameter HDPE storm drain pipe will be made at the amount bid per linear foot, for which payment will be complete compensation for all labor, materials, equipment, hauling, excavation, locating all existing utilities removal and disposal of waste material including existing pipes in the excavation, pipe of the size and type required, gaskets, installation, laying and joining pipe and fittings, bedding, concrete pipe anchor, and pipe zone fill material, appurtenances, stockpile and placement of subsequent backfill (native) materials, compaction, water, grading, cleaning, testing, temporary pavement patching, protecting existing trees, protecting or removing and replacing existing water main as 41++ necessary, tunneling or hand excavating under existing trees, etc. required to complete the Work in accordance with the Contract Documents. Select imported backfill materials are included in other bid items. Energy Dissipator Outfall Structure (Bid Item 31) — Lump Sum Measurement for energy dissipator outfall structure Work will be based on the percentage of total Work complete at the time of measurement. Payment for furnishing and installing energy dissipator will be complete compensation for all 110 labor, equipment, materials, including hauling, excavation, removal and disposal of waste material, quarry spall and CSBC foundation, energy dissipator outfall structure, overflow structure, installation, appurtenances, connections to new storm sewers, 20" HDPE slip joint, geotextile fabric, pipe clamps, helical pipe anchors, stockpile and placement of CSBC backfill materials, compaction, concrete, water, cleaning, etc. required to complete the Work in conformance with the Contract Documents. Rip rap is included as a separate bid item. ves Existing Side Sewer Relocation (Bid Item 32) — Each Measurement for existing side sewer relocation will be per each. The unit contract price per each for"Existing Side Sewer Relocation" shall include full compensation for all labor, equipment and materials required to complete the work and shall include, but not be limited to, the following: excavation, haul/disposal of waste materials, pipe, fittings and appurtenances necessary to relocate the existing side sewer for the project and in ,,,,, accordance with City's sewer requirements, bedding, placement and compaction of bedding and backfill materials, testing, cleanup, terminating and plugging or removal of existing piping, and any other items necessary to accomplish the work. For the purpose of establishing a common basis for evaluating bids, an arbitrary quantity has been shown on the bid form and does not necessarily represent the quantity, if any, of Replace Existing Side Sewer that may be necessary for project work. Therefore, the "significant change" provisions of Section 1-04.6 do not apply. Actual quantities will be determined in the field as work progresses. This bid item is not subject to the provisions of Section 1-04.6. City of Renton 58 July 2015 Maplewood Creek Storm water Outfall Improvements Project +r imp Temporary Erosion and Sediment/Water Pollution Control(Bid Item 33) —Lump Sum Measurement for temporary erosion and sediment/water pollution control will be based on the percentage of total Work complete at the time of measurement. Payment for temporary erosion and sediment/water pollution control will be at the lump sum amount bid, which payment shall be complete compensation for all labor, materials, equipment, straw-bale dikes, silt fencing, plastic sheeting, catch basin inserts, etc. required to complete this item of Work in conformance with Contract Documents. • Seeding, Fertilizing, and Mulching (Bid Item 34) — Square Yard Measurement for seeding, fertilizing, and mulching will be per square yard. Payment for seeding, fertilizing, and mulching will be made at the unit price bid per square yard, which payment will be complete compensation for all labor, equipment, materials, hauling, ■r excavation, seeding, fertilizing, mulching, watering, maintenance, restoration, etc. required to compete this item in conformance with the Contract Documents. Topsoil Type C (Bid Item 35) — Cubic Yard Measurement for topsoil will be per cubic yard. Payment for topsoil will be at the unit price bid per cubic yard, which payment shall be complete compensation for all labor, materials, and equipment, required to complete this item of Work in conformance with Contract Documents. This bid item is not subject to the provisions of Section 1-04.6. Erosion Control Blanket(Bid Item 36)— Square Yard Measurement for erosion control blanket will be per square yard for slope installations. Payment for organic temporary erosion control blanket in accordance with Section 9-14.5(2)will be at the unit price bid per square yard, which payment shall be complete compensation for all 1111 labor, materials, and equipment, required to complete this item of Work in conformance with Contract Documents and City of Renton Standard Detail 213.20. This bid item is not subject to the provisions of Section 1-04.6. Cement Concrete Curb and Gutter Restoration (Bid Item 37) — Linear Foot Measurement for cement concrete curb and gutter restoration will be per linear foot along the line and slope of completed curb and gutter. The unit price for cement concrete curb and gutter restoration shall include all Work necessary to install the curb and gutter, including but not limited to preparing the subgrade, formwork, furnishing and compacting the concrete, connecting to the existing curbs,joint materials, City of Renton 59 July 2015 Maplewood Creek Stormwater Outfall Improvements Project If MIN finishing, cleanup, and all other incidental work to complete this bid item in accordance with the Contract Documents. Chain Link Fence, Type 3 (Bid Item 38) — Lump Sum Measurement for chain link fence will be per lump sum. .r Payment for chain link fence will be at the lump sum amount bid, which payment shall be complete compensation for all labor, materials, equipment, fencing, fence posts, gates, etc. required to complete this item of Work in conformance with Contract Documents. Remove and Restore Monument (Bid Item 39) — Each wo Replace Survey Monument shall be per Special Provisions Section 1-05.4 and the City of Renton Surveying Standards in Special Provisions Section 1-11. The Surveyor shall comply with WAC 332-120 Survey Monuments— Removal or Destruction. The work includes, but is not limited to: A. Locating and surveying all existing monuments, and providing the City with a copy of the survey results. B. Providing the City with a copy of Application to remove a Monument submitted to the State DNR for each monument. C. Reset the monuments in the original positions, or setting witness monuments if needed. All new monuments, discs, materials, and the work needed to set them are included. D. Providing the City with a copy of the Completion Report submitted to the State DNR for each monument. E. Submitting a City Monument card to the City showing the new monument and monument ties. Existing monument ties will be used whenever possible. New ties shall be set where needed. New monuments and monument cards are subject to City review and approval. Any corrections or resurveying needed shall be incidental. All work shall be located per the City of Renton Survey Control Network. Coordinates shall be given for the new and existing monument. Measurement for Replace Survey Monument shall be per each survey Monument replaced, including each witness monument placed (if needed). ow Payment will be complete compensation for all labor, materials, equipment, travel, surveying, documentation, permits, and replacement of each survey monument as shown on the plans rn required to complete this item of work in conformance with the Contract Documents. Up to 50 percent of the unit bid price for each monument will be paid after each existing monument is surveyed, and the City receives a copy of the Application to Remove a Monument submitted to the DNR. The remaining 50 percent of the unit bid price for each monument will be paid after each new monument is placed, a copy of the Completion Report and a new Monument card is submitted to the City, and the City review and acceptance of the new monument and Monument card. 1111, City of Renton 60 July 2015 Maplewood Creek Stormwater Outfall Improvements Project Rip Rap (Bid Item 40) — Ton Measurement for rip rap shall be measured in tons based on the weight of material installed into the Work. Certified weight tickets shall accompany each load, a copy of tickets shall be given to , the Engineer daily. Wasted materials will not be included in the measurement or payment. Only materials placed within the pay limits shown will be considered for payment. Material placed outside of the pay limits shown on the Plans or as approved by the Engineer will be deducted from the certified tickets. Payment for rip rap will be made at the amount bid per ton, which payment will be complete compensation for all labor, materials, equipment, hauling, placement, removal and disposal of waste materials, etc., required to complete this item of Work in conformance with the Contract Documents. This bid item is not subject to the provisions of Section 1-04.6. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General Revise the first paragraph to read: (******) The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No Work shall be done on or adjacent to any traveled way until all necessary signs and traffic its control devices are in place. Section 1-10.1 is supplemented by adding the following: (******) When the bid proposal includes an item for"Traffic Control," the Work required for this item shall be all items described in Section 1-10, including, but not limited to: Nil 1. Furnishing and maintaining barricades, flashers, construction signing, and other channelization devices, unless a pay item is in the bid proposal for any specific device and the Special Provisions specify furnishing, maintaining, and payment in a different manner for that device; 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control labor; 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs and other traffic control devices; 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic control devices, unless a pay item is in the bid proposal to specifically pay for this Work; and 5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and replacing of the construction signs and the traffic control devices destroyed or damaged during the life of the project. 6. Removing existing signs as specified or as directed by the Engineer and delivering to the City Shops, or storing and reinstalling as directed by the Engineer. City of Renton 61 July 2015 Maplewood Creek Stormwater Outfall Improvements Project ar. 7. Preparing a traffic control plan for the project and designating the person responsible for traffic control at the Work site. The traffic control plan shall include descriptions of the traffic control methods and devices to be used by the prime Contractor, and subcontractors, shall be submitted at or before the preconstruction conference, and shall be subject to review and approval of the Engineer. 8. Contacting police, fire, 911, and ambulance services to notify them in advance of any Work that will affect and traveled portion of a roadway. 9. Assuring that all traveled portions of roadways are open to traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the special provisions, or as directed by the Engineer. do 10. Promptly removing or covering all non-applicable signs during periods when they are not needed. If no bid item "Traffic Control" appears in the proposal, then all Work required by these sections will be considered incidental and their cost shall be included in the other items of Work. If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of equipment, or services, which could not be usually anticipated, by a prudent Contractor for the maintenance and protection of traffic, then a new item or items may be established to pay for WOsuch items. Further limitations for consideration of payment for these items are that they are not covered by other pay items in the bid proposal, they are not specified in the Special Provisions as incidental, and the accumulative cost for the use of each individual channelizing device, piece of equipment, or service must exceed $200 in total cost for the duration of their need. In d" the event of disputes, the Engineer will determine what is usually anticipated by a prudent Contractor. The cost for these items will be by agreed price, price established by the Engineer, or by force account. Additional items required as a result of the Contractor's modification to the traffic control plan(s) appearing in the Contract shall not be covered by the provisions in this paragraph. Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsibility of the Contractor and all methods and equipment used will be subject to the approval of the Owner. Traffic control devices and their use shall conform to City of Renton standards and the Manual on Uniform Traffic Control Devices(MUTCD). do The Contractor shall not proceed with any construction until proper traffic control has been provided to the satisfaction of the Engineer. Any days lost due to improper traffic control will be charged against the Contractor's allowable contract time, and shall not be the cause for a claim NW for extra days to complete the Work. 1-10.2(1)B Traffic Control Supervisor 4110 Paragraphs 1 and 2 are revised as follows: (******) - A Traffic Control Supervisor(TCS) shall be on the project whenever traffic control labor is required or as authorized by the Engineer. The TCS shall assure that all the duties of the TCS are performed during the duration of the Contract. During non-Work periods, the TCS shall be able to be on the job site within a 45- minute time period after notification by the Engineer. do City of Renton 62 July 2015 Maplewood Creek Storm water Outfall Improvements Project ea 1-10.2(2) Traffic Control Plans Section 1-10.2(2) is supplemented as follows: au (******) The Contractor shall be responsible for assuring that traffic control is installed and maintained in conformance to established standards. The Contractor shall continuously evaluate the operation of the traffic control plan and take prompt action to correct any problems that become evident during operation. 1-10.3 Flagging, Signs, and All Other Traffic Control Devices Section 1-10.3 is supplemented as follows: (******) At the end of each working day, provisions shall be made for the safe passage of traffic and pedestrians during non-working hours. Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M- diamond grade or equivalent approved by the Engineer. Barricades shall also be equipped with flashers. 1-10.3(3) Construction Signs Section 1-10.3(3) paragraph 4 is supplemented as follows: 1116 (******) No separate pay item will be provided in the bid proposal for Class A or Class B construction signs. All costs for the Work to provide Class A or Class B construction signs shall be included in the unit contract price for the various other items of the Work in the bid proposal. 1-11 RENTON SURVEYING STANDARDS rip The following is a new section with new subsections: (******) 1-11.1(1) Responsibility for Surveys All surveys and survey reports shall be prepared under the direct supervision of a person registered to practice land surveying under the provisions of Chapter 18.43 RCW. All surveys and survey reports shall be prepared in accordance with the requirements established by the Board of Registration for Professional Engineers and Land Surveyors under the provisions of Chapter 18.43 RCW. 1-11.1(2) Survey Datum and Precision The horizontal component of all surveys shall have as its coordinate base: The North American Datum of 1983/91. iso All horizontal control for projects must be referenced to or in conjunction with a minimum of two of the City of Renton's Survey Control Network monuments. The source of the coordinate values used will be shown on the survey drawing per RCW 58.09.070. r City of Renton 63 July 2015 Maplewood Creek Stormwater Outfall Improvements Project The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332-130-060. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable classification in future editions of said document. The angular and linear closure and precision ratio of traverses used for survey control shall be revealed on the face of the survey drawing, as shall the method of adjustment. am The horizontal component of the control system for surveys using global positioning system methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error `a analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1, OW 1989, or comparable classification in future editions of said document. The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are two such benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one must be set on or near the project in a permanent manner that will remain intact throughout the duration of the project. Source of elevations (benchmark)will be shown on the drawing, as well as a description of any benchmarks established. 1-11.1(3) Subdivision Information 4." Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments, measurements, and methodology used in that retracement. 1-11.1(4) Field Notes Field notes shall be kept in conventional format in a standard bound field book with waterproof pages. In cases where an electronic data collector is used field notes must also be kept with a sketch and a record of control and base line traverses describing station occupations and what measurements were made at each point. Every point located or set shall be identified by a number and a description. Point numbers shall be unique within a complete job. The preferred method of point numbering is field notebook, page and point set on that page. Example: The first point set or found on page 16 of field book 348 would be identified as Point No. 348.16.01, the second point would be 348.16.02, etc. Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the original field notebook(s) used by the Surveyor will be given to the City. For all other Work, Surveyors will provide a copy of the notes to the City upon request. In those cases where an electronic data collector is used, a hard copy print out in ASCII text format will accompany the field notes. City of Renton 64 July 2015 Maplewood Creek Stormwater Outfall Improvements Project +ll i 1-11.1(5) Corners and Monuments r Corner: A point on a land boundary, at the juncture of two or more boundary lines. A monument is usually set at such points to physically reference a corner's location on the ground. Monument: Any physical object or structure of record, which marks or accurately references: too • A corner or other survey point established by or under the supervision of an individual per Section 1-11.1(1) and any corner or monument established by the General Land Office and its successor the Bureau of Land Management including section subdivision corners down to and including one-sixteenth corners; and • Any permanently monumented boundary, right-of-way alignment, or horizontal and vertical control points established by any governmental agency or private surveyor including street intersections but excluding dependent interior lot corners. 1-11.1(6) Control or Base Line Survey S. Control or Base Line Surveys shall be established for all construction projects that will create permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or light poles, or any non-single family building. Control or Base Line Surveys shall consist of such „;r number of permanent monuments as are required such that every structure may be observed for staking or"as-builting" while occupying one such monument and sighting another such monument. A minimum of two of these permanent monuments shall be existing monuments, recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy each monument in turn, and shall satisfy all applicable requirements of Section 1-11.1 herein. S. The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such quality that a reduction thereof to one-half original scale remains S. legible. If recording of the survey with the King County Recorder is required, it will be prepared on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the specific requirements of the project, the original will be recorded with the King County Recorder. If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar, and the original or a photographic mylar thereof will be submitted to the City of Renton. The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall conform to the City of Renton's Drafting Standards. American Public Works Association symbols shall be used whenever possible, and a legend shall identify all symbols used if each S. point marked by a symbol is not described at each use. An electronic listing of all principal points shown on the drawing shall be submitted with each drawing. The listing should include the point number designation (corresponding with that in the field notes), a brief description of the point, and northing, easting, and elevation (if applicable) values, all in ASCII format, on IBM PC compatible media. i r S. City of Renton 65 July 2015 Maplewood Creek Stormwater Outfall Improvements Project S. 1-11.1(7) Precision Levels Vertical Surveys for the establishment of benchmarks shall satisfy all applicable requirements of Sections 1-05 and 1-11.1. Vertical surveys for the establishment of benchmarks shall meet or exceed the standards, Specifications and procedures of third order elevation accuracy established by the Federal vio Geodetic Control Committee. Benchmarks must possess both permanence and vertical stability. Descriptions of benchmarks must be complete to insure both recoverability and positive identification on recovery. 1-11.1(8) Radial and Station -- Offset Topography Topographic surveys shall satisfy all applicable requirements of Section 1-11.1 herein. All points occupied or back sighted in developing radial topography or establishing baselines for station-offset topography shall meet the requirements of Section 1-11.1 herein. 1111. The drawing and electronic listing requirements set forth in Section 1-11.1 herein shall be observed for all topographic surveys. 1-11.1(9) Radial Topography Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by, 1) spirit leveling with misciosure not to exceed 0.1 feet or Federal Geodetic Control Committee third order elevation accuracy Specifications, OR 2)trigonometric leveling with elevation differences determined in at least two directions for each point and with misciosure of the circuit not to exceed 0.1 feet. 41110 1-11.1(10) Station--Offset Topography Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal Geodetic Control Committee Specifications as to the turn points and shall not exceed 0.1 foot's error as to side shots. 1-11.1(11) As-Built Survey .. All improvements required to be "as-built" (post construction survey) per City of Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and vertically by a Radial survey or by a Station offset survey. The "as-built" survey e,,, must be based on the same base line or control survey used for the construction staking survey for the improvements being "as-built". The "as-built" survey for all subsurface improvements should occur prior to backfilling. Close cooperation between the installing Contractor and the em„ "as-builting" surveyor is therefore required. All "as-built" surveys shall satisfy the requirements of Section 1-11.1(1) herein, and shall be based upon control or base line surveys made in conformance with these Specifications. City of Renton 66 July 2015 Maplewood Creek Stormwater Outfall Improvements Project at, The field notes for"as-built" shall meet the requirements of Section 1-11.1(4) herein, and submitted with stamped and signed "as-built" drawings which includes a statement certifying the accuracy of the "as-built". The drawing and electronic listing requirements set forth in Section 1-11.1(6) herein shall be observed for all "as-built" surveys. 1-11.1(12) Monument Setting and Referencing .re All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or other recorded survey shall be referenced by a permanent marker at the corner point per 1- 11.2(1). In situations where such markers are impractical or in danger of being destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cases, this will be the extension of the lot line to a tack in lead in the curb. The relationship between the witness monuments and their respective corners shall be shown or described on the face of the plat or survey of record, e.g., "Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of said line with the curb." In all other cases the corner shall meet the requirements of Section 1-11.2(1) herein. wr All non-corner monuments, as defined in 1-11.1(5), shall meet the requirements of Section 1- 11.2(2) herein. If the monument falls within a paved portion of a right-of-way or other area, the monument shall be set below the ground surface and contained within a lidded case kept separate from the monument and flush with the pavement surface, per Section 1-11.2(3). In the case of right-of-way centerline monuments all points of curvature (PC), points of tangency (PT), street intersections, center points of cul-de-sacs shall be set. If the point of intersection (PI)for the tangents of a curve fall within the paved portion of the right-of-way, a monument can be set at the PI instead of the PC and PT of the curve. For all non corner monuments set while under contract to the City of Renton or as part of a City of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the etto city) identifying the monument; point of intersection (PI), point of tangency(PT), point of curvature (PC), one-sixteenth corner, Plat monument, street intersection, etc., complete with a description of the monument, a minimum of two reference points and NAD 83/91 coordinates, err and NAVD 88 elevation shall be filled out and filed with the city. 1-11.2 Materials 40 1-11.2(1) Property/Lot Corners Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter rebar esr 24 inches in length, durable metal plugs or caps, tack in lead, etc., and permanently marked or tagged with the surveyor's identification number. The specific nature of the marker used can be determined by the surveyor at the time of installation. 1-11.2(2) Monuments Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard Plans page H031 and permanently marked or tagged with the surveyor's identification number. of City of Renton 67 July 2015 Maplewood Creek Stormwater Outfall Improvements Project ii rr 1-11.2(3) Monument Case and Cover Materials shall meet the requirements of Section 9-22 and City of Renton Standard Plans page H031. 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description Section 2-01.1 is supplemented as follows: (******) The limits of clearing and grubbing (construction limits) shall be defined as being the construction limit lines as shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or adjacent to the limits of clearing and grubbing are damaged and require removal, the Contractor shall remove such trees at no additional cost to the Owner. Any trees flagged by the Engineer to remain within the clearing and grubbing limits shall be left undamaged by the Contractor's operations. Any flagged trees, which are damaged, shall be replaced in kind at the Contractor's expense. Existing landscaping outside the construction limits, including but not limited to, sod, rockeries, beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected from damage. No trees shall be removed or damaged as part of this project. The property owners shall be responsible for removing and/or relocating irrigation equipment, trees, shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the construction limits that they wish to save. The Contractor shall give property owners 10 days' written notice prior to removing landscaping materials. All landscaping materials that remain in the construction limits after that time period shall be removed and disposed of, by the Contractor, in accordance with Section 2-01 of the Standard Specifications, these Special "" Provisions, and the Plans. The Contractor shall receive approval from the Engineer prior to removal. 2-01.2 Disposal of Usable Material and Debris Section 2-01.2 is supplemented as follows: mie (******) The Contractor shall dispose of all debris by Disposal Method No. 2 —Waste Site. .. 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs Section 2-02.3(3) is revised and supplemented as follows: (******) Item "1" is revised as follows: Ole In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul broken-up pieces to an off-project site. The section is supplemented as follows: When an area where pavement, sidewalk, or driveway has been removed is to be opened to traffic before pavement patching has been completed, temporary mix asphalt concrete patch City of Renton 68 July 2015 Maplewood Creek Stormwater Outfall Improvements Project shall be required. Temporary patching shall be placed to a minimum depth of 2 inches immediately after backfilling and compaction are complete, and before the road is opened to traffic. Temporary patch shall be hot mix asphalt . 2-02.3(4) Removal of Drainage Structures Section 2-02.3(4) is a new section: Where shown in the Plans or where designated by the Engineer, the Contractor shall remove existing catch basins, manholes, pipes, and other drainage features in accordance with Section 2-02 of the Standard Specifications. Removal shall be conducted in such a manner as to prevent damage to surrounding facilities including any existing storm sewers, sanitary sewers, water mains, electrical conduits or other facilities to remain. All remaining facilities including but not limited to storm sewers, sanitary sewers, monuments, valves, vaults, and electrical conduits damaged due to the Contractor's operations shall be replaced by the Contractor to the satisfaction of the Engineer at no additional cost to the Contracting Agency. Catch basins, manholes, and other drainage structures designated for removal, including all debris, shall be completely removed. All removed catch basins, manholes, and other drainage structures shall become the property of the Contractor and shall be disposed of in accordance with Section 2-02 of the Standard Specifications. All undamaged frames, grates, and solid covers in a re-useable condition shall become the property of the City of Renton and shall be delivered to a location NO specified by the Engineer. Saw cutting (full depth)of existing asphalt concrete pavement and cement concrete curb and gutter surrounding the structure required for removal will be considered incidental to the removal of the catch basin, manhole, or other drainage structures. Sawcuts shall be in accordance with Section 2-02 of these Special Provisions. Mili Backfilling of catch basins, manholes, pipes and other drainage structures to be removed and replaced shall not be performed until the new structure is installed and shall be in accordance with Section 7-05. Backfilling of a structure to be replaced shall be considered incidental to the construction and installation of the new catch basin, manhole, or other drainage structure. Backfilling of catch basins, manholes, pipes and other drainage structures to be completely removed shall be performed using gravel borrow paid in accordance with the Bid Schedule. Prior to backfilling any voids, the Contractor shall remove pipe as noted in the plans. Pipe shown to be abandoned or ordered by the Engineer to be abandoned shall be filled with CDF in accordance with Section 2-09.3(1)E of the Standard Specifications. Material, labor, tools, and equipment necessary to remove and/or fill any abandoned pipe shall be paid in accordance with the Bid Schedule. The Contractor shall maintain existing drainage, where designated by the Engineer, until the new drainage system is completely installed and functioning. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements Section 2-03.3 is supplemented by adding the following: (******) Roadway excavation shall include the removal of all materials excavated from within the limits sir shown on the Plans. Suitable excavated material shall be used for embankments, while surplus excavated material or unsuitable material shall be disposed of by the Contractor. City of Renton 69 July 2015 Maplewood Creek Stormwater Outfall Improvements Project Oil err wr Earthwork quantities and changes will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method. Any changes to the proposed Work as directed by the Engineer that would alter these quantities shall be calculated by the Engineer and submitted to the Contractor for his review and verification. Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the Engineer, shall not be paid for. All Work and material required to return these areas to their original conditions, as directed by the Engineer, shall be provided by the Contractor at his sole expense. All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown on the Plans. In filled and backfilled areas, fine grading shall begin during the placement and the compaction of the final layer. In cut sections, fine grading shall begin within the final six (6) inches of cut. Final grading shall produce a surface, which is smooth and even, without abrupt changes in grade. ass Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections, grades and elevations shown. Care shall be taken not to excavate below the specified wr grades. The Contractor shall maintain all excavations free from detrimental quantities of leaves, brush, sticks, trash, and other debris until final acceptance of the Work. Following removal of topsoil or excavation to grade, and before placement of fills or base course, the subgrade under the roadway shall be proof-rolled to identify any soft or loose areas which may warrant additional compaction or excavation and replacement. The Contractor shall provide temporary drainage or protection to keep the subgrade free from standing water. Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be taken to place excavated material at the optimum moisture content to achieve the specified compaction. Any native material used for fill shall be free of organics and debris, and have a maximum particle size of 6 inches. It shall be the responsibility of the Contractor to prevent the native materials from becoming 011saturated with water. The measures may include sloping to drain, compacting the native materials, and diverting runoff away from the materials. If the Contractor fails to take such preventative measures, any costs or delay related to drying the materials shall be at his own expense. If the native materials become saturated, it shall be the responsibility of the Contractor to dry the materials, to the optimum moisture content. If sufficient acceptable native soils are not available to complete construction of the roadway embankment, Gravel Borrow shall be used. If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as though a subgrade trimmer were specified. gdo If sufficient acceptable native soils, as determined by the Engineer, are not available to complete construction of the roadway embankment, Gravel Borrow meeting the requirements of e.. Section 9-03.14 of the Standard Specifications, shall be used. oss City of Renton 70 July 2015 Maplewood Creek Stormwater Outfall Improvements Project err + 5-04 ASPHALT CONCRETE PAVEMENT 5-04.2 Materials Section 5-04.2 is revised and supplemented as follows: (******) Delete the second and fourth paragraphs of this section. The base course shall be untreated crushed surfacing. Asphalt concrete shall meet the grading requirements for the specified mix. " Temporary patch shall be hot mix. 5-04.3 Construction Requirements ,; Section 5-04.3 is supplemented as follows: (******) Shoulder Restoration iva The existing surfacing of disturbed asphalt shoulders shall be removed to a minimum depth of 4 inches below bottom of existing HMA pavement to provide for placement of the new subgrade and paving. The subgrade shall be constructed of 1'/4 inch minus crushed surfacing base course placed to a compacted thickness of 21/2 inches, followed by 5/8-inch minus crushed surfacing top course placed to a compacted thickness of 11/2 inches. HMA Class 'h"shall then be placed and compacted in 2-inch lifts up to a maximum 4-inch thickness to match existing pavement thickness. Minimum thickness shall be 2 inches. The shoulder shall be replaced to the existing fog line in areas where the existing asphalt shoulder is seriously disturbed, or at the Engineer's discretion. Asphalt Concrete Patching and Overlay The Contractor shall maintain temporary hot mix asphalt patches daily during construction to the satisfaction of the governing road agency and the Engineer until said patch is replaced with a permanent hot patch. The permanent hot mix asphalt patch shall be placed and sealed with paving grade asphalt within 30 calendar days. Private Driveways Where a private driveway is damaged by either construction of the project or by the Contractor's use and activity on the road, it shall be repaired to the satisfaction of the City, and to its original condition or better. Damaged asphalt-concrete driveways shall be replaced by saw cutting to a straight line and replacing a full width section. Damaged cement-concrete driveways shall be removed to the nearest joint(real or dummy), saw cut, and replaced with a full width section. go Damaged gravel driveways shall have crushed surfacing placed and compacted to a minimum depth of 4 inches. Curbs, Gutters and Sidewalks "' Existing curbs, gutters, and sidewalks damaged by construction of the project or the Contractor's use and activity, shall be repaired to the satisfaction of the City, and to its original condition or better. 5-04.3(5) Conditioning the Existing Surface Section 5-04.3(5) is supplemented as follows: (*****) The Contractor shall maintain existing surface contour during patching, unless otherwise instructed by the City Engineer or Inspector. City of Renton 71 July 2015 Maplewood Creek Stormwater Outfall Improvements Project rr 5-04.3(5)A Preparation of Existing Surface Section 5-04.3(5)A is supplemented as follows: (*****) The Contractor shall provide his own mechanical sweeping equipment. The sweeper will be on the project prior to the start of paving, to insure the streets to be paved are clean before the tack IMO coat is applied. The sweeper will keep the streets clean ahead of the paving machine and clean the streets behind the empty trucks that have dumped their loads into the paving machine. The sweeper must sweep all streets made dirty by the Contractor's equipment. If the paving machine is "walked"from one site to another, the sweeper must sweep up behind paving machine. The sweeper shall not leave the overlay site until given permission by the City's inspector. its All utility lids and grates shall be painted with a biodegradable "soap" to prevent the tack and HMA from sticking to the lids. Diesel will not be used. After the application of soap, catch basins must be covered to prevent tack and HMA from getting into catch basins. Preparation of existing surface shall be done as outlined in this Section and a tack coat shall be applied at the rate of 0.02 to 0.08 gallons per square yard. Payment for preparation of the surface and application of the tack coat shall be considered incidental to the paving and no separate payment shall be made. The Contractor shall locate all utilities for access immediately after any paving and mark the location by means of painting a circle around the location and scooping a portion of asphalt 4" - 6" in diameter and the depth of the overlay from the center of the utility location. The Contractor shall locate and completely expose gas and water valves for access immediately after final rolling. The day following the start of application of HMA, utility adjustments must begin. The Contractor shall have an adjustment crew adjusting utilities every workable working day until •• adjustments are complete. During the adjustment of any utility, existing concrete bricks or grouting material that has been broken or cracked shall be removed and replaced at the Contractor's expense. Utility adjustments must be completed within 15 working days after overlay is complete, and within the specified working days. Payment for utility adjustments includes all labor, materials, tools, and equipment necessary to complete the adjustments and is incidental to pay item for HMA for Overlay, Class 1/2" PG 64-22. 5-04.3(7)A Mix Design '"" Item 2 is deleted and replaced with: (*****) 2. Nonstatistical HMA Evaluation. The Contractor shall submit a certification that the mix design submitted meets the requirements of Sections 9-03.8(2) and 9-03.8(6). The Contractor must submit the mix design using DOT Form 350-042 EF. Verification of the City of Renton 72 July 2015 Maplewood Creek Stormwater Outfall Improvements Project mix design by the Contracting Agency is not needed. The Project Engineer will ,, determine anti-strip requirements for the HMA. The mix design will be the initial job mix formula (JMF) for the class of mix. Any tio additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9-03.8(7). 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture Item 1 is deleted and replaced with: (*****) err 1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial evaluation. wr Nonstatistical evaluation will be used for the acceptance of HMA. Commercial evaluation will be used for Commercial HMA, and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Item 7 is deleted. 5-04.3(10)B Control Replace Section 5-04.3(10)B with the following: (*****) wr% Sub-base shall be compacted to 95% of the maximum density by the Modified Proctor Test Method, ASTM D 1557. Asphalt concrete patch and paving shall be compacted to 95% of maximum compaction. 5-06 TEMPORARY RESTORATION IN PAVEMENT AREA Section 5-06 is new Section with subsections: (******) 5-06.1 Description Pavement areas that have been removed by construction activities must be restored by the Contractor prior to the end of each working period, prior to use by vehicular traffic. Within paved streets, the Contractor may use temporary pavement to allow vehicular traffic to travel over the construction areas. Temporary pavement shall be placed around trench plates or others devices used to cover construction activities in a manner that provides a smooth and safe transition between surfaces. 5-06.2 Materials The asphalt pavement for temporary patches shall be 2"of a hot mix asphalt composition so determined by the Contractor to provide a product suitable for the intended application. The Contractor shall not use materials that are a safety or health hazard. City of Renton 73 July 2015 Maplewood Creek Stormwater Outfall Improvements Project Temporary pavement material that does not form a consolidated surface after compaction shall be considered unsuitable and shall be removed from the site. Unsuitable temporary pavement shall be disposed of offsite. 5-06.3 Construction Requirements The Contractor shall maintain temporary hot mix asphalt patches daily during to the satisfaction " of the governing road agency and the Engineer until said patch is replaced with permanent hot patch. The completed pavement shall be free from ridges, ruts, bumps, depressions, objectionable marks, or other irregularities. The permanent hot mix asphalt patch shall be placed and sealed with a paving asphalt within two (2)weeks of completion of the Work in the roadway area unless otherwise approved by the Engineer. The Contractor shall immediately repair, patch, or remove any temporary pavement that does not provide a smooth transition between existing pavement areas. All temporary asphalt pavement shall be removed from the site by the end of the project and shall not be used as permanent asphalt pavement or subgrade material. ,, , 7-01 DRAINS 7-01.2 Materials The second paragraph of Section 7-01.2 is revised as follows: (******) Drain pipes shall be of the material specified on the Plans. 7-01.3 Construction Requirements Section 7-01.3(1) is revised as follows: (******) PVC drainpipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as described in Section 9-04.8. The bell shall be laid upstream. PE or ABS drainpipe shall be jointed with snap-on, screw-on, or wraparound coupling bands as recommended by the manufacturer of the tubing. Section 7-01.3(2) is revised as follows: (******) The second paragraph is revised as follows: PVC under drain pipe shall be jointed using either the flexible elastomeric seal as described in ,,,t Section 9-04.8 or solvent cement as described in Section 9-04.9, at the option of the Contractor unless otherwise specified in the Plans. The bell shall be laid upstream. PE or ABS drainage tubing under drain pipe shall be jointed with snap-on, screw-on, or wraparound coupling bands, as recommended by the manufacturer of the tubing. 7-04 STORM SEWERS 7-04.2 Materials The second paragraph of Section 7-04.2 is revised as follows: (******) "'" Storm sewer pipe material shall be as shown on the Plans and in accordance with Section 9-05 as amended in the Special Provisions. City of Renton 74 July 2015 Maplewood Creek Stormwater Outfall Improvements Project The Contractor shall require pipe suppliers to furnish certificates signed by their authorized representative, stating the Specifications to which the materials or products were manufactured. The Contractor shall provide 2 copies of these certifications to the Engineer for approval. Certificates showing nonconformance with the Contract shall be sufficient evidence for rejection. Approval of certificates shall be considered only as tentative acceptance of the materials and products, and such action by the Engineer will not relieve the Contractor of his/her responsibility to perform field tests and to replace or repair faulty materials, equipment, and/or workmanship and the Contractor's own expense. 7-04.3 Construction Requirements Section 7-04.3 is supplemented with the following: (******) Pipe Fittings: All fittings shall be of the same material and class as the pipe. Existing storm sewer facilities: The Contractor shall field verify the location of existing storm sewer facilities. 7-04.3(1) Cleaning and Testing Section 7-04.3(1) is supplemented with the following: (******) Cleaning and testing of storm sewer pipe shall be in accordance with Section 7-04.3(1)of the Standard Specifications, except as modified herein: Prior to testing, the storm sewers will be inspected by the Engineer. Any departures from the best construction practices, such as pipe line misalignment, presence of foreign matter in the pipes or catch basins, poor catch basin construction, etc., shall be corrected by the Contractor oat at the Contractor's own expense. Testing will not be authorized until such corrections have been made. Should high groundwater conditions be encountered, the completed storm sewers may be required to be infiltration tested per Section 7-04.3(1) C. Infiltration testing shall be utilized only when ordered by the Engineer. 7-04.3(2) Coordination with Utility Companies Section 7-04.3(2) is added: ist (******) It is not anticipated that minor vertical adjustments will need to be made by the utility companies to avoid the proposed storm drainage system. The Contractor shall identify any utility crossings that may conflict with the storm drainage system. In the event that a utility is found to be in conflict, the Contractor shall contact the Engineer as soon as aware of the conflict and begin the coordinating process for the relocation work of the respective utility. This coordination shall include contacting the utility company representative listed in Section 1-05.14 of these Special Provisions at least fifteen (15)working days prior to installing storm drain pipe that may conflict with the utility companies' respective facilities; and no coordinating the construction of the storm drainage system with the respective utility construction crews. City of Renton 75 July 2015 Maplewood Creek Stormwater Outfall Improvements Project �r Contractor shall not be responsible for the costs incurred by the utilities companies for utility relocation. However, coordination with utility companies shall be considered incidental to the Contract and no additional compensation will be made. 7-04.3(4) Television Inspection (New Section) Section 7-04.3(2) is a new added section as follows: amp (******) All storm drain main lines and laterals constructed as part of this project shall be inspected by the use of a television camera before substantial completion. The inspection should be "' performed after the pipe is cleaned and free of water. The costs incurred in making the inspection shall be paid for under"Television Inspection." gel The Contractor shall bear all costs incurred in correcting any deficiencies found during television inspection, including the cost of any additional television inspection that may be required by the Engineer to verify the correction of said deficiency. The Contractor shall be responsible for all costs incurred in any television inspection performed solely for the benefit of the Contractor. Once the "Television Inspection" has been completed, the Contractor shall submit to the Engineer the written reports of the inspection plus the video recordings. Video recordings shall be in color and provided on compact disc in Moving Picture Experts Group (MPEG)format and compatible for viewing using Microsoft Windows Media Player, Apple QuickTime Player, and Adobe Flash Player. The Contractor shall use television inspection report forms as considered industry standard and as approved by the Engineer, and provide completed forms and video recordings of the completed "Television Inspection" to the Engineer. 7-05 MANHOLES, INLETS, AND CATCH BASINS art 7-05.1 Description Section 7-05.1 is supplemented with the following: In the first paragraph, replace "Standard Plans"with "City of Renton Standard Detail" .�. Where shown on the plans and as detailed, or as designated by the Engineer, the Contractor shall adjust catch basins to grade, install solid cover and frame on existing catch basin, install round locking solid cover on existing catch basins, install heavy duty manhole frame and lids, and install through curb inlets with vertical curb. Vaned grates and associated frame (Renton Standard Detail 204.00, and 204.20) shall be used for all catch basins located along curb lines unless otherwise noted in the plans. Where Through Curb Inlets are identified, Renton Standard Detail 203.00 and 204.30 with bi-directional vaned grates shall be used mit 7-05.3 Construction Requirements Section 7-05.3 is supplemented by adding the following: wig (******) All manholes shall have eccentric cones and shall have ladders. City of Renton 76 July 2015 Maplewood Creek Storm water Outfall Improvements Project 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Section 7-05.3(1) is replaced with: a Where shown in the Plans or where directed by the Engineer, the existing manholes, catch basins, or inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer. The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing structure shall be raised or lowered to the required elevation. The Contractor shall construct manholes so as to provide adjustment space for setting cover and casting to a finished grade as shown on the Construction Plans. Manhole ring and covers shall be adjusted to the finished elevations per standard detail 400.1, prior to final acceptance of the Work. Manholes in unimproved areas shall be adjusted to 6"above grade. n In unpaved streets: manholes, catch basins, and similar structures in areas to be surfaced with crushed rock or gravel shall be constructed to a point approximately eight inches below the subgrade and covered with a temporary wood cover. Existing manholes shall be cut off and covered in a similar manner. The Contractor shall carefully reference each manhole so that they may be easily found upon completion of the street Work. After placing the gravel or crushed stone surfacing, the manholes and manhole castings shall be constructed to the finished grade of the roadway surface. Excavation necessary for bringing manholes to grade shall center about the manhole and be held to the minimum area necessary. At the completion of the manhole adjustment, the void around the manhole shall be backfilled with materials which result in the section required on the typical roadway section, and be thoroughly compacted. is In cement concrete pavement: manholes, catch basins, and similar structures shall be constructed and adjusted in the same manner as outlined above except that the final adjustment shall be made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement, extreme care shall be taken not to alter the position of the casting in any way. In asphalt concrete pavement: manholes shall not be adjusted until the pavement is completed, at which time the center of each manhole shall be carefully relocated from references previously established by the Contractor. The pavement shall be cut in a restricted area and base material be removed to permit removal of the cover. The manhole shall then be brought to proper grade utilizing the same methods of construction as for the manhole itself. The cast iron frame shall be placed on the concrete blocks and wedged up to the desired grade. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the cast iron frame plus two feet. The base materials and crushed rock shall be removed and Class 3000 or Commercial Portland Cement Concrete shall be placed so is that the entire volume of the excavation is replaced up to but not higher than 2 inches below the finished pavement surface. On the day following placement of the concrete, the edge of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt Kiri. cement. Asphalt Class G concrete shall then be placed and compacted with hand tampers and a patching roller. The complete patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and shall be immediately covered City of Renton 77 July 2015 Maplewood Creek Stormwater Outfall Improvements Project WIN with dry paving sand before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and plastered. Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to gis be adjusted to grade will be established from the forms or adjacent pavement surfaces. The final adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On asphalt concrete paving projects using curb and gutter section, that portion of the cast iron frame not embedded in the gutter section shall be solidly embedded in concrete also. The concrete shall extend a minimum of six inches beyond the edge of the casting and shall be left 2 inches below the top of the frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The existing concrete pavement and edge of the casting shall be painted with hot asphalt cement. Adjustments in the inlet structure shall be constructed in the same manner and of the same material as that required for new inlets. The inside of the inlets shall be mortared and plastered. Monuments and cast iron frame and cover: monuments and monument castings shall be adjusted to grade in the same manner as for manholes. Valve box castings: adjustments of valve box castings shall be made in the same manner as for manholes. 7-05.3(2)A Abandon Existing Storm Sewer Pipes Section 7-05.3(2)A is a new section: (******) Where it is required that an existing storm sewer pipe be abandoned (or portions of pipe OOP installed as part of this project which are to be abandoned as shown on the Plans), both ends of the abandoned pipe and all lateral connections to the pipe shall be plugged with 3,000 psi cement concrete at least 12 inches long and the pipe shall be filled with cement-based grout or CDF. A cement-based grout shall be used to fill the void of the abandoned storm sewer pipe. The grouting material must have a strength of at least 100 psi and shall have flow characteristics appropriate for filling a storm sewer. The grout mix designed and method of installation shall be approved by the Engineer prior to beginning the operation (See Section 9-03.22). Where it is required that an existing storm sewer pipe be replaced, flow shall be bypassed around the pipe until the new pipe is installed and in service. The existing pipe shall be removed and disposed of properly, and new pipe shall be installed. 7-05.3(3) Connections to Existing Catch Basins Section 7-05.3(3) is supplemented with the following: (******) Where shown on the Plans, new drain pipes shall be connected to existing line, catch basin, curb inlets and/or manholes. The Contractor shall be required to core drill into the structure, shape the new pipe to fit flush with the wall interior and re-grout the opening in a workmanlike manner. Where directed by the Engineer or where shown on the Plans, additional structure channeling will be required. City of Renton 78 July 2015 Maplewood Creek Storm water Outfall Improvements Project Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall be equal to"Kor-n-Seal" boots. Existing sanitary sewer manholes shall be cleaned, repaired, and re- channeled as necessary to match the new pipe configuration and as shown on the Construction Plans. Any damage to existing pipe or structure that is to remain in place resulting from the Contractor's operations shall be repaired or replaced at her/his own expense. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3 Construction Requirements Section 7-08.3 is supplemented by adding the following: (******) The Contractor shall anticipate that surface and groundwater will be encountered in excavation of trenches and shall ascertain to his own satisfaction the extent to which surface and ground water may affect the work. Contractor shall be responsible for collecting, pumping, and conveying of groundwater or stormwater. The Contractor shall install and maintain temporary drains and drain ditches, as required, to intercept or control and direct surface water which may affect the execution or condition of the work. Bypass of the storm drain system shall be coordinated with the City. Trenches shall be dewatered by whatever means and methods deemed most effective and efficient by the Contractor. The configuration, size, and capacity of dewatering systems and equipment shall maintain excavations free of water at all times and shall prevent bottom heave of the excavation, instability of the pipe bedding or foundation, collapse of trench walls, and/or similar detrimental occurrences. The Contractor shall determine the size, capacity, and ° configuration of all piping and equipment required for dewatering and shall furnish, install, and maintain in operation all such piping and equipment until all construction is completed. The Contractor shall maintain the dewatering systems in place and in operation for whatever time r► required to properly dewater trenches prior to and during excavation and during backfilling. The Contractor shall make all arrangements for and shall pay all costs of power and maintenance necessary for operation of pumps. All surface or groundwater controlled and/or directed by the Contractor shall be disposed of in accordance with the requirements and regulations imposed by local, state, and federal agencies and as specified in the last paragraph of this section. The Contractor shall construct temporary ditches, well points, sumps, drains, etc., and provide and operate equipment adequate to keep all excavations and trenches free of water. The 41111 Contractor shall remove all water during periods when: concrete is being placed; pipe is being laid; placing of embankment material; and at other such times as required for proper, efficient and safe execution of the work and to avoid settlement or damage to the facilities being constructed or adjacent facilities or property. When dewatering open excavations, the Contractor shall dewater from outside the structural tit limits and from a point below the bottom of the excavation when possible. The Contractor shall design dewatering system to prevent removal of fines from existing ground. The Contractor shall grade and/or properly drain the ground surface adjacent to open excavations so as to prevent surface water from running into the open excavation. City of Renton 79 July 2015 Maplewood Creek Stormwater Outfall Improvements Project .r. ele Water disposal from excavations and trenches shall be discharged to the existing stormwater system in accordance with Section 1-07.15 as amended in the Special Provisions. 7-08.3(1)C Bedding the Pipe Section 7-08.3(1)C is supplemented by adding the following: WO (******) Pipe bedding shall consist of clean, granular material consistent with Section 9-03.12(3). Hand compaction of the bedding materials under the pipe haunches will be required. Hand """ compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding material under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the compaction effort. OE Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made. eme 7-08.3(1)D Pipe Foundation ,. Section 7-08.3(1)D is a new section: (******) Pipe foundation in poor soil: When soft or unstable material is encountered at the subgrade which, in the opinion of the Engineer, will not uniformly support the pipe, such material shall be excavated to an additional depth as required by the Engineer and backfilled with foundation gravel material placed in maximum 12-inch lifts. Foundation gravel shall be ballast and conform to the requirements of Section 9-03.9(1) of the Standard Specifications. Corrections faulty grade: Excess excavation below grade shall be backfilled with foundation gravel as specified above and thoroughly compacted to the required grade line. eit 7-08.3(2)A Survey Line and Grade Section 7-08.3(2)A is replaced with: (******) Survey line and grade control shall be provided by the Contractor in accordance with Sections 1-05.4 in a manner consistent with accepted practices. The Contractor shall transfer line and grade into the trench where they shall be carried by means of a laser beam. Any other procedure shall have the written approval of the Engineer. 7-08.3(2)8 Pipe Laying— General Section 7-08.3(2)B is supplemented by adding the following: (******) Checking of the invert elevation of the pipe may be made by calculations from measurements "at on the top of the pipe, or by looking for ponding of 1/2" or less, which indicates a satisfactory condition. All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks, and free fall. All pipe handling equipment shall be acceptable to the Engineer. Pipe shall not be eep City of Renton 80 July 2015 Maplewood Creek Stormwater Outfall Improvements Project a placed directly on rough ground but shall be supported in a manner, which will protect the pipe against injury whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating show defects that may be harmful as determined by the Engineer. Such damaged lining or coating shall be repaired, or a new undamaged pipe shall be furnished and installed. The Contractor shall inspect each pipe and fitting prior to installation to insure that there are not damaged portions of the pipe. Any defective, damaged, or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. Pipe shall be kept clean during and after laying. All openings in the pipeline shall be closed with watertight expandable type sewer plugs at the end of each day's operation, or whenever the pipe openings are left unattended. The use of burlap, wood, or other similar temporary plugs will not be permitted. Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the Engineer may change the alignment and/or the grades. Except for short runs, which may be permitted by the Engineer, pipes shall be laid uphill on grades that exceed 10 percent. Pipe, which is laid on a downhill grade, shall be blocked and held in place until sufficient support is furnished by the following pipe to prevent movement. Unless otherwise required, all pipe shall be laid straight between the changes in alignment, and at uniform grade between changes in grade. Immediately after the pipe joints have been made, proper gasket placement shall be checked with a feeler gage as approved by the pipe manufacturer to verify proper gasket placement. 7-08.3(2)E Rubber Gasketed Joints sit Section 7-08.3(2)E is supplemented as follows: (******) lilt Care shall be taken by the Contractor to avoid over pushing the pipe and damaging the pipe or joint system. Any damaged pipe shall be replaced by the Contractor at his expense. 7-08.3(3)A Backfilling Pipe Trenches Section 7-08.3(3)A is a new section supplementing 7-08.3(3) (******) To the maximum extent available, suitable material obtained from trench shall be used for trench backfill. All material placed as trench backfill shall be free from rocks or stones larger lit than 6 inches in their greatest dimension, brush, stumps, logs, roots, debris, and organic or other deleterious materials. No stones or rock shall be placed in the upper three feet of trench backfill. Rock or stones within the allowable size limit incorporated in the remainder of fills shall be distributed so that they do not congregate or interfere with proper compaction. 11111 If the native material is considered by the Engineer as unsuitable for backfill, or where unsuitable material is requested by the Engineer to be removed or over-excavated from trench excavations, then Bank Run Gravel for Trench Backfill Sewer material confomiing to the requirements of Section 9-03.19 shall be used. All native or imported backfill material shall be compacted to 95% of maximum dry density per ASTM D 1557 unless otherwise specified herein or on the Plans. City of Renton 81 July 2015 Maplewood Creek Stormwater Outfall Improvements Project err. Backfill within paved areas shall be compacted to at least 95 percent of maximum dry density as determined by the modified proctor compaction test, ASTM D1557. This includes the foundation, backfill, and base course materials. Maximum lift thickness of backfill shall not exceed 8 inches. The Engineer may be on-site to collect soil samples and to test compaction. The Contractor shall provide site access at all times for compaction testing and sample collection. Areas of the trench which fail to meet the compaction requirements shall be removed and replace and re-compacted at the Contractor's expense. The Contractor shall be responsible for any settlement of backfill, sub-base, and pavement that may occur during the period stipulated in the Contract conditions. All repairs necessary due to settlement shall be made by the Contractor at his expense. Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density - as determined by the modified proctor compaction test, ASTM D1557. The Contractor shall be responsible for the disposal of any excess excavated material. r.► 7-09 PIPE AND FITTINGS FOR WATER MAINS 7-09.3(15)A Ductile Iron Pipe The first paragraph of Section 7-09.3(15)A is revised as follows: (******) Long radius (500 feet or more) curves, either horizontal or vertical, may be laid with standard pipe by deflecting the joints. If the pipe is shown curved in the Plans and no special fittings are shown, the Contractor can assume that the curves can be made by deflecting the joints with standard lengths of pipe. If shorter lengths are required, the Plans will indicate maximum lengths that can be used. The amount of deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shall not exceed one half of the manufacturer's printed recommended deflections. aa 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) Section 7-09.3(15)B is supplemented as follows: (******) Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and appurtenances. 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement The title and text of section 7-09.3(17) has been revised as follows: (******) The Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and +� polyethylene encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall also be installed on all appurtenances, such as pipe laterals, couplings, fittings, and valves, with 8-mil polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 or AWWA C105. The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be repaired in accordance with ANSI/AWWA C105/A21.5-93. City of Renton 82 July 2015 Maplewood Creek Storm water Outfall Improvements Project Installation of the polyethylene encasement shall be considered incidental to the installation of the pipe and no additional payment shall be allowed. 7-09.3(19)A Connections to Existing Mains i Section 7-09.3(19)A is revised and supplemented as follows: (******) The Contractor may be required to perform the connection during times other than normal working hours. The Contractor shall not operate any valves on the existing system. Water system personnel will operate all valves on the existing system for the Contractor when required. No Work shall be performed on the connections unless a representative of the water department is present to inspect the Work. When not stated otherwise in the special provisions or on the plans, all connections to existing water mains will be done by City forces as provided below: City Installed Valves: Valves installed on existing piping are indicated on the drawings. The Contractor must verify all existing piping, dimensions, and elevations to assure proper fit. Valves installed on the existing water main shall not be made without first making the necessary lit arrangements with the Engineer in advance. A two-week advance notice shall be required for each connection which requires a cutting of the existing water mains or a shut-down of the existing water mains. The City reserves the right to re-schedule the connection if the Work area is not ready at the scheduled time for the connection. Work shall not be started until all the materials, equipment and labor necessary to properly complete the Work are assembled on site. • The Contractor shall provide all saw-cutting, removal and disposal of existing surface improvements, excavation, haul and disposal of unsuitable materials, shoring, de-watering, foundation material, at the connection areas before the scheduled time for the connection by the • City. The Contractor shall provide all materials necessary to install all connections as indicated on the construction plans, including but not limited to the required fittings, couplings, valves, pipe spools, shackle materials to complete the connections. The Contractor shall provide and install concrete blocking, polywrap the piping at the connections, backfill and surface restoration at the locations shown on the plans for the connections to the existing water mains. The City will cut the existing main and assemble all materials. The Contractor shall be responsible for backfill and surface restoration of the work area. 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block it Section 7-09.3(21) has been supplemented by adding the following: (******) Provide concrete blocking at all hydrants, fittings and horizontal or vertical angle points. Conform to the City of Renton Standard Details for general blocking, and vertical blocks herein. S City of Renton 83 July 2015 Maplewood Creek Stormwater Outfall Improvements Project ,,, All fittings to be blocked shall be wrapped with 8-mil polyethylene plastic. Concrete blocking shall be properly formed with plywood or other acceptable forming materials and shall not be poured around joints. The forms shall be stripped prior to backfilling. Joint restraint(shackle rods), where required, shall be installed in accordance with Section 7-09.3(25). Provide concrete dead-man blocks at locations shown on the plans. The dead-man block shall include reinforcing steels, shackle rods, installation and removal of formwork. Blocking shall be commercial concrete (hand-mixed concrete is not allowed) and poured in place. sly 7-09.3(23) Hydrostatic Pressure Test Section 7-09.3(23) is supplemented and revised as follows: (******) A hydrant meter and a backflow prevention device will be used when drawing water from the City system. These may be obtained from the City by completing the required forms and making the required security deposits. There will be a charge for the water used. Before applying the specified test pressure, air shall be expelled completely from the pipe, valves and 10 hydrants. If permanent air vents are not located at all high points, the contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. After all the air has been expelled, the corporation cocks shall be closed and the test pressure applied. At the conclusion of the pressure test, the corporation cocks shall be removed and plugged. The quantity of water required to restore the pressure shall be accurately determined by either 1) pumping from an open container of suitable size such that accurate volume measurements can be made by the Owner or, 2) by pumping through a positive displacement water meter with a sweep unit hand registering 1 gallon per revolution. The meter shall be approved by the Engineer. Acceptability of the test will be determined by two factors, as follows: 1. The quantity of water lost from the main shall not exceed the number of gallons per hour as listed in the following table. 2. The loss in pressure shall not exceed 5 psi during the 2 hour test period. 3. Test pressure shall not be less than 200 psi. All water used to perform hydrostatic pressure shall be charged a usage fee. Allowable leakage per 1000 ft. of pipeline* in GPH Nominal Pipe Diameter in inches '"i PSI 6" 8" 10" 12" 16" 20" 24" 450 0.95 1.27 1.59 1.91 2.55 3.18 3.82 400 0.90 1.20 1.50 1.80 2.40 3.00 3.60 350 0.84 1.12 1.40 1.69 2.25 2.81 3.37 275 0.75 1.00 1.24 1.49 1.99 2.49 2.99 250 0.71 0.95 1.19 1.42 1.90 2.37 2.85 225 0.68 0.90 1.13 1.35 1.80 2.25 2.70 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55 City of Renton 84 July 2015 Maplewood Creek Storm water Outfall Improvements Project Air *If the pipeline under test contains sections of various diameters, the allowable leakage will be the sum of the computed leakage for each size. For those diameters or pressures not listed, the formula below shall be used: The quantity of water lost from the main shall not exceed the number of gallons per hour as determined by the formula L=NDII5 7400 in which: L = Allowable leakage, gallons/hour N = No. of joints in the length of pipeline tested D = Nominal diameter of the pipe in inches P = Average test pressure during the leakage test, psi is The paragraph stating that"There shall not be an appreciable or abrupt loss in pressure during the 15 minute test period." Is deleted. 7-09.3(24)A Flushing and "Poly-pigging" Section 7-09.3(24)A shall be revised and supplemented as follows: (******) Sections of pipe to be disinfected shall first be poly-pigged to remove any solids or contaminated material that may have become lodged in the pipe. If the main cannot be "poly- pigged", then a tap shall be provided large enough to develop a velocity of at least 2.5 fps in the main. The "Poly-pig" shall be equal to Girard Industries Aqua-Swab-AS, 2lb/cu-ft density foam with 90A durometer urethane rubber coating on the rear of the "Poly-pig" only. The "Poly-pig" shall be cylinder shaped with bullet nose or squared end. The paragraph stating: "Where dry calcium hypochlorite is used for disinfection of the pipe, flushing shall be done after disinfection." is deleted. Dechlorination of all water used for disinfection shall be accomplished in accordance with the City of Renton Standard Details. Water containing chlorine residual in excess of that carried in the existing water system, shall not be disposed into the storm drainage system or any water way. 7-09.3(24)D Dry Calcium Hypochlorite Section 7-09.3(24)D has been replaced with: (******) wig Dry calcium hypochlorite shall not be placed in the pipe as laid. 7-09.3(24)K Retention Period Section 7-09.3(24)K has been revised as follows: (******) City of Renton 85 July 2015 Maplewood Creek Stormwater Outfall Improvements Project Treated water shall be retained in the pipe at least 24 hours but no longer than 48 hours. After this period, the chlorine residual at pipe extremities and at other representative points shall be at least 25 mg/I. 7-09.3(24)N Final Flushing and Testing Section 7-09.3(24)N has been revised as follows: (******) Before placing the lines into service, a satisfactory report shall be received from the local or State health department or an approved testing lab on samples collected from representative points in the new system. Samples will be collected and bacteriological tests obtained by the Engineer. 7-09.3(25) Joint Restraint Systems Section 7-09.3(25) is a new additional section: (******) General: Where shown on the plans or in the specifications or required by the Engineer, joint restraint system (shackle rods) shall be used. All joint restraint materials used shall be those manufactured by Star National Products, 1323 Holly Avenue, PO Box 258, Columbus Ohio 43216, unless an equal alternate is approved in writing by the Engineer. Materials: Steel types used shall be: High strength low-alloy steel (cor-ten), ASTM A242, heat-treated, superstar "SST" series. High strength low-alloy steel (cor-ten), ASTM A242, superstar"SS" series. Items to be galvanized are to meet the following requirements: ASTM A153 for galvanizing iron and steel hardware. ASTM A123 for galvanizing rolled, pressed and forged steel shapes. Joint restrainer system components: Tiebolt: ASTM A242, type 2, zinc plated or hot-dip galvanized. SST 7:5/8"for 2" and 3" mechanical joints, 3/4"for 4" to 12" mechanical joints, ASTM A325, type 3D, except tensile strength of full-body threaded section shall be increased to 40,000 lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4" by heat treating (quenching and tempering)to manufacturer's reheat and hardness specifications. SST 753: 3/4" for 14" to 24" mechanical joints. same ASTM specification as SST 7. SST 77: 3/4" same as SST 7, except 1" eye for 7/8" rod. same ASTM specification as SST 7. Tienut: heavy hex nut for each tiebolt: SS8: 5/8" and 3/4", ASTM A563, grade C3, or zinc plated. S8: 5/8" and 3/4", ASTM A563, grade A, zinc plated or hot-dip galvanized. City of Renton 86 July 2015 Maplewood Creek Stormwater Outfall Improvements Project Tiecoupling: used to extend continuous threaded rods and are provided with a center stop to aid installation, zinc plated or hot-dip galvanized. SS10: for 5/8" and 3/4"tierods, ASTM A563, grade C3. S10: for 5/8" and 3/4" tierods, ASTM A563, grade A. Tierod: continuous threaded rod for cutting to desired lengths, zinc plated or hot-dip galvanized. SS12: 5/8" and 3/4" diameter, ASTM A242, type 2; ANSI B1.1. S12: 5/8" and 3/4" diameter, ASTM A36, A307. Tiewasher: round flat washers, zinc plated or hot-dip galvanized. SS17: ASTM A242, F436. S17: ANSI B18.22.1. a Installation: Install the joint restraint system in accordance with the manufacturer's instructions so all joints are mechanically locked together to prevent joint separation. Tiebolts shall be fah installed to pull against the mechanical joint body and not the MJ follower. Torque nuts at 75-90 foot pounds for 3/4" nuts. Install tiecouplings with both rods threaded equal distance into tiecouplings. Arrange tierods symmetrically around the pipe. Pipe Diameter Number of 3/4" Tie Rods Required 4" 2 6" 2 8" 3 10" 4 12" 6 14" 8 16" 8 18" 8 20" 10 24" 14 30" (16-7/8"rods) ea 36" (24-7/8"rods) Where a manufacturer's mechanical joint valve or fitting is supplied with slots for"T" bolts instead of holes, a flanged valve with a flange by mechanical joint adapter shall be used instead, so as to provide adequate space for locating the tiebolts. Where a continuous run of pipe is required to be restrained, no run of restrained pipe shall be greater than 60 feet in length between fittings. Insert long body solid sleeves as required on longer runs to keep tierod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint pipe and tiebolts shall be installed as rod guides at each joint. Where poly wrapping is required all tiebolts, tienuts, tiecouplings, tierods, and tiewashers, shall be galvanized. All disturbed sections will be painted, to the Inspector's satisfaction, with 116 Koppers Bitomastic No. 300-m, or approved equal. Where poly wrapping is not required all tiebolts, tienuts, tiecouplings, tierods and tiewashers sit may be galvanized as specified in the preceding paragraph or plain and painted in the entirety with Koppers Bitomastic no. 800-m, or approved equal. City of Renton 87 July 2015 Maplewood Creek Stormwater Outfall Improvements Project Tiebolts, tienuts, tiecouplings, tierods, and tiewashers shall be considered incidental to installation of the pipe and no additional payment shall be made. 7-12 VALVES FOR WATER MAINS 7-12.3(1) Installation of Valve Marker Post Section 7-12.3(1) is revised as follows: (******) Where required, a valve marker post shall be furnished and installed with each valve. Valve marker posts shall be placed at the edge of the right-of-way opposite the valve and be set with 18 inches of the post exposed above grade. The rest of this section is deleted. alit 7-12.3(2) Adjust Existing Valve Box to Grade Section 7-12.3(2) is a new section: (******) Valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in Section 7-05.3(1) of the City of Renton Standard Details. Valve box adjustments shall include, but not be limited to, the locations shown on the Plans. ale Existing roadway valve boxes shall be adjusted to conform to final finished grades. The final installation shall be made in accordance with the applicable portions of Section 7-12. In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use whatever means necessary to remove such debris, leaving the valve installation in a fully operable condition. The valve box shall be set to an elevation tolerance of one-fourth inch (1/4")to one-half inch (1/2") below finished grade. mes 7-13 STORMWATER OUTFALL PIPE (HDPE) NEW 7-13.1 Description This work shall consist of providing stormwater outfall pipe as shown on the Plans and described in these Special Provisions and as directed by the Engineer, in accordance with Section 7-04 of the Renton Standards and the manufacturer's requirements. Alternates are not acceptable. 7-13.2 Material N` High-Density Polyethylene Pipe Permanent identification of the piping service shall be provided by co-extruding color stripes into the pipe outside surface. The striping material shall be the same material as the pipe material except for color. Stripes printed on the pipe outside surface shall not be acceptable. IPS sized pipes shall have four equally spaced, longitudinal color stripes. DIPS sized pipes shall have three equally spaced pairs of longitudinal color stripes. City of Renton 88 July 2015 Maplewood Creek Stormwater Outfall Improvements Project Pipe and butt fusion fittings shall be manufactured in accordance with AWWA C906, except PE 3608/3408 or PE 4710 resin may be used. Resin shall be the same material used for the energy dissipator outfall structure. Rework material generated in the manufacturer's own plant may be blended with virgin compound of the same material. Pipe shall be designed for water at 73 F and lower using a design factor of 0.63. The manufacturer shall also provide temperature factors for pressure ratings at temperatures above 73 F. Pipe shall contain 2.0 to 2.5 percent carbon black that is well dispersed throughout the pipe when tested in accordance to ASTM D 1603 or ASTM D 4218. Unpigmented areas in the pipe are not acceptable. The pipe shall be homogeneous throughout and free of visible cracks, holes, foreign inclusions, voids or other such defects. Pipe OD sizes 4-inch through 36-inch shall be available in both steel pipe sizes (IPS) and ductile iron pipe sizes (DIPS or DIOD), unless otherwise specified. All HDPE pipe shall be either IPS or DIPS. Using both is not allowed. Pipe OD sizes shall be as shown on the Plans. At the time of product shipment, manufacturer shall provide certification of compliance with Nil these specifications. Pipe DR shall be 32.5. Butt Fusion Fittings Butt fusion fittings shall be manufactured in accordance with ASTM D 3261 for molded fittings or AWWA C906 for fabricated fittings except PE 3608/3408 or PE 4710 compound may be used. The same compound shall be used for all pipes and fittings. Fittings shall contain 2.0 to 2.5 percent carbon black that is well dispersed throughout the fitting wall when tested in accordance to ASTM D 1603 or ASTM D 4218. Un-pigmented areas in the pipe are not acceptable. The fillings shall be homogeneous throughout and free of visible cracks, holes, foreign inclusions, voids or other such defects. Butt fusion fittings including flange adapters, M/J adapters, molded and fabricated fittings (e.g., elbows and tees) shall have the same DR as the pipe. The butt fusion ends shall meet AWWA C906 specifications for OD and minimum wall thickness for the mating pipe. The maximum wall thickness of the fitting butt fusion end shall not exceed 1.27 times the mating pipe minimum wall thickness. Fabricated fittings shall be manufactured using a data logger that records temperature, fusion pressure, and provides a graphic representation of the fusion cycle as part of the quality control. a Electrofusion Couplings Electrofusion couplings shall only be used when shown on the Plans or allowed by the Engineer. Electrofusion couplings shall be manufactured in accordance with ASTM F 1055. Installation shall comply with the recommendations of the Plastic Pipe Institute TN-34. 7-13.3 Construction Requirements All HDPE pipe shall be cut, fabricated and installed in strict conformance with pipe 11111 manufacturer's recommendations. Joining, laying, and pulling of HDPE pipe shall be accomplished by personnel experienced in working with HDPE pipe. Handling and Storage The equipment required for the installation of the HDPE pipe is dependent on the method of construction selected by the Contractor. The handling of the joined pipe shall be in such a City of Renton 89 July 2015 Maplewood Creek Stormwater Outfall Improvements Project IMP manner that the pipe is not damaged by dragging it over sharp and cutting objects. Ropes, fabric, or rubber-protected slings and straps shall be used when handling pipes. Slings for handling the pipe shall not be positioned at butt-fusioned joints. Pipe or fittings shall not be dropped onto rocky or unprepared ground. Sections of pipe with cuts and gouges exceeding 10 vim percent of the wall thickness or kinked sections shall be removed and the ends of the pipe rejoined. Pipe shall be stored on level ground, with a turf or sand surface, free of sharp objects which could damage the pipe. Stacking of the polyethylene pipe shall be limited to a height that will not cause excessive deformation of the bottom layers of pipes under anticipated temperature conditions as recommended by the pipe manufacturer. Where necessary due to ground conditions, the pipe shall be stored on wooden sleepers, spaced suitably and of such widths as to not allow deformation of the pipe at the point of contact with the sleeper or between supports. Care shall be exercised during fabrication to prevent the accumulation of pipe cuttings and filings, gravel, cleaning rags, etc., within piping sections. All piping shall be examined to assure removal of these and other foreign objects prior to assembly. Joining and Laying Pipe Polyethylene pipe shall be joined by the method of thermal butt-fusion as outlined in ASTM F2620 "Standard Practice for Heat Fusion Joining of Polyethylene Pipe and Fittings". All butt-fusion joining of pipe and fittings shall be performed in accordance with proven procedures and techniques recommended by the manufacturer. Thermal butt-fusion of the pipe shall be 1110 performed by an experienced technician, certified in the jointing of high-density polyethylene pipe in accordance with Title 49 CFR 192.385. Written certification of the individual welders shall be submitted to the Engineer prior to the performance of any welding. A manufacturer's representative shall be present during the fusion process. Polyethylene pipe may be bent as appropriate to allow for installation in conformance with the IMO details and profiles in the Plans, and manufacturer's recommendations. The Contractor shall conduct minor hand digging or leveling as necessary to transition between different slopes and terrain to maintain support along the invert of the pipe. Installation and Backfill of Buried Piping Excavation for the construction of the polyethylene pipe shall be performed in accordance with "`" the requirements of Section 2-09. Backfilling of the trench shall be in accordance with the requirements of 7-08.3(3). Care shall be exercised when lowering pipe into the trench to prevent damage or twisting of the pipe. HDPE has a coefficient of thermal expansion of 1.2 x 10-4 ft/ft/deg F. Above ground HDPE shall be installed with excess length between anchor points such that contraction caused by a temperature drop to 0 degrees F will produce the length of pipe shown on the Drawings. Buried HDPE pipe shall be installed with excess length between anchor points such that contraction caused by a temperature drop to 40 degrees F will produce the length of pipe shown on the City of Renton 90 July 2015 Maplewood Creek Storm water Outfall Improvements Project w Drawings. The amount of excess pipe depends on temperature of pipe at the time of installation and shall conform to the following table for above ground and buried piping. Pipe temperature is of the pipe material and not the ambient temperature. Measure pipe temperature with a strip thermometer laid directly on the pipe. Excess Pipe Lengthjinches/100 feet) Pipe Temperature — Above Ground (degrees F) Buried Piping Piping' 30 4.3 --- 40 5.8 --- 50 7.2 — 1.4 60 8.6 2.9 70 10.1 4.3 80 11.5 5.8 90 13.0 7.2 100 14.4 8.6 Backfill for HDPE pipe shall be in accordance with Section 7-08.3(3)of the Specifications. Material placed within the pipe compaction zone shall be native material consisting of nonclay material and not contain stones larger than 1-inch in the greatest dimension, frozen lumps, roots or moisture in excess of that permitting thorough compaction. If native material is unsuitable, the pipe trench shall be backfilled with crushed surfacing base course per Section 9-03.9 of the es, WSDOT Standards. Installation of Exposed Piping Prior to installing overland pipe, the ground surface shall be prepared in conformance with Section 2-01 of the Renton Standards and these Special Provisions. The Contractor shall be responsible for providing temporary equipment, such as guide posts and pipe anchors, required to place and hold pipe on the alignment during installation. The ground along the pipe alignment where the pipe will be pulled into place shall be cleared of all debris that may damage the pipe, including but not limited to, sticks, roots and rocks greater than 1/2-foot in diameter and those with sharp or projecting edges. Installation of the pipe shall be without springing or forcing the pipe in a manner which would set up stresses in the pipe. All pipe flanges shall be set level, plumb and aligned. All flanged fittings shall be true and perpendicular to the axis of the pipe. The Contractor shall conduct minor hand digging or leveling as necessary to transition between different slopes and terrain to maintain support along the invert of the pipe for the entire length of the pipe. The pipe shall be supported continuously along its entire length. wr City of Renton 91 July 2015 Maplewood Creek Stormwater Outfall improvements Project 1rr ■ Lateral Pipe Anchors The Contractor shall provide pipe anchors in accordance with the details on the Plans. Anchors shall be "Flight Anchor," by AB Chance, or approved equivalent. Install in accordance with manufacturer's instructions. Anchors shall be galvanized in conformance with ASTM A153. Tree Protection The existing trees shall be protected from damage during construction. Heavy equipment shall be prevented from running over or into trees. A 6 inch thick layer of wood chips shall be spread across the drip line to prevent damage to shallow roots. Hay bales shall be placed around the trunk to prevent equipment from running into tree. No roots larger than 2 inches shall be cut without City Arborists approval. Prior to machine excavating near trees and shrubbery designated to remain, the Contractor shall make exploratory excavations which will expose the tree roots two (2) inches or larger in diameter. When excavating near trees, the top edge of the excavation shall not be closer than 8 feet horizontally from the tree unless shown otherwise on the Plans. Where roots may be damaged by construction equipment, the Contractor shall hand dig or tunnel to install the pipeline as noted on the Plans. Tree roots two (2) inches or larger in diameter shall not be cut. 7-16 ENERGY DISSIPATOR OUTFALL STRUCTURE NEW �.. 7-16.1 Description This work shall consist of the construction of the energy dissipator outfall structure at the North end of the project. The Contractor shall construct the energy dissipator outfall structure from an HDPE manhole with overflow structure lid in accordance with the Plans and these Special Provisions. The work shall include construction of the manhole and overflow structure shown on the Plans, construction of the HDPE manhole/pipe connection, backfill, and providing the rip rap apron, as shown on the Plans. 7-16.2 Materials HDPE Extruded Solid Wall Pipe Material and HDPE sheet and fittings material shall meet the material requirements of 7-13.2 and shall be of the same resin used for the pipe. — The HDPE manholes shall be constructed of HDPE pipe with a nominal OD as shown on the Plans and a DR of 32.5. The bottom thickness of the manholes shall be 2-inches in thickness minimum. The bottom of 4.1 base shall extend out 6-inches minimum from the outside of the manhole. The inlets and outlets shall be extrusion welded on the inside and outside of the structure using trained welders. Gussets shall be attached at 90 degrees, 180 degrees, 270 degrees, and 360 degrees around the inlets and outlets unless impractical. The inlet shall be furnished with a 45- degree elbow fused at the factory. to All manhole connections larger than 4" nominal OD pipe shall be butt fusion welded or electrofusion welded. All butt fusion welds shall be made as described in ASTM F2620 and all butt fusion welds performed with hydraulically operated butt fusion equipment shall be recorded using a McElroy wr City of Renton 92 July 2015 Maplewood Creek Storm water Outfall Improvements Project arr Mfr Manufacturing DataLogger or equivalent. The fabricator shall maintain records of the temperature, pressure, and graph of the fusion cycle for a minimum of 3 years. When practical and required, manholes shall be factory tested with water or with air. The hydrostatic test shall be conducted by filling the structure with water and checking for leaks. Minimum test duration will be one hour. If air is used, a minimum of 1 PSI shall be used for 30 minutes. Structures with a 72" inside diameter or smaller may be tested to 2 PSI. Data showing the structure to be leak-free will be supplied, when testing requirements are agreed to prior to "' fabrication. The owner or his representative may request to observe the test. The ladders in the manholes, if specified, shall conform to OSHA requirements. Ladders will be Oil of fiberglass material with HDPE bracing and stainless steel hardware. The Contractor shall provide an overflow structureasshown on the Plans. Steel bars and plates shall be constructed of new material conforming to the requirements of ASTM A36. All bolts and nuts for all fittings and pipe supports shall conform to ASTM A307. Hot-dip galvanize all steel work or products including bolts, fasteners and hardware in conformance with ASTM ■r A153. Foundation material shall be quarry spalls and CSBC as shown on the Plans. Backfill material shall be CSBC. SO Geotextile wrap for slip joint shall be geotextile for permanent erosion control and ditch lining meeting the requirements of Section 9-33.2(1)Table 4. 7-16.2(1) Submittals The Contractor shall submit the following: • The manhole fabricator shall submit certification that the HDPE material meets the specifications. • The fabricator of the manholes shall submit shop drawings for approval as part of the submittal data showing the position of the inlets, outlets and the overall dimensions along with any other special features such as overflow structure, connections, etc. • The fabricator shall submit calculations for review by the project engineer, or owner, wrr indicating that the manholes meet the requirements of ASTM F1759, "Design of High Density Polyethylene (HDPE) Manholes for Subsurface Applications". The data shall contain information related to the following areas: as o Ring Compressive Strain o Combined Ring Compressive and Ring Bending Strain o Ring Buckling o Axial Stain o Axial Buckling o Thickness of the bottom based on depth and groundwater. Thickness should be based on acceptable stress and deflection limits. • Data and calculations supplied for informational purposes will be part of the submittal package that are reviewed and accepted by the project engineer. The project engineer will review any data submitted for accuracy, including any site specific variables, and confirm the structure is suitable for the intended service including installation and operating conditions. • The fabrication technician shall perform fusions accordance in accordance with ASTM F2620. When required, the fabrication technician will be qualified to perform extrusion �rw City of Renton 93 July 2015 Maplewood Creek Stormwater Outfall Improvements Project s, and hot air welding per ASTM C1147. The fabricator shall submit the written quality assurance program used during fabrication of the manholes. The fabricator may be required to submit their QA/QC program for fabricating thermoplastic structures prior to beginning work and the welding certification for the fabrication technician upon beginning of work on the structure. • When required, the manholes and pipe shall be tested with water or air when the fabrication process is completed. A written certification shall be sent as an addendum to original submittal package, certifying the manholes are leak free. The test results shall become part of the submittals. When requested, an identification plate indicating, the job number, testing data, and when built and by whom, shall be attached to the manhole. 'r" • Acceptance or Rejection o Engineer or owner will review submittal information and provide written acceptance or rejection of submittal data, and verify proposed manhole will meet installation and service requirements. o Engineer reserves the right to require changes to the proposed product so as to meet intended installation and service conditions. o In the event such changes impact price or timing, the purchase contract will be adjusted to reflect those changes. • Third Part y Testing -The owner or the specifying engineer may request certified lab ,, data to verify the physical properties of materials not meeting the requirements of this specification. • Rejection —The HDPE manholes may be rejected for failure to meet any of the requirements of this specification. 7-16.3 Construction Requirements HDPE manholes shall be stored on clean, level, and dry ground to prevent undue scratching or gouging of the pipe. The handling of HDPE manholes shall be done in such a manner that there or is no damage. Nylon slings are often used. HDPE manholes shall be lowered down the slope and into place to prevent undue scratching, .w gouging, or other damage to the manhole. It shall be placed on a flat, level foundation as shown on the Plans. A 3,000 psi concrete ring shall be poured around the manhole base as shown on the Plans. Overflow Structure Fabrication and installation of all steel products shall be in accordance with Section 6-03 of the Renton Standards. Rip Rap Apron The Contractor shall construct a rip rap apron where shown on the Plans. It shall consist of •" hand placed riprap in accordance with Section 9-13.1 of the Standard Specifications, and shall be constructed in accordance with Section 8-15.3 of the Standard Specifications. .w City of Renton 94 July 2015 Maplewood Creek Stormwater Outfall Improvements Project 00 Slip Joint The slip joint shall consist of a 20-inch pipe fused to the HDPE manhole as shown on the Plans. The 20-inch pipe shall have ID such that the 16-inch outfall pipe can move freely in and out to allow for thermal expansion and contraction. The slip joint shall be wrapped with geotextile held in place with stainless steel bands on both pipes. An additional 6 inches of geotextile fabric shall be installed to allow for thermal expansion and contraction. w 7-17 SANITARY SEWERS 7-17.2 Materials Section 7-17.2 is replaced with the following: Pipe iti Gravity sewer pipe shall be as specified herein and as shown on the Plans. The Contractor shall provide two copies of the pipe manufacturer's technical literature and tables of dimensional tolerances to the Engineer. Any pipe found to have dimensional tolerances in excess of those prescribed or having defects, which prevent adequate joint seal or any other damage, shall be rejected. If requested by the Engineer, not less than three nor more than five lengths of pipe for each size, selected from stock by the Engineer, shall be tested as specified for maximum dimensional tolerance of the respective pipe. Material for PVC sewer pipe shall meet the requirements of Section 9-05.12. All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and permanent under normal conditions of handling and storage. 7-17.3 Construction Requirements 7-17.3(1) Protection of Existing Sewerage Facilities ale Section 7-17.3(1) is supplemented by adding the following: (******) When extending an existing sewer, the downstream system shall be protected from construction debris by placing a screen or trap in the first existing manhole downstream of the connection. It shall be the Contractor's responsibility to maintain this screen or trap until the new system is placed in service and then to remove it. Any construction debris, which enters the existing downstream system, shall be removed by the Contractor at his expense, and to the satisfaction of the Engineer. When the first manhole is set, its outlet shall be plugged until acceptance by the Engineer. 8-02 ROADSIDE RESTORATION 8-02.3(17) Planting Sequence Section 8-02.3(17) is a new section: (******) The planting sequence should occur generally as follows: rr► 1. Install TESC BMPs to protect existing on-site critical areas. 2. Complete grading associated with the project. All noxious weed species growing within the buffer restoration and enhancement area shall be removed from the sir City of Renton 95 July 2015 Maplewood Creek Stormwater Outfall Improvements Project site. Special attention should be made to remove all root, stem, and leaf material of these species. 3. Amend the soils to prepare planting holes with a minimum of 6 inches of compost mixed into the upper 12 to 16 inches of the soil. Procure restoration plants, as specified in Table 1, from a registered nursery or through a licensed landscaper. Procured shrub and groundcover plant material shall be stored and handled during installation to prevent it from becoming desiccated at any time throughout the restoration sequence. Backfill planting holes with native soils and construct watering rings to catch rainfall and runoff. Note: Prior to installing acquired plant material, the City or their representative shall inspect the materials to verify their condition and provide general guidelines on placement based on species tolerance to on-site soil moisture conditions. 4. Place plants within the buffer restoration and enhancement area in natural, random clusters. Dig holes for plants, twice the size of the container, and score edges of planting hole with shovel (so roots can travel outside hole). Loosen plant roots slightly and place in center of hole, upright and level with ground C„ surface. Note: It is recommended that plants be procured and installed during the fall season to achieve greater success of plant survival. 5. Four to six inches of wood mulch shall be spread throughout the whole buffer restoration and enhancement area to minimize invasive species and improve water retention. 8-13 MONUMENT CASES 8-13.1 Description Section 8-13.1 is revised and supplemented as follows: This Work shall consist of furnishing and placing monument cases and covers, in accordance with the Standard Plans and these Specifications, in conformity with the lines and locations shown in the Plans or as staked by Contractor supplied Surveyor. 8-13.3 Construction Requirements Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented as follows: (******) .00 The monument will be furnished and set by the Contractor supplied Surveyor. When existing monuments will be impacted by a project, the Contractor shall be responsible for assuring that a registered surveyor references the existing monuments prior to construction. After construction is complete, the monuments shall be re-established by the Contractor's Surveyor in accordance with RCW 58.09.130. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.3(4) Curing Section 8-14.3(4) is replaced with: (******) The curing materials and procedures outlined in Section 5-05.3(13) of the Standard WO Specifications shall apply, except that white pigmented curing compound shall not be used on City of Renton 96 July 2015 Maplewood Creek Stormwater Outfall Improvements Project +rw orb sidewalks. The curing agent shall be applied immediately after brushing and be maintained for a period of 5 days. The Contractor shall have readily available sufficient protective covering, such as waterproof paper or plastic membrane, to cover the pour of an entire day in the event of rain or other so unsuitable weather. During the curing period, all traffic, both pedestrian and vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional time as the Engineer may Itili specify. The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the newly placed concrete to prevent damage. Damaged, vandalized, discolored, stained, or unsightly oro concrete shall be removed and replaced at the expense of the Contractor. 9-03.8(7) HMA Tolerances and Adjustments tor Item 1 is deleted and replaced with: 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: rr Nonstatistical Commercial Evaluation Evaluation Aggregate, percent passing 1", %", Y2", and 3/8" sieves ±6% ±8% " U.S. No. 4 sieve ±6% ±8% U.S. No. 8 sieve ±6% ±8% U.S. No. 16 sieve ±4% ±6% U.S. No. 30 sieve ±4% ±6% U.S. No. 50 sieve ±4% ±6% U.S. No. 100 sieve ±3% ±5% U.S. No. 200 sieve ±2.0% ±3.0% Asphalt Binder ±0.5% ±0.7% VMA 1.5% below minimum value in 9-03.8(2) OW VFA minimum and maximum as listed in 9-03.8(2) Va 2.5% minimum and 5.5% maximum These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control point's section, except the mor tolerance limits for sieves designated as 100% passing will be 99-100. 9-03.22 Cement-based Grout for Abandoning Existing Utilities (Additional Section) r Section 9-03.22 is a new section: Olt The Contractor shall submit a mix proposal, to be approved by the Engineer, for Cement- base Grout for Abandoning Existing Utilities prior to commencing work on this item. Cement-based Grout for Abandoning Existing Utilities shall be equal to a 1-sack mix and the materials shall conform to the following: Cement: This material shall be Portland cement as specified in section 9-01. Aggregate: This material shall meet the requirements for fine oo City of Renton 97 July 2015 Maplewood Creek Stormwater Outfall Improvements Project a aggregate as specified in section 9-03.1. Water: Water shall conform to the provisions of Section 9-25.1. 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9-05.13 Ductile Iron Sewer Pipe Section 9-05.13 is supplemented with the following: (******) Ductile iron pipe for storm sewers shall be used where shown on the Plans. 9-05.14 ABS Composite Sewer Pipe Section 9-05.14 is deleted (******) 9-05.20 Corrugated Polyethylene Storm Sewer Pipe (CPEP) Section 9-05.20 is replaced with the following: eso (******) 9-05.20(1) Description Corrugated Polyethylene Pipe (CPEP) shall be corrugated high-density polyethylene pipe with smooth internal wall manufactured by Advanced Drainage Systems (ADS), or approved do equivalent. 9-05.20(2) Pipe Material and Fabrication CPEP shall be in conformance with the latest version of ASTM F 667 or AASHTO M 294, Type S. 9-05.20(3) Fittings and Gaskets Fittings shall be gasketed PVC fittings. Gaskets shall conform to ASTM F 477. Fittings shall conform to ASTM F 1536 or ASTM D 3212. Fittings shall be manufactured by Nyloplast USA, Inc., or approved equivalent. 9-05.20(4) Installation Pipe and fittings shall be installed per the manufacturer's recommendations. Lubricate gasket ®.. and fitting socket with manufacturer-approved lubricant prior to pushing pipe into fitting. 9-14.6(9) Meadow Seed Mix Section 9-14.6(9) is a new section: (******) Meadow seed mix for hydroseeding all disturbed soil areas shall meet the following requirements: Common Name Scientific Name PLS (Pounds of Pure Live Seed) per acre Dwarf perennial rye, Barclay, Lolium perenne var. bacrlay 29.4 City of Renton 98 July 2015 Maplewood Creek Storm water Outfall Improvements Project err Common Name Scientific Name PLS (Pounds of Pure Live Seed) per acre or PR8820 or PR8820 Eureka hard fescue Festuca ovina duriuscula 8.8 a "Eureka" Red fescue Festuca rubra 5.9 Colonial bentgrass Agrostis tenuis 0.6 Dwarf yarrow Achillea millefolium 0.6 Dutch white clover Trifolium repens 2.9 Salina strawberry clover Trifolium fragiferum "Salina" 4.7 Sweet alyssum Alyssum maritimum 2.4 English daisy Bellis perennis 1.2 Baby blue eyes Nemphila menzies 2.4 Weed seed _ 0.3 (max) Other crop seed _ 0.9 (max) Total 60 a. 9-16 FENCE AND GUARDRAIL 9-16.1(1)G Horizontal Top Bar Section 9-16.1(1)G is a new section: A horizontal top bar shall be used in place of tension wire. The bar shall be 2" diameter meeting r. the requirements of 9-16.1(1)A. 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES 9-23.9 Fly Ash (RC) Section 9-23.9 is revised as follows: (******) Fly ash shall not be used around water lines. 9-30 WATER DISTRIBUTION MATERIALS a. 9-30.1(1) Ductile Iron Pipe (RC) Section 9-30.1(1) is revised as follows: ( ) Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C151. Ductile iron pipe shall have a cement-mortar lining meeting the requirements of AWWA C104. All other ductile iron pipe shall be Standard Thickness Class 52 or the thickness class as shown in the Plans. a. 9-30.3(1) Gate Valves (3 inches to 12 inches) Section 9-30.3(1) is replaced with: a. (******) Valves shall be designed for a minimum water operating pressure of 200 PSI. Gate valves shall be Iowa List 14, Mueller Company No. A2380, Kennedy, or M&H. OW a. City of Renton 99 July 2015 Maplewood Creek Storm water Outfall Improvements Project a. too Approval of valves other than models specified shall be obtained prior to bid opening. All gate valves less than 12" in diameter shall include an 8" x 24" cast iron gate valve box and extensions, as required. All 12" diameter and larger gate valves shall be installed in a vault. See the City of Renton Standard Details for 12" gate valve assembly vault and 1" bypass installation. .W Gate valves shall conform to AWWA C500 and shall be iron body, bronze-mounted, double disc with bronze wedging device and 0-ring stuffing box. .+� Resilient Seated Gate Valves: Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA Standard C509 latest revisions. All external and internal ferrous metal surfaces of the gate valve shall be coated for corrosion protection with fusion bonded epoxy. The epoxy coating shall be factory applied to all valve parts prior to valve assembly and shall meet or exceed the requirements of AWWA Standard C- os 550 latest revision. Valves shall be provided with two (2) internal 0-ring stems seals. The valves shall be equipped with one (1) anti-friction washer. The resilient gate valve shall have rubber sealing surfaces to permit bi-directional flow. The stem shall be independent of the stem nut or integrally cast. Manufacturers of Resilient Seated Gate Valves shall provide the City on request that the valve materials meet the City specifications. Valves shall be designed for a minimum water operating pressure of 200 psi. End connections shall be mechanical joints, flanged joints or mechanical by flanged joints as shown on the project plans. Resilient Seated Gate Valves shall be U.S. Metroseal 250, Clow, M&H Style 3067, Mueller Series 2370, or Kennedy. Approval of valves other than model specified shall be obtained prior to bid opening. All gate valves less than 12 inches in diameter shall include an 8"x24" cast iron gate valve box and extensions, as required. "" All 12 inch diameter and larger resilient seated gate valves shall have a 1 inch by-pass assembly and shall be installed in a concrete vault per City of Renton Standard Details, latest revision. 9-30.3(3) Butterfly Valves Section 9-30.3(3) is supplemented by adding the following: (***..*) Butterfly valves shall be Dresser 450 or Pratt Groundhog. 9-30.3(5) Valve Marker Posts Section 9-30.3(5) has been deleted and replaced with the following: (******) The valve markers shall be fabricated and installed in conformance with the Standard Drawings. City of Renton 100 July 2015 Maplewood Creek Storm water Outfall Improvements Project a Valve markers shall be Carsonite composite utility marker .375"x 6'-0" or approved equal with blue label "water." • 10-1 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS REQUIRED The permittee will be required to remove utility locate marks on sidewalks only within the Downtown Core Area. The permittee shall remove the utility locate marks within 14 days of job completion. NO a r MS a a a rr no a ■r err City of Renton 101 July 2015 Maplewood Creek Stormwater Outfall Improvements Project a 41101 WI/ Miff ' SURVEY CONTROL AND MONUMENTS OW IWO • *It WO OW WO CLO‘ n•-> %Pi 41 151 ivrc ea 0 CITY OF RENTON SURVEY CONTROL NETWORK Vertical Control �,. 3rd Order, 1st Class North American Vertical Datum 1988 Meters 60, Horizontal Control 2nd Order, 1st Class North American Datum 1983/1991 Meters OW 1'Printing January 1995 2°d Printing January 1997 Revised&Reprinted May 2000 OW TS SERVER//SYS2\MAPS\83m\controI\scn.doc Title 2 May,2000 or.+ TABLE OF CONTENTS OW SECTION I sui SURVEY CONTROL NETWORK DESCRIPTION i SURVEYING STANDARDS 1-11-1 MONUMENT CASE& COVER STANDARD PLAN H031 OW SECTION II MAPS, DESCRIPTIONS &VALUES Section Index Map Index + w Section Township Range Page 13 T23N R4E WM F2 14 T23N R4E WM Fl ONO 24 T23N R4E WM G2 25 T23N R4E WM H2 36 T23N R4E WM I2 5 T22N R5E WM J4 6 T22N R5E WM J5 3 T24N R5E WM D6 4 T23N R5E WM D5 5 T23N R5E WM D4 O ,,, 7 T23N R5E WM E3 8 T23N R5E WM E4 9 T23N R5E WM E5 10 T23N R5E WM E6 11 T23N R5E WM E7 14 T23N R5E WM F7 15 T23N R5E WM F6 16 T23N R5E WM F5 17 T23N R5E WM F4 18 T23N R5E WM F3 19 T23N R5E WM G3 20 T23N R5E WM G4 21 T23N R5E WM G5 22 T23N R5E WM G6 29 T23N R5E WM H4 30 T23N R5E WM H3 31 T23N R5E WM I3 32 T23N R5E WM I4 29 T24N R5E WM B4 31 T24N R5E WM C3 +► 32 T24N R5E WM C4 601 TS_SERVER//SYS2\MAPS\83m\control\scn.doc Table of Contents 2 May 2000 a.. CITY OF RENTON "' SURVEY CONTROL NETWORK .. The City of Renton Survey Control Network is the result of a three year project by the Technical Services Section of the Planning & Technical Services Division of the Planning/Building/Public Works Department and several private surveying firms working ,y„r for the city. The purpose of this network is to provide an accessible common datum for all public and private projects within the city. Thus facilitating city wide infrastructure management and analysis and assuring compatibility between the various utility systems •�► and system projects. This project started in 1992 with the formation of a Horizontal and Vertical Control Network Committee to prepare a plan for the development and maintenance of a Survey Control Network for the City. The committee members were: Robert Anderson PLS; Bush, Roed& Hitchings,Inc., Carrie Davis; Technical Services Section(Recorder), Abdoul Gafour; Utility Systems Division, Arneta Henninger; Plan Review Section,Development Services Division, Jae Lee; Transportation Systems Division, Robert Mac Onie; Technical Services Section(Chairman), Jon Warren PLS; Dodds Engineers,Inc., Dennis Wegenast; National Geodetic Survey. Mit The committee developed the standards, specifications and phasing for all ensuing work. All survey work meets the requirements specified by the Federal Geodetic Control Committee in Standards and Specifications for Geodetic Control Networks dated September 1984. The project was split into three phases: 1) monument recovery, 2) horizontal control and 3)vertical control. The monument recovery project was performed by Dodds Engineers, Inc., under the direction of Jon Warren PLS in 1992 and early 1993. This project identified existing Public Land Survey System corner monuments and other monuments (NGS, C&GS, King County, City of Bellevue, major intersections and those located near current and proposed capital improvement projects) important to the development of a survey control network. In most cases, street centerline monuments . were selected for both horizontal and vertical control due to stability and maintenance considerations. The second and third phases ran concurrently during 1993 & 1994. The horizontal control phase was executed by Bush, Roed & Hitchings, under the direction of Robert Anderson PLS, using Global Positioning Systems (GPS) technology per the Federal N. Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989. This phase established NAD 1983/1991, Washington State Plane, 2nd Order, 1st Class, northing and easting values for 122 monuments in and rr TS_SERVER//SYS2\MAPS\83m\control\scn.doc i 2 May 2000 wr S around the City. Four NAD 1983/1991 National Geodetic Survey (NGS) high precision et geodetic network (HPGN) monuments (BROWN, PT B 1962, HAFF and MUD MTN) controlled the GPS survey. All coordinates show are "Washington Coordinate System of 1983/1991,North Zone." The vertical control phase was performed by Triad Associates, under the direction of Brad Freeman PLS, using a Wild NA2000 automatic auto reading level and Star*Lev �wr adjustment software. This phase established NAVD 1988, 3rd Order, 1st Class, elevations on 190 monuments in and around the City with 70 of these being horizontal control monuments as well. The leveling project was divided into seven primary interdependent loops connected at a minimum of two points with common benchmarks. Additional legs were run across the primary loops tying into two benchmarks at both ends. A total of 15 NGS benchmarks were part of the network, four of which were held 4111 in the final adjustment (NGS Archive Numbers SY0232, SY0162, SY0163 and SY0617) and provided substantial agreement(less than or equal to 5mm)with 5 others. The City, in 1995, will have reference points set for all Survey Control Network street centerline monuments not currently referenced. Over the next several years monuments 1111 in need of upgrade will be reset as part of an ongoing maintenance program or where capital improvement projects would likely disturb them. rr As an adjunct to the Survey Control Network the city has developed the enclosed Surveying Standards. Al Hebrank of Hebrank & Associates developed the first draft of these standards which were modified to require the use of the Survey Control Network for all public and private development projects within the city and define the responsibilities of the surveyor in the establishment of new monuments and their associated records. The standards have been reviewed by at least ten licensed surveyors for completeness and suitability. The City of Renton and its urban growth area lie between latitudes 47° 25' North to the 111 south and 47° 32' 30" North to the north. In most cases the combined scale factor (elevation and grid scale) throughout this area can be treated as equal to 1.0000000. Table 1. shows the grid scale factors for each minute of latitude in the Renton area identified above. Wk Please note that the relative accuracy for the grid scale factors is approximately 1 in 60,000 at 47° 25' N to the south and 1 in 111,000 at 47° 33' N to the north and thus for most survey work will have no impact on surveys covering less than 1.5 miles. 1111 irrir TS_SERVER//SYS2\MAPS\83m1control\scn.doc ii 2 May 2000 r TABLE 1. LAMBERT CONFORMAL CONIC PROJECTION TABLE Washington Coordinate System of 1983/1991,North Zone for Renton Tabular. Grid Latitude Radius Difference Scale for 1" of Lat. Factor 47° 25' 5807452.516 30.88355 1.00001659 47° 26' 5805599.504 30.88353 1.00001310 47° 27' 5803746.492 30.88352 1.00000970 47°28' 5801893.480 30.88351 1.00000638 W. 47°29' 5800040.470 30.88350 1.00000315 47° 30' 5798187.460 30.88349 1.00000000 47° 31' 5796334.450 30.88349 0.99999693 47° 32' 5794481.441 30.88349 0.99999395 47° 33' 5792628.431 30.88349 0.99999105 The range of elevation in Renton is between 0 and 200 meters (0 and 656 feet). Table 2 shows the scale factor due to elevation. TABLE 2. SEA LEVEL REDUCTION TABLE Renton S Elevation Sea Level Feet Factor Sea Level 1.0000000 500 0.9999761 1000 0.9999522 11111 The worst case relative accuracy for an elevation of 650 feet with an interpolated scale factor of 0.99996893 is approximately 1 in 32,000. When combined with the worst case grid scale factor of 0.99999195 it yields a combined factor of 0.99995998 for a relative accuracy of approximately 1 in 25,000. - It should be noted that Washington state uses the US survey foot and the conversion between feet and meters is 3937/1200 or 3.28083333 feet per meter. An analysis of the differences between NGVD 1929 and NAVD 1988 elevations in and around Renton yields a conversion factor of+1.092 meters going from NGVD 1929 to NAVD 1988. The information in this document has been extensively reviewed but there is always the possibility that some particulars of the monument locations, descriptions or values are lir either misleading or incorrect. If any such errors are found please contact the City of Renton's Mapping Supervisor at 277-5569. This document will be updated on an ®, ongoing basis as monuments are upgraded, added or as corrections are made. TS SERVER//SYS2\MAPS\83m\control\scn.doc iii 2 May 2000 rrr Mill rr City of Renton Surveying Standards iti Mit ON City of Renton Standard Plans & Supplemental Specifications •s Section 1-11 Adopted December 16, 1996 Effective January, 21, 1997 vie Olt Ile 11111 TS_SERVER//SYS2\MAPS\83m\control\scn.doc 1-t 1-! 2 May 2000 ar a Vertical Datum of 1988, and tied to at least one 1-11 Renton Surveying Standards of the City of Renton Survey Control Network ea benchmarks. If there are two such benchmarks 1-11.1(1) Responsibility for surveys(RC) within 3000 feet of the project site a tie to both All surveys and survey reports shall be prepared shall be made. The benchmarks) used will be under the direct supervision of a person shown on the drawing. If a City of Renton registered to practice land surveying under the benchmark does not exist within 3000 feet of a provisions of Chapter 18.43 RCW. project,one must be set on or near the project in All surveys and survey reports shall be prepared a permanent manner that will remain intact err in accordance with the requirements established throughout the duration of the project. Source of by the Board of Registration for Professional elevations (benchmark) will be shown on the Engineers and Land Surveyors under the drawing, as well as a description of any bench provisions of Chapter 18.43 RCW. marks established. 1-11.1(2) Survey Datum and Precision 1-11.1(3) Subdivision Information(RC) (RC) Those surveys dependent on section subdivision a The horizontal component of all surveys shall shall reveal the controlling monuments used and have as its coordinate base: The North the subdivision of the applicable quarter section. American Datum of 1983/91. Those surveys dependent on retracement of a iii All horizontal control for projects must be plat or short plat shall reveal the controlling referenced to or in conjunction with a minimum monuments, measurements, and methodology of two of the City of Renton's Survey Control used in that retracement. ma Network monuments. The source of the 1-11.1(4) Field Notes(RC) coordinate values used will be shown on the Field notes shall be kept in conventional format survey drawing per RCW 58.09.070. in a standard bound field book with waterproof The horizontal component of all surveys shall pages. In cases where an electronic data w meet or exceed the closure requirements of collector is used field notes must also be kept WAC 332-130-060. The control base lines for with a sketch and a record of control and base all surveys shall meet or exceed the requirements line traverses describing station occupations and a for a Class A survey revealed in Table 2 of the what measurements were made at each point. Minimum Standard Detail Requirements for Every point located or set shall be identified by a ALTAIACSM Land Title Surveys jointly number and a description. Point numbers shall established and adopted by ALTA and ACSM in be unique within a complete job. The preferred uw 1992 or comparable classification in future method of point numbering is field notebook, editions of said document. The angular and page and point set on that page. Example: The linear closure and precision ratio of traverses first point set or found on page 16 of field book Oil used for survey control shall be revealed on the 348 would be identified as Point No. 348.16.01, face of the survey drawing, as shall the method the second point would be 348.16.02,etc. of adjustment. Upon completion of a City of Renton project, a The horizontal component of the control system either the field notebook(s)provided by the City for surveys using global positioning system or the original field notebook(s) used by the methodology shall exhibit at least 1 part in surveyor will be given to the City. For all other 50,000 precision in line length dependent error work,surveyors will provide a copy of the notes a analysis at a 95 percent confidence level and to the City upon request. In those cases where performed pursuant to Federal Geodetic Control an electronic data collector is used, a hard copy Subcommittee Standards for GPS control print out in ASCII text format will accompany a surveys as defined in Geometric Geodetic the field notes. Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated 1-11.1(5) Corners and Monuments(RC) August 1, 1989 or comparable classification in Corner A point on a land boundary, at the future editions of said document.. juncture of two or more boundary lines. A The vertical component of all surveys shall be monument is usually set at such points to based on NAVD 1988, the North American t iti TS_SERVER)/SYS2 MAPS\83m\control\scn.doc 1-11-5 2 May 2000 a a wr physically reference a corner's location on the requirements of the project, the original will be ground. recorded with the King County Recorder. If recording is not required, the survey drawing Monument Any physical object or structure of shall be prepared on 22 inch by 34 inch mylar, record which marks or accurately references: and the original or a photographic mylar thereof • A corner or other survey point established will be submitted to the City of Renton. by or under the supervision of an individual The survey drawings shall meet or exceed the supper section 1-11.1(1) and any corner or requirements of WAC 332-130-050 and shall monument established by the General Land conform to the City of Renton's Drafting Office and its successor the Bureau of Land Standards. American Public Works Association Management including section subdivision symbols shall be used whenever possible, and a corners down to and including one-sixteenth legend shall identify all symbols used if each corners;and point marked by a symbol is not described at each use. • Any permanently monumented boundary, An electronic listing of all principal points right of way alignment, or horizontal and shown on the drawing shall be submitted with vertical control points established by any each drawing. The listing should include the governmental agency or private surveyor point number designation (corresponding with I"'` including street intersections but excluding that in the field notes), a brief description of the dependent interior lot corners. point, and northing, easting, and elevation (if applicable) values, all in ASCII format, on IBM 1-11.1(6) Control or Base Line Survey PC compatible media. (RC) Control or Base Line Surveys shall be 1-11.1(7) Precision Levels(RC) established for all construction projects that will Vertical Surveys for the establishment of bench create permanent structures such as roads, marks shall satisfy all applicable requirements of sidewalks,bridges, utility lines or appurtenances, section 1-05 and 1-11.1. signal or light poles, or any non-single family Vertical surveys for the establishment of bench building. Control or Base Line Surveys shall marks shall meet or exceed the standards, consist of such number of permanent monuments specifications and procedures of third order as are required such that every structure may be elevation accuracy established by the Federal observed for staking or "as-builting" while Geodetic Control Committee. occupying one such monument and sighting Bench marks must possess both permanence and another such monument. A minimum of two of vertical stability. Descriptions of bench marks these permanentmonuments shallbe existing isting must be complete to insure both recoverablilty 41110andpositive identification on recovery. recognized and on record with the City of Renton. The Control or Base Line 1-11.1(8) Radial and Station — Offset Survey shall occupy each monument in turn, and Topography C) off shall satisfy all applicable requirements of Topographic surveys hall satisfy all applicable Section 1-11.1 herein. requirements of section 1-11.1 herein. The drawing depicting the survey shall be neat, All points occupied or back sighted in legible, and drawn to an appropriate scale. developing radial topography or establishing North orientation should be clearly presented baselines for station -- offset topography shall and the scale shown graphically as well as noted. Po a P y meet the requirements of section 1-11.1 herein. The drawing must be of such quality that a The drawing and electronic listing requirements reduction thereof to one-half original scale remains legible. set forth in section 1-11.1 herein shall be If recording of the survey with the King County observed for all topographic surveys. +■ Recorder is required, it will be prepared on 18 1-11.1(9) Radial Topography(RC) inch by 24 inch mylar and will comply with all Elevations for the points occupied or back provisions of Chapter 58.09 RCW. A sighted in a radial topographic survey shall be photographic mylar of the drawing will be determined either by 1) spirit leveling with submitted to the City of Renton and, upon their misclosure not to exceed 0.1 feet or Federal review and acceptance per the specific INC TS_SERVER//SYS2\MAPS\83m\control scn.doc 1-1 1-5 2 May 2000 Geodetic Control Committee third order relationship between the witness monuments and elevation accuracy specifications, OR 2) their respective corners shall be shown or trigonometric leveling with elevation differences described on the face of the plat or survey of determined in at least two directions for each record, e.g., "Tacks in lead on the extension of point and with misclosure of the circuit not to the lot side lines have been set in the curbs on exceed 0.1 feet. the extension of said line with the curb." In all other cases the corner shall meet the 1-11.1(10) Station—Offset Topography requirements of section 1-11.2(1)herein. (RC) All non corner monuments, as defined in 1- Elevations of the baseline and topographic points 11.1(5), shall meet the requirements of section shall be determined by spirit leveling and shall 1-11.2(2)herein. If the monument falls with in a satisfy Federal Geodetic Control Committee paved portion of a right of way or other area,the specifications as to the turn points and shall not monument shall be set below the ground surface exceed 0.1 foot's error as to side shots. and contained within a lidded case kept separate 1-11.1(11) As-Built Survey(RC) from the monument and flush with the pavement All improvements required to be "as-built" (post surface,per section 1-11.2(3). construction survey) per City of Renton Codes, In the case of right of way centerline monuments TITLE 4 Building Regulations and TITLE 9 all points of curvature (PC), points of tangency Public Ways and Property, must be located both (PT), street intersections, center points of cul de horizontally and vertically by a Radial survey or sacs shall be set. If the point of intersection, PI, by a Station offset survey. The "as-built" survey for the tangents of a curve fall within the paved must be based on the same base line or control portion of the right of way, a monument can be survey used for the construction staking survey set at the PI instead of the PC and PT of the for the improvements being "as-built". The "as- curve. built" survey for all subsurface improvements For all non corner monuments set while under should occur prior to backfilling. Close contract to the City of Renton or as part of a City cooperation between the installing contractor and of Renton approved subdivision of property, a the"as-builting"surveyor is therefore required. City of Renton Monument Card (furnished by All "as-built" surveys shall satisfy the the city) identifying the monument; point of requirements of section 1-11.1(1) herein and intersection(PI),point of tangency(PT),point of shall be based upon control or base line surveys curvature (PC), one-sixteenth corner, Plat made in conformance with all of section 1-11.1 monument, street intersection, etc., complete and 1-11.3(1)herein. with a description of the monument, a minimum The field notes for "as-built" shall meet the of two reference points and NAD 83/91 requirements of section 1-11.1(4) herein and coordinates and NAVD 88 elevation shall be submitted with stamped and signed "as-built" filled out and filed with the city. drawings which includes a statement certifying the accuracy of the"as built". 1-11.2 Materials The drawing and electronic listing requirements set forth in section 1-11.1(6) herein shall be 1-11.2(1) Property/Lot Corners(RC) observed for all"as-built"surveys. Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter 1-11.1(12) Monument Setting and rebar 24 inches in length, durable metal plugs or Referencing(RC) caps, tack in lead, etc. and permanently marked All property or lot corners, as defined in 1- or tagged with the surveyor's identification 11.1(5), established or reestablished on a plat or number. The specific nature of the marker used other recorded survey shall be referenced by a can be determined by the surveyor at the time of permanent marker at the corner point per 1- installation. 11.2(1). In situations where such markers are 1-11.2(2) Monuments(RC) impractical or in danger of being destroyed,e.g., Monuments per 1-11.1(5) shall meet the the front corners of lots, a witness marker shall requirements as set forth in City of Renton be set. In most cases, this will be the extension Standard Plans page H031 and permanently of the lot line to a tack in lead in the curb. The TS_SERVER//SYS2\MAPS\83m\control\scn.doc 1-1 1-5 2 May 2000 • marked or tagged with the surveyor's NO identification number. 1-11.2(3) Monument Case and Cover rW (RC) Materials shall meet the requirements of section 9-22 and City of Renton Standard Plans page H031. �r+r Nie rE Alt sn w. al rr TS_SERVER//SYS2\MAPS\83m\control\scn.doc I-I1-5 2 May 2000 ,■r ' 1111111111111111111111111111 ` -- ..AL W/77J AC 4272.!LZ V 54 ID 4F7EA 547CLJ/k . r L I \ ti\ �\MOi44N 1 II ) -82455 C4P o.C. .../..::\g:".„ OUTSIG5; D/A. 4t.0iVC• ' '.. I L \ 1 I:.•:.';: •i 'i- —COMPAC CD aEVAT/D/U I •.I SAND MONUME/ 7G5TAlL .5,7 ECT 64CKF/LL SECT/QV In= co AgcrioAi NOTE: Monument Case & Cover 1. STANDARD MONUMENT CASE AND COVER WASHINGTON STATE DEPARTMENT OF HIGHWAYS 1976. 2. THE CASTINGS SHALL BC GRAY-IRON CASTINGS, ASTM DESIGNATION A-48, CLASS 40. THE COVER AND SEAT SHALL BE MACHINED SO AS TO HAVE PERFECT CONTACT AROUND THE ENTIRE CIRCUMFERENCE AND FULL WIDTH OF BEARING SURFACE. 3. WHEN THE MONUMENT CASE AND COVER ARE PLACED IN CONCRETE PAVEMENT, A CEMENT CONCRETE BASE WILL NOT BE NECESSARY. ADOPTED • ' 4. SEE CITY OF RENTON SUPPLEMENTAL SPECIFICATION SECTION 7-05.3(1) FOR UtiC O� CITY OF RENTON ADJUSTMENTS TO GRADE. .w� + _•` •I STANDARD PLANS �,N,r.� LST DATE:I•Feb-89 DWG NAME: HR-04 SP PAGE: H03: .n MI 43? 4N1 16 T24N R5E 41:42*-,:...... €35E 16 T24N R5' 15 T24N R5E 14 T24N R5E 13 T24,,�N R5E : YAt JA5A6 A7 A8 23 T24N - :i.- ':-.‘?:,".„,.::44...:1:>4:N: '-E 19 T24N R5E f f ._.:m..8E 21 T24N RSE3 T24N RSE. x 23 T24N RSE 24 T24N RSE a ii IJr� ,+ 21F ,rr � Y : B5 B6 B7 B8 int 26 • A.1 4 ''' 28 T24NR5E --: 7 T24NR5E'j 26 TNRSE 25 T24N R5E r 9,.„„,,, , _w '�`; fc: ..3j4Em 9 C6 C7. C8 35 T24N R4 ::,6. 0:, .. ;.) :1 : .A:;\ SE R5E_ 35 T24N RSE 36 T24N R5E \ ,rte .'' - ?3h•4 -a`;' h�/ ` /1 I . ®4 D D8 2 T23N R4E 1 T23N R4E ,.,,,....t; k We SE 4 T4. c�j R' 2 T23N R5E 1 T23N R5E ItiPlia-Pg' C - * 1 7 Illt 1 ,. E5 I 14- . tit • i.. \ 1 . • 2 . 11 , : A 1 7 E8 T' R4E 12 T23N' E 0 / 15E . _10 T`N 1.J ,R5E 12 T23N R5E JIcy,` b.t.,4.i.,. 4‘77:4— 17 411" s �;, .-a 5 1 b. 6 7 F8 ist, 0°: c 14 T23N R T23N R5E 16 T2 �E Q T23N R5E 14 T23N R5E 13 T23N R5E 5s +ri .t! \ IfigillWrel r - Ilri '� �► �S G ero. fir--- .1 !.eei 7AVZ.A-Ai' 'T2 ` '+E 21 T23` 22 T23N R5E 23 T23N R5E 24 123N R5E 2 S t a 16lu StH8 -Aft � � � _ IIIIITTi VAw, H56 7iH me N R4E All R4E 30 72311 ,5b 127- 23N SE 26 T23N R5E 25 T23N R5 .4 1 �'y S ItC 51 1 MITA�/,�Pi -} L it. , , , ..... 2 �, I I I . 17 18 35 T2 '' E . 36 T23N R4E 31 T2 32123,'5E 33 T23N. ••34 T23N 'SE 35 T23N' -:-- 36 T23N R5E la 41 J2 = 3 ji. \ J5 �.�: J - .7:::.-::. ____-_._ __ : s .T22N R4E -1 T22N R4E 5 CCS R5E_.____ '5E 4122N R5E 3 T2 R5E _2122N R5E _;_ _ CITY OF RENTON SURVEY CONTROL NETWORK MONUMENTS & BENCHMARKS INDEX 15 T23N RSE NW 1/4 4 j7 8 1764TI ' ' 1 17634.E f f 1. 4+1770 1 __i+2391 +1374 7 �. i [ J +1379 \13 5 - ,,/+ 378 � �j �t,1383 \\ is 1376 ' 1� ,y ��� �1 j � +1377 � ��� 2 I /�� � ,,,,*\1388 I 11 - + 381 �' . J 479 t�380 J 7 11+1394, a l� +13861393 , yn ( 480 i----- ____________„„/--1---\\ in„{�, x%1392 J,.- fill i �____ 1384+ r 13$5+ `�\ /-'jam 1 t39Y 1 a U 138` 1390 t�2306/ ._,..,--- P.1 2365 + 4811 J la 1 a w L.. �-� r r` fY� -' SE 142nd St. is 7" CL Iilli '; ti ... 184111=1• , '''... 455 ________.„ ....... ___.) ,....._ l 2663 I r '/ t 1 /'j G6 - 22 T23N R5E NW L4 LEGEND CITY OF RENTON 1111 SURVEY CONTROL NETWORK ® Horizontal & verticil MONUMENTS & BENCHMARKS z®2 Horizontal Only ?Q (1) Y ., TECHNICAL SERVICES 3333 , VerticalOniy • PLANNING/BUII.DING/PUBLIC WORKS T.- ' 02/14/00 4'4' Monument se 0 450 900 ___ Renton City Limits J6 .., i:54130 15 T23N R5E SW 1/4 a E6 . 10T73NR5E SW 114 305' - -YNEhmJ +46_7 ;--- Iiiii a 185-1 5."-+ Z..1T .--i I.u i I.MI r __"1 ICO SI i 1 WS I 11L. 4+7 I I !. I I Mask 1 ; r — �� L – mo ' Z =I1 1885, c ti 240 r-_ '„" t4,x.12 2412*2417 12415 179b++24 7T'` -:-w _� �•i ( __ 1' 2405 24 0 I f i '', t z' t,`, ; '' I g-s =2414 178 + -.:7'' ;, i N I 402+2+`0�--240�9*z410-t-24+1798 /moi I w i w X2403._ +2416:' Yom; 2b00�, I . +17991 1800 7 t 1796 +2417 ".,' !+ _ 2399++ 789 =` 2408 --/ 'I 'I*2419 >I '-1--1 1 J --s 1+2420 - i t "‹ I '<L ( . '� 314::+11'1769 394' I. _-___ 17761`- 1+ +1769 ; I �" yrr �-,I 11774E+.� ++2393 2397 r 1 I !l 2398+1 ?768 7772$ i -{ +1767 I f-----____. ''y I � .y-:-, -+1765 239*17.71 �t381 1755+ r-1 j - `--') 22392- -- :41756• \ I z. I 1773`- r'.+2395 ‘ti` 478 ,7641 C, , -- 1763}( :` E i` 1 +1770 11 +2391 ___ 1 I - 1 i +137-4------.N. _-_� irlr 1 r _� ' 1+11379 1375 I --- I + 378 ..'""t \\ I 1 J ,� t\s3 \r,-.I 1, MS +1377 ,ZAI.. 382 Is T2.3N R5E SW v4 LEGEND MIS CITY OF RENTON i I I1 ® HorizontalMt SURVEY CONTROL NETWORK vertical MONUMENTS & BENCHMARKS 2®2 Horizontal Only so T TECHNICAL SERVICES 3333 + PLANNING/BULLDINGIPUBLIC WORIt3 ® Verticil Only oan4/oo Mb -+ ° Monument .._� Renton Limits Fd 0 450 C't)' :: 15 T23N R5E NW 1/4 a SECTION 16 T23N R5E W.M. 28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters 478 Location: Found a 1/4"bronze pin on a chipped concrete post monument down 0.65' in a monument case at the constructed intersection of SE 2nd Place and Union rrr Avenue S. Monument: 1/4 IN BRONZE PIN ON CHIPPED CONC MON, IN CASE, DN. 0.65' SIN NORTHING: 54382.026 EASTING: 399701.012 ELEVATION: 119.182 612 NW Corner 16 T23N R5E Location: Found a 3/8"copper plug and a punch on a 4"x4"concrete post monument down 0.45' in a monument case at the constructed centerline of Edmonds Avenue NE approximately 160' south of Ferndale Avenue NE. See City of Renton monument reference card number 612. Monument: 3/8 IN CU PLUG & PUNCH ON 4 IN X 4 IN CONC MON, IN CASE, DN. 0.45' NORTHING: 55213.302 EASTING: 398098.887 ELEVATION: 79.269 1502 N 1/4 Corner 16 T23N R5E Location: Found a 2"flat brass disc with a punch mark in a 4"diameter pipe filled with concrete down 0.6' in a monument case at the constructed centerline of NE 4th Street& Monroe Avenue NE. See City of Renton monument reference card number 98 and 1502. ■lir Monument: 2 IN BRASS DISC W/PUNCH ON 4 IN CONC FILLED PIPE, IN CASE, DN. 0.6' NORTHING: 55202.256 EASTING: 398907.471 ELEVATION: 104.057 ft it F5-1 f' ft ft ira SECTION 16 T23N R5E W.M. 28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters 1503 NW Corner 15 T23N R5E Location: Found a 1/8"copper pin in a concrete post monument down 0.7' in a rr monument case at the constructed intersection of NE 4th Street& Union Avenue NE. Monument: 1/8 IN CU PIN ON CONC MON, IN CASE, DN. 0.7' NORTHING: 55189.601 EASTING: 399714.506 ELEVATION: 122.231 1520 WO Location: Found a hub and tack in a monument case approximately 100 feet NE of intersection of SE 5th St. and Maple Valley Hwy. Monument: HUB &TACK IN CASE NORTHING: EASTING: ELEVATION: 19.069 um 1884 Location: SUPERNET STATION HAFF-Found a standard National Geodetic Survey (NGS) horizontal control brass disc stamped"HAFF-1990", in the top of a round concrete monument that is flush with the ground surface in the median strip atthe northeast corner of a parking lot at the King County Public Works facility at 155 Monroe Avenue NE,approximately 116'westerly of the projected westerly side of building A, approximately 53'southerly of an east- west chain link fence, approximately 12'southerly of the northerly end of the median strip, approximately 9'southerly of a fire hydrant and approximately 5' +rr northerly of a witness post. This monument has a Bush, Roed& Hitchings (BRH) GPS station designation No. HAFF. Monument: 3-1/2 IN BRASS DOME W/PUNCH ON CONC MON, FLUSH NORTHING: 54784.236 EASTING: 398798.362 ELEVATION: 103.916 am F5-2 r SECTION 16 T23N R5E W.M. 28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters 1885 Location: Set PK nail on as-built centerline of Union Avenue Northeast. 175 feet south of intersection of Northeast 2nd. Monument: PK NAIL NORTHING: 54738.893 EASTING: 399706.928 ELEVATION: 1888 Location: Photo control panel at PC monument on Maple Valley Highway 1,000 feet east of intersection Southeast 5th. Set brass disk set in concrete inside a 2" iron pipe in monument case with photo panel marks Monument: BRASS DISC IN CONC. INSIDE 2 IN. IRON PIPE IN MON. CASE NORTHING: 53846.657 EASTING: 398649.065 ELEVATION: 19.978 1897 Location: Found a 1/8" pin down 0.8' in concrete monument in 8" monument case approximately 150' from intersection of SE 5th St. and Newport Ave SE on OW centerline of SE5th St.; 29'off NW corner of a park's fence Monument: 1/8 IN PIN IN CONC. DN 0.8' IN MON. CASE NORTHING: 53842.786 EASTING: 399091.042 ELEVATION: 1936 Location: Top of copper tack set in concrete monument at intersection of N.E. 4th Street si and Jefferson Avenue N.E. Monument: COPPER TACK SET IN CONC MON wit NORTHING: EASTING: ELEVATION: 99.483 F5-3 a a a Im 0 low 00000 City of SURVEY MONUMENTS - _ REMOVAL OR DESTRUCTION aw "W .r CHAPTER 332-120 WAC SURVEY MONUMENTS --REMOVAL OR DESTRUCTION WAC 332-120-010 AUTHORITY The Department of Natural Resources,in accordance with RCW w. 58.24.030 and RCW 58.24.040(1)and(8),prescribes the following regulations concerning the removal or destruction of survey monuments and the perpetuation of survey points. WAC 332-120-020 DEFINITIONS The following definitions shall apply to this chapter: (1)Department: The Department of Natural Resources, (2)Engineer: Any person authorized to practice the profession of engineering under the provisions of Chapter 18.43 RCW who also has authority to do land boundary surveying pursuant to RCW 36.75.110, RCW 36.86.050,RCW 47.36.010 or RCW 58.09.090. (3)Geodetic control point: Points established to mark horizontal or vertical control positions that are part of the National Geodetic Survey Network. (4)Land boundary survey corner: A point on the boundary of any easement,right of way,lot,tract,or r. parcel of real property;a controlling point for a plat; or a point which is a General Land Office or Bureau of Land Management survey corner. (5)Land corner record: The record of corner information form as prescribed by the department of natural resources pursuant to Chapter 58.09 RCW. (6)Land surveyor: Any person authorized to practice the profession of land surveying under the provisions of Chapter 18.43 RCW. (7)Local control point: Points established to mark horizontal or vertical control positions that are part of a pennanent government control network other than the National Geodetic Survey network. (8)Parcel: A part or portion of real property including but not limited to GLO segregations,easements, rights of way,aliquot parts of sections or tracts. (9)Removal or destruction: The physical disturbance or covering of a monument such that the survey point is no longer visible or readily accessible. (10)Survey monument: The physical structure,along with any references or•accessories thereto,used to mark the location of a land boundary survey corner,geodetic control point,or local control point. (11)Survey Recording Act: The law as established and designated in Chapter 58.09 RCW. WAC 332-120-030 APPLICABILITY (1)No survey monument shall be removed or destroyed before a permit is obtained as required by this chapter. (2)Any person,corporation,association,department,or subdivision of the state,county or municipality responsible for an activity that may cause a survey monument to be removed or destroyed shall be responsible for ensuring that the original survey point is perpetuated. It shall be the responsibility of the govenunental agency or others perfonning construction work or other activity(including road or street resurfacing projects) to adequately search the records and the physical area of the proposed construction work or other activity for the purpose of locating and referencing any known or existing survey monuments. (a)A goverunent agency,when removing a local control point that it has established,shall be exempted from the requirements of this chapter. (3) Survey monuments subject to this chapter are those monuments marking local control points,geodetic control points,and land boundary survey corners. (a) In regard to local or geodetic control points the department will defer authorization for the removal or destruction of the survey monument to the agency responsible for the establishment or maintenance of the control point. Such agency may,at their discretion,exempt the applicant from the remonumentation requirements of this chapter. Such exemption shall be noted by the agency on the application form. 1 Orr WAC 332-120-040 MONUMENT REMOVAL OR DESTRUCTION (1)All land boundary survey monuments that are removed or destroyed shall be replaced or witness monuments shall be set to perpetuate the survey point. (2)A land boundary survey corner shall be referenced to the Washington Coordinate System of 1983, adjusted in 1991,prior to removal or destruction. See WAC 332-130-060,Geodetic Control,for survey standards. (a)An applicant may request a variance from this referencing requirement by so noting in the applicant " information section on the pennit and providing the justification on the back of the fonn. The department shall note whether the variance is approved or not approved and shall provide the reason for not approving the request. WS WAC 332-120-050 APPLICATION PROCESS (1)Whenever a survey monument needs to be removed or destroyed the application required by this chapter shall be submitted to the department. Or (a)It shall be completed,signed and sealed by a land surveyor or engineer as defined in this chapter. (2)Upon receipt of a properly completed application,the department shall promptly issue a permit authorizing the removal or destruction of the monument,PROVIDED THAT: (a)In extraordinary circumstances,to prevent hardship or delay,a verbal authorization may be granted, pending the processing and issuance of a written permit. A properly completed application shall be submitted by the applicant within 15 days of the verbal authorization. ,n, (b)Applications received by the department concerning local or geodetic control points will be referred to the appropriate agency for action. The applicant will be notified when such action is taken. (3)One application may be submitted for multiple monuments to be removed or destroyed as part of a single project;however,there shall be separate attachments to the application form detailing the required information for each monument removed or destroyed. WAC 332-120-060 PROJECT COMPLETION-PERPETUATION OF THE ORIGINAL POSITION (1)After completion of the activity that caused the removal or destruction of the monument,a land surveyor or engineer shall,unless specifically authorized otherwise: (a)Reset a suitable monument at the original survey point or,if that is no longer feasible, (b)Establish permanent witness monuments easily accessible from the original monument to perpetuate the position of the pre-existing monument. (2)Land boundary survey monumentation required by this chapter shall meet the requirements of the RCW 58.09.120 and 130. ""' (3)After completion of the remonunentation,the land surveyor or engineer shall complete the report fonn required by this chapter and forward it to the department. (4)Additionally,after remonumenting any corner originally monumented by the GLO or BLM,a land corner record form shall also be filed with the county auditor as required by the Survey Recording Act. WAC 332-120-070 APPLICATION/PERMIT FORM The following fonn shall be used when making application to remove or destroy a survey monument: (WAC 332-120-070 Illus. 1 -Front page of the Permit fonn.) (WAC 332-120-070 Illus. 2-Back page of the Permit form.) r.r 2 irr APPLICATION FOR PERMIT PERMIT NO. You are hereby authorized to remove ordestroy TO REMOVE OR DESTROY the described surveymonument(s): r A SURVEY MONUMENT AUTHORIZING SIG DATE (DNR or Other Authonzing Agency) APPLICANT INFORMATION: 40 NAME TELEPHONE NO: DATE: COMPANY OR AGENCY NAME AND ADDRESS: 40 1 estimate that this work will be finished by(dale) 1 request a variance from the requirement to reference to the Washington Coordinate System.(Please provide your Justification In the space below.) The variance request Is approved;not approved.(FOR DNR USE ONLY)Reason for not approving: w MULTIPLE MONUMENTS: Check here if this form Is being used for more than one monument.You must attach separate sheets showing the Information required below for each monument affected.You must seal,sign and date each sheet. INDEXING INFORMATION FOR AN INDIVIDUAL MONUMENT: 1)THE MONUMENT IS LOCATED IN:SEC TWP RGE 114-114 2)ADDITIONAL IDENTIFIER:(e.g.,BLM designation for the corner,street IntersectJon,plat name,block,lot,etc.) • MONUMENT INFORMATION: Describe,3)the monumentlaccessories found marking the positlon, 4)the temporary references set to remonument the position(Include coordinates when applicable),and 5)the permanent monumenl(s)to be placed on completion(if a permanent witness monument(s)Is set Include the references to the original position). SEAUSIGNATURE/DATE SIGNED ' (Form prescribed 2194 by the Public Land Survey Office,Dept.of Natural Resources,pursuant to RCW 58.24.040(8).) COMPLETION REPORT FOR MONUMENT REMOVAL OR DESTRUCTION (TO BE COMPLETED AND SENT TO THE DNR AFTER THE WORK IS DONE.) I have perpetuated the positions)as per the detail shown on the application form. wr MIN rrrr arr SEAUSIGNATURE/DATE SIGNED OR ar I was unable to fulfill the plan as shown on the application form.Below Is the detal of what I did do to perpetuate the original position(s).(If the application covered multiple monuments attach sheets providing the required Information.Seal,sign and date each sheet.) Mei Mit OW 1160 Wig SEAUSIGNATURE/DATE SIGNED wr Im ow City of r SITE PHOTOS .. Maplewood Creek Stormwater Outfall Improvements Project Site Photos — Current C• • • Maplewood Creek embankment at approximate location of proposed 3 energy dissipator. cY j �• N` . Looking up the slope of the Maplewood • jre' af ' 'S• approximate alignment of HDPE pipe. A. . - t Intersection of Chelan Ave SE and SE Place looking towards top of �.� r r!•_ � t Y Intersection of Chelan Ave SE and SE d^: -, 2nd Place looking towards the south 4 along Chelan Ave SE. p, °"t`.`X, /Ey otis _ �'� Ilk li Intersection of Chelan Ave SE and SE , ,+ ,.. 3`d Place looking north along Chelan f°• , " Ave SE. F i jP I r •rt`X11 i �yM }ti - . OW 1. Intersection of Chelan Ave SE and SE 4th St. looking south. .-4' ; , N t' Intersection of Chelan Ave SE and SE 4th St. looking west along SE 4`h St. Intersection of Chelan Ave SE and SE 4th St. looking north along Chelan '�r Ave SE. } •K Intersection of Chelan Ave SE and SE "r« 4th Place looking north along Chelan Ave SE. 1r- II�4 City of ly Tnr, r 1. STANDARD DETAILS am ow m . . „. 1 —1 —I —1 —I —1 —1 ---1 $ 1 1 1 I 1 1 1 1 1 „ci- r r . $511./W/771..4. �R..V{2 1:1 S1/VD F/ 7 //�170../IA t . PLAN--••- kl Q . ///zi.----2F-...-•-'' \ ::,. ` ,‘ \uVlOkl fI )) ) 82455 C4P 0.C. !:-1 %(///./ \\..........s., aJ7 VL Dal. ' -' Sk kV % , . • •:` 1: :. .?:"ti--COMPAC ED eLEVQ T/DAJ 1: I SAND ') ,-.1 AiONiiiiifrilrOeTiit. 'r/PCT 1 4CXF/LL 55CT/QV % COM C77 V NOTE: Monument Case & Cover 1. STANDARD MONUMENT CASE AND COVER WASHINGTON STATE DEPARTMENT OF HIGHWAYS 1976. 2. THE CASTINGS SHALL BE GRAY-IRON CASTINGS, ASTM DESIGNATION A-48, CLASS 40. THE COVER AND SEAT SHALL BE MACHINED SO AS TO HAVE PERFECT CONTACT AROUND THE ENTIRE CIRCUMFERENCE AND FULL WIDTH OF BEARING SURFACE. 3. WHEN THE MONUMENT CASE AND COVER ARE PLACED IN CONCRETE PAVEMENT, A CEMENT CONCRETE BASE WILL NOT BE NECESSARY. ADOPTED 4. SEE CITY OF RENTON SUPPLEMENTAL SPECIFICATION SECTION 7-05.3(1) FOR 1VY • CITY OF RENTON ADJUSTMENTS TO GRADE. w ` I =■ • STANDARD PLANS 7,1sit.,.'' LST DATE:1-Feb-89 DWG NAME: HR-04 SP PAGE: H031 it ar it LANE LINE at MARKING 7'_8" STANDARD VEHICLE WHEEL PATH a es 4.5' I / MIN. / sti A \___ \ iiii I, ACP CLASS* MIN. tot 6" CRUSHED SURFACING TOP COURSEit 2ZU//////////////// SAWCUT AND REMOVE \ EDGE OF PAVEMENT, OR GRIND, SEAL WITH i` EDGE OF CURB Sc GUTTER, a AR4000W OR CENTER OF LANE LINE 2.5' MIN. it CRUSHED ROCK, FLOWABLE FILL OR AS REQUIRED BY ENGINEER a *MINIMUM ACP CLASS 'E' or 'B' SHALL BE: PRINCIPAL/MINOR/COLLECTOR ARTERIAL STREETS & INDUSTRIAL a ACCESS STREETS - 6" ACP CLASS 'E' or V. RESIDENTIAL ACCESS STREETS - 2" ACP CLASS 'E' or V. a NOTE: UPON REQUEST OF ENGINEER, NEW ROADWAY PAVEMENT SECTION MAY BE DESIGNED USING AN APPROVED METHOD FOR TYPICAL LONGITUDINAL PATCH AND OVERLAY DETERMINING PAVEMENT THICKNESS. Mr FOR FLEXIBLE PAVEMENT GST Y o ADOPTED + + CITY OF RENTON OftSTANDARD PLANS �C�'N T i LST DATE:02/05 02/2005 MODIFlED NOTES DCV DC 07A2E04 MODFlED NOTES BYDCV ,4GZ PPR'D REVISION 'BY DWG. NAME: HO32 SP PAGE: HO32 DATE Mi. ' ''''''')1 ' I'''' '' ' -')., 1 , ;•-•.- tilli 1 j 1 ,, \ • \I\ .I. \ ! \\. / • • ,I , , '' 1 \ ! ,. ' ' \I‹ ' '''. NI / , I!. '. I'' , • :\ , !- i",',,, 'CI • PP ',KKI H so I \s-\\ /I 1: all . , , A ,..! \ 1•,,, t.' !;,‘„ „! \I . 4` i• , / ,I.,< , . ; . , 1>/ \•. K. /. . '---- CENTER. ,_ I•jE OR / ! \\)•\N'; II "I!!!\>/ / I\Z! ! / ! ANL ,_,NE SW OP CI_An2S `P: --/ N,\AI.XI'''' >‘I> ,''k" 1 ' I I, . !' • !,/!°!!/V,'\//\,,,I c\\I I I 1 \ .I! I ! or ..-_-..... 1 r.- 6 H MIN --.--I Air 2" OFPTH T)' GP!II\r, 0'.--I 3WCL I AND REMOVE am 1 6.5' MIN I , IM1N IVINMIN , IM:N'N/IN --,-- so I/7< I//,/ '1.,/'/ /, ,!',I ! ,', '8c/' ' - ' ‘ ‘.. / I! , N \ I \\I \ CLASS 8 i /-,.(i MN / CRUSHFD POCK, IP ',-IVI,"4,Eri FH2, -- OP A S RE FED p'," IIIN'T,IN:III:.'''' 4111110 TYPICAL TRANSVFRSE PATCH For., 1,,,i1NuviLmA-,:.,,,r\c',L, 3i,,I!!,,, !AEI Hc/.-,,,,,,, ;-I,II- `c.',-.!, FOR FLEXIBLE PAVEMENT O. IIIIIP PACE Hr.)52 ADOPTED . ..4) rITY OF RENTUN •'AR '+ ,a Sillt STANDARD PLANS DATE 1 , - 1 . . ON ii iii FACE OF CURB 6' CEMENT CONCRETE ii L Ur R. 1`R SIDEWALK RAMP 6 1 2' OR LANDING - VARIES 5112` 1 FROM / -- 6"TO 0 �— lei 1'2 R i'R 1:24 6 i- --1- TOP OF t Lim - 1'2"R. ROADWAY 3:B"PREMOLDED JOINT FILLER CEMENT CONCRETE PEDESTRIAN CURB t AT SIDEWALK RAMPS AND LANDINGS 1 -6' FACE OF ADJACENT CURB CEMENT CONCRETE 612 — TRAFFIC CURB AND GUTTER _ / SEE DEPRESSED CURB DETAIL THIS SHEET NO FACE OF ADJACENT CURB I 1 24 6 1+2" TOP OF FLUSH WITH GUTTER L1` 1t?"R ROADWAY PAN AT SIDEWALK T �� _.... RAMP ENTRANCE 11? 1.24 1 to TOP Of .\----..\ 112'R. ROADWAY L r / 1 6 DEPRESSED CURB SECTION ' P t°1AT RESIDENTIAL DRIVEWAYS ONLY a FOR COMMERCIAL DRIVEWAYS SEE STD PLAN 104 2 1 -6. ' r DEPRESSED CURB SECTION FACE OF CURB it AT SIDEWALK RAMPS 6 112" 512 1" 1 2'R, 1"R. t Is FACE OF ADJACENT CURB T T ID" TOP OF ROADWAY GUTTER SURFACE // imi tie r ` 1 4 1'R. Si 814 a 1"R • a CEMENT CONCRETE V ' . TRAFFIC CURB so DEPRESSED CURB DETAIL AT RESIDENTIAL OR COMMERCIAL DRIVEWAYS AND ALLEYS a GENERAL NOTES OW 1 See standard plans 102 and 101 1 for curb expansion and contracts joint spaung 2 Not used. 3 For Depressed Monolithic Drveway Curb&Gutter Section see Standard Plan 104 2 11111 PUBLIC WORKS STD. PLAN — 101 jrit ' DEPARTMENTCEMENT CONCRETE CURBS 'PRI "ED *I' idqht IN Gre T tmmerman Public Works Administrator a am SEE N OTE B"a X 5/B"0 DUMMY JOitJ1 SEE NOTE 2 +rr ? ' 111\'-' C w b? T. dm Mi 1 in I ItFiIILII'ti 3/B" PREMOLDED JOINT FILLER (TM)-------) L _ _`_ w JCONCRETE „D GUTTER .5"" t A ) " .. PLAN VIEW MSS �� s CENTERLINE OF FRAME&ORATE 6 1/2" 13" (Law) ) _5 1/2� yt" FRAME/NDORATE-NOfINCUJOED 1/2" R i• R ROADWAY IN CURB ANO GUTTER IIID REM SLOPE I D ...____,3" TOP OF ,' • '-1" R.� RECE88 , ROADWAY rile ,D . ? 1 I • o D • •, D D • INCUR SECTION-NOT AND GUTTERBID ITEM D ,. • • CATCH BASIN-NOT INCLUDED amD • O IN CURB AND GUTTER BID EM D D eis SECTION O r.. GENERA NOTES: 1. The intent of this design is to facilitate the removal ` of a catch basin with minimal disturbance it tt i ', of the curb. ���`tt ,. 2. The expansion joints of the 'i,=' adjacent sidewalk shall •�`� �� " be adjusted to be In \' 't line with these curb ...-- MO expansion joints. i kill ..--- vile \ ;Ai-' ` Fr II"' 'G. CEMENT CONCRETE CURB 57D. PLAN — 101.1 PUBLIC WORKS INSTALLATION AT 1 'PRO D DEPARTMENT CATCH BASINS 1i ' . . d/L.'I/i 3i'iK .rte DA ,wI► ws It 11111 a _EXISTING ASPHALT 2.0 MIN• NEW CURB PAVEMENT & GUTTER a (SEE NOTE 2) SAWCUT—\\ (SEE NOTE 2) Iii a • - '' •-:' '1 • 4 di 1a11r1W1, 1A11S1• liiii ARTERIAL STREET MINIMUM 7" HMA (or ACP Class 8) (SEE NOTE 1), OVER 6" CRUSHED ROCK RESIDENTIAL STREET MINIMUM 4" HMA (or ACP Class B) (SEE NOTE 1), OVER lull 6" CRUSHED ROCK NOTES: a 1. MUST MATCH EXISTING THICKNESS IF GREATER. 2. SAWCUT SHALL BE POSITIONED 1' - 0" BEYOND EDGE OF DAMAGED PAVEMENT, '' a 3 THE INTENT OF THIS DESIGN IS TO DESCRIBE PAVEMENT PLACEMENT AT THE GUTTER FACE. SEE STANDARD PLAN FOR CEMENT CONCRETE CURBS a eii STD. PLAN - 103 +(OMB PUBLIC WORKS CURB AND GUTTER PPRO D: t �m DEPARTMENT REPLACEMENT DETAIL ,�J e�/Z�z two:, / GATE dm re .f PIPE ALLOWANCES a! F ..._. ... MAXIMUM PIPE MATERIAL '. INSIDE FRAME AND VANED GRATE DIAMETER r__ + , REINFORCED OR 12" PLAIN CONCRETE Ili k. ._._..__..__ ... + ._.... . ALL METAL PIPE 15" F---------- _... + ._ 1 yA r' ., ›.: , ?p• CPSSP* 12^ w ... y.,... � (STD.SPEC.9-05.20) J, x -''�. S• 501 ID WALL PVC 15" r' < -' > ,� (STD.SPEC.9-05,12(1)) ,-' .T.. { PROFI_E WA.._PVC 15. F f'6^OR 12" (STD.SPEC.9-05,12)2)) all l -.• .4: *CORRUGATED POLYETHYLENE �• STORM SEWER PIPE „.._ ONE#3 BAR HOOP FOR 6"HEIGHT TWO#3 BAR HOOPS FOR 12"HEIGHT illi RECTANGULAR ADJUSTMENT SECTION NOTES y� T ' 1. As acceptable alternatives to the rebar shown in the PRECAST BASE y< a ' SECTION,fibers(placed according to the Standard Specifications),or ''' a ks% ~�. �` . m wire mesh having a minimum area of 0.12 square Inches per foot shall - be used with the minimum required rebar shown in the ALTERNATIVE i --T < PRECAST BASE SECTION. Wire mesh shall not be placed in the )' knockouts. #3 BAR EACH CORNER- i l t l w ' /f 'r" 1 1 toA- , 1 2. The knockout diameter shall not be greater than 20". Knockouts shall K have a wall thickness of 2"minimum to 2.5"maximum, Provide a 1.5" r / �� minimum gap between the knockout wall and the outside of the pipe.r } 1 J- After the pipe is installed,fill the gap with joint mortar in accordance #3 BAR EACH SIDE with Standard Specification 9-04.3. low y 3. The maximum depth from the finished grade to the lowest pipe invert � shall be 5'. #3 BAR EACH WAY ----'--- 4. The frame and grate must be installed with the flange down. 'ox PRECAST BASE SECTION 5. The Precast Base Section may have a rounded floor,and the walls may be sloped at a rate of 1:24 or steeper. 6. The opening shall be measured at the top of the precast base section. rlt r,=;7 7. All pickup holes shall be grouted full after the basin has been placed. -'-' � ~ 8, All grade rings and castings shall be set in mortar in accordance with '� ' , ' Standard Specification 9-04.3. im #3 BAR EACH CORNER " X 1 I �� -/- 4 18"MIN � I)1 'ii% MN , j 4,,,t ji,1,.:,, #3 BAR HOOP -' I.1 I { • tilt • SEE NOTE 1 are ALTERNATIVE PRECAST BASE SECTION ti Y-oma STD. PLAN — 200.00 G' PUBLIC WORKS CATCH BASIN TYPE 1• /+ DEPARTMENT NSTA,NiZ MARCH 2008 .0 a 1L. L a °a 'f...- . CATCH BASIN FRAME ANC VANED GRATE(DETAIL.204.00) i z „... _, HANDHOLD aal 2 m ��Z.r i RECTANGULAR ADJUSTMENT SECTION OR CIRCULAR ADJUSTMENT SECTION -1 14' • - /f • -- - GROUT TYPICAL.(SEE NOTE 5) Z' ~ 1 ”- -FLAT SLAB TOP Z' r.;.. •__,,..-_._a..�,t .-._ a a I• _h 48.54.6': 72-B4'OR S6- , . . L.• i'•{ - MORTAR(TYP) 0 - : - s_.... � STFPS OR I LADDER -' 1, la , w a• • • 1( a I.y MORTAR FILLET- - Q1 5;2 1 FF REINFORCING STEEL•INP., 1 a _ • GRAVEL BACNFI•L EDR � -•�--` •., k___,...4___:.__17. 1� PIPE 4E,BEDDING SEPARATE BASE INTEGRAL BASE CAST-IN-PLACE PRECAST WITH RISER 'O"RING.- Ili • •-• �-'�•T�• la • GRAVFL BACKFILL FOR 61- 5¢ .•• ;,'", iJ - PIPE ZONE BEDDING -...- .. _ ._.. • SEPARATE BASE I CATCH BASIN DIMENSIONS ---------- I PRECAST MINIMUM T CATCH MAXIMUM ! BASE REINFORCING STEEL ! BASIN WALL I BASE DISTANCE KNOCKOUT i KNOCKOUTS I Inz/ft.IN EACH DIRECTION a ! BASIN 'THICKNESS ITHICKNESSL SIZE BETWEEN I L_--.--_..___-._-I (SEPARATE BASE INTEGRAL BASE I 48• + _4^_ --8'- -36_----+-- 8'- ! 0 23 ---+ 0 15 ----4 - -▪ - + + } j- _ a Is 54' 4 5" 9' 42 8 0.19 0.19 { F ---+- 4116 1 60• 5" ▪ 8' 48" - -- Er 0.25 0.25 72" 6 8' 60 12" 0 35 0 24 t 84^ 1- 8' { 12•- { 72' 4_.- 12" 0.39 + -.. 0 29 96• , 12^ 0.39 0.29 a NOTES I PIPE ALLOWANCES 1. No steps are required when height is 4'or less. I CATCH r PIPE MATERIAL WITH MAXIMUM INSIDE DIAMETERH a BASIN t -.--- T T ------I SOLID I PROFILE 2 The bottom of the precast catch basin may be sloped to facilitate cleaning. 11.DIAMETERICONCRFTE; METAL CPSSP WA,.. WALL I1 PVC g PVC 3. The rectangular frame and grate must be installed with the flange down. 48" 24' 1 30" 24" : z7^ 30" The frame may be cast into the adjustment section. 1 54" + 30' 1 36" t 30" 27" t 36" F- --_._ t- -: f— { t- _ 4. Knockouts shall have a wall thickness of 2"minimum to 2.5"maximum. Provide 60" 3642" ,, 36 , 36 42" a 1.5"minimum gap between the knockout wall and the outside of the pipe. After 72" 42" 54" 42 36" 48" the pipe is installed,fill the gap with joint mortar in accordance with Standard F + -{---- -+ — t --k- -- Specification 9-04.3. .- sa 60^ 54 3s36^ as" 96 ' 5. All grade rings, risers,and castings shall be set in mortar in accordance with --_ i_.. .60" L.. 72^ i 60" 36" 48" I Corrugated Polyethylene Storm Sewer Pipe(Sid.Spec 9-05 20) Standard Specification 9-04.3. i (Std.Spec.9-05.12(1)) 3 (Std.Spec.9-05.12(2)) a Y c.,• o� CATCH BASIN TYPE 2 STD. PLAN — 201.00 PUBLIC WORKS DEPARTMENT �_ �E'Iv'f0 MARCH 2008 ILLI a MIL CM re 4:*041101g41011?-, g FRAME AND VANED GRATE Si .II ."-"" N '� Imo' \IIIIC.. AO III pp, -qua.. lI SEE NOTE 4 airy CLEAN SURFACE AND BOTTOM AREA. PROVIDE UNIFORM CONTACT. THE SURFACE AREA OF THE BASE SECTION MUST BE GROUTED TO THE BOTTOM AREA OF THE IMPII•MMt11111f•11111111111111M ADJUSTMENT SECTION. ADJUSTMENT SECTION siimmommNIMMOMGM6 yrs IA\ oI. -.ft.. is [1-in... . iIrsi MN 1 BASE SECTION JIM are NOTES • 1. THE COVER OR GRATING OF A CATCH BASIN SHALL NOT BE GROUTED TO FINAL GRADE UNTIL THE FINAL ELEVATION OF THE PAVEMENT, GUl TER,DITCH,OR SIDEWALK IN WHICH IT IS TO BE PLACED HAS BEEN ESTABLISHED,AND UNTIL PERMISSION THEREAFTER IS GIVEN BY THE ENGINEER TO GROUT IN PLACE IN ACCORDANCE WITH APWA STANDARD SPECIFICATION 7-05.3. art 3. SHIMS SHALL NOT BE USED TO SET FRAME TO GRADE.THE USE OF SHIMS IS PROHIBITED. 3. A CONTINUOUS LAYER OF MORTAR SHALL BE PLACED BETWEEN ADJUSTMENT RINGS AND BRICKS PRIOR TO PLACEMENT. 4. THE USE OF BRICKS IS PERMITTED WHERE THE BRICKS ARE STAGGERED TO CREATE A RUNNING BOND OR%2 BOND. 5. ADJUSTMENT SECTION SHALL BE GROUTED WATERTIGHT TO THE BOTTOM AREA OF THE ADJUSTMENT SECTION WITH NONSHRINK GROUT 6. GROUTING BETWEEN ADJUSTMENT SECTION SHALL BE WATER TIGHT 7 GROUT IS TO BE NON SHRINK TYPE GROUT MEETING THE REQUIREMENTS OF ASTM 157 PER APWA STANDARD SPECIFICATION 9-20.3 FOR ma MAXIMUM PERCENT DRY SHRINKAGE.THE MINIMUM COMPRESSIVE STRENGTH SHALL BE 4,000 PSI AT 7 DAY PER APWA STANDARD SPECIFICATION 9 20.3 8, PICK I LIFTING HOLES ARE TO BE GROUTED WATER TIGHT. IMO Mr STD. PLAN - 202.00 PUBLIC WORKS CATCH BASIN INSTALLATION DEPARTMENT .r MARCH 2008 Nil 5 1/2" 1-R 3 LEVEL di HOOD 1 3 j//////////////q� 1'MIN. 12"MIN. ��6 3 OPENING HEIGHT c, - 4'MIN. a o / TOP OF GRATE SEE NOTE 3 \ )r ,.// / /� I\ A ` ' FRAME I DETAIL SECTION AO a CATCH BASIN (=0.58') 29'MIN. _ =3' 1"MIN. 20 1/4" (=0.25')GRATE a TYP. ''''__YY JJ ' ,`r L u o � g a \SEE NOTE 4 ® Z =34"(WIDE SIDE) - % (TYP.) CATCH BASIN TYPE 1 SEE NOTE 2 (TYP.) .1 Z f =40'(WIDE SIDE) N CATCH BASIN TYPE 1L _aid MI dill n n -_ SEE NOTE 1 TOP VIEW SECTION CD , FRAME DETAIL 1. NOTES 1. The asymmetry of the Combination Inlet shall be considered when calculating the offset distance for the catch basin. See SECTION A. di 2. The dimensions of the Frame and Hood may vary slightly among dif- ferent manufacturers. The Frame may have cast features intended CURB OR CURB AND GUTTER to support a grate guard. Hood units shall mount outside of the Frame. The methods for fastening the Safety Bar/Debris Guard Rod MATCH TOP OF HOOD to the Hood may vary. The Hood may include casting lugs. The top illit TO TOP OF CURB(TYP.) of the Hood may be cast with a pattern. Hoop „id - 3. Attach the Hood to the frame with two 3/4”x 2"hex head bolts,nuts, and oversize washers. The washers shall have diameters adequate egl DO NOi INSTALL to assure full bearingacross the slots. SAFETY BAR!DEBRIS GUARD 20".24"VANED GRATE �� � • 4• When bolt-down grates are specified in the contract,provide two QIli �1� ; , FRAME holes in the frame that are vertically aligned with the grate slots. 4�����.j� lap each hole to accept a 5/8"X-11 NC x 2"alien head cap screw. Location of bolt-down holes varies among different manufacturers. illit ����� See BOLT-DOWN DETAIL 440. 5. Only ductile iron Vaned Grates shall be used. --....,,,/ 6. This plan is intended to show the installation details of a manufacilli - tured product. It is not the intent of this plan to show the specific ISOMETRI:.VIEW details necessary to fabricate the castings shown on this drawing. Ili tiCY o C.) AN 4. • • PUBLIC WORKS OPEN CURB FACE ``�� DEPARTMENT FRAME AND GRATE STD. PLAN - 203.00 ��NiO� INSTALLATION DETAIL MARCH 2008 It li a AR zs va .r111 r 1111B , 1 C,' BOLT-DOWN HOLE(TfP.) ' 5!8"-11 NC SEE DETAIL&NOTE 2 NI N t. i ei 1 TOP NOTES 1. This frame is designed to accommodate 20"x 24"grates or MI covers 2. Provide two holes in the frame that are vertically aligned with t he grate or cover slots. Tap each hole to accept I---______ za ala° _-1 a 5/8"-11 NC x 2"alien head cap screw. — - Location of bolt down holes varies among different -F manufacturers. / i 8.Refer to Standard Specification 9-05.15(2)for additional I +_ requirements. VISWIA SECTION rik- MS — RECESSED ALLEN HEAD CAP SCREW �, 7��8yr1,8 5!8'-11NCx2' Y��IY v �T �-.{ f.RA E j ISOMETRIC VIEW , ,.T ztT 1 ,17 N V.'^ i^ Q. Fr 1 S.'8' - FRAME a Y/i A is �� r-r-,- r ..L i LT • .... es 1.zI _ ti 1 21/2' .-� SECTION BOLT-DOWN DETAIL DETAIL B 5FF NOTE 2 MI tiY--o STD. PLAN — 204.00 As PUBLIC WORKS RECTANGULAR FRAME I „ •PNTo DEPARTMENT MARCH 2008 r. SA 1.1 a < FG J MOIdj r �. 13" j i I fes, ..�. SLOT-SEEDETAIE.. 5.i ' t_T_' AND NOTE 1 1T L -.3 illiJ t { 5 is 2,4 'i Mil 1 �-- t r____, -i —>—'' r _ 5• t 1 I r 3•; II FA TF ',TRFAN C NP NC P7 ,,,TANTS I " TOP SECTION rig Si a F _ .7 OR 8 EQUAL SPACES f I iI DIRECTION OF FLOW 1 ' El dr tr dr--, ts.• _‘4... .41 .L. , ., at SECTION Cn1 F ,% -1- - I v 1 , _ a I-3ra 1,4- 1 iiii "'i T dei -r" �� / I>- >4' ' BOLT-DOWN SLOT DETAIL SEE NOTE 1 1t NOTES I Provide two slots in the grate that are vertically aligned with the holes In the frame.Location of bolt-down slots tilli varies among different manufacturers. ISOMETRIC 2 Refer to Standard Specification 9-05.15(2)for additional requirements. 1110 3 Unless otherwise specified,vaned grates shall be used with standard frame in the travel way,gutter or shoulder.vaned grates shall not be located within crossroads.Use vaned grates along rolled curbs. II ,lig °ASTD. PLAN — 204.20 PUBLIC WORKS RECTANGULAR F -aiNDEPARTMENT VANED GRATE a r ,' MARCH 2008 a IT[13mm]LETTERING ./,_.. -- Bol THOLES-3PLCS EQUAL LY SPACED 126 r-. x APART ON 23 1 16"(586mm'DIA B.C. (886 ..z Ah I1g4Iq 4:„. -71. , i__\ RENTON -- AHEAD OF THE CURVE \\-/ :N MI ° �/ ��r: Ns (1)1'(25mm) ) DIA COVER BOTTOM VIEW V ._. 1 1 4'132mm'LETTERING PLAN VIEW la 25'DIA '3)0LT SOC.(ALLEN HEAD (635mm] -�-I, r .- 5'8"-11 X 1.5 SS [25mm] RUBBER WASHER 3.,4. I +, + [19mm] _..1 1 �dIf 8 3.4' 2 1 2' 1111I-1 \ i+- —_ [222mm] ..... [64mm] TYP gm COVER SECTION VIEW Ora EON BOLTING DETAIL 26 1:'2'DIA YAC [673mm] 25 1!4'DIA [641mm] __.._..y', 1 1 16' - [27mm] --1 4'(6mm)DIA ar ' NEOPRENE GASKET i l $i 1 .. 6' [6mm] i..F` yy 1 1:16" ! 1,' [152mm] , r '27mm] 5.8' 23 38'DIA CL OPEN [16mm] ' [594mm) ... " 118'__T ,,. [3mm' ' mis27 5 16"DIA 1:8' _ _ [694mm] ]R3mm] 3418"DIA GASKET GROOVE DETAIL [867mm] 'l' NOTES FRAME SECTION VIEW ALL COVERS SHALL BE LOCKING LID PER EASTJORDAN IRON WORKS INC.No.3717C1 OR APPROVED EQUAL. la titY -o STD. PLAN - 204.50 G • mi• '� PUBLIC WORKS STORM ROUND FRAME AND COVER • DEPARTMENT ---__ e1VT0$ MARCH 2008 N a ow ' h 4--...,1 -- #6 BARS @ 7"SPACING Y ' > 12"(TYP.) a T ........., r k '';''',4-''' x k+ i I ... H '14 k ,4„.--,4,...- 20"x 24" .- , 24"DIAM. 48"DIAM. �X X�i Xr k, k I I i.' 6 OR 54"DIAM.HOLE - - °D Ik I vi 2' TYP - H 1 ) —I6 r r 4, 12 4..0....x.... a.... .....i �.�. i� •4 _ �;..., -2 12'MAX. t-- .3 �1 84"or 96"FLAT SLAB TOP r12" PREFABRICATED LADDER "• .,' 4, hili $''' � - #5 BARS @ 6'SPACING ' 1 Jka ,..s.;„,,24:14 1-,-12'MIN. 20'x 24', � - 24"DIAM. 48"DIAM. T OR 54"DIAM HOLE TYP..1- TYPICAL ORIENTATION 1_- -44- '�T3 a I - I T FOR ACCESS AND STEPS Ti 0 iy ' "�.'` L r MIN. STEP 2 1/2"MAX. 72"FLAT SLAB TOP a i 24"MIN. ..- iAril,„ - #4 BARS @ 6"SPACING ' ,. . lir 0411- •x.0.0;, P 40. 20"x24'OR ' ' i 24`DIAM.HOLE —� SA i._ w -, Hi- 2"(TYP.) .1 I_- 48'MIN. �7-+�+.q{ 0 U1 1"MIN. 21/2"MAX. ECCENTRIC CONE SECTION 111 48'•,54",or 60"FLAT SLAB TOP T,� a 34" ..,y g �X { j x�� _ � a 6'OR12' - - ONE#3 BAR HOOP - ti ` rs. ONE#3 BAR HOOP FOR 6" i 4' 1., TWO#3 BAR HOOPS FOR 12" CIRCULAR ADJUSTMENT SECTION RECTANGULAR ADJUSTMENT SECTION Yyii 1.0 As an acceptable alternative to rebar,wire mesh having a minimum area of 0.12 square inches per foot may be used for adjustment sections. IIIII OYI PUBLIC WORKS I MISCELLANEOUS DETAILS FORSTD. PLAN — 204.60 • ARDEPARTMENT DRAINAGE STRUCTURES F MARCH 2008 .� i al meh no 2 • 0 rrr MIN 2" �,. /� OVERLAP _ _�•.__�� 7.9 (. I I I ANCHOR IN E'x6"MIN TRENCH IMO ' — AND STAPLE AT 12'INTERVA,_S _ f I t I __- --- MIN.6 OVERL.AP ■1�1 III III :II .III I 1- `- •__ T _ STAPLE OVERLAPS III—' ( III I — I I III - - MAX.I=.. MAX.5 SPACING 1 I I_-1 --`BRING MATERIAL DOWN TO A LEVEL AREA,TURN THE END UNDER 4"AND STAPLE AT 12"INTERVALS ilY NOTES all 1. CONDITION OF USE 1.1. FOR PERMANENT STABILIZATION OF SLOPES 2H:1V OR GREATER AND WITH MORE THAN 10 FEET OF VERTICAL RELIEF. 1.2. IN CONJUNCTION WITH SEED FOR FINAL STABILIZATION OF A SLOPE,NOT FOR TEMPORARY COVER.HOWEVER,THEY MAY BE USED FOR TEMPORARY APPLICATIONS AS LONG AS THE PRODUCT IS NOT DAMAGED BY REPEATED HANDLING. 2. DESIGN AND INSTALLATION SPECIFICATIONS 2.1. INSTALLATION IS CRITICAL TO THE EFFECTIVENESS IF THIS PRODUCT IF GOOF GROUND CONTACT IS NOT ACHIEVED,RUNOFF CAN CONCENTRATE UNDER THE PRODUCT RESULTING IN SIGNIFICANT EROSION.. 2.2 JUTE MATTING MUST BE USED IN CONJUNCTION WITH MULCH.EXCELSIOR,WOVEN STRAW,BLANKETS,AND COIR(COCONUT FIBER)BLANKETS MAY BE INSTALLED WITHOUT MULCH. 2.3. PURELY SYNTHETIC BLANKETS ARE ALLOWED,BUT SHALL ONLY BE USED FOR LONG-TERM STABILIZATION OF WATERWAYS.THE ORGANIC BLANKETS,ARE BETTER FOR SLOPE PROTECTION AND SHORT-TERM WATERWAY PROTECTION BECAUSE THEY RETAIN AND PROVIDE ORGANIC MATTER TO THE SOIL,SUBSTANTIALLY IMPROVING THE SPEED AND SUCCESS OF RE-VEGETATION. ra 3. MAINTENANCE STANDARDS 3.1. GOOD CONTACT WITH THE GROUND MOST BE MAINTAINED,AND THERE MOST NOT BE EROSION BENEATH THE BET OR BLANKET. 3.2. AREAS OF THE NET OR BLANKET THAT ARE DAMAGED OR NOT CLOSE CONTACT WITH THE GROUND SHALL BE REPAIRED AND STAPLED. 3.3. IF EROSION OCCURS DUE TO POORLY CONTROLLED DRAINAGE,THE PROBLEM SHALL BE FIXED AND THE ERODED AREA PROTECTED. 11111111 rr I o STD. PLAN — 213.20 vsR, PUBLIC WORKS SLOPE INSTALLATIONS ,.a DEPARTMENT DEPARTMENT Net% MARCH 2008 rr JOINTS IN FILTER FABRIC SHALL BE SPLICED AT POSTS.USE STAPLES WIRE RINGS,OR EQUIVALENT TO ATTACH FABRIC TO POSTS. 2'x2°BY 14 Ga.WIRE OR -- -- EQUIVALENT,IF STANDARD _... T� ..-... f" .... .. ._.. STRENGTH FABRIC USED f :::;::::::::...._; :::: glair::::: :WARS. FILTER FABRIC .______ E ::%::::��55......ml. Z Pr iY din C::::::::::�•::::. Nii u:::: :::: 2 6'MAX. " MINIMJM 4"x4"TRENCH BACKFILL TRENCH WITH _._ t POST SPACING MAY BE INCREASED NATIVE SOIL TO B'IF WIRE BACKING IS USED 2"x4"WOOD POSTS,STEEL FENCE POSTS,REBAR,OR EQUIVALENT a • a NOTES 1. CONDITION OF USE 1.1. SILT FENCE MAY BE USED DOWNSLOPE OF ALL DISTURBED AREAS. 1.2. SILT FENCE IS NOT INTENDED TO TREAT CONCENTRATED FLOWS,NOR IS INTENDED TO TREAT SUBSTANTIAL AMOUNTS OF OVERLAND FLOW. a ANY CONCENTRATED FLOW MOST BE CONVEYED THROUGH THE DRAINAGE SYSTEM TO A SEDIMENT TRAP OR POND. 2. DESIGN AND INSTALLATION SPECIFICATIONS 2.1. THE GEOTEXTILE USED MOST MET THE STANDARD LISTED BELLOW.A COPY OF THE MANUFACTURERS FABRIC SPECIFICATIONS MOST BE AVAILABLE ON SITE. ADS(ASTM 04751) 30.100 SIEVE SIZE(0.60-0.15MM)FOR SILT FILM 50-100 SIEVE SIZE(0.30-015MM)FOR OTHER FABRICS WATER PERMITTIVITY(ASTM D491) 0,025EC4-1 MINIMUM GRAB TENSILE STRENCHT(ASTM D4632) 180 LBS MIN FOR EXTRA STRENGH FABRIC 100 LBS MIN FOR STANDARD STRENGHT FABRIC GRAB TENSILE ELONGATION(ASTM D4632)30%MAX. ULTRAVI OLATE RES:STANCE)ASTM D4355)70%MIN 2.2. STANDARD STRENGTH FABRIC REQUIRES WIRE BACKING TO INCREASE THE STRENGTH OF THE FENCE.WIRE BACKING OR CLOSER POST SPACING MAY BE REQUIRED FOR EXTRA STRENGTH FABRIC IF FIELD PERFORMANCE WARRANTS A STRONGER FENCE. 2.3. WHERE THE FENCE IS INSTALLED,THE SLOPE SHALL NOT BE STEEPER THAN 2H:1V 2.4. IF A TYPICAL SILT FENCE IS USED,THE STANDARD 4X4 TRENCH MAY NOT BE REDUCED AS LONG AS THE BOTTOM 8 INCHES OF THE SILT FENCE IS WELL BURIED AND SECURE IN A TRENCH THAT STABILIZES THE FENCE AND DOES NOT ALLOW WATER TO BYPASS OR UNDERMINE THE SILT FENCE. 3. MAINTENANCE STANDARDS 3.1. ANY DAMAGE SHALL BE REPAIR IMMEDIATELY. 3.2. IF CONCENTRATED FLOES ARE EVIDENT UPHILL OD THE FENCE,THEY MUST BE INTERCEPTED AND CONVEYED TO A SEDIMENT TRAP OR POND. 3.3. IT IS IMPORTANT TO CHECK THE UPHILL SIDE OF THE FENCE FOR SIGNS OF THE FENCE CLOGGING AND ACTING AS A BARRIER TO FLOW AND THEN CAUSING CHANNELIZATION OF FLOWS PARALLEL TO THE FENCE.IF THIS OCCURS,REPLACE THE FENCE OR REMOVED THE TRAP SEDIMENT. 3.4. SEDIMENT MOST BE REMOVED WHEN SEDIMENT IS 6 INCHES HIGH. 3.5. IF THE FILTER FABRIC(GEOTEXTILE)HAS DETERIORATED DUE TO ULTRAVIOLET BREAKDOWN.IT SHALL BE REPLACED. IIS ,p STD. PLAN - 214.00 /AR ' PUBLIC WORKS SILT FENCE •\ i$ DEPARTMENT 4:-ef MARCH 2008 a Our 5'MAX. 3 DRAINAGE GRATE TRIM GRATE FRAME 3 •./r0 a !! Orr � SEDIMENT AND DEBRIS OVERFLOW BYPASS BELOW INLET GRATE DEVICE 6b 1111 FILTERED WATER 1111 ' e ' e A o SECTION VIEW MIr DRAINAGE GRATE -RECTANGULAR GRATE SHOWN RETRIEVAL SYSTEM(TYP.) 4o Q vy Ito l • BELOW INLET GRATE DEVICE OVERFLOW BYPASS(TYP.) 4111 41111 ISOMETRIC VIEW NOTES 4r11 1. Size the Below Inlet Grate Device(BIGD)for the storm water structure it will service. 2. The BIGD shall have a built-in high-flow relief system(overflow bypass). 3. The retrieval system must allow removal of the BIGD without spilling the collected material. 4. Perform maintenance in accordance with Standard Specification 8-01.3(15). *a ti`tY O STD. PLAN — 216.30 a j : PUBLIC WORKS CATCH BASIN FILTER 4w11 �� DEPARTMENT MARCH 2008 MD Q N .1 15 (typ)see note 1 :"DIAMETER SMOOTH ��rrArr\r - - - 4 hook damps evenly BARS EQUALLY SPACED `, `,` placed see detail below (4"O.C.MAX.) I\ all —'") Eyij :J rovintenance ac l'1/411/4,1 E�--_ A (ttl bolts and provide locking ;' / mechanism(padlock)on lower end. i Locate steps directly below ��rr_rr/� Ili PLAN EW NTS a w"DIA.SMOOTH ROUND BARS LOWER STEEL BAND,'x 4'WIDE WELDED EQUALLY SPACED. FORMED TO FIT ON GROVE BARS SHALL BE WEEDED TO OF C.B RISER UPPER&LOWER BANDS 124 BANDS EVENLY SPACED SEE NOTE 1) 24" UPPER STEEL__ EE I NOTES1 BAND r4'X 4" WIDE zmiuu��a��� .01,1 TYPE 2 CB — a --11HIJ — STANDARD GALVANIZED STEPS OR LADDER 45" SMOOTH VERTICAL BARS ', I C.B.RISER SECTION A—A. NTS HOOK CLAMP _ .. CNCHORED TO C.B.RISER OETA■L MOCK CLAMP NTS NOTES: 1. Dimensions are for illustration on 54"diameter CB. For different diameter CB's adjust to maintain 45°angle on "vertical"bars and 7"o.c.maximum spacing of bars around lower steel band. 2.Metal parts must be corrosion resistant;steel bars must be galvanized.The use of steel is prefer. 3.This debris barrier is also recommended for use on the inlet to roadway cross-culverts with high potential for debris collection(except on type 2 streams) 4.This debris barrier is for use outside of road right-of-way only. For debris cages within road right-of-way Y o,`'�r ..oma STD. PLAN - 234.20 PUBLIC WORKS OVERFLOW STRUCTURE \L$ DEPARTMENT r - �15't% MARCH 2008 a ale PROPERTY LINE in 5 FUTURE 6" BUILDING SEWER PIPE ; BUILDING SEWER .rr w Z �2"x 4" STUD MARKING POST PAINTED fl -TEE WITH 6" SIDE OUTLET 6"X6"X6" WYE WHITE WITH THE WORD "SEWER" STENCILED SURFACE CLEANOUT WITH IN 3" HIGH BLACK LETTERS AND #6 WIRE CAST IRON RING & COVER WRAPPED AROUND THE STUD AND ao (EAST JORDAN IRON WORKS EXTENDED TO THE TOP OF THE STUD. 2 2975 OR APPROVED EQUAL, (1- SPECIFY "SEWER" ON LID, SEE STD. PLAN 403.1 FOR 6" SIDE SEWER AND BUILDING SEWER INSTALLATION) wr ACCEPTABLE PROCEDURES FOR SIDE SEWER CONNECTIONS TO MAIN LINES ARE AS FOLLOWS: A. VITRIFIED CLAY MAIN - CUT IN A NEW SECTION OF SEWER MAIN WITH 410 A NEW TEE USING FLEXIBLE COUPLINGS (FERNCO OR APPROVED EQUAL). B. CONCRETE MAIN - CUT IN A NEW SECTION OF SEWER MAIN WITH A NEW TEE USING FLEXIBLE COUPLINGS 401 (FERNCO OR APPROVED EQUAL). C. PVC MAIN - CORE-DRILLED WITH A ROMAC SADDLE (OR APPROVED EQUAL) OR CUT IN A NEW TEE USING RIGID COUPLINGS. D. DUCTILE IRON MAIN - CORE-DRILLED WITH A ROMAC SADDLE (OR APPROVED EQUAL) E. MANHOLE CONNECTION - ALL CONNECTIONS TO MANHOLES SHALL BE AT MANUFACTURED KNOCK-OUTS OR THE mai STRUCTURE SHALL BE CORE-DRILLED. 60" ALLOWABLE MAX. FOR CAST IRON PIPE m. • OR DUCTILE IRON PIPE. ` OV•(& 1:3:5 MIX 5. CONCRETE p.NG '((NG BLOCKING \-1, 25 �,P� (�8( wr M(a 2G:rc. ���� , �N 2% MU' SLOPE I HORIZONTAL AMP 6" SIDE OUTLET TEE SEWER 6" MIN. MAIN SEWER MAIN CONCRETE BLOCKING ANGLE TYPICAL SIDE SEWER ELEVATION OF TEE AT MAIN OVER 25 ELEVATION NOTE: UNLESS OTHERWISE SHOWN ON PLAN, SIDE SEWER SHALL HAVE A MINIMUM 2.5' COVER AT PROPERTY LINE OR 3-5' LOWER THAN THE LOWEST HOUSE ELEVATION, WHICHEVER IS LOWER. Ww Y Gly PUBLIC WORKS STANDARD SIDE SEWER STD. PLAN - 406.1 4 DEPARTMENT INSTALLATION NrTo� (SEWER MAIN TO PROPERTY LINE) JANUARY 2013 a. • NOTES 10'MAX. 1000'MAX. PULL POST-SPACED HOG RINGS(TYP.) END OR CORNER(BRACE)POST TENSION WIRE 10'MAX(TYP) ®1000'MAX. ". SPACED Q 24'MAX. 1 All d meter. shall be 10' LINE POST-SPACED BRACE TENSION KNUCKLED SELVAGE : ( D ) 2. Alongthe top and bottom.usingHog TENSION WIRE PULL POST 0 ®10'MAX. POST WIRE - (TYP) f__�1 TENSION WIRE - BRACE POST O •••• 40� I Rings,fasten the Chain Link Fence r,. • • .r ;•?:,.•:;�:yc•r,•.?•:_ a•„•M, Fabric to the Tension Woe within the ••.•••• .. :;.;.:•.. •• :%ti: .... •• .. ...:.r ..�;:�i.;:,: tkMfisoTthe first fun fabncweave. ...• .. I;r••,•'•• .4.:.:-.K.:.% TIE WIRE •fi�':i%' .,�.:,,•.r 3. Details are Illustrative and shall not TENSION WIRE •ti. : EYP.) ;;:�;••• TENSION WIRE ::: TENSION WIRE limit hardware design or post selec- t.," ::fir:r% y:• vim•�••;• • $;: ::::::::i:::. tan of particular fence w t }< . any Pa type. I:;:. ��.I�:: ••:;:;i;::!: b S TIE WIRE :;'I0:•• :i::.:- FABRIC BAND(TYPJ ••:':}'�% m : FABRIC BAND(TVP .•• '.. TIE WIRES(TYP)- w I•:r •:I w tititi;i;:,: STRETCHER BAR(TYP.) •✓�I�'%•• SPACED 14'MAX. Ii' .:Iii _ - >r,a .-, O . - . . STRETCHER ...•.' s SIRE C ijart•' ' %. •:' .• _ t 1 V.:rrrt:.r.t.e ••:•{•• :• {�%s:;:::�%�:;{:'I' ,. may.- %•t- ` /,.:r/`';N;.`/` ;/`/\,/..; .`I y�/, i^ �. . .♦:.�' � r ,.r-,�V ' ,;_r-v;.r.,.�,.N.�.1...1611.1"1 yx. o. .,11' ..r. �,�,.vr /� BAR TENSION WIRE l': aKNUCKLED SELVAGE " CHAIN LINK TENSION WIRE '(.! / HOG RINGS ifYP t2: .- N I.- FENCE FABRIC 'J FABRIC I SPACED 24'MAX. - '•• d ��) I V• I POST :-: s I I.• -_ U } 4 „ CONCRETE POST �•.•1 ' i ;�f - BASE RYP.) .I.I SPACED IS' '• \ TYPE 3 /N le 10'MAX 500'MAX. PULL POST-SPACED HOG RINGS(TYP) �� 500 MAX. ' SPACED a 24•MAX. END OR CORNER(BRACE)POST TENSION WIRE 10'MAX.(TYP) O' TENSION WIRE PULL POST O LINE POST-SPACED BRACE TENSION WIRE KNUCKLED l u/ TENSION WIRE BRACE POST l III Mr ®1P MAX. POST SELVAGE(TYP�,. +-' f� ('I rr•.•.....•, r:....-.-:.•.::.` e ... ...... ...... ,,...,is • • . rrr,,S r tib} STRETCHER BAR TO POST / METHOD OF FASTENING imp; I�.,.• •. ;%;.'�., TIE WIRE .,•,,... o' •.:•,{.•. TENSION WIRE •� TENSION WIRE {!r•:•S STRETCHER •:•%: iz •%:;Y.; nE WIRE : }; BAR P. 'f: :: ::$. ~I2 {::% �P.) •;:.. • STRETCHER I :: FABRIC BAND(TYP) Ki: LL FABRIC BAND(TYP-) ;::.. a--i I:;• 11 ?;••: •.•.•.r..:•.......a.;•:{•:::r.:•..•.•..................:%%r.%:..,. ...... •rr•r.. .......................... ATRI0 c. /MYY�/•/�/•1�/•r�i•r�/•r�ivim/ � •�'��/ F` O ,,,,..,:::•.....4.724444-34° -ems. r. :� ;r'v..'. ..sL: "PJ''. . .` Y O ep�wVi I 111 o a b_a �. KNUCKLED SELVAGE CHAIN LINK '• 1 1 416 ar�y° u \yi i:, �,� } (7YP.) .,. FENCE FABRIC •�. C ' .7.1< ._ ,._e w 411:1 g Q CONCRETE POST If y%1,,. 3 t 181� BASE(TYP.) 3t • 7+367......./..> 41 I 1 1 TYPE 4 Pe, -or s•rst-�• � l i IlyA 317 10,1n, POST AND RAIL SPECIFICATIONS j- 15/8• CHAIN LINK FENCE PIPE ROLL FORMED q -I T TYPES 3 AND 4 POST n_ ' •- _.._E NOM.SIZE WEIGHT STANDARD PLAN L-20.70-02 (SCH,40) SECTION (�) n •'i SHEET 1 OF 2 SHEETS • APPROVED FOR PUBLICATION END,CORNER OR PULL POST 2 1/2•DIAM. 05 10 I FENCE LINE Pasco Bakotich 111 08/21/12 FABRIC LOOP / I— -- .1iATE 01..1'0141M01iElA ONE LINE OR BRACE POST 2 DIAM. OZ 1 85 -2 SIDES O 0 � Washington Polo .ns �n x..n1.f T.e ..Nan f 1 1 i I I I I I I I I I I I I I I $ a cc u. U EYE NUT EYE BOLT M m 7.. EYE BOLT TENSION WIRE / Fi .I TURNBUCKLE 1MEW II° FABRIC BAND I'\ / STRETCHER BAR TENSION WIRE I�' \41!.11.1:3111 �� \' � TENSION WIRE l \/ FABRIC BAND(TYP.) I I. 14><:" /\ _ STRETCHER BAR(TVP.) END OR CORNER(BRACE)POST PULL POST(AT END OR CORNER) DETAIL AO DETAIL O TENSION WIRE TIE WIRE-SPACED „I/ 0 14'MAX(TYP.) \ \/\( \� EYE BOLT EYE NUT /N.• i �� ti a TURNBUCKLE _'_ o"tl TURNBUCKLE \ •\ � ,�CI. •� � pATRIc,. 9 �. A r/° r—' .mo-....._a,.�,r ...,...o► � {c c�+}. TENSION WIRE ".�.\ TENSION WIRES / 4 1�_ \,1 O py.Asy/ '_# y TENSION WIRES 4k wS� L �l/�l/��/� c EYE BOLT � / \.�10c Itai 5�' A,,i �� 110111 HOG RING-SPACED , . 1 WII tl C0 24'MAX. ( /\/\ -,3 C 8 FABRIC BAND(TYP.) a L '� i *�< • 2 t 4y6y tip /\ _ /N STRETCHER BAR(SVP) I I M E BRACE POST PULL POST(WITHIN RUN) CHAIN LINK FENCE TYPES 3 AND 4 DETAIL CO DETAIL OD STANDARD PLAN L-20.10-02 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich!N 06/21/12 Nf -- _ AIME OEl10N FNONktR DATE T WwNnY..!M!MpFnml N Tnnq.rml{rl CHAIN UNK FENCE TYPE 3 OR 4 DOUBLE 14 FT.CHAIN UNK GATE-PAY OMIT CHAIN UNK FENCE TYPE 3 OR 4 PAY LIMIT �... DOUBLE 20 FT.CHAIN UNK GATE-PAY UMIT PAY UMIT 14'-0'OR 20'-0- 10'-0'(IP) y HOG RINGS-SPACED H"- "" 3 PULL POST ®24'MAX(TYP.) GATE POST(TYP.)-3 1R' TIE NARES(rYP)- MATCH FENCE I PULL POST w DAM.(NOM.,SCH.40) SPACED®14"MAX SELVAGE(TYP.) TOP HINGE-180" --TENSION WIRE ID TENSION WARE - / SWING(fYP) �'.. A) -. TENSION HARE - '1 r , m Al.;;;'♦�V•'••-i••t•••-•ri••:+:4i'•••.••is'''-'•;'•'4;',,.;: `:.7.4r�7-•7-i i♦•=•r•=rIrii•:• •:;Kiri ir. =inr•i♦i=iY i'•§•�•�♦.1�I-! ►i•�♦�•To'•i-•i;♦�•�•,♦:•�♦:♦�i••i a'1Vs ;,..•i m 4�i t 4:4 •♦ TRUSS ROD •♦' ♦♦♦ •�•i'�l►:•�� •••:::.1.4,:,:t - ♦MM_�..+�� TENSION VIRE •• ►♦• (TIP.) • ♦♦ !'• ♦!�i• d FABRIC BAND(TYP) *••�I' j�i -►� •,_ _: ••t,_ 1••• •4 r • ••4_ ►•• • • A ►• TENSION ♦ 1 •♦�M ► TENSIONNAR •411 ► X •�� -I�• ...WIRES :4. STRETCHER BAR ••-'-'1 ••• j•• • ••41� Ho*�♦ •,�q CIYP) ♦•-► ••�I •• • ♦ 4/• I:. *MI* ••' " ••y•i•••-•••O•♦•••-•••-••••3♦•• 441444 •<: �.•_i•!."----'.'•'O..O.•i!.A"O.Q''• ♦!i-♦!•!4�i�i!4L♦!•!•!Qi�i�i!i�i!•�i:!0,11:::i••••.•-..•:.•.1.•..•d-.-. . .�_,. . D 41":•-•-• .o- s.w•f:606f.L�LLLLLLTii= --_- �� = =i w�p•••••_•'•_•:w:•'f:'J.1.Lf••• • �� ; BOTTOM TENSIONIMRE .','4 !�1.`;��` �,�7,�.. 7�?:Y/.�/,. % ,`'I,�%r`�'i I S. `/.5/<`�iv/ p S S,y S7. ,x ♦ -/'%. P"/ P'f y,v/!. v j •^P""I 'IS/`%`f,.`%.. /.. r '! �,.1— (TYP)(NOT REQUIRED FOR CHAIN UNK FENCE TYPE 4) 1,j c '!1 MATCH FENCE . m BOTTOM HINGE- $ © 4 I 114 SELVAGE(TYP.) ••',� 1BO'SWING(TYP) 1 I 'I CHAIN UNK FENCE FABRIC • - -_L •• 41 HOG RINGS-SPACED I. l_.. .•' . a 24"MAX.(TYP) 3_4 3'•0"-CHAIN UNK FENCE TYPE 3 7-0"-CHAIN UNK FENCE TYPE 4 J 12"ROUND(TYP 1 DOUBLE GATE CHAIN UNK FENCE TYPE 3 OR 4 SINGLE 8 FT CHAIN LINK GATE CHAIN UNK FENCE TYPE 3 OR 4 PAY LIMIT PAY UMIT --- PAY UMIT - HOG RINGS-SPACED B'- I 10'-0'(TYP.) O 24"MAX (TYP) PULL POST GATE POST(TVP.)-3 1Q' PULL POST CRAM (NOM SCH 40) TOP HINGE- -REQUIREDIONLY FOR GATE POST TENSION WIRE - ON HINGE SIDE 80'SWING � ►,0 TENSION HARE �Y L.e t E �,',;;;:�•1.vv4'i'i`i'♦j.�•�•�•j•:•�•:•x wiv.•x t�•�•�•:•�•.._ ;:-.7......,i � 4 �� :ce rvi�-►��•�:.:.:i'i'• .:44i'iti ♦�i'i,0,..�.'.'.'s,�.*ai @� of As„, .1,_ 9 ` •il ►••• TENSION WIRE ••,- :•• VI 1.4� TENSION WIRE VII!r • FABRIC BAND P) 41, i►• • 4 •' • 1 11 . :• •• ► TRUSS �. 41I ♦• 1MRETENSI� i ►• >- EY ,, ►• •• ,• RODS 1I ►• ,1►. O ,P 32350 O W i ii 1 YA 1t p it �• TENSION WIRE •••--'• I ;1 �i-►� '0�o , 32350 '0 \\ 1; S BI STRETCHER BAR(TYP.) •I-V♦• $1 •►•• •�1 -♦. �1i►- J' G €€ `i iii ••i• !�•i •41 O• I♦•� ► S•ONA L $ I "••••i ♦•J••♦•••••O••••••• i!••44I-.•:.•••••00•••••♦ •i I 1 I I I I I I I I I $ I I $ I I I I co z wEVE NUT N m EYE BOLT En TENSION WIRE TURNBUCKLE I TENSION WIRE A I - 'm Ni1 IS. TiIN Ili• ro eer,—....... _.._�ir-..,.,... FABRIC BAND ' mom fi' \� EVE BOLT TENSION WARE 0 TOP HINGE '../ \� >4 1 P.MIIMII �\ II% \/\/ FABRIC BAND(TVP \/,' III/ .� /, i ,\,/, \ \, I /\/\ /\/\v„,\", /- STRETCHER BAR STRETCHER BAR(TVP.) GATE POST PULL POST DETAIL OA DETAIL O STRETCHER BAR(TVP.) STRETHCER BAR FABRIC BAND(TVP.) 41 \%\ \/ Al r I \/ \/ FABRIC BAND .\ /. I \/ C ••\ TENSION WARE /\/\ \ ��`l� ■ fit, 1§p.�.\ �� TENSION WARE fir, /\/.' 10/ ,./\ iC '%o/_-ItSS/ y� e D UJH TURNBUCKLE ' I EYE BOLT /.7,z, - f ykffkrl 1 ....... TURNBUCKLE _ 9 g-. ,,, 1111111111111111MTENSION WARE(TVP.)(NOT `,%1 w n —.— 3 64�Ts0 pVO�4r� k A BOTTOM HINGE TENSION VIRE(TVP.)(NOT q tali REQUIRED FOR CHAIN LINK EYE NUT REQUIRED FOR CHAIN LINK �f�, T ST8 �G� g I`Ej S g ..``,— FENCE TYPE 4) FENCE TYPE 4) I ONAL Q' 1G Y E EYE BOLT DI I. 15gpk 4411111wo S I. CHAIN LINK GATE GATE POST PULL POST STANDARD PLAN L-30.10-01 SHEET 2 OF 2 SHEETS DETAIL OC DETAIL D APPROVED FOR PUBLICATION Pasco Bakotich III 06-16-11 - STATE PERDU EIIC.EEN DATE T wmNIa+.s B,.D.p d,,,.M.1 Tit.. am _ _ _ _ _ City of, _ _ _ CONSTRUCTION PLANS _ _ _ _ _ _ r CITY OF RENTON rM N O cn I INV MAPLEWOOD CREEK STORMWATER OUTFALL IMPROVEMENTS PROJECT NO, SWP-27-3617 JULY 2015 INDEX OF DRAWINGS VICINITY MAP CONTACTS SHEET EET NOG DRAWINGTITLE NTS , tiWO. ALLEN QUYNN GENERAL ••�� ' t PROJECT MANAGER 1 G-1 COVER,VICINITY MAP AND INDEX OF DRAWINGS • ' < ¢ (425)430-7247 2 G-2 GENERAL,SURFACE WATER DRAINAGE,EROSION CONTROL,AND SURVEY NOTES iii 3 G-3 LEGEND,ABBREVIATIONS,SYMBOLS,AND DESIGNATIONS inr+,po. '� _ S ,. RENTON MAINTENANCE DIVISION .e. (425)430-7400 CIVIL 4 C-1 EXISTING CONDITIONS AND DEMOLITION PLAN .1c�+' EMERGENCY&FIRST AID 5 C-2 STORM DRAIN AND OUTFALL PLAN AND PROFILE STA 1+191 TO 5+00 k - 911 6 C-3 STORM DRAIN PLAN AND PROFILE STA 5+00 TO 9+321 �+ 9nry L:r} 7 C4 STORM DRAIN LATERAL PROFILES 8 C-5 RESTORATION PLAN CITY OF RENTON 9 C-6 ENERGY DISSIPATER OUTFALL STRUCTURE DETAILS 1055 SOUTH GRADY WAY 10 C-7 MISCELLANEOUS DETAILS t•• N.dhat $ RENTON,WA 98057 �4-, � PREPARED BY N 40h9 _ NE 4019 NUN L IJ ` BHC Consultants,LLC PRO ECT JOS;LTA � 1801 FiRh Avenue,Suite 500 LOCATION Seattle.Washi=88101 �►'M208 505 3400 aaa9 NTS W bhbhocansu�com aaafit " �" ... coYiawrs• •. < ®I� ....+�••••- '"' IN ASSOCIATION WITH �". am& _ Survey -KPG Geotechnical Engineering -Aspect Consulting, LLC Y 616 "' �k.•...y�7/2� RECOMMENDED 4" Environmental Services -Shannon &Wilson, Inc •'� � FOR APP /1L e BY Call 48 Hours 707 •' .ws� ar _ 41 .. Before You Dig 'S •��~• 1-800-424-5555 g CHECKED FOR COMPLIANCE y S. 1CfC ONDERGROUNDSERVCE C S NDARDS Date 16—� N/A N,s °�"°`"°" "' E► CITY OF MAPLEWOOD CREEK JULY 2015 Date P CUNNINOIiMI, P.E RENTON STORMWATER OUTFALL IMPROVEMENTS "PeSIMON F+� Public Works Dept. ., Date s,E.. ..,. COVER,VICINITY MAP,AND G-1 "` r S°NnE E vile N0. REVISION BY DATE APPR .nomRESNEI P.E. v A aurNN.P.E INDEX OF DRAWINGS 1 .10 GENERAL NOTES GENERAL NOTES(CONT.) SURFACE WATER DRAINAGE NOTES(CONT.) EROSION CONTROL NOTES (CONT.) I" T' 1 ALL WORK AND WORK MATERIAL SHALL BE IN CONFORMANCE WITH THE 21 RIGHT-OF-WAY AND PROPERTY LINES SHOWN ARE APPROXIMATE ONLY. 11 STRUCTURES SHALL NOT BE PERMITTED WITHIN 10 FEET OF THE SPRING LINE OF M ANY STORM DRAINAGE PIPE,OR 15 FEET FROM THE TOP OF ANY CHANNEL BANK STANDARDS AND SPECIFICATIONS OF THE CITY OF RENTON PUBLIC WORKS 9. A TEMPORARY GRAVEL CONSTRUCTION ENTRANCE,24 FEET X 50 FEET X 8 DEPARTMENT AND THE LATEST EDITION OF THE WSDOTIAPWA STANDARDS AND 22 ALL UTILITIES SHALL BE SUPPORTED AND MAINTAINED DURING CONSTRUCTION INCHES OF 4 TO 6 INCH QUARRY SPALLS SHALL BE LOCATED AT ALL POINTS OF r_ SPECIFICATIONS,AS APPROVED AND MODIFIED BY THE CITY OF RENTON IN THE (INCLUDING THOSE IDENTIFIED AS ABANDONED OR TO BE ABANDONED) VEHICULAR INGRESS AND EGRESS TO THE CONSTRUCTION SITE. N RENTON STANDARD PLANS 8 SPECIFICATIONS A SET OF APPROVED PLANS 12 ALL CATCH BASIN GRATES SHALL BE DEPRESSED 0.10 FEET BELOW PAVEMENT SHALL BE KEPT ON SITE AT ALL TIMES DURING CONSTRUCTION 23 CONTRACTOR SHALL PROTECT PUBLIC AND PRIVATE PROPERTY IN ACCORDANCE LEVEL 10. THE EROSION AND SEDIMENTATION CONTROL MEASURES PROVIDED FOR > WITH SECTION 1-07.16 OF THE WSDOT STANDARD SPECIFICATIONS 13 OPEN CUT ROAD CROSSINGS THROUGH EXISTING PUBLIC RIGHT OF WAY WILL CONSTRUCTION OF THE PROJECT SHALL BE IN COMPLIANCE WITH THE W 2 THE HOURS OF WORK IN THE STREET RIGHT OF WAY SHALL BE PER CITY CURRENT EDITION OF THE WASHINGTON STATE DEPARTMENT OF ECOLOGY SPECIFICATIONS ON WEEKDAYS UNLESS OTHERWISE APPROVED IN WRITING BY 24 PROTECTION THE ENVIRONMENT.NO CONSTRUCTION RELATED ACTIVITY NOT BE ALLOWED UNLESS SPECIFICALLY APPROVED BY CITY OF RENTON STORM WATER MANAGEMENT MANUAL FOR WESTERN WASHINGTON. THE PUBLIC WORKS DEPARTMENT SHALL CONTRIBUTE TO THE DEGRADATION OF THE ENVIRONMENT,ALLOW PLANNINGIBUILDING/PUBLIC WORKS ADMINISTRATOR MATERIAL TO ENTER SURFACE OR GROUND WATERS,OR ALLOW PARTICULATE 14 ROCK FOR EROSION PROTECTION OF ROADSIDE DITCHES,WHERE REQUIRED, 11. DEWATERING WATER SHALL BE HANDLED TO ENSURE DISCHARGE MEETS 3 THE CITY OF RENTON AND BHC CONSULTANTS LLC ASSUME NO RESPONSIBILITY EMISSIONS TO THE ATMOSPHERE,WHICH EXCEED STATE OR FEDERAL FOR EXISTING UTILITY LOCATIONS AND ELEVATIONS ALL LOCATIONS OF EXISTING STANDARDS ANY ACTIONS THAT POTENTIALLY ALLOW A DISCHARGE TO STATE SHALL BE OF SOUND QUARRY ROCK PLACED TO A DEPTH OF ONE(1)FOOT AND REGULATING WATER QUALITY STANDARDS. DEWATERING DISCHARGE AND UTILITIES SHOWN ARE APPROXIMATE AND IT SHALL BE THE CONTRACTOR'S WATERS MUST HAVE PRIOR APPROVAL OF THE STATE OF WASHINGTON, MUST MEET THE FOLLOWING SPECIFICATIONS OTHER EROSION AND STORMWATER CONTROL ACTIVITIES SHALL CONFORM TO RESPONSIBILITY TO VERIFY THE TRUE AND CORRECT LOCATION AND ELEVATION DEPARTMENT OF ECOLOGY 4-8 INCH ROCK 140-70%PASSING, AN APPROVED CONSTRUCTION STORM WATER POLLUTION CONTROL PLAN. SO AS TO AVOID DAMAGE OR DISTURBANCE PRIOR TO COMMENCEMENT OF ANY 2-4 INCH ROCK/30-40%PASSING,AND CONSTRUCTION THE INFORMATION IS PROVIDED FOR CONTRACTORS 25. ALL DISTANCES SHOWN ON THE DRAWINGS AND DESCRIBED IN THE SPECIFICATIONS LESS THAN 2 INCH ROCK 110-20%PASSING 12. THE CONTRACTOR SHALL BE RESPONSIBLE FOR STREET CLEANING,STREET CONVENIENCE ONLY THERE MAYBE DISCREPANCIES AND OMISSIONS SHALL BE INTERPRETED TO REFER TO THE HORIZONTALLY AND VERTICALLY SWEEPING(ONSITE AND OFFSITE)UPON THE DIRECTION OF THE ENGINEER TO PROJECTED PLANES UNLESS OTHERWISE INDICATED LINEAL FOOTAGE OF PIPING 15 ALL BUILDING DOWNSPOUTS AND FOOTING DRAINS SHALL BE CONNECTED TO UNDERTAKE THE MEASURES DEEMED NECESSARY TO EFFECT SUCH CONTROL. 4. A PRE-CONSTRUCTION CONFERENCE(PROVIDE MIN 7 DAY NOTICE)AND A 24 SHOWN ON THE DRAWINGS REFERS TO HORIZONTAL LENGTH.CONTRACTOR SHALL THE STORM DRAINAGE SYSTEM,UNLESS APPROVED BY THE CITY PLAN HOUR NOTICE SHALL BE REQUIRED PRIOR TO STARTING NEW CONSTRUCTION IT VERIFY ALL DIMENSIONS BEFORE STARTING WORK AND SHALL IMMEDIATELY NOTIFY REVIEWER OR SURFACE WATER UTILITY SECTION.AN ACCURATELY 13, EROSION CONTROL FACILITIES SHALL BE INSPECTED AFTER EACH STORM AND SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO SECURE ALL NECESSARY THE ENGINEER OF ANY DISCREPANCIES DIMENSIONED,CERTIFIED AS-BUILT DRAWING OF THIS DRAINAGE SYSTEM WILL DAILY DURING PROLONGED RAINFALL BY THE CONTRACTOR AND MAINTAINED PERMITS PRIOR TO STARTING CONSTRUCTION (CONSTRUCTION OBSERVATION BE SUBMITTED TO THE CITY UPON COMPLETION AS NECESSARY OR AS DIRECTED BY THE ENGINEER TO ENSURE THEIR WILL BE ACCOMPLISHED BY A REPRESENTATIVE OF THE CITY OF RENTON)IT 26 SYSTEM OPERATION AND SERVICES SHALL BE MAINTAINED DURING CONSTRUCTION. CONTINUED FUNCTIONING. NECESSARY REPAIRS OR REPLACEMENT OR SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO NOTIFY THE PUBLIC WORKS REFERTO PLANS AND SPECIFICATIONS FOR DETAILS OF WORKSEQUENCE AND 16 ISSUANCE OF THE BUILDING OR CONSTRUCTION PERMITS BY THE CITY OF RENTON FACILITIES SHALL BE ACCOMPLISHED PROMPTLY. SEDIMENT DEPOSITS SHALL INSPECTOR 24 HOURS IN ADVANCE OF BACKFILLING ALL CONSTRUCTION CONSTRAINTS DOES NOT RELIEVE THE OWNER OF THE CONTINUING LEGAL OBLIGATION AND/OR BE REMOVED AFTER EACH STORM EVENT AND/OR WHEN THE LEVEL OF 5. CONTRACTOR IS SOLELY RESPONSIBLE FOR THE MEANS,METHODS AND 27. ALL EXCAVATIONS ADJACENT TO POWER POLES OR OTHER RELATED FACILITIES LIABILITY CONNECTED WITH STORM SURFACE WATER DISPOSITION FURTHER.THE CITY DEPOSITION REACHES APPROXIMATELY ONE-HALF THE MAXIMUM POTENTIAL SEQUENCES OF CONSTRUCTION AND FOR THE SAFETY OF WORKERS AND (VAULTS,HANDHOLES,ETC)SHALL COMPLY WITH WAC 296-155,PART N,EXCAVATION, OF RENTON DOES NOT ACCEPT ANY OBLIGATION FOR THE PROPER FUNCTIONING AND DEPTH. OTHERS ON THE CONSTRUCTION SITE TRENCHING AND SHORING. POLE PROTECTION/SUPPORTING SYSTEMS USED WHILE MAINTENANCE OF THE SYSTEM PROVIDED DURING CONSTRUCTION EXCAVATING SHALL COMPLY WITH WAC 155655 GENERAL PROTECTION REQUIREMENTS, 17 THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ADEQUATE SAFEGUARD, 6 IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO OBTAIN STREET USE ITEM(9)AND SHALL NOT AFFECT THE STRUCTURAL INTEGRITY OF POLES WHILE THE SAFETY DEVICES,PROTECTIVE EQUIPMENT,FLAGGERS,AND ANY OTHER NEEDED SURVEY NOTES AND ANY OTHER RELATED PERMITS PRIOR TO ANY CONSTRUCTION SYSTEMS ARE IN PLACE OR AFTER THE SYSTEMS HAVE BEEN REMOVED ACTIONS TO PROTECT THE LIFE,HEALTH,AND SAFETY OF THE PUBLIC,AND TO 7 PLANS APPROVED BY THE CITY OF RENTON,PUBLIC WORKS DEPARTMENT SHALL 28. THE CONTRACTOR SHALL BE RESPONSIBLE FOR FULL RESTORATION OF ALL EXISTING PROTECT PROPERTY IN CONNECTION WITH THE PERFORMANCE OF WORK COVERED BY 1 THE LOCATIONS OF EXISTING UNDERGROUND UTILITY SYSTEMS,AS SHOWN HEREON,ARE TAKE PRECEDENCE OVER ALL OTHER PLANS FEATURES DISTURBED DURING CONSTRUCTION TO THEIR ORIGINAL CONDITION UNLESS THE CONTRACT.ANY WORK WITHIN THE TRAVELED RIGHT OF WAY THAT MAY TAKEN FROM UTILITY LOCATE PAINT MARKS OR AS-BUILT PLANS AND ARE SHOWN IN AN INTERRUPT NORMAL TRAFFIC FLOW SHALL REQUIRE A TRAFFIC CONTROL PLAN OTHERWISE INDICATED BY THE ENGINEER APPROVE BY THE PUBLIC WORKS DEPARTMENT,TRANSPORTATION SYSTEMS DIVISION. APPROXIMATE WAY ONLY.WATERLINE LOCATION HAS BEEN DETERMINED FROM SURFACE B A COPY THESE APPROVED PLANS MUST BE ON THE JOB SITE WHENEVER ALL SECTIONS OF THE WSDOT STANDARD SPECIFICATIONS 1-07-23 T TRAFFIC CONTROL FEATURES AND RECORD DRAWING INFORMATION CONSTRUCTION IS IN PROGRESS. 29 THESE DRAWINGS AND THE IDEAS AND DESIGNS INCORPORATED HEREIN SHALL NOT BE USED,IN WHOLE OR IN PART,FOR ANY OTHER PROJECT WITHOUT WRITTEN SHALL APPLY. 2 THE CONTRACTOR SHALL DETERMINE THE EXACT LOCATION OF ALL EXISTING UTILITIES 9. THE CONTRACTOR SHALL PROVIDE THE CITY OF RENTON WITH AN AS-BUILT AUTHORIZATION OF CITY OF RENTON AND BHC CONSULTANTS,LLC. BEFORE COMMENCING WORK,AND AGREES TO BE FULLY RESPONSIBLE FOR ANY AND ALL DRAWING OF THE SANITARY SEWER SYSTEM,WHICH HAS BEEN STAMPED AND 16. SPECIAL DRAINAGE MEASURES WILL BE REQUIRED IF THE PROJECT LOCATION IS WITHIN DAMAGES WHICH MIGHT BE OCCASIONED BY THE CONTRACTOR'S FAILURE TO EXACTLY SIGNED BY A LICENSED PROFESSIONAL ENGINEER OR LICENSED PROFESSIONAL 30. CITY OF RENTON AND WSDOT STD PLANS REFERENCED ONTHE DWGSARE INCLUDED THE AQUIFER PROTECTION AREA(APA). LOCATE AND PRESERVE ANY AND ALL UNDERGROUND UTIUTIES.ALL LOCATOR SERVICES SURVEYOR AS AN ATTACHMENT TO THE PROJECT SPECIFICATIONS ANY OTHER STD PLANS READ SHOULD BE CONTACTED PRIOR TO ANY CONSTRUCTION OR SUBSURFACE EXPLORATION, TO COMPLETE THE WORK IN ACCORDANCE WITH THE CONTRACT DOCUMENTS CAN BE EROSION CONTROL NOTES CALL 1-800-424-5555 10 BACKFILL SHALL BE PLACED EQUALLY ON BOTH SIDES OF THE PIPE IN LAYERS OBTAINED FROM THE CITY OF RENTON WITH A LOOSE AVERAGE DEPTH OF 6 INCHES,MAXIMUM DEPTH OF 8 INCHES, 3 FIELD SURVEY: IPG,APRIL 2D14 SURFACE WATER DRAINAGE NOTES THOROUGHLY COMPACTING EACH LAYER TO 95 PERCENT OF MAXIMUM DENSITY. 1. BEFORE ANY CONSTRUCTION OR DEVELOPMENT ACTIVITY OCCURS,A THESE COMPACTED LAYERS MUST EXTEND FOR ONE PIPE DIAMETER ON EACH PRECONSTRUCTION MEETING MUST BE HELD WITH THE CITY OF RENTON, SIDE OF THE PIPE OR TO THE SIDE OF THE TRENCH MATERIALS TO COMPLETE PUBLIC WORKS DESIGN ENGINEER. 4. CONTOUR INTERVAL=1 FOOT THE FILL OVER PIPE SHALL BE THE SAME AS DESCRIBED. 1. BEFORE ANY CONSTRUCTION OR DEVELOPMENT ACTIVITY OCCURS,A PRECONSTRUCTION MEETING MUST BE HELD WITH THE CITY OF RENTON PLAN 2_ ALL LIMITS OF CLEARING AND AREAS OF VEGETATION PRESERVATION AS 5 STORM AND SEWER CONNECTIONS HAVE BEEN DRAWN FROM CENTER OF UD TO CENTER 11 OPEN CUT ROAD CROSSINGS FOR UTILITY TRENCHES ON EXISTING TRAVELED REVIEWER, OF LID. ROADWAY SHALL BE BACKFILLED WITH CRUSHED ROCK AND MECHANICALLY PRESCRIBED THE PLAN(S)SHALL BE CLEARLY FLAGGED IN THE FIELD AND COMPACTED UNLESS OTHERWISE APPROVED BY THE ENGINEER 2 ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE 2010 STANDARD OBSERVED DURING CONSTRUCTION. 6 'HE LOCATIONS AND DIMENSIONS OF UNDERGROUND VAULTS HAVE NOT BEEN VERIFIED 12 DATUM FOR VERTICAL CONTROL SHALL BE NORTH AMERICAN VERTICAL DATUM SPECIFICATIONS FOR ROAD,BRIDGE AND MUNICIPAL CONSTRUCTION PREPARED 3. ALL REQUIRED SEDIMENTATION/EROSION CONTROL FACILITIES MUST BE AND ARE APPROXIMATE. 1988 METERS,AND FOR HORIZONTAL CONTROL SHALL BE NORTH AMERICAN BY WSDOT AND THE AMERICAN PUBLIC WORKS ASSOCIATION(APWA),AS CONSTRUCTED AND IN OPERATION PRIOR TO LAND CLEARING AND/OR HORIZONTAL DATUM DATUM 1983/1991 METERS UNLESS OTHERWISE APPROVED BY THE CITY OF AMENDED BY THE CITY OF RENTON PUBLIC WORKS DEPARTMENT CONSTRUCTION TO ENSURE THAT SEDIMENT LADEN WATER DOES NOT ENTER RENTON PUBLIC WORKS DEPARTMENT OR NOTED ON THESE PLANS REFERENCE 3 THE SURFACE WATER DRAINAGE SYSTEM SHALL BE CONSTRUCTED ACCORDING THE NATURAL DRAINAGE SYSTEM.ALL EROSION AND SEDIMENT FACILITIES WASHINGTON STATE PLANE COORDINATE SYSTEM,NORTH ZONE,NAD 83/91 BASED ON CITY OF RENTON CONTROL POINTS 478,1503,AND 1851. BENCHMARK AND ELEVATIONS ARE NOTED ON THE PLANS. TO THE APPROVED PLANS,WHICH ARE ON FILE IN THE PUBLIC WORKS SHALL BE MAINTAINED IN A SATISFACTORY CONDITION UNTIL SUCH TIME THAT 13 ALL DISTURBED AREAS SHALL BE SEEDED AND MULCHED OR OTHERWISE DEPARTMENT.ANY DEVIATION FROM THE APPROVED PLANS WILL REQUIRE CLEARING AND/OR CONSTRUCTION IS COMPLETE AND POTENTIAL FOR VERTICAL DATUM STABILIZED TO THE SATISFACTION OF THE DEPARTMENT FOR THE PREVENTION WRITTEN APPROVAL FROM THE CITY OF RENTON PUBLIC WORKS DEPARTMENT, ON-SITE EROSION HAS PASSED.THE IMPLEMENTATION,MAINTENANCE, OF ON-SITE EROSION AFTER THE COMPLETION OF CONSTRUCTION SURFACE WATER UTILITY SECTION. REPLACEMENT AND ADDITIONS TO EROSIONISEDIMENTATION CONTROL SYSTEMS SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. NAVD 88 BASED ON CITY OF RENTON CONTROL POINTS 478,1503,AND 1851 14. ALL PIPE AND APPURTENANCES SHALL BE LAID ON A PROPERLY PREPARED 4. A COPY OF THESE APPROVED PLANS MUST BE ON THE JOB SITE WHENEVER CONSTRUCTION IS IN PROGRESS 4. THE EROSION AND SEDIMENTATION CONTROL SYSTEMS DEPICTED ON THIS FOUNDATION IN ACCORDANCE WITH THE STANDARDS AND SPECIFICATIONS OF SURVEY CONTROL DATA THE CITY OF RENTON PUBLIC WORKS DEPARTMENT AND THE LATEST EDITION OF DRAWING ARE INTENDED TO BE MINIMUM REQUIREMENTS THE WSDOT/APWA STANDARDS AND SPECIFICATIONS,AS APPROVED AND 5. DATUM FOR VERTICAL CONTROL SHALL BE NORTH AMERICAN VERTICAL DATUM ANTICIPATED SITE CONDITIONS.AS CONSTRUCTION PROGRERE MEETSSES AND a MODIFIED BY THE CITY OF RENTON IN THE RENTON STANDARD PLANS 8 1988 FEET AND FOR HORIZONTAL CONTROL SHALL BE NORTH AMERICAN DATUM UNEXPECTED OR SEASONAL CONDITIONS DICTATE,THE PERMITEE SHALL MIC, POINT NORTHING FASTING ELEVATION SPECIFICATIONS THIS SHALL INCLUDE NECESSARY LEVELING OF THE TRENCH 1983/1991 FEET UNLESS OTHERWISE APPROVED BY THE CITY OF RENTON PUBLIC ANTICIPATE THAT MORE EROSION AND SEDIMENTATION CONTROL FACILITIES DESCRIPTION BOTTOM OR THE TOP OF THE FOUNDATION MATERIAL,AS WELL AS PLACEMENT WORKS DEPARTMENT REFERENCE BENCHMARK AND ELEVATIONS ARE NOTED ON WILL BE NECESSARY TO ENSURE COMPLETE SILTATION CONTROL ON THE PK NO. (FT) (FT) (FT) AND COMPACTION OF REQUIRED BEDDING MATERIAL,TO UNIFORM GRADE SO THE PLANS PROPOSED SITE.DURING THE COURSE OF CONSTRUCTION,IT SHALL BE THE THAT THE ENTIRE LENGTH OF THE PIPE WILL BE SUPPORTED ON A UNIFORMLY OBLIGATION AND RESPONSIBILITY OF THE PERMITEE TO ADDRESS ANY NEW DENSE,UNYIELDING BASE 6 ALL SEDIMENTATION/EROSION FACILITIES MUST BE IN OPERATION PRIOR TO CONDITIONS THAT MAY BE CREATED BY THE ACTIVITIES AND TO PROVIDE 11 100 178376 38 1312876.70 371 38 MONUMENT IN CASE CLEARING AND BUILDING CONSTRUCTION,AND THEY MUST BE SATISFACTORILY ADDITIONAL FACILITIES,OVER AND ABOVE MINIMUM REQUIREMENTS,AS MAY 15 STORM DRAIN PIPE MATERIAL SHALL BE AS SPECIFIED AND AS SHOWN ON THE MAINTAINED UNTIL CONSTRUCTION IS COMPLETED AND THE POTENTIAL FOR BE NEEDED,TO PROTECT ADJACENT PROPERTIES AND WATER QUALITY OF PLANS. ON-SITE EROSION HAS PASSED THE RECEIVING DRAINAGE SYSTEM. 101 178177.70 1312952 45 371 97 MONUMENT IN CASE 16 IN UNIMPROVED AREAS,MANHOLE TO EXTEND MINIMUM 61NCHES AND MAXIMUM T ALL RETENTION/DETENTION FACILITIES MUST BE INSTALLED AND IN OPERATION 5. APPROVAL OF THIS PLAN IS FOR EROSION/SEDIMENTATION CONTROL ONLY.IT 102 177906 83 1313055 77 373.24 MONUMENT IN CASE 12 INCHES ABOVE FINISHED GRADE OR MUST HAVE MINIMUM 2'DIAMETER PRIOR TO OR IN CONJUNCTION WITH ALL CONSTRUCTION ACTIVITY UNLESS OF STORM DRAINAGE DESIGN,SIZE CONCRETE RING POURED AT GRADE.IN PAVED AREA,COVER MUST SLOPE IN ALL OTHERWISE APPROVED BY THE PUBLIC WORKS DEPARTMENT,SURFACE WATER NOR LOCATION OF PIPES,RESTRDOES NOT CONSTITUTE AN APPROVAL OVAL O,CHANNELS,OR RETENTION PK105 177708 81 1313041.92 371 94 PK NAIL DIRECTIONS TO MATCH PAVING UTILITY SECTION. FACILITIES. 17 THE CONTRACTOR SHALL VERIFY ALL UTILITY LOCATIONS PRIOR TO B GRASS SEED MAY BE APPLIED BY HYDROSEEDING THE GRASS SEED MIXTURE, CONSTRUCTION BY CALLING THE UNDERGROUND LOCATE LINE AT 1800424-5555 OTHER THAN CITY OF RENTON APPROVED STANDARD MIXES,SHALL BE 6. DURING THE TIME PERIOD OF OCTOBER 1ST THROUGH APRIL 30TH,ALL A MINIMUM OF 48 HOURS PRIOR TO ANY EXCAVATION. SUBMITTED BY A LANDSCAPE ARCHITECT AND APPROVED BY THE PUBLIC WORKS PROJECT DISTRIBUTED SOIL AREAS GREATER THAN 5,000 SQUARE FEET, 18 A PROJECT GEOTECHNICAL ENGINEERING REPORT IS AVAILABLE FOR DEPARTMENT,SURFACE WATER UTILITY SECTION THAT ARE TO BE LEFT UN-WORKED FOR MORE THAN 12 HOURS,SHALL BE COVERED BY MULCH,SODDING OR PLASTIC COVERING. CONTRACTOR REFERENCE AS NOTED IN THE CONTRACT BIDDING DOCUMENTS 9 ALL PIPE AND APPURTENANCES SHALL BE LAID ON A PROPERLY PREPARED ^' 19 OVERHEAD ELECTRICAL POWER,TELEPHONE,CABLE TV,AND OTHER OVERHEAD FOUNDATION IN ACCORDANCE WITH SECTION 7-02 3(1)OF THE CURRENT STATE 7. IN ANY AREA WHICH HAS BEEN STRIPPED OF VEGETATION AND WHERE NO LINES ARE GENERALLY NOT SHOWN THE LINES THAT ARE SHOWN ARE LOCATED OF WASHINGTON STANDARD SPECIFICATION FOR ROAD AND BRIDGE FURTHER WORK IS ANTICIPATED FOR A PERIOD OF 30 DAYS OR MORE.ALL 3 BY POINT-TO-POINT,POLE OR TOWER TO POLE OR TOWER DETERMINE THE CONSTRUCTION THIS SHALL INCLUDE NECESSARY LEVELING OF THE TRENCH DISTURBED AREAS MUST BE IMMEDIATELY STABILIZED WITH MULCHING, EXTENT OF HAZARDS OR IMPACTS ON CONSTRUCTION ACTIVITIES CREATED BY BOTTOM OR THE TOP OF THE FOUNDATION MATERIAL AS WELLAS PLACEMENT GRASS PLANTING OR OTHER APPROVED EROSION CONTROL TREATMENT OVERHEAD OR UNDERGROUND ELECTRICAL POWER,TELEPHONE,CABLE TV,AND AND COMPACTION OF REQUIRED BEDDING MATERIAL,TO UNIFORM GRADE SO APPLICABLE TO THE TIME OF YEAR.GRASS SEEDING ALONE WILL BE OTHER LINES IN ALL AREAS,AND FOLLOW PROCEDURES DURING CONSTRUCTION THAT THE ENTIRE LENGTH OF THE PIPE WILL BE SUPPORTED ON A UNIFORMLY ACCEPTABLE ONLY DURING THE MONTHS OF APRIL THROUGH SEPTEMBER, c' AS REQUIRED BY LAW AND REGULATIONS PRIOR TO CONSTRUCTION MEET WITH DENSE,UNYIELDING BASE ALL PIPE BEDDING SHALL BE APWA CLASS'C',WITH INCLUSIVE.SEEDING MAY PROCEED,HOWEVER,WHENEVER IT IS IN THE k UTILITY OWNERS TO DETERMINE THE EXTENT OF HAZARDS AND TAKE WHATEVER THE EXCEPTION OF PVC PIPE ALL TRENCH BACKFILL SHALL BE COMPACTED TO INTEREST OF THE PERMITEE,BUT MUST BE AUGMENTED WITH MULCHING, PRECAUTIONS AND REMEDIAL MEASURES THAT MAY BE REQUIRED TO PROTECT MINIMUM 95%FOR PAVEMENT AND STRUCTURAL FILL AND 90%OTHERWISE PER NETTING OR OTHER TREATMENT APPROVED BY THE CITY OF RENTON, PERSONS AND PROPERTY AND TO AVOID DISRUPTION OF SERVICE ASTM D-1557-70 PEA GRAVEL BEDDING SHALL BE 6 INCHES OVER AND UNDER PVC OUTSIDE THE SPECIFIED TIME PERIOD. RECOMMENDED Cell 48 Hours PIPE FOR "L Before You Dig 20 MANHOLES AND STRUCTURES ARE GENERALLY SHOWN ON PLAN AND PROFILE B. FOR ALL EROSION/SEDIMENTATION CONTROL PONDS WHERE THE DEAD BY DRAWINGS SYMBOLICALLY CONSTRUCT MANHOLES AND OTHER STRUCTURES AS 10 GALVANIZED STEEL PIPE AND ALUMINIZED STEEL PIPE FOR ALL DRAINAGE STORAGE DEPTH EXCEEDS 6 INCHES,A FENCE IS REQUIRED WITH A MINIMUM <�� ti SHOWN ON DETAIL DRAWINGS AND AS SPECIFIED. FACILITIES SHALL HAVE ASPHALT TREATMENT#1 OR BETTER INSIDE AND OUTSIDE HEIGHT OF THREE(3)FEET,3.1 SIDE SLOPES. BY 1$00-424-5555 uNDERGROIND SERVICE is -q /(,q ICT BHC Consultants,LLC � ��J �RI 1601 Fifth AveDue,Swte5o0 `��' a!� "" N/A ""'a" E3 CITY OF MAPLEWOODCREEK JULY 2015 Seattle,Washington 90101 F' 3 P.CUNNINGN"11,P.E STORMWATER OUTFALL IMPROVEMENTS 2W5M34W RENTON SULTAN 40 S 2-b on��a P t E" W o_ss„z1r =4� 10� A CRI�D a.a� DATI,M Jl�,,� Public Worke Dept GENERAL,SURFACE WATER DRAINAGE, -2 J. KRFSH0.P.E v,a,mra `' °""� NO. REVISION BYDATE APPR ti "" ?.F �'m°`�� EROSION CONTROL,AND SURVEY NOTES 2 -10 r` LEGEND ABBREVIATIONS SYMBOLS AND DESIGNATIONS T AASHTO AMERICAN ASSOC OF STATE MBMFR MANUFACTURER C? EXISTING PROPOSED HIGHWAY MH MANHOLE I- TRANSPORTATION OFFICIALS MIN MINIMUM TITLE N —RIGHT OF WAY AB ANCHOR BOLT MON MONUMENT TITLE DETAIL NUMBER 0_ STORM DRAIN AC ASPHALT CONCRETE MUTCD MANUAL ON UNIFORM TRAFFIC 3: -- PROPERTY LINE ACP ASPHALT CONCRETE PAVEMENT CONTROL DEVICES DETAIL U) _ ® STORM DRAIN MANHOLE ADS POLYETHYLENE PIPE MW MONITORING WELL SCALE 12'•1'0' C-2 CENTER LINE ALD ALDER MIC 0 CATCH BASIN APPROX APPROXIMATE N NORTH �- DRAWING NUMBER WHERE DETAIL O MONUMENT IN CASE APWA AMERICAN PUBLIC WORKS NAD NORTH AMERICAN DATUM IS REFERENCED USE DASH IF PK NAIL t DIRECTION OF FLOW ASSOCIATION NAVD NORTH AMERICAN VERTICAL DATUM DETAIL APPEARS ON THE SAME ' AVE AVENUE NE NORTHEAST SHEET AS SHEET REFERENCED FILTER FABRIC FENCE NIC NOT IN CONTRACT ❑ CATCH BASIN BF BLIND FLANGE NO. NUMBER TITLE CONSTRUCTION LIMITS BH BORE HOLE NTS NOT TO SCALE TITLE SECTION,ELEVATION OR QO STORM DRAIN MANHOLE BLVD BOULEVARD NW NORTHWEST PROFILE REFERENCE LETTER ..................••• WETLAND BUFFER BM BENCHMARK SECTION 0 SEWER MANHOLE BNSF BURLINGTON NORTHERN SANTA FE OC ON CENTER SCALE 12'•1'-0' r'r�'rT14�s�s'ca�s� TO BE REMOVED OR ABANDONED OD OUTSIDE DIAMETER DASH IF SECTION IS TAKEN ON THE Q POWER POLE CB CATCH BASIN OH OVERHEAD SAME DRAWING USE DRAWING ASPHALT CONCRETE PAVEMENT(ACP)-PLAN CCW COUNTER CLOCK WISE OP OVERHEAD POWER NUMBER IF SECTION WAS TAKEN POWER POLE W/UNDERGROUND CDF CONTROLLED DENSITY FILL OPG OPENING ON A DIFFERENT SHEET. CONNECT PRE-CAST CONCRETE CF CLEARING LIMIT FENCE CHLK CHAIN LINK P POWER POWER POLE WITH LUMINAIRE CONCRETE CIPP CURED IN PLACE PIPE PE PLAIN END,PROFESSIONAL ENGINEER A SECTION LETTER - CIL,CL CENTERLINE PG PERFORMANCE GRADE LOT LIGHT CSBC CLR CLEAR PSF POUNDS PER SQUARE FOOT G1 To TELEPHONE RISER777-71 -- CO CLEANOUT PSI POUNDS PER SQUARE INCH DRAWING NUMBER WHERE DETAIL CALLOUT =1 t_i I STRUCTURAL FILL CONC CONCRETE PVC POLYVINYL CHLORIDE SECTION IS DRAWN USE DASH IF CPLG COUPLING PVMT PAVEMENT SECTION APPEARS ON SAME 4IC-1 IL GAS VALVE UNDISTURBED NATIVE CSBC CRUSHED SURFACING BASE COURSE PWR POWER SHEET AS CUT. DG WATER VALVE CSTC CRUSHED SURFACING TOP COURSE DRAWING# WETLAND RD ROAD DNV DRIVEWAY REINF REINFORCEMENT ELEVATION LETTER DETAIL# C WATER METER _:;�" STREAM BUFFER RESTORATION A � D DEPTH,DOUBLE REQ'D REQUIRED A FIRE HYDRANT DBH DIAMETER BREAST HEIGHT RET RETAINING G1 DI DUCTILE IRON ROW,RNV RIGHT OF WAY DRAWING NUMBER WHERE ELEVATION IS q BLOW-OFF DIA DIAMETER RRC RED REBAR AND CAP DRAWN USE DASH IF ELEVATION DIP DUCTILE IRON PIPE RT RIGHT APPEARS ON SAME SHEET AS DIPS DUCTILE IRON PIPE SIZE REFERENCED {� IRRIGATION CONTROL VALVE OR DRIVE S SEWER,SOUTH,SLOPE DTREE DECIDUOUS TREE SCH SCHEDULE v GUARD POST DWG DRAWING SD STORM DRAIN SDMH STORM DRAIN MANHOLE SIGN E EAST,ELECTRICAL SDR STANDARD DIMENSION RATIO PIPING DESIGNATIONS MAILBOX(#OF BOXES) EA EACH SE SOUTHEAST EW EACH WAY SERV SERVICE SHRUB EL,ELEV ELEVATION SF SILT FENCE PIPING IS IDENTIFIED BY ITS SIZE FOLLOWED BY PIPING SYSTEM AS FOLLOWS O EP EDGE OF PAVEMENT SSFM SANITARY SEWER FORCE MAIN DESIGNATES NEW PIPING DECIDUOUS TREE,DIAMETER EX EXISTING SMH SEWER MANHOLE (#OF TRUNKS) SS SIDE SEWER FF FINSHED FLOOR SST STAINLESS STEEL all SD FG FINISH GRADE ST STREET CONIFEROUS TREE,DIAMETERCPEP XX- (#OF TRUNKS) FT,' FEET STA STATION STD STANDARD DESIGNATES EXISTING PIPING P PAINTED POWER G GAS STL STEEL GALV GALVANIZED SW SOUTHWEST T PAINTED TELEPHONE GRAY GRAVEL r EX B CONC SD L--j GV GATE VALVE T TELEPHONE ZRI Ty PAINTED TV T&B TOP AND BOTTOM -', HDPE HIGH DENSITY POLYETHYLENE TBM TEMPORARY BENCHMARK FOR NEW PIPING MATERIAL,FITTINGS,AND VALVES,SEE SPECIFICATIONS A HMA HOT MIX ASPHALT TELJB TELEPHONE JUNCTION BOX GENERAL PIPING MATERIAL MAY BE NOTED. W PAINTED WATER HORIZ HORIZONTAL TELR TELEPHONE RISER HT HUB AND TACK TV TELEVISION(CABLE) PIPING SYSTEM DESIGNATIONS FOR EXISTING PIPING INDICATE TYPE OF G PAINTED GAS HYD HYDRANT TVJB TELEVISION(CABLE)JUNCTION BOX SERVICE AND TYPE OF MATERIAL IF KNOWN. CONTRACTOR SHALL VERIFY ALL GN OVERHEAD UTILITY LINE(GENERIC) TVR TELEVISION(CABLE)RISER EXIST PIPE MATERIAL AND NOT RELY ON THIS DESIGNATION PRIOR TO ID INSIDE DIAMETER TYP TYPICAL CONSTRUCTION. sn STORM IE INVERT ELEVATION IN, INCH UGP UNDERGROUND POWER S SEWER IPS IRON PIPE SIZE LINO UNLESS NOTED OTHERWISE FENCE JB JUNCTION BOX VCP VITRIFIED CLAY PIPE L VERT VERTICAL DRAWING REFERENCE HEDGE(HEIGHT NOTED) L LENGTH LF LINEAR FEET W/ WITH J LN LANE W WATER,WEST G GENERAL EDGE OF PAVEMENT LT LEFT WL WATER LEVEL — — — — C CIVIL FLOWLINE WM WATER METER MAX MAXIMUM WSDOT WASHINGTON STATE DEPARTMENT 3.... ---375-- CONTOUR MB MAIL BOX OF TRANSPORTATION — MDD MAXIMUM DRY DENSITY WS WATER SERVICE • CONCRETE MIC MONUMENT IN CASE ROCKERY ® BRICK RECOMMENDED Call 48 Hours FOR AL Before You Dig BY J BY 1-800-424-5555 UNDERGROUND SERVICE BHC COnSUttants,LLC e4 F °"y''t °` �''+4(� ••� •� rc 7 JS;LTAP 1601 FI6hAvenue,Sude500 � "A N/A 10 CITY OF MAPLEWOOD CREEK JAAY 2m5 See10e,Washington 96101 �UN"WG�' P'E ' RENTONSTORMWATER OUTFALL IMPROVEMENTS 206.505.3100 e...206-505-3406(fax) r ' A'CARINSO$ vnvw bhcconsuttares mm a . p� T Public Works Dept LEGEND,ABBREVIATIONS,SYMBOLS,AND DESIGNATIONS G 3 '$ n wry.int'1 : ,�, J.KRESHt9.P.E. e rm e<re, \� NO. REVISION BY DATE APPR ti OIMIN.P.E �_ 3 10 WETLAND A g' MAPLEWOOD CATEGORY III CREEK / - 'I I NOTES: to �` t S 0 p < 1 CONTRACTOR SHALL POTHOLE AND VERIFY THE yJ LOCATION,DEPTH,SIZE,MATERIAL AND CONFIGURATION (.,j / 25-FT WETLAND ' ' OF THE EXISTING UTILITIES VERIFICATION SHALL BE CL 4r�hFeat / o' BUFFER COMPLETED FAR ENOUGH IN ADVANCE OF THE y•,�. CONSTRUCTION TO ADJUST PROPOSED STORM DRAIN ;yam , NOF CONDITIONS` �� STORMWATER EASEMENT I ( I SYSTEM TO ACCOMMODATE ACTUAL CONDITIONS UNDER i SEE NOTE 5 NO CIRCUMSTANCES WILL CITY PAY THE CONTRACTOR U) �g � ' ADDITIONAL MONIES TO RELAY STORM DRAIN AND/OR 1 Q • `�r ,lr�• SJ c - �j 6 REINSTALL STRUCTURES AS A RESULT OF THE ..r•' � CAP AND ABANDON e}_ / .,�� •��, , - Q CONTRACTOR'S FAILURE TO POTHOLE AND VERIFY EX OUTFALLS: SEE DETAIL?IC-7I r+4:^_h fie, a W EXISTING UTILITIES sty^"~ --��� ��'• m 2 THE LOCATION OF EXISTING UTILITIES SHOWN ARE n _ I _ 2 OPER i .• 3 2 3 D✓•� 3� � UNDERGROUND OHWM OF _. Dv{ +, v TAKE PR MAPLEWOOD CREEK _0 IS ae � 6 ESS l:'" �L_ SAI& ( �§Y_ I v] �s.� _ 0 EXISTING IS DEPTHS ~w ARE KNOWN THE CONTRACTOR SHA (CLASS 3 STREAM) V _•'au �^S,' I*, i } r ``_iW RESPONSIBLE ORA ANY ALL DAMAGES CAUSED DUE LLI FAILURE TO LOCATE AND PRESERVE ANY/ALL EXISTING •. ..... ..�.,� o - !\ �-- _ -- gym _ -s3iif - -' fA UTILITIES. SILT FENCE,PER CITY OF 3 f x — RENTON STD PLAN 214 00 JapO 400 . ( EI`„—w a 5+00 3 SURVEY CONTROL NUMBERS�,SEE DWG G-2. CONSTRUCTION2+00 ' LIMITS : - ---- - - I -n, - - 4 THE MIN REO'D CLEARANCE OF CROSSINGS(ABOVE OR • 2 1 4 `�---___ CHELAN AVE SE T 2 4 W I`- Q BELO"BETWEEN THE NEW STORM DRAIN AND EX - 2-- ( y 3 H UTILITIES(WATER,SEWER,GAS,POWER,PHONE,OR --5 - (j) CABLE;MAINS AND SERVICES)IS 12 INCHES FOR UTILITIES 6 W GREATER THAN OR EQUAL TO 61NCHES IN DIA AND 6 75 FT - - _ s1 Z INCHES FOR UTILITIES LESS THAN 61NCHES IN DIA WITH s^ w, STREAM •''• r h w r rp I 3jO sem- , -�G ;'�`'- --- 1 c �L- THE ENGINEER'S APPROVAL,EXCEPTIONS MAY BE BUFFER-,,, '• ti q 'x / 3.i / ///J i •— - ^=� 5 g,. '�-��_� = ALLOWED PROVIDED THE USE OF ACCEPTABLE s - _____ ,T 1; ^ U MATERIALS)IS USED FOR SEPARATING AND PROTECTING W SIJ• / ti� arc 2 - �? ,^• "J 2 I THE NEW STORM DRAIN AND EXISTING UTILITY.CROSSING A Ii d CONDITIONS NOT LISTED SHALL BE APPROVED BY THE Q ,SAY 3 '�C R,�7 1 w• 'f ? M �� h i? oI a 2^ r I ENGINEER e t' 6 � �+ �'• ,��' 5 THE CITY IS OBTAINING A PERMANENT STORM WATER C491 44` ` I UJ I EASEMENT ON PARCEL 2816300100 SOUTHWEST OF THE / N I THALWEG OF MAPLEY400D CREEK CONSTRUCTION NOTES: O1 REMOVE EXISTING SDMH OREMOVE EXISTING CB REMOVE CONCRETE CURB AND N ? GUTTER 2'ON EITHER SIDE OF EXISTING CB. ORry O3 REMOVE EXISTING STORM DRAIN PIPE 0 20 40 ' O4 MONUMENTS SHALL BE REPLACED IN ACCORDANCE WITH CITY OF RENTON STANDARD PLAN H031,WAC 332-120 SURVEY MONUMENTS-REMOVAL OR CAP AND ABANDON DESTRUCTION AND SECTION 105.4 OF THE PLUG AND ABANDON, I I EX OUTFALL, SPECIFICATIONS. SEE DETAIL 2/C-7 , SEE DETAIL 2/C-7 O ABANDON EXISTING STORM DRAIN PIPE PER SECTION ` 3 7-05 3(2)A. PLUG AND ABANDON, �' is o�„ 4 W & '6 SEE DETAIL 2/C-7 �8 q hrMr O EXISTING STORM DRAIN TO REMAIN Q d hi , C,(r' <'•,,( ,�,r. p��.s"'a 3 2 O 0] _ ��E 7 EXISTING SDMH TO REMAIN e 3I __ q Uw _ �- - --*4 i„a- LAWUj i �\� �y� Ar 1 _"�^���•��• _ _..-- .,. _ ��—.E I G `w�. —_ LLI N yo PLUG AND ABANDON, f/.f7t7` `!' �1//f1/�� � I 6+00 1 - SEE DETAIL 21C-7 -ci6 5fELAN AVE SE ` 3 y I'a-^ -.i - b,{�_ :far-- i�Y--+ \uv. ('VC -_ - f,� •i��u� ,: a, :tw ___L I.r_ r Zi . g ds I PLUG AND ABANDON/ . 1, I (F'I �y SEE DETAIL 2/C-7 2 f �\1 i iy i �,•�,7'� 'R- tj- \V`•'r A� ` s a w 2 x 5 I m I `. I I., ( ,•I RECOMMENDED } Call 48 Hours FOR AP AL Before You Dig By s By 1-800-424-5566FWCE ` UNDERGROUND SERNCE o; BHC Consultants,LLC "KPG MAPLEWOOD CREEK JULY 2015 1601 Fifa Avenue,Suite 500c y ®m 1' 20'-0• Ir► CITY OF -'. Sea6le,Waahugton98101 V' P.CUNNINGHAM.P.E RENTON STORMWATER OUTFALL IMPROVEMENTS §s 206 505.3400 z ` ,o r P.SIMON S L A sN 208 505 (tax) N S wbhcimsu8arrt. m tS r IFNM Public Works Dept EXISTING - C—� NO. REVISION BY DATE MPRwiev A.Olf1NN.P.E 4 10 Q WETLAND A I 25-FT CREEK OOD / / CATEGORY III ---' BUFFER SND ' NOTES: r ^/p CREEK /" 1 CONTRACTOR SHALL POTHOLE AND VERIFY THE LOCATION,DEPTH,SIZE, MATERIAL AND CONFIGURATION OF THE EXISTING UTILITIES VERIFICATION 0 p �ry40 7 16"SD SHALL BE COMPLETED FAR ENOUGH IN ADVANCE OF THE CONSTRUCTION TO I� - , , I I ADJUST PROPOSED STORM DRAIN SYSTEM TO ACCOMMODATE ACTUAL N �: HDPE SDMH#1.CB TYPE 2,48' /Yl CONDITIONS UNDER NO CIRCUMSTANCES WILL CITY PAY THE CONTRACTOR ^'�In Feat 0y1� / �'' STA 2+00 00 � " SDMH#2,CO TYPE 2 48" ADDITIONAL MONIES TO RELAY STORM DRAIN AND/OR REINSTALL 4 / N 178382 25 1 12 STA 4+11 32 I 12050 I I STRUCTURES AS A RESULT OF THE CONTRACTOR'S FAILURE TO POTHOLE ONST E 1312881 18 N 178184 43 AND VERIFY EXISTING UTILITIES L TYP CONNECT NEW AND EX E 1312955 51 Q �• s a'•, STORM DRAIN PIPING CONNECT NEW AND EXE"1 TYPE 1 STA 4+30 20± 2 THE LOCATION OF EXISTING UTILITIES SHOWN ARE APPROXIMATE NOT ALL FOR 24"SD WALL PENETRATION ONLY STORM DRAIN PIPING b : � U I NDERGROUND UTILITY DEPTHS ARE KNOWN.THE CONTRACTOR SHALL TAKE SEE DETAIL 3/L k► OFFSET 10 14'LT PROPER PRECAUTIONS TO NOT DAMAGE ANY EXISTING UNDERGROUND / '•�• • o 1!'16 UTILITIES THE CONTRACTOR IS RESPONSIBLE FOR ANY AND ALL DAMAGES 24"SD n,} v a_ 2 7 11 V CAUSED DUE TO FAILURE TO LOCATE AND PRESERVE ANY/ALL EXISTING \ 6 HDPE , #3 TYPE 1 18"SD I 13Yw y UTILITIES 6 12"SD CB 2 7 11 TYP �HWMOF STA 2+45641 CPEP ?� 6 CPEP 15"SD G 3 SURVEY CONTROL NUMBERS E,SEE DWG G-2. MAPLEWIOOD CREEK .,r- 9 OFFSET 6 75'LT 8 � (CLASS 3 STREAM) 6 _*,•_ _.� .;__ �.� ——— W 4 THE MINIMUM REQUIRED CLEARANCE OF CROSSINGS(ABOVE OR BELOW) q- = W BETWEEN THE NEW STORM DRAIN AND EX UTILITIES(WATER,SEWER, S, ENERGY DISSIPATER 6 �.•' _ y ES)IS TIES CPEP OUTFALL STRUCTURE / �i - ---H _ I GREATER ER THAN OR QUAL TO 6 INCHES SIN DIAMETER AND INCH S FORLI STA 1+191 / 3 3+ 3 4+ p WITH UTILITIES LESS THAN 6 INCHES IN DIAMETER. THE ENGINEER'S \ •• 3 90';r p0 3 N 178449.40 5 + APPROVAL.EXCEPTIONS MAY BE ALLOWED PROVIDED THE USE OF ACCEPTABLE MATERIAL(S) USED FOR SEPARATING AND PROTECTING THE E 131292594 2+00 _ - - STORM DRAIN COS SEE DWG Cb - NEW IN AND EXISTING UTILITY.CROSSING CONDITIONS NOT 1 1z"SD -� CHELAN AVE SE 12"SD 2 12 SD __ Fa-• LISTED SHALL BE APPROVED BY THE ENGINEER,SEE DETAIL 4/C-7. HELICAL PIPE ANCHOR, �¢' 'c- CPEP -5=��- S DI STA 1+43.00 b 3 ?( - "�_ "_�'- __ = a -���e,��� Z 5 REFLECT ATIONS CTUAL LOCATIONS F THE S0E RS SHOWN ARE APPROXIMATE AND MAY NOT SEE DETAIL 2/C-6 �•'<� b1`� tis 5 �r - �.- -- -- - j // 24"45'HDPE VERT BEND o dq 1/ ;F� ' �i�_�� S 6 SEE DRAWING C-1,EXISTING CONDITIONS AND DEMOLITION PLAN,FOR A� - /3 'L _ - -- >� ��� r (� EXISTING STORM WATER INFRASTRUCTURE REMOVAL AND ABANDONMENT 24"x 16"HDPE ECCENTRIC " wy7 N /T __ -* 3 REDUCER PIPE ANCHOR, �7 V B /,f " w CB#2,TYPE 1 Q �/ see 4 i� '� CB#5 TYPE 1 ~ REQUIREMENTS SEE DETAIL 6/C-7 S /S 8 F ^�: STA 2+1670± 2 10 CONST 2 10 CB#4 TYPE 1 `� �T IL 6, 2 10 a a r, a ^aM1 OFFSET 24 24 RT 5 STA 3+94 271 v ►I c �I a;, - •. STA 4+36 STA 1+93 00 / Z r,. M F CIL TYP , OFFSET 23 59 RT rI I 3� ( S OFFSET 240'RT CONSTRUCTION NOTES: 75-FT STREAM CB#1 ~ it'��v' rr x III $'° e d 8 BUFFER 2 11 STA 2+00 001 / d1� 12"SD / av I W I dl I 1O REMOVE AND REPLACE EX SDMH SEE CITY OF RENTON STD PLANS 201.00. / V w' y h 2D4 50 AND 20460 OFFSET 23 6T RT w DI i EX GRADE I n € O2 REMOVE AND REPLACE EX CB SEE CITY OF RENTON STD PLANS 200 00 AT CIL PIPE a N€ lrax AND 20460 I PIPE ANCHOR 6/C-7 _ (APPROX) _ _ o s o D O CONTRACTOR SHALL POTHOLE AND FIELD VERIFY ELEVATIONS AT WATER w^ w 7 CROSSING PRIOR TO CONSTRUCTION mo tbn n — y — — —/ — — — — — 4) CONSTRUCTION CENTERLINE EQUALS PIPE CENTERLINE SEE CONTROL - - - - - - - - -- - - - _ _ - - DATA DWG G-2 EX 12"CONC SD TO BE --- --- - -------- - OS RECONNECT EXISTING PIPE TO NEW SDMH WITH 4-FOOT SPOOL AND 37� 37A 24"45'HDPE VERT BEND REMOVED,SEE DWG C-1 24"X 16"HDPE FLEXIBLE COUPLING FERNCO OR EQUIVALENT. ECCENTRIC REDUCER /443 LF-24" // yyy- E CE T IC RED X) HDPE SD �11�1��I�II�� �llel»lel ill ��»Jf��lf�f!'r��/!/�/Il.�, �,/ / I 6O PROTECT EXISTING TREE,HAND EXCAVATE OR TUNNEL TO INSTALL PIPE AS NECESSARY OR WHERE DIRECTED BY ENGINEER,FOR SPECIFIC ---- - - - REQUIREMENTS AND RESTRICTIONS SEE SPECIFICATIONS I 2111 LF -18"CPEP SD S=0.50% S=0 50% (D PROTEC PROTECT EXISTING WATER MAIN DURING CONSTRUCTION 360- U - —4--- Z -- - M ________ -_ � -m- O CONTRACTOR SHALL EXCAVATE,BACKFILL,AND RESTORE CITY SHALL CINSTALL CUT IN VALVE COORDINATE WITH CITY PRIOR TO PERFORMING WORK. e'• w �`�' 1.6"DI GV,MJxMJ on u)u) FinZ�wX 2-6"DI SPOOLS . 7' W 355 355 W 2-6„TRANSITION COUPLINGS �I 'vmrivrva*, m----v N 1-VALVE BOX w w , a i� fO m 04�CIO 9O CONTRACTOR TO REMOVE AND REPLACE EXISTING 6”CAST IRON WATER r tj PIPE AS NECESSARY OVER TRENCH TO SAFELY INSTALL 24"HDPE PIPE -_-- ? 4f----¢w -- - - _ -wuTuTu_T"� ---SSP tp AND PIPE ANCHOR ^o Wit" Q N 10 OPEN CURB FACE FRAME AND VANED GRATE PER CITY OF RENTON STD O' ^+ PLAN 203 DO 345 -- _ ? 11 RECTANGULAR FRAME AND VANED GRATE PER CITY OF RENTON STD gJ PLANS 204 00 AND 2D4 20 o PIPE TRENCH,SEE DETAIL 1/C-7 = r'= o v H 12 SOLID ROUND FRAME AND COVER PER CITY OF RENTON STD PLAN 204 50 c _ _ --- - - - -- Sao- �4 Q gto 4 13 LOCATION AND DEPTH OF EXISTING SIDE SEWER UNKNOWN SIDE SEWER o wlw SHOWN FOR ILLUSTRATION PURPOSES ONLY CONTRACTOR SHALL FIELD o w w LOCATE EXISTING SIDE SEWER IF LOCATION CONFLICTS WITH NEW STORM DRAIN AND/OR APPURTENANCES,RELOCATION OF THE SIDE a x 335 _i_ _ —__-___ _ -_ i. 336 SEWER MAY BE REQUIRED IF REQUIRED,CONTRACTOR MUST NOTIFY o SEWER PURVEYOR OF CONFLICT AND RELOCATE SIDE SEWER AS NECESSARY AND IN ACCORDANCE WITH THE CITY STANDARDS AND RELATED REQUIREMENTS ��a I -330 r .. - - -+-- --+— - - - ---- ..-__ _ 33D- RECOMMENDED Cali 48 Hours RIP RAP I FOR AL PAD Before You Dig ----�� BY .• 1+00 2+00 3+00 4+00 5 BY 1-800-424-5555 S UNDERGROUND SERNCE BHC Consultants,LLC Fa E' �'; v" '"� •° 1e01 FihhAvanua sulesDo �� va m HORIZ: 1•-20-0• »:ST 8 CITY OF MAPLEWOOD CREEK JULr 2o1s ? Seattle Wastwag n9e101 - P.CUNNINGw"m.P.E �+►: 1•-s-o• STORMWATER OUTFALL IMPROVEMENTS 208 505 3400 a.. RENTON g` 206 505 3406(tax) P + P sINGN ,a.� STORM DRAIN AND OUTFALL JS;LTALt —bh--intent,tom ,1 s<ss ;`�� at -J�RRESHE1-P E ~�� FNM Public won, oePc. PLAN AND PROFILE ^ 2 N "1 t 'xa... E� NO. REVISION BY DATE APPR " "®"' C_2 A OUYNN,P.E. STA 1+191 TO 5+00 5 10 NOTES: tiORT 1 CONTRACTOR SHALL POTHOLE AND VERIFY THE LOCATION, C7 0 ZO y l I I I I EX SDMH I DEPTH,SIZE,MATERIAL AND CONFIGURATION OF THE EXISTING ' PLUG AND ABANDON UTILITIES VERIFICATION SHALL BE COMPLETED FAR ENOUGH IN 40 1- 1EX 12"N,12"SE 8 8'SW ADVANCE OF THE CONSTRUCTION TO ADJUST PROPOSED STORM 12"SD DRAIN SYSTEM TO ACCOMMODATE ACTUAL CONDITIONS UNDER CV ,Scale/n Feet NO CIRCUMSTANCES WILL CITY PAY THE CONTRACTOR j I CPEP ` -EX SDMH 12'Sp ADDITIONAL MONIES TO RELAY STORM DRAIN AND/OR REINSTALL PLUG AND ABANDON CPEP STRUCTURES AS A RESULT OF THE CONTRACTOR'S FAILURE TO 12 W I ' SDMH#3 CB TYPE 2.48" ' EX 17 S 8 W ' POTHOLE AND VERIFY EXISTING UTILITIES STA2 THE LOCATION OF EXISTING UTILITIES SHOWN ARE APPROXIMATE N 1779247924 52 1 74 52 ' SDMH#4 CB TYPE 2 48 ' NOT ALL UNDERGROUND UTILITY DEPTHS ARE KNOWN THE E 1313044 62 14 CB#10,TYPE 1 t 12 STA 8+97 791 ;s�g�;�,' 3 STA 9a26 1St 2 10 CONTRACTOR SHALL TAKE PROPER PRECAUTIONS TO NOT CONNECT NEW c € N 178382 25 DAMAGE ANY EXISTING UNDERGROUND UTILITIES THE fV 15"SD I I STORM DRAIN PIPING 1 ro m^ - E 1312881 18 "=' ,u= OFFSET 29 40'LT CONTRACTOR IS RESPONSIBLE FOR ANY AND ALL DAMAGES ' V CPEP et,'o:Rti 3 12"SD CONNECT NEW =fi °��e 4 CAUSED DUE TO FAILURE TO LOCATE AND PRESERVE ANY/ALL ' "' , - ' EXISTING UTILITIES CPEP STORM DRAIN PIPING '§ ,3 Vr 3 SURVEY CONTROL NUMBERS # SEE DWG G-2 i {„A 3 �-1. --- - _ 4 THE MIN REQUIRED CLEARANCE OF CROSSINGS(ABOVE OR =T!4 --� _ — _ -----� - ..-- _ i D l!J .__ s BELOW)BETWEEN THE NEW STORM DRAIN AND EX UTILITIES - x'--�---W- 1 —�W.__-._--.-_--._ i SERVICES)IS 12 INCHES FOR UTILITIES GREATER THAN OR EQUAL O i� CONST —�,c— —�.� m .- , rt_____i_____s__ _ - �,.' a TO 6INCHES IN DIAMETER AND 6INCHES FOR UTILITIES LESS O 0 6+00 CL TYP`J I - '-'O THAN 61NCHES IN DIAMETER VNTH THE ENGINEER'S APPROVAL, _8 + - - - - -7+ - "I` - - ---E+Otr- - I - - - '; �'x� EXCEPTIONS MAY BE ALLOWED PROVIDED THE USE OF `n CHELAN AVE SE Y PROTECTING ACCEPTABLE THE NEW STORM DRIS OAI�ANDSEPARATING EX STING UT AND ITI. Q }R\� s - -5 -- — - 5 CROSSING CONDITONS NOT LISTED SHALL BE APPROVED BY THE 12'SDENGINEER SEE DETAIL 4IC-7 LU ?yC- •c �7_`. DI _a,r_, \ 5 LOCATIONS OF THE SIDE SEWERS SHOWN ARE APPROXIMATE J-— ————'- —y: ; '9" AND MAY NOT REFLECT ACTUAL LOCATIONS UTYP I 12"SD \mss'-1 ` S�4r�\ 6 SEE DRAWING C-1 EXISTING CONDITIONS AND DEMOLITON PLAN, F- DI I + ^ pl h FOR EXISTING STORM WATER INFRASTRUCTURE REMOVAL AND I CB#7 TYPE 1 , I' _ � CB TYPE 1 2 10 2 10 fi \f x ABANDONMENT REQUIREMENTS STA 6+91 STA7118,+2110t� CONST CL,TYP 4 OFFSET 23 1T RT LLLI I I CI �• OFFSET 22 83'RT a N a 4 I CB#s.TYPE, 12"SD 1 I I Y' 2 10 STA 9+32 211 y? DI ` I y Ia � I fs CONSTRUCTION NOTES: o o 2 REMOVE AND REPLACE EX CB SEE CITY OF RENTON STD PLANS 200 00 AND w O 20450 1 380 c M,.� � o � � O3 CONTRACTOR SHALL POTHOLE AND FIELD VERIFY ELEVATIONS AT WATER EX GRADE z z = p z EX 12"CONC SO z CROSSING PRIOR TO CONSTRUCTION AT C!L PIPE A w 3 ww N M to= (BEYOND NEW SO) ' 4O CONSTRUCTION CENTERLINE EQUALS PIPE CENTERLINE SEE CONTROL DATA (APPROX) F i ti e N y 10'Xo m w h w TO BE ABANDONED, H ti a ti a �S b ti a o � w u) SEE DWGC-1 u�o u�o _ no DWG G-2 37 — — — — — — — _ — _ — — — — _ — _ _ _ _ — — — — 75 O6 PROTECT EXISTING TREE,HAND EXCAVATE E TUNNEL PE INSTALL PIPE AS tV U 2 NECESSARY OR WHERE DIRECTED BY ENGINEER,FOR SPECIFIC Ex e-so, REQUIREMENTS AND RESTRICTIONS SEE SPECIFICATIONS (� TO BE ABANDONED — 341 LF-12'DI SD 7O PROTECT EXISTING WATER MA,N DURING CONSTRUCTION 1 R 70 S=0.50% 70 OB CONTRACTOR SHALL EXCAVATE BACKFILL,AND RESTORE CITY SHALL INSTALL +g UJ 2751 LF-15'CPEP SD I CUT IN VALVE COORDINATE WITH CITY PRIOR TO PERFORMING WORK R Lu2121 LF 12'C EP SD S=0.50% Ir 1-6"DI GV,MJ x MJ 81 2.6"DI SPOOLS 399 S=0.50% - r 2-5"TRANSITION COUPL NGS 0 1-VALVE BOX O t w z j ? O9 CONTRACTOR TO REMOVE AND REPLACE EXISTING 6"CAST IRON WATER PIPE w Q F y w rn O?? m AS NECESSARY OVER TRENCH TO SAFELY INSTALL 24"HDPE PIPE AND PIPE N0 Z z Z Y iv - a, 360 ANCHOR m WI w 10 OPEN CURB FACE FRAME AND VANED GRATE PER CIN OF RENTON STD PLAN Z N�ioc°Qi �A 20300 J 365 U 355 12 SOLID ROUND FRAME AND COVER PER CITY OF RENTON STD PLAN 264.50 a wlwww F" 13 LOCATION AND DEPTH OF EXIST NG SIDE SEWER UNKNOWN. SIDE SEWER ' Q SHOWN FOR ILLUSTRAT ON PURPOSES ONLY CONTRACTOR SHALL FIELD LOCATE EXISTING SIDE SEWER IF LOCATION CONFLICTS WITH NEW STORM s 350 DRAIN ANDlOR APPURTENANCES,RELOCATION OF THE SIDE SEVER MAY BE REQUIRED IF REQUIRED CONTRACTOR MUST NOTIFY SEWER PURVEYOR OF 3 CONFLICT AND RELOCATE SIDE SEWER AS NECESSARY AND IN ACCORDANCE ;+o WITH THE CITY STANDARDS AND RELATED REQUIREMENTS. a'K 345 14 CORE INTO EX SDMH AND MAKE CONNECTION WITH NEW 17'STORM PIPE. 3A >r PIPE TRENCH,SEE DETAIL 1lC 7 3 o RECOMMENDED FOR AP AL Call 48 Hours } 4 I BY Before You Dig � y 0 6+00 7+00 8+00 9*00 g I I BY 1800-424-5555 z� UNOERGROUNDSIEROCE s Q.. c�awvii F i cr wnv , o�c BHC Consultants,LLCCITY OF uIte500 `� ' Ki HORIz- 1'=zo'-o ��.e° ., MAPLEWOOD CREEK JULY 2015 1601 Fitt Avenue S seelNe,wesninpon8R1o1 P CUNNINCNAu, P.ET 1'-5'-0STORMWATER OUTFALL IMPROVEMENTS _ RENTON � zob sos 34w STORM DRAIN P. SIYDN 206 9�+ L _.-I DAVM Public Works De t S L A tTS ��°�����wm ass .,/ < KRESHEL P E ° PLAN AND STA rC-3 s� s� 'ONAL trnnl 1\� NO. REVISION BY DATE APPR '^"`� y""a°'�" A Otf/HN.P E or 6 1 , ■..ISI» ! /"�1 ! !I .f■.r .� f� �"" �Ifff s.-\CAD'OEN D9�14-runt-01 A1AM1F110W N K-1Ti1XL-Tli IdnI M.c EOMI,(R31 - _..._—__...--.. a2 15 eats Ot6' —� tRM a•.k4� K,,,hel P14-10291-Of C 2 3 RIC FPRO%E na 10291 01 E.P,of-uryq X14 10291 a 0*.X)4 ;0291-04 lqv - _.. SWP-27-361 7 zof (n V I C,N A a I I w T 1 Pm N »� ( IE 31 18 12"OU NE i B#7_ o r IE 369.2 12"OUTS J CB#1 T - Z._i IML 37 -- o_h. _ RIM E371.30t O EX W W, PTH 5'W.DEPTH D UN 9 CI I NKNONN G. --EX r.,I PM I 0 UNKNOW EX � <_ C 1 IE 25 15 INt( E) N �- , SDMH#3�s n -1 IE 3691 12"IN JN _I SDM�1#1 _ 0^tµ a O IE 5012 IN it IE 33 12 IN �m ) ��- RIM EL 374. r p IE 367 12"IN(SE) RIM FL 371.731_ IE 3 1.0612' IN ) X S.0 ;; m n IE 363. 1W IN(S) I `�0 $`51 Bin - m p -— —Ex w EP H N IE 363.1 24"OUT(NE) $!9 k' m'y p x x W ' UNKWN N IE 367.9 12"IN(SW) y IE 43 12"OU (NW) y_ s2MN 12_ a N2 § RECON ECT EX IE 5.9112"IN IE310412"IN($W) o A rn m 379 2 _ EX I 369 6 12"IIU JSWl__ R _� IE-39.45 0 O C, o�r - —EX S.IE 1.31 n m IE35130 tin N r,' IE 368 7 12"OUT CB#3; __EX r G,I EPTH 0 - RIME 371281 UNKNOW IE 3I 1.23 12"OU (NE) - 0 m rL CB#8_ V RIM EL 373,31 Y' � 'DO X � �O 0> v X X m ' n Opi X O RI 0 m ? �Lf` 79 m m � m a N° Fn F w� < _ IE 367 12"IN SE SI #1 r ^ Q IE 363.19 24"OUT IN ) RIM EL 371.733 F �:" Ao�f m ry► ' I SD H#4 I ^' r + IE 363. 18"IN(SE) � I IFF IS 367.56 17'IbUT N - - m ± i rn N x W 3 Iq 367.56 1T I (NE) RL ---- -- p IE 369.1 12"IN(NW) 0 µ <_ S I�369.291T 1 (S) _ -- b p RECON ECT EX IE 5 9112"IN _ c s O T Ex a 29331 v2 m O IE 367.9 12"IN(SW) p RIM L 37224 __ II I`t IE 4 r E 365.89 o ,N m I�367 6012"_ UT�SW) __jI m T N IE 368.08}12"OUTiN _ _ _ 'R M E 371.191 . O 3692612"iN(SE) ExSw.DE -- G g A IE 367 60 2"IN(S) UNKNOWN N b b W UG AND A ANDON EX E 367 412 I (N) O N w 'a,' `' PLUG ANDA ANDON EX 367 617' UT(SE) o o �� O UG ANDA ANDON EX E 368.0 1111 SW) 1 n N o I—EXrG.,, =M IE 36 46 12"OU N _ CB#ONKNw1M O_r i.1 ..._. _.. ..._.-.._____. ...__TRIM L,37-1,54- 0 37.1.54 0 z CB to '0 Cf IE 370 17'OUT S �� �7Z t5 I ._ _. Fn O �- EX r G DEPT N_. m UNKNOWN ...N EX Ir S IE 36599 p Nµ A EX G- N r p UNKNOWN CA�I Y Y m aIE 369 12"IN{N o IE 370 15 12"IN(SE) HE 36417 15"IN(S) 1 _ S MH#2 _ 44 IE 370 0�12"IN(SW, RISA EL 372.771;0 Du IE 364 6Z 18"OUT IN I EX r G DEPT)t UNKNONN yp RECONNECT EX IE 67.118"IN( �+ EX ss w ro EX W W.DE ° nt E 370 212'".OUT IN _1lensrmNnl __ �*r CCB TD RI EL 372.34 In 9 Q Q 0 X X o 3m rl rn� v m w �i > ow3 o IE 370 12'IN S S MH#2 �_ _ IE 3646 18'.. TIN RI EL 372.77 l _ o I '. '„ N IE 369 12"IN(N rn w , I EX r G,DEPtH m - IE 370 1 12"IN(SE) uNKNow►r o A p IE 36415 IN(S) O_r ,.,. Ex ss n RECON ECT yy��►� H�' S �� §§ EX IE 37.118"IN(-1' o j �EI36547 m N zIE 3707 12"OUT N + --C r G.DEP UNKNONM pp c3 v \ RMEL372.31 Z N w v Q 0 D m m Tm O z y O m-0 i 3 •� M, O C Orn v m -OI rrO� �O 0 0 z n Z r O m O r� -V In �m m pX X < En m z c G) z 0 to x O IY m 46 o 0 ID o JL yA N C = O fJI a c o 'P a o 10 fA 1 - ; NOTES: t 1 CONTRACTOR SHALL POTHOLE AND VERIFY THE 0 20 IO N LOCATION.DEPTH,SIZE,MATERIAL AND CONFIGURATION Stale h Feet OF THE EXISTING UTILITIES.VERIFICATION SHALL BE Jl _ • •��,, COMPLETED FAR ENOUGH IN ADVANCE WITH 4• Oµ' r. %'� t• i U) CONSTRUCTION TO ADJUST PROPOSED STORM DRAIN _ -� /�/�� / I SYSTEM TO ACCOMMODATE ACTUAL CONDITIONS UNDER — /� �•'ti-i�_-� i1t 'L� /%; 6'WSDOT TYPE 3 FENCE I I I NO CIRCUMSTANCES WILL CITY PAY THE CONTRACTOR / y •���: WI 4 SINGLE GATE, O I ADDITIONAL MONIES TO RELAY STORM DRAIN AND/OR •` LOCATE ON ROW LINE REINSTALL STRUCTURES AS A RESULT OF THE r¢ . 5 CONTRACTOR'S FAILURE TO POTHOLE AND VERIFY EXISTING UTILIT ES /_�� J• >�� �- -+,�c _ / CONNECT TO EX FENCE Ct 2 THE LOCATION OF EXISTING UTILITIES SHOWN ARE i / \ =�`� Sv. t. r ��• •J APPROXIMATE NOT ALL UNDERGROUND UTILITY DEPTHS 3 2 s� /��J m ARE KNOWN THE CONTRACTOR SHALL TAKE PROPER PRECAUTIONS TO NOT DAMAGE ANY EXISTING •, -^��Vet:.� - •ti�'�.�S�{•'� (� UNDERGROUND UT:LITIES.THE CONTRACTOR IS � \ ` �� ; ••• ___ _^. __ _�_ f ——— i Q RESPONSIBLE FOR ANY AND ALL DAMAGES CAUSED DUE TO FAILURE TO LOCATE AND PRESERVE ANYIALL EXISTING .:r ,< W UTILITIES �. •• �• - _ 3tOp �I. 4+p0 'P `` '(W 3 SURVEY CONTROL NUMBERS�,SEE DWG G-2, CONNECT TO EX FENCE 1�ee�e — -� _- = K 3' 5+00 - - _ - _ - _ - ."',_ .- _ O 4 THE MIN REO'D CLEARANCE OF CROSSINGS ABOVE OR { -c•' _ - - - '- - .. O BELOW)BETWEEN THE NEW STORM DRAIN AND EX 4 _ 6 1 8 CHELAN AVE SE ! 2 6 `p - �----�_.`� UTILITIES(WATER,SEWER GAS,POWER,PHONE,OR 2+00 Ln 5 _s _ ___ ____ _ CABLE MAINS AND SERVICES)IS 12 INCHES FOR UTILITIES . _ ) - Q GREATER THAN OR EQUAL TO 6 INCHES IN DIA AND 6 2 �" INCHES FOR UTILITIES LESS THAN 6 INCHES IN DIA.WITH 1- `-r"`• x N THE ENGNEER'S APPROVAL,EXCEPTIONS MAY BE _ T{ WALLOWED PROVIDED THE USE OF ACCEPTABLE - u+ 4Yp'> h 7.77- '£ MATERIAL(S)IS USED FOR SEPARATING AND PROTECTING 2 THE NEW STORM DRAIN AND EXISTING UTILITY.CROSSING 2 4 & . g��r \ J =' CONDITIONS NOT LISTED SHALL BE APPROVED BY THE Q -p - '' - t �,S •$:" I l.Oa I I V ENGINEER. ■i � life �' � -. / _. '� �, �4 y. I M Q / •n v w o u co co CONSTRUCTION NOTES: tD SAWCUT,GRIND,AND OVERLAY FULL WIDTH PER CITY t OF RENTON STANDARD PLAN H032 LLJy j NORM ����� - ,t'���,�}�, O2 REPLACE CURB AND GUTTER 2 FEET ON EITHER SIDE q OF CB PER CITY OF RENTON STANDARD DETAIL 101 1 t4 h, CO 0 20 10 I I I ?, '•°E,'".r h . RESTORE DISTURBED STREAM BUFFER AREAS BASED r a Q ; �',� �� ; k�a � �-' �� - i _ z O ON THE PLANTING PLAN AND SPECIFICATIONS Staleh Feet I Ot.; #;, G• �'S'u.s�3•*,.4 ,e•. L,___�__L__ _ � _-ih `._ ,�.,.�_ �._�_ __ _____ ..---•_ - + ; :' •� O4 RESTORE EXISTING LANDSCAPING SEE DETAIL 51C-7 CONTRACTOR SHALL SUBMIT LANDSCAPING PLAN FOR W _ k .�L'_ u'r ' ,\ I u , CITY REVIEW AND APPROVAL SHOWING PROPOSED ` .- - - _ ._lam- �..1..-_ -�_ _.-�I- -- _,,. _. _ l._. ... rrr `�" RESTORATION AREA PLANTSLOCATION OF WITHIN STREAM BUFFER O 0 8+00 --i -- I `` a __ _ = � - .�yii+.r ,�:. OS SEE STANDARD PLAN L-3010-02 AND L-3010-01 O --�- "�'""'`.""•I ----��a - - ;_ '}'. '� - - - - - - _ - - \ � CONTRACTOR SHALL INSTALL TOP RAIL NOT SHOWN .... - LO i CHELAN AVE SE ON STANDARD PLANS O6 REPLACE CURB AND GUTTER 10 FEET ON EITHER SIDE G 727 ," OF PIPE CENTER NE PER CITY RENTON STANDARD W DETAIL 107 8 1D3LIT TYPFO7 INSTALL TRENCH PATCH FOR ALL NEW PIPING PER CITY yOF RENTON STANDARD PLAN H032 AND H032 1 MONUMENTS SHALL BE REPLACED IN ACCORDANCE QWITH CITY OF RENTON STANDARD PLAN H031 WAC F p I c 332-120 SURVEY MONUMENTS REMOVAL OR v+ W 4 I DESTRUCTION AND SECTION 105 4 OF THE 3 I N SPECIFICATIONS aPLANTING PLAN o QUANTITY SIZE COMMON NAME SCIENTIFIC NAME CONDITION SPACING 3 (ESTIMATED) (INCHES) VINE MAPLE ACER CIRCINATUM 8 24+ 1 GAL o� g OCEAN SPRAY HOLODISCUS DISCOLOR 12 24+ 1 GAL 6 FT OC INDIAN PLUM OEMLERIA CERASIFORMIS 12 24+ +GAL CUMULATIVE RED ELDERBERRY SAMBUCUS RACEMOSA 6 24+ 'GAL RECOMMENDED FOR t,� Call 48 Hours 3 SALAL GAULTHERIA SHALLON 55 t2+ t GAL q FT OC By Before You Dig SWORD FERN POLYSTICHUM MUNITUM 30 12+ +GAL CUMULATIVE BY Ci- 1-800-424-5555 of U �t uN FRGROUND GROUNC SER�n E s BHC Consultants,LLC ��%. MF o`7" " ® ``` KPc """"•°p" CITY OF MAPLEWOOD CREEK JULY 2n15 !801 Fifth Avenue Sute 500 s me l'-20' p• tit g Seam Wash roon 98,01 P CUNNINCMAM, PE STORMWATER OUTFALL IMPROVEMENTS 2pe 515 3400 RENTON Gb S�L ANTS �€ 2o `on�o°;un� m `�� a ' ``' y 4 . °� F � °ATu'" Pubfc Works e DePc RESTORATION PL4N C-5 4 fes" 't utAL Sstq.'AL �`� J. KRESHEL P E - ' ', NO. REVISION BY DATE APPR A WIN. P F H T ORDINARY HIGH / REINFORCED CONCRETE C?� WATER MARK /'—' •.�"� � RING CAST-IN-PLACE HINGE FOR NMAPLEWOOD `TRASH RACK LID CREEK CREEK � �- ` NOTES: 54"OD HDPE / • f MANHOLE,DR325 1 FIELD LOCATE ENERGY DISSIPATER / TRASH RACK LID - / .. r r r fir` /�/ !• OUTFALL STRUCTURE.COORDINATE WITH CITY ON FINAL LOCATION 3/4"DIA SMOOTH ROUND BARS, ELECTROFUSION 2. INSTALLATION SHALL BE DONE WITH EQUALLY SPACED. COUPLING r HAND TOOLS ONLY TYP OF 24 MIN 9RDI N/S MARK �� -- " W�1TER�M K r' , WETLANDS v y y y r - r 3/4"DIA SMOOTH ROUND BARS, EQUALLY SPACED, 20"SD /'r/ ...••,,.,/ , 'fir �. ;�if/� �/�,�� /i/ 4„OC HDPE _ /�i' ✓/ ' //� 16"SO ENERGYbISS-IPATiR,/ HDPE HANDLE FOR HDPE — Z _ OUTFALL STRUCTURE ' / / / TRASH RACK LID PLAN TE 1 KIN E15 NOTE WITH LOCKING HASP APPROX 13 1.3t /-� SEE DETAILI � N,17049.X7'_ "� E 13k2925,92=' -,-�'•'-�,1-`P,`•�"-_.-..PLACED7)1 r � TWO HELICAL aT°' PIPE ANCHORS, SEE DETAIL 2/- j i HDPE Nis d TRASH RACK FOR OVERFLOW, ENERGY DISSIPATER SEE RENTON OUTFALL STRUCTURE STANDARD PLAN PLAN �� 234 20 SEE NOTE 1 SCALE:1••6'4' C-2 STRUCTURE 20"SD OVERFLOW - ————' HDPE DR 32 5 EL 332.0(APPROX) _ 12"LONG SMOOTH PIPE CLAMP, COUPLING BAND HILL HOLDER ANCHOR BY ' MATERIALS TO BE ASTM 36 16 GA STEEL PLATE, HD FOWLER,OR EQUAL 54"OD HDPE 1/4"PLATE GALVANIZED DIA VARIES MANHOLE,DR 32.5 " AFTER FABRICATION PER '68 ASTM A 123 ELECTROFUSION e ALL H 4 COUPLING d R 3" 1"MAX,ROUND OFF NUT ABOVE AND 4'MIN 3/4 0 SHARP EDGES BELOW PLATE 1 NOTES: CSBC AFTER CUT PLATE,SEE 1 TRANSITION PIPE FROM ABOVE TO SLOTS TO BE — PLATE DETAIL I § BELOW GRADE SEE SPECIFICATIONS 1 1/32"x 3/4" I IE 329 0(APPROX) THREADED ADAPTER W/ o FOR ALLOWABLE BENDING RADIUS 1 1/4"THREADED ROD O O FACTORY FUSED i2LES 2 @ O O O O PIPE PENETRATION 2 WRAP 20"SO TO 16"SD TRANSITION WITH 00 o iv GEOTEXTILE AND SECURE WITH {}__�}} STAINLESS STEEL PIPE BANDS INSTALL r �r y 6" EXTRA 6-INCHES OF GEOTEXTILE TO 7/8" � ?✓.R'; ,%� OC� ALLOW FOR EXPANSION AND 1 718"11 719" 3/4" O CSBC 3,000 PS v p-+ 1 1/2"SQUARE SHAFT CONCRETE RING, CONTRACTION OF JOINT 41/2" y CAST-IN-PLACE a = 3 SEE SECTION 7-16 OF THE p a W QUARRY SPECIFICATIONS FOR ADDITIONAL HAND PLACED RIP-RAP. 1 W a W ENERGY DISSIPATER REQUIREMENTS 3 MIN 12"THICK TYP ~ j Q t0'SINGLE FLIGHT g P F-0 ANCHOR BY AB CHANCE Q O PLATE DETAIL w a�{ SECTION NOTE: m' ALL ANCHORS AND HARDWARE "3 SHALL BE GALVANIZED ENERGY DISSIPATER HELICAL PIPE ANCHORS OUTFALL STRUCTURE RECOMMENDED FOR AP AL Call 48 Hours DETAILtj� DETAIL 6Y 1J- Before You Dig NTS C-2,- SCALE 12-=1'-0• TYP gy 1-800-424-5555 .( S. CIC UNDERGROUND SERNCE BHC Consultants,LLCCITY OF a Y • 1601 Fifth Avenue,Suite 600 �' $y ®m SAS NOTED ""®°�"°'a. MAPLEWOOD CREEK A&Y 21115 Seattle.Washington 98101 P.CUNNINGHAM,P.E STORMWATER OUTFALL IMPROVEMENTS 206.605 3400 g •` SSE •` ��1p , ��lm�;__�� nR E N TO N Z - �` �ULDWELL —bhs� Public Works Dept. ENERGY DISSIPATER OUTFALL STRUCTURES NTS JKL C-6 annL F' �t+:nL NO. REVISION BY DATE APPR DETAILS L. .,. A WtNN,RE 9 _10 SMOOTH CORED I- MANHOLE OR HOLE,TYP CO CATCH BASIN KOR-N-SEAL BOOT M SO OR EX PIPE WALL CAVITY O-RING PIPE ALL SST PIPE N ' NON-SHRINK GROUT FOR CONTROLLED 12" CLAMP ASSEMBLY DENSITY FILL CONCRETE PLUG - c PIPES IN FLOW CHANNEL MIN TRENCH SEE DWG C-5 FOR _ ______ TRENCHFULL TYP OF EXCAVATION SEE NOTE 1 999 24"HDPE PIPE ® e TMP TO SPRINGLIKE SURFACE RESTORATION — " OF PIPE - SO OR EX PIPE BACKFILL MATERIAL NATIVE IF IT MEETS S N' ' SPECS,OR IMPORT PER SECTION PIPE DIA OR 24"MIN, p L++ o - r_�_ �- 9-03 19(BANK RUN GRAVEL) WHICHEVER IS GREATER OUTSIDE O O '�' p. - INSIDE -�_�-_ ?� STRUCTURE Lu x 4�z-- CL Lu STRUCTURE NEW STORMWATER PIPE AT MANHOLE OR CATCH BASIN a c SEE NOTES 2 AND 4 U 3 PIPE PIPE BEDDING TO SPRINGLINE TRENCH CONCRETE OF PIPE BOTTOM MIN PRECAST AS REQUIRED EXCAVATION OF UNSUITABLE SOIL(IF NEEDED) PLUG INVERT DEPTH AS APPROVED BY ENGINEER BACKFILL ---- CONCRETE in i= Bio i WITH FOUNDATION GRAVEL a ELEVATION NOTES: g•' SST KORBAND 1 PROVIDE UNIFORM SUPPORT UNDER BARREL HAND TAMP MIN ASSEMBLY, NOTES: PIPE DIA OR 24"MIN; SEE NOTE 3 UNDER HAUNCHES WHICHEVER IS GREATER NOTES: 1 THIS DETAIL APPLIES TO ALL UTILITY CROSSINGS WITH 2 COMPACT PIPE ZONE MATERIAL TO 95%MINIMUM DENSITYNOTES: CUT PIPE END 1. CONTRACTOR SHALL COORDINATE CORED HOLE LESS THAN 18"OF SEPARATION EXCEPT DIRECTLY OVER PIPE WHERE COMPACTION WILL DIAMETER REQUIREMENTS WITH PIPING AND 2 PIPE WITH LESS THAN 12"CLEARANCE AT CROSSING BE HAND TAMP ONLY MANHOLEIVAULT MANUFACTURER SHALL ALSO REQUIRE AN ETHA FOAM CUSHION TO 1 IF THERE IS NO CHANNELING FOR THE PIPE BEING BRIDGE THE GAP ALONG WITH CDF.THE CUSHION 3 PIPE MUST BE ANCHORED IN SUCH A MANNER AS TO PLUGGED,STEEL TROWEL THE PLUG TO A SMOOTH 2 FOR PENETRATION INTO EXISTING MANHOLES OR SHALL BE CENTERED BETWEEN THE PIPES ENSURE FLOW LINE IS MAINTAINED SURFACE CONFORMING TO THE INSIDE SURFACE OF VAULTS,KORBAND ASSEMBLY SHALL CONSIST OF THE MANHOLE OR CATCH BASIN IF THERE IS 316 STAINLESS STEEL WEDGES 4, PIPE ZONE MATERIAL SHALL MEET THE REQUIREMENTS OF CHANNELING,FILL THE CHANNEL FOR THE PIPE BEING SECTION 9-03 12(3)EXCEPT WHERE PIPE ANCHOR IS 3 FOR SOLID WALL HDPE,INSTALL A SST STIFFENER REQUIRED,SEE DETAIL 6!- PLUGGED WITH CONCRETE STEEL TROWEL ALL EXPOSED NEW CONCRETE SURFACES SMOOTH SLEEVE,ROMAC OR APPROVED EQUIVALENT. TYPICAL TRENCH BEDDING TYPICAL PIPE CROSSING AND BACKFILL PIPE PLUGGING WALL PENETRATION EXISTING PIPE DETAIL DETAIL DETAIL DETAIL r4'� NTS TYP NTS TYP N7S C-2 NTS TYP CONCRETE NOTES: FINISH GRADE DISTURBED AREA 1. SPECIFICATION ---- SEE SPECIFICATIONS FOR COMPLETE REQUIREMENTS 6HYDROSEED FOR MIX DESIGNS,FORMING, REINFORCEMENT, Z 1111 41 41 TYPICAL PLACING,CURING,AND FINISHING. e �ic o c ca 5'MIN TRENCH WALL _ 2 DESIGN STRESSES #4©�12 EA WAY A CAST-IN-PLACE CONCRETE — I — • STRUCTURAL CONCRETE:3000 PSI AT 28 DAYS 4"TOP SOIL,SEE I- I i If r-j✓ NOTE 2 AND 3 '( SEE TRENCH (� SECTION a n PIPE ANCHOR B REINFORCING STEEL SHALL BE ASTM A615 DEFORMED DETAILS e z BARS,GRADE 60 WELDED WIRE FABRIC SHALL BE a e ASTM A185 SMOOTH WIRE-fy=60 KSI MINIMUM. D _ PIPE DIAMETER 3 BAR SPLICES VARIES SPLICES OF REINFORCING STEEL BARS SHALL BE IN NOTES: Z 4 #4©@ 12 ACCORDANCE WITH THE BUILDING CODE AND SHALL BE P CLASS B,UNLESS OTHERWISE NOTED THE LENGTH OF 1 REGRADE ALL DISTURBED AREAS TO ORIGINAL CONTOURS, LAP SPLICE OF BARS OF DIFFERENT DETER SHALL BE ALLOWING FOR TOPSOIL DEPTHS a DIAMETER ON THE SMALLER DIAMETER. 2 REFER TO DWG C-5 FOR RESTORATION WITHIN SENSITIVE — 4 STANDARD HOOKS AREAS I a HDPE WALL TYPICAL BOTTOM I 9" BARS ENDING IN RIGHT ANGLE BENDS OR HOOKS SHALL 3 TOPSOIL SHALL BE TYPE B UNLESS OTHERWISE INDICATED ANCHOR ' OF PIPE TRENCH 5, Typ CONFORM TO THE REQUIREMENTS OF THE BUILDING CODE a REINFORCED MIN Q. 3.000 PSF CONCRETE ELEVATION SECTION o SURFACE RESTORATION TYPE i PIPE ANCHOR RECOMMENDED Call 48 Hours DETAIL ,., �� FOR APPROVAL NTS rYPDETAIL r�1 BY Before You Dig NrsTYP BY 1-500-424-5555 UNDERGROUND SERVICE JS_U0LTA;t BHC Consultants,LLC ¢�` to � �A5 NOTED �"�`'�' !� MAPLEWOOD CREEK aLY 2015 1601 Fifth Avenue.Sine 500 4 Ems""° CITY 0FSeattle.Washington98101 sP.CUNNINGlNM,PE STORMWATER OUTFALL IMPROVEMENTS22006 053406(fax) . . CMWSGZvi.x. RENTON_bhaonsuhants com w za Public Works Dept two ss�c�,nt ,1� e�J.®NRESHEL RE a MISCELLANEOUS DETAILS C-7 t ,x 1� NO. REVISION BY DATE APPR AAOOUYNN.PX r+x�xu sm 10 P10 �S