Loading...
HomeMy WebLinkAboutContract Award Date: 7�17/2017 CAG-17-108 Awarded to: DPK,Inc. 7829 S 206th St. Kent,WA 98032 $904,036.00 ti�Y o � „ � ., ,� Bidding Requirements, City of Renton ♦ + Forms, Contract Forms, Conditions of � the Contract, Plans and Permits � � � � frO � City of Renton Harrington Ave NE Green Connections Stormwater Retrofit Project - Phase II SWP-27-3731 City of Renton 1055 South Grady Way Renton WA 98057 Project Manager: Beth Tan, 425-430-7247 btan@rentonwa.gov CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the Harrington Ave NE Green Connections Stormwater Retrofit Project - Phase II May 2017 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATION PLANS � �• ST ¢.���w�'�v � � � � �� ,� o �oNa� �1L���;;�� CITY OF RENTON 1055 South Grady Way Renton, WA 98057 DOCUMENT INFORMATION July 31, 2017 FIRM NAME: DPK, Inc. 7829 S. 206th St. Kent, WA 98032 PHONE/FAX: 253-872-7916 / 253-872-5112 7'YPE OF BUSINESS: Corporation INCORPORATION DATE: 04-06-78 (State of Washington) � YEARS IN BUSINESS: 38 Years (Prime/Subcontractor/Same Business Name) FEDERAL TAX ID NO: 91-1024724 MASTER BUSINESS NO: C 600 274 789 (UBI # & STATE TAX EXEMPT #) (Expires 04/30/2017) CONTRACTOR NO: DPK**I*222K6 (Expires 04/06/18) MBE NO: M4M0901446 L& I ACCOUNT NO.: 391,944-00 EMPLOYMENT SECURITY NO: 436144003 DUN NO: 03-799-7269 BOND NO: SG4630 (Effective 03/O1/02) SURETY: Travelers Casualty and Surety Company of America Century Square — Suite 1650 Fourth Avenue Seattle, WA 98101 Rating: A+ XV AGENT.• Propel Insurance 1201 Pacific Avenue Tacoma, WA 98402 (800) 499-0933 KEY FIELD PERSONNEL: President David Kiyohara (253) 872-7916 Superintendent Tony DePian (206) 949-0874 Project Manager Bob Kiyohara (206) 949-1220 Contract Admin Shelly Alfaro (253) 872-7916 Page 1 of 2 "An Equal Opportunity Employer" Page 2 of 2 D P K INC Page 1 of 2 Horne Espanol Contact ;Sea LhCr &I � _____�� _�J A-Z Index Help My L&I Safety&Health Claims&Insurance Workplace Rights Trades&Licensing Washington SWte�partment of �, Labor & Industries DPKINC Ov �e _� ;ra 7829 S 206TH ST KIYOHARA,DAVID PAUL KENT,WA 98032 253-839-4982 Pr;ncipa!s KING County KIYOHARA,DAVID PAUL,PRESIDENT KIYOHARA,MARGARET ROSE,SECRETARY Kawakami,Rod,AGENT KIYOHARA,EDWARD,SECRETARY (End:OS/10/2012) WA UBI No. Business type 600 274 789 Corporation License Verify the contractor's active registration/license/certification(depending on trade)and any past violations. Construction Contractor Active. Meets current requirements. Licc ��epec�� �. GENERAL Li�anse�� DPK*'I*222K6 Eff �'�e—c{F ._ OS/26/1978—04/O6/2018 Bond TRAVELERS CAS&SURETY CO $12,000.00 gc;•,a��cour;:,,. SG4630 Recel�.ed b��L�! Effective date 01/09/2006 03/01/2006 Exnir�t!nn date Until Canceled Insurance Travelers Indemnity Company Th $1,000,000.00 ?�;;�,, DT-CO-5F723225-17 Recei,fe":-,�:�� Ef`2cti�.e��3:? 02/28/2017 03/01/2017 Exp:r_..,,.��a'e 03/01/2018 #nsurance history Savings No savings accounts during the previous 6 year period. Lawsuits against the bond or savings Help us imprOve You created this PDF from an application that is not licensed to print to novaPDF printer(http://www.novapdf.com) 07/31/2017 D P K 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 duri�g the previous 6 year period. Workers' comp Do you know if the business has employees?If so,ver'rfy the business is up-to-date on workers'comp premiums. ;;�;:: ;-;,;^!!D Account is current. 391,944-00 Doing busi,,.ess as DPKINC Esflir,a?e��.�,rkess�epo;i�,. Quarter 2 of Year 2017"7 to 10 Workers" �&1� �nt_ ^ :�_ T2/SUSAN BETTS(360)902-4828-Email:BETT235@Ini.wa.gov Public Works Strikes and Debarments Verify the contractor is eligible to perform work on public works projects. Contractor Strikes No strikes have been issued against this contractor. Contractors not allowed to bid No debarments have been issued against this contractor. Workplace safety and health Check for any past safety and health violations found on jobsites this business was responsible for. Inspection r2sults date 02/02I2017 Vioiati�ns irspec'�en n-� 317942685 Locaben 1492 NE Boat Street Seattle,WA 98105 C Washingion State Dept.of Labor& � .. ,�e c , , � :, ��r� - , -o�J, - -. Help us improve You created this PDF from an application that is not licensed to print to novaPDF printer(http://www.novapdf.com) 07/31/2017 ` Department of Labor and Industries � I DPKTNC PO Box 44450 �>, Olympia, WA 98504-4450 Reg: CC DPK**[*222K6 °' UBi: b00-?74-789 � � �a Registered as �rovided by Law as: �. ��� Construction Contractor � (CCO1} - GEN�RAL s?a D P K INC f:ffective Date; S/26/1978 �` 78�9 S 20bTH ST Expiration Date: 4/6/2018 1 ; KI::N'T WA 9�U32 ; � , . .. � ,�. ��� � �,, + . � ,, o.�..: 7 ' ��� �; . � ._� �., , .. . _. .. , u � ,:' �,� ,, �w � � �>., ., � ��.,. ��, . �. ,.�... ;... . . _,. .. , ��,��� �.,���. Business License - ��� �����--- -~- xs ¢ � �.� �.lf}'Of �1 ; � a . �_ �:. -.��,�,. �.� ` ,;... �. � � � � _� ', ., 1055 South Grady Way Renton, WA 98057 (425) 430-6851 Fax (425)430-6983 License #: BL.039028 � Expiration Date: 07/31/2017 Issued Date: 08/25/2016 DPK Inc 7829 S 206th St Kent, WA 98032 ' . _ :; �. . . . ' .. � . � ��^f�1�;uCC�lS�O;lL��/�::SC�i u,iSrrr:..�,..L"Ji�JH n�icti i7riJvV. - . � �. : . � . �i:�+,�+w..,�.,.,d__'�" � BUSINESS LICENSE -�:��ry�t� , ,, ,, i � � � � ti.. Out of City � , ., � � , � �''�'_.� '� ; .,,:' : NON-TRANSFERABLE �� - - ; License #: BL.039028 Expiration Date: 07/31/2017 DPK InC NAICS Code: 238110 7829 S 206th St � Kent, WA 98032 � . ��� -- Mayor Administrative 5 ' es Administrator , Licensee has applied for a City of Renton business license in accordance with Renton Municipal Code (the Code),Title V Business, 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 atthe place of business. This license does not allow licensee to operate a permanent physical location in Renton. � -1055 S Grady Way;-Renton WA 98057 (425)430-6851 Fax(425)430-6983 -licensing@rentonwa:gov ..__. C�ty O �SY o _��� r�� r:. � � � � c_~ �a �c, � � � . �� � �` .. �r— c � �., Y �G:. f , ����,��� Harrington Ave NE Green Connections Stormwater Retrofit Project - Phase II - SWP-27-3731 CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Vicinity Map/Site Map Instructions to Bidders Call for Bids *Proposal and Combined Affidavit&Certificate Form: (Non-Collusion,Anti-Trust Claims, Minimum Wage) *Proposal Bid Bond Form I *Dept. of Labor and Industries 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 Environmental Regulation Listing& Permits Traffic Control Information City of Renton SPECIAL PROVISIONS Geotechnical Report Survey Control and Monuments Survey Monument Removal or Destruction Site Photos Standard Details Construction Plans(reduced 11x17) Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. * Submit with Bid ❖ Submit after Notice of Award (at the latest) CITY OF RENTON-Public Works Department 2 Table of Contents\ I �- CITY OF RENTON SUMMARY OF FAIR PRAC�ICES 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 - 7he 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�th day of March , 2011 , I CITY RENTON � RENTON CITY COUNCIL � - Denis Law, Mayor uncil Pr sident Attest: ,:� ;�� � ^��� i�`�'`r; ' ; %., � ���d�y`a'' ``��'� �y�'% Bonnie I. Walton, City Clerk � � =� r� ����/ A"rY�- I�y % � � � � � %l/'������\\\"`\\~ ��'f��7f/;/111iIIIIttll1U\\h����\~ �:u«�,;, CITY OF RENTON Sli�t�RY 4FAMF.RICANS Wl!'H DISABIf.1TlES ACT POLICY dDOPTED BYR.�SO'LTT170NN0. �X? The policy of the City of RantAn is to promote and agord oqua�l �t aad servicx to aI! c.itiu�s and to assure �PtaY�t oFtxi�tY � PGrsoos with disabilities, wl�a d�o City of l�ntan c�n c�easonably accommodate d�e disabiIity. This policy shall be based on thc principles of cqual emPloY� �►FP�tiY, � �►maricans With Disabilitias Act and�appIicable guidel'mes as set ferrh in faleral,state aad locat laws. All d�of the City of Rentai shall aadhcre to the following guidelines: (1) F�LOY1�tENT' PRACTICES • t4ll acoivities relating to emgloynieat such as rxrwitment, selectio�n,promotion,termination and ttaining shait be c.onducted ia a npn- cliscrnrunatory maaaer. Personact decisi�s will be base�d o� i�dividuat perfarmance, staffi�n8 re��i�ts, and in accorc3anc;e wiih tEu Aa�cricans With Disabilities Act and ather applicablc laws and regulatii�s. (2} �PERATION WTIH HIIJMAN RIGHTS ORGANxZATTONS - 'I7se Gity of Renton will cc�aptrate fully with all organiTarians and conunissioas organiz�d ta prumotc fair pradices and oq�al aPPo�tY � P� with disabilities m employmeut and receipt of City services,activities aad prograzns. (3) �RICANS WTTH DISABQ.1TiES AGT POLICY-'I7u City of Reaion Americ�ns With Disabilities Ad Policy will be main#aincd to f�ciIitate equitabk regr�tia� unithin the City w�ork fotr,e a� to assurz equal anF�a}'� oPP��tY � W� access to City seivices, activ�itics a�d programs to all geopia with disabilities. It shall bc the responsibility and thc duty of all City offiaals and anplayxs ta rarry aut t�he policies aad guidelines as set forth in this policy (4) COIVTRACTQRS� �BLIGATION - C�#radArs, subcaitractors, caasuttaats and suppliers conducting business with ttu Cily of R�shall abi�by tlx rc�uuanants af the Aituticaas With Disabilities Ad and pr�n�e accas to strvices, aciivitits aad prograins for geople with disabilities. Copics of this�licy shatl be distributod to all Ciiy at�loyces,shalt appear in all operationai documentatiai of tt�e City, inctud'xng bid calls,aad shall be promineady disP�3'��aPP�riate City facilities. C4NCURRED IN by the CIty Counctl of the City oj.Rentore, Washington, this 4th day of October 1993. C RENTON RENTON GTIY CQUNCFL: '� -� Maycsr '1 Pr�sidart Attcst: , City Clerk ------_� c�ry oe� � � � � b �i�� �� - C�,����.rc�� Harrington Ave NE Green Connections Stormwater Retrofit Project - Phase II - SWP-27-3731 SCOPE OF WORK The work involved under the terms of this contract document includes the installation of a stormwater system to improve the performance of the existing stormwater system, water system relocation, and landscape plantings, and planting in the Harrington Ave NE between S. 7th Street and 5. 8th Place in the City of Renton. All work shall be conducted in accordance with Environmental Permits, and site-use restrictions; and shall include but not be limited to: • Construction surveying, staking, as-builts, and replacing survey monuments, • Traffic control and installing and maintaining erosion control, • Installing the new storm system including approximately 709 feet of 18-inch CPEP pipe, 85 feet of 12-Inch CPEP, 50 feet of 8-inch ductile iron and 100 feet of 12-inch ductile iron, • Approximately 14 Type 2 catch basins and three Type I catch basins, • Temporary stormwater control and bypass of the existing storm system, • Installing approximately 295 linear feet of 6-feet and 1,350 3-feet wide landscaping strip, • Constructing three water quality treatment bioretention stormwater facilities, • Relocating water main and rebuilding water main, • Removing and restoring asphalt pavement, • Removal and replacement of asphalt concrete pavement, asphalt overlay, concrete curbs, gutters, and driveways, • Installation of pervious concrete sidewalk, • Installation of concrete sidewalk, • Landscape and property restoration. • Trench excavation, including removal of existing unsuitable material, stockpiling excavated material, and maintenance of existing utilities. • Testing, poly-pigging, disinfecting and flushing of water mains, and connecting to existing water mains. • Installing and maintaining adequate TESC measures and restoring all disturbed areas. The estimated project cost is$650,000 to$870,000. A total of 90 working days is allowed for completion of the project. For Bid Item Descriptions see Special Provisions Section 1-09.14 Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. OS-SCOPE-WORK\ CITY OF -----''�Renton ��� Pubiic 4Vorks �' �`m� � � �� - � ��,.�- : � .� � �" � � � � � � � ���� ��� ������ ��� °��� � Harrington Ave NE �� �E . � � �� ��+��` �,,,�»�� w � � K.�, + � +� � ��� ��-i� ����� � � ����� � ��� ��� �� � � � Retrofit Phase II , � x '���� �,�� �" � � �� , � � ��� �. ��m� � � ��,�� �- �� r� °,�� �Y� � �� � Project �� � � � . �� �. , ,. ��:�� � � � .h> � � � �� ��' � �, � �:�,.� ��. +�� ��� �� �� � r� �«��. y,„� �� �.m'� �:�� �-� �,� +� `� ��� �- � �, .<� ,�� ��; � � � ^� ��� �,� � "� � � � � , ,� � �„ � '�'� � � ��� �_ r ..� . ,� � �� � »� � ��� � �,�, ' ;� � � �. �� s � q�' "�`� ;�:���., < � � � � >� �- r �� �. �� � ' ��'�,�, � �� � � e�� +�� ��' � � � � �, . .,,��,. � � �� � � ��� � :z �. � ��_ ��. � � � � � � � ��� � � � � . � ��. �. �� � ��° � � � �� ;� � � ''� � � . � � � � � , �.� �� �� � � � �� � � � , � � �. �� ' � �� �� � �� ���"� "�"'._.. �',�. 4 �� �'��,y�, a� ��� � .����#�,���� � � «� �,� �'d� t� a .'�� g ,vk'� 4' M . ie' '�° �k� ,� � #,� . ^^ ��^ , �+,�.a F .w_ � �.s•R�� � a'�qa :��e .m� a': � ��.'"�!v a„ ���. �,� "�' � '�s ,,w �' � « �_. . � � � � � .�� . � �� """g� �,n ,a� u .. ... . "gy[ii4ill�' ��� �n. �. .eF � ��" ... � . ,� �,q, �, � ,� �» � „� �' �" ,..� � a a ��; � � Wq e '� �, "� �E �� � "��,, , ' �`. �+�,� d�` �+'!I� . ,� ; ��;�� �.`..���"'"p ' � '� c� �"���� � � � � � � �"�"#�� « �, �-. . � �.�� �.��� ;� � � � ,_ � P,,." �# � �,� �� 'c+ �""� � �� � �. � r � ,��' '�. � � ,� �� ��»�,� �',° � � � a++ ,�� � ^� � �w .� � � � �� ;� ,� ��� ,,� � � s ��r �� �� ` �" � � � � �-�,�� � . Y� � _ ' � � . � �` �� �.� �, .�v������� �!�� � ;�, � �.� -��~ �� ,� ��"� � �� .,� �,y ��� � �,.�.� :,i: �� '°�� � � „�¢ !'�"� x �� � �� ; ' �a. � : ,,�.� -, ,�� — ` �. �� #� ��� �, ,� � a� � ��* �r �� �� � ,� ���' �`��° rt ,� �� s� � ' ,. .. �.., �. �. , .. .e��' ��,�;.� .� �. .�� � �9 � ��'`r x8 � � I��.a��.A 'R' �:,,y, � ,yy ma '��..w.�. � rsr� �Ao- '"`� ,�� .��"t '� �aa.. ���,.� ��� ,�i ;� "��.A+ � � ��� �: .. �� . �y �,. . �`����;,�..,�a. `�<�'�.� ,� ��;""a �� . ��.yu � . ,��;�,��°'�.��'d��'��.a �z � �' �.t.��.. � � � "�a� .. p� „� > e�` . ^� d ""'' -�«�a � ' w.� . �..�C".� R,�ae�"�, t F C�. �,. � 3P d� �� � °a+ ,,�s .;� �.. . �� ,�"�� � . �'. w� 'i;. �' ��' �, °' ` T ��' -� � . � ��', `�.a�.ew.�.�"� "� "P � . �� �'�'u'...�` � �� . �ay�'�'c d � '� , � �aw� �, ": d � . � �� � *h� � q�� � , � � . � �� �; � ���t° _ � a ��,a' w ; � � � � � �� '` ��IIt � .tr�ww�"���*` � � ,� rt� �� ' �� �m�.��,+� '»���� � �� y �. �`'r ' � `�'��"��< ''k � '�„W, � � � "� ° �' "aylq . ��. ���� ��edmin a� '�, . � � ��*: r t� . k�,,,e �� � �����"�' �`� ^... �� ' * . �F.� � , �� ,�e�� �� . Y .�i � � ,�> � 'yp � «w. ��� �.��B� � � -Y �.� y �.w '�w '��� � '� �� � 's � ° � �,.. �.� '� '„„��, °�`'F� � ' � ' -�'�� � �"�� �� . ' � _�" �"� .: �� �� t � � � � : �,'��,� L ?�� , �� � .� � ° � +� �� "� �` ? � �` . ry� �� �.�� � " � a � . � � , � �`���� ��' g� � .. ��q �� w �� # � �e �� « � � �. � �z �'. °� �,�i � '� � �`x��" ���� _� �� Harrington Ave NE Green Connections �_� ����: � �. � � �` ' � ,� � � �� � �� � ���� � Project NE 7th St to NE 8t� PI — Phase II w�*� -'� �� ���`-�" �' '���� �� Proposed Project � * '�; '�� � � ��,.�� �ti , � �,� � �,� � �°�9 � � � � � �°� ���d ' � „ . ,t'��. m� ��p �dYu� �,,�, ... �.� �. .c , � � . . ,„�' '� ::. wk ��' . o n ;� � „ � � y' 4".# Y� �� �d�� �,.� ���y,�... � _ ���,+v�.� . � �,.���° �,� q �d a;, ;� .,,�.� y ,� �' ,."� � „ J� �,l� � #� . �� �� �s� �`�' � +� �� �� �" s�� � *� � �,a� ' �. � , � � r� � �`s "� �", � '���^�W �• �qp , � �± � ,� ' � ��4a�.+���� < , � 'a � . _, � . . �,� �, ��" � �� � r�° � �"Y4R"�"'�"��,� `c� � ��� � ,� y�, . �..x :.a� =�<g� �A °r� e ts� � -� a@��'.� :_�.n � � � � a�� ` � ' � !Ik ,. '� 9 ,�A�`� .. "�� ��.. �,.�z City of�. .;1}� o � m. � v g ,�> . ,� . � ��� � � �,�, .� �r ,�, ,,,� .,„�, «�' ,� •� -�,�� Harrington Ave NE Green Connections Stormwater Retrofit Project Phase II — SWP-27-3731 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 I 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. � .,..���� ,��,��.��,�.�.eF,�. �.,�. ,u� .N..�a���,����.��.�,.wa.��...� .,. ..,.,R..�.,�....��..,�_��..,��..� � _... _ -___� ....__.._�_____ 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. ' 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as 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 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 As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 18. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants. The most recent issue of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. 19. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall 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. The Contractor shall be responsible for adhering and conforming to all applicable provisions, conditions, and requirements of the project permits. The following permits, have been issued specifically for this project and their requirements apply to this work. Copies are provided in Appendix B to the Special Provisions: 1. Washington State Department of Ecology Clean Water Act Section 401 Water Quality Certification 2. State Environmental Policy Act (SEPA) Mitigated Determination of Non-Significance (MDNS) 20. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton 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 "2016 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? ❑ Have you submitted Minority Business/Woman Business Enterprise Subcontracatos List (If required) ❑ Have you submitted the Subcontractors List (If required) ❑ 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? CAG-17-108 CITY OF RENTON CALL FOR BIDS Harrington Ave NE Green Connections Stormwater Retrofit Project-Phase II SWP-27-3731 Sealed bids will be received until 2:30 p.m., Tuesday, June 13, 2017, 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 90 working days from the date of commencement under this contract shall include, but not be limited to: Roadway, sidewalk, storm drainage and water improvements to Harrington Ave NE between NE 7`h Street and NE 8tn place. Construction surveying, staking, and as-builts, traffic control, installing and maintaining erosion control, installing the new storm system including approximately 945 feet of 12-inch and 18-inch CPEP pipe and 8-inch ductile iron pipe, 14 Type 2 catch basins and three Type 1 catch basins and three drain basin inlets, three water quality treatment bioretention stormwater facilities, temporary stormwater control, excavating existing roadway, removing and restoring asphalt pavement, removing and restoring concrete cub, gutter, sidewalk, and driveways, landscape and property restoration, placing geotextile, permeable base, permeable crushed surfacing, pervious concrete sidewalk, amended soils for rain gardens. Relocation of approximately 345 linear feet of Class 52, 6-Inch and 8-inch Diameter Cement Lined Ductile Iron Water Pipe with Poly-wrap including fittings, valves, and fire hydrant assemblies, trench excavation, including removal of existing unsuitable material, stockpiling excavated material, and maintenance of existing utilities, removal and replacement of asphalt concrete pavement, asphalt overlay, concrete curbs,gutters, and driveways,testing, poly-pigging, disinfecting and flushing of water mains, and connecting to existing water mains, installing and maintaining adequate TESC measures and restoring all disturbed areas. It is anticipated that this project will be funded in part by the Washington State Department of Ecology's FY2016 Stormwater Retrofit and LID Competitive Grant Program. Neither the State of Washington nor any of its departments or employees are, or shall be, a party to any contract or any subcontract resulting from this solicitation for bids. The estimated project cost is$650,000 to$870,000. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid documents will be available May 26, 2017. Plans, specifications, addenda, and the plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at http:JJU+�Lv��,.bxlv�.cflm, 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: Beth Tan, Public Works Dept., 1055 South Grady Way, Fifth Floor, Renton,WA,98057,or 425-430-7247, or btan@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 America with Disability Ac olicies shall apply. � Jason A.S h,CMC,City Clerk Published: Daily Journal of Commerce May 26,2017 Daily Journal of Commerce June 2, 2017 ��� r ♦ = �,�� ., �( E'� ,..� / ru � ,�,�;, Proposal Bid Bond fr`.,�,``1. KNOW ALL MEN BY THESE PRESENTS,That we, [Contractor] DPK, InC. of[address] 7829 South 206th Street, Kent, WA 98032 as Principal, and[Surety] Travelers Casualty and Surety Company of America a corporation duly organized 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 Renton in the sum of five(S)percent of the total amount of the bid proposal of said Principal for the work hereinafter described, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators and assigns,and successors and assigns,jointly and severally,firmly by these presents. The condition of this bond is such, that whereas the Principal herein is herewith submitting his/her or its sealed proposal for the following project,to wit: Harrinston Ave NE Green Connections Stormwater Retrofit Proled-Phase II-SWP-27-3731 said bid and proposal, by reference thereto, being made a part hereof. NOW,THEREFORE, if the said proposal bid by said Principal be accepted, and the contract be awarded to said Principal, and if said Principal shall duly make and enter into and execute said contract and shall furnish perFormance bond as required by the City of Renton within a period of ten (10) days from and after said award, exclusive of the day of such award,then this obligation shall be null and void,otherwise it shall remain and be in full force and effed. IN THE EVENT the Principal, following award, fails to execute an Agreement with the City of Renton in accordance with the terms of the Proposal and furnish a performance bond with Surety or Sureties approved by the City of Renton within ten (10) days from and after said award, then Principal shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of Renton the amount of the Proposal Bid Bond,as set forth in RCW 35A.40.200 and RCW 35.23.352. IN TESTIMONY WHEREOF,the Principal and Surety have caused these presents to be signed and sealed this 13th day of June 2017 i�PK, Inc. Travelers Casualty and Surety Company of America (Principal] �� �"-���-- _ [Signa_ re of authorized cial] (Signature of auth rize a ��., ,^ -� �„ �_;;,,� '������A��—� gy: Carley Espiritu - ["fi�le] [Attorney-in-Fact] [Address] 1501 Fourth Ave., Suite 1000 Seattle, WA 98101 (206) 326-4290 [Telephone Number] Approved by the City Attorney on 6/03/13 • WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER .AI . POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company 'h�avelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. 'IS-avelers 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. 2�15g2 �ert�f�ate No. 0 0 710 3 3 3 5 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 Fideliry and Guaranty Company are corporations duly organized under the laws of the State of Coonecticut, that Fideliry and Guaranty Insurance Company is a corporation du]y organized under the laws of the State of Iowa,and that Fideliry 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 C.Swanson,Brent E. Heilesen,Peter J.Corr�Yort,Julie R.Truitt,Christopher Kinyon,Jamie Diemer,Carley Espiritu,Annelies M.Richie,Kyle Joseph Howat,Mary S.Norrell,and Heather L.Allen of the City of TaCOtria ,State of WaShlilgtOri ,their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and ack�owledge 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 WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 23rd day of January 2017 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company ?Yavelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Tl�avelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company G/�SU,��� ��� yFlFE6��,'` �Q\*µ iNSG� .•'p'+`iNgUqqt Jp�TYAry�s lt��fly YY"Y"VJ� �pM�R�r l- �.M°o"�r < �t Q.:' ' � I'��:" �.2`: � G g'd 4S v� �b Gi y � INCdI�Tf� �H, ia �iLp0.P�R��F.m JW:'�PPORq�,�.c�` y �g� � � l'1^? Z l 9 S 2 0 � �.9� � s � : f :Z: - ;�€ w MARTFOR�� < e Jf MQfi7F'b�r5 < � �"qy��,S a r � 1951 � i ��,SF.AL `oi ��iSBAL:'3+ �, CONN. o �` �M. ? ;n f 1896 � 3 s i � 5`;�' �,,�°�' v''�-......:�y�� "'o'>... ..:•aD 'sb at ���y 6 y� �t+ �,� � a„�R,��n"'" !„p AN� �S..... 'ia t ^�a �i"• ��jl�' Alf�� '�w. i' �f / State of Connecticut By: ,f`'�� City Of HartfOrd ss. Robert L.Raney,Senior Vice President On this the 23rd day of January , ����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 Surery Company,Travelers Casualry and Surety Company of America,and Uuited States Fideliry and Guaranry 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. � �� �W�/" � • � My Commission expires the 30th day of June,2021. �p�l�G * Marie C.Tetreault,Notary Public �� 58440-5-16 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. Pau] 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: RESOL�'ED,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 tbe 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 indemniry,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 Compa�y's seal by a Secretary or Assistant Secretary;or(b)duly executed(uuder 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 writte� delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following off'icers:President,any Executive Vice President,any Seuior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualry 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 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 day of ,20 �� ���� �� � Kevin E.Hughes,Assistant Sec tary GI�S(1,��� � ���"""uE\Rk 4°by� \�'�M��N ..++�H`g`V*A'k p�TV ANO 3W -,rt YI�,_ Z O y '4'2 O ..9 JP.._.......9 J y. 17� fTY �T" "'vl o#,o�a.,�� �'°`°"'o � 'P`a J oavon��F>m �Q�':o_._ .in; � 9� .�.�` � �4� � � '1977 m� _ r �= 3 0.PORA ' i T ���� � 'N�01IPoItATED , f;° E�;�: a HARTFORD. WIRTORG � �RD � � 1.9Jr1 ' '`SEAL.�onf ��°. o; e CONN. n �Caxn.�R ,n 1896 -. y` �� � �;� o �`.,. •o•.SSALje ro �,,,� �✓,.,{F` o� < ° , � : W .r � F d � . �"nw°snNct.� d1s•�.�N,�L'��` >�.. �a 'y �a r � '��/j � �m,�,a„ a....»..+�' �S.. . r 1 .a AtN •+,. 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 above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER CITY OF _ _._......—�l��e,nt+ar� � HARRINGTON AVENUE NE GREEN CONNECTIONS STORMWATER RETROFiT PROJECT PHASE II SWP-27-3731 Department of Labor and Industries Certificate of Registration Name on Registration: ��� �1C• Registration Number: �.Ql� �1`� �� Expiration Date: C�si—� I�� ( a��� Note: A copy of the certificate will be requested as part of contract execution when project is awarded. � DOLI Certificate oERegistration Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal-Page i of 2 � City of ,,�� �, : �, � :; �> � ri,v�.,' Harrington Ave NE Green Connectians Stormwater Retrofit Project - Phase II SWP-27-3731 Proposal &Combined Affidavit & Certificate Form TO THE CITY OF RENTON RENTON,WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for seid 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 bitl, or any other person or corporation to refra.in 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 6idder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize :that in actual economic practice overeharges 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 o�er-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants ', and represents that such of his suppliers and subcontractors shall assign any and all such claims to I purchaser,subject to the aforementioned exception. AND Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 1 Proposa)-Page 2 of 2 MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the perFormance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract. I have read the above and fioregoing 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 1�����c-� � . Name of Bidder's Firm Printed Name:�lv�C1 �C•`lC��d-�'�'� Signature: Address: 1 - �J; `c�C,�� �c�� ��--R� � `� —1 b� Contact Name (please print):i�a��i c� �: `.t�hCA� " U�-" ��XX� �U Cs� , Phone:���� ��a�1�� lp Email;_Ck"kVIC'.�.C... ���C�,(b'M UQ- ��C.0 1 �\Q�'nt-'��� Names of Members of Partnership: OR Name of President of Corporation ��,J`�G� k�V��'�Q4"C%� Name of Secretary of Gorporation `�C�Y`�-�i.(:�`�e� ��.!�� Corporation organized under the laws of �,���,n�� With Main Office in 5tate of Wash'ington at "� � S , aO(a�.�- Subscribed and sworn to before me on this ���'d y f � 20 1� � Mtf�ttt/l `���� q��ii� No ary ic in and forthe Sta e of Washington ', 1M � .`���Q'C Jg�1°""�`'c9�' ! =���� �Q� Notary(Print) (�►rY�.r� M�• �� ' t�U '�, = NOTAHY " I " �h Ic`�4'1"1 � _ i� pV� Z,� My appointment expires: Cl \ � • O � 9 '� � i �` '..�0/,��� a�,r,� .,��FO i WAS�,``,` i�i Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON , SCHEDULE OF PRICES Harringtan Ave NE Green Connections Stormwater Retrofit Project�P'hase (I,SWP-27-3731 (See each End of each Schedule for which Sa[es Tax Rul�Applies) SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR BIQ ITEMS. 'Note: Show UNIT PRIGE and TOTAL AMOUNT in flgures only. ITEM fTEM WITH UNIT PRICED B!Q APPROX. UNI`�PRICE+ 7�7AL AMOUNT' N0. GIUANTITY Dollars Cents Dolfars Cents SCHEDULE A-Storm System A-01 Minor Changes 1 _ $27,000 .�'�C`��, �� LS �---�ert�-�--- A-02 Mobilization and Demo6ilization 1 ��C'����-`�� ����G9"�1�. l�i7 L.5 Per LS A-03 Temporary Tra�c Gontrol 1 .��`��CZ��J_ ��`; ��r ��� LS � Per LS � A-04 Temporary Erosion and � _ _� _ , /Z `��,.`Z ��C i L" G�Z' 1 1 Sediment/Water Pollutian Control LS Per LS i A-05 Project Sign 2 _����L'•�v �.Ci�Z'- ��/ EA Per EA A-06 Lltility Potholing 1D _ �l'�'���'_ �1`,zl��'•�i EA lPer EA � Construction Surveying, staking, and r 1� A-07 As-bullt 1 �ls'LZz"•6"2/ �r��G`'G'i, .G'� LS — �Per LS � A-08 Glearing and Grubbing 1 �' l�Zt'•l�' ��' ��'�� LS '�Per LS � A-09 Removal �xisting Drainage Structure 10 _��'-� _ /��lfl'- �� EA Per EA A-10 Removal Existing Drainage Pipe 973 �.`'`fi' _ �,���i�� CF � �Per LF ' A-11 Replace Wood Fence 25 'j��� _ rl'l�L'. �Z�' LF Per LF A-12 Replace Chain Link Fence 60 _ �n� �' _ �%��� l� LF Per LF A-13 Remove Asphaft Pavement 1,878 _ ����� _ -�� ���. l�� SY Per SY Remove Cement Concrete Sidewalk A-14 745 /C,C'Z' � ��'.� and Driveway SY Per SY A-15 Remove Cement Concrete Curb and 8za lC_��� �'���7 �;�� Gutter LF Per LF Schedule of Prices Page 1 of 5 Provided to Builders Exchange of WA, Ince For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTaN SCHEDULE OF PRICES Harrington Ave NE Green Connectlans Stormwater Retrofit Project-Rhase II,SWP-27-3731 (5ee each End af each Schedule for which Sales Tax Rule Applles} SEE SECTiON 1-09.14 OF THE SPECIAL PROVISIONS FiDR BID ITEMS. 'Note: SF�ow UNIT PRICE and TOTAL AMOUNT in figures only, 17EM IT�ftA WITH UNIT PRICED BID APPROX. UNIT PRICE` T�?AL AMOUNT' N�. �UANTITY Dollars Cents Dollars Cenfs A-16 Remavaf of Structures and � ��'z'.C�;� /��z., �,�-, Obstructions LS Per LS A-17 R.oadway Excavation lncluding Haul 504 _ ��: !t' _ `J�lZl',lvr' CY Per CY Imp�rted Tcench Backfill Including � � � �> , A-18 Hauf 1,556 -�,l�� _ �� �ll�l: �"i' 70N Per TQN A-19 Trench �xcavation Safety Systern 1 /�Z"•`�?' _ ,/lZ': l�' LS Per LS A-20 Removal and Replacement of �Q� ���,`��� �-��Z� `,� Unsuitable Foundatian Material GY Per CY � A_21 Construction Geot�xtile far �Q� _ �;+`,�-�_ _ �� �, ' Underground Drainage SY 1Per SY ( A-22 Crushed Surfacing Base Course 491 _ ���r'' �af'C� �i��� �Z� TON Per TON� � :; A-23 Aggregate Base 134 _ �/� �� _ � ��� �'z� TO�J Per TON A-24 NMA CL 912-inch PG 64-22(Class B� 590 _�.-��•�l'_ ��7��,�� TON Per TON ' A-25 Temporary Cold Mix Asphalt Concrete 9� �`� ��i C� ��� l� Patch TON Per ToN� A-26 Planing Bituminaus Pa�ement 789 l''-l�' _ �}�,��. ���� SY � Per SY A-27 Remove and Install Rockery Wall 255 _ ��I��_ �-���� �� SF Per SF � A28 Unde"rdrain 8-inches Diameter 67 � '. lZ�' :.c��`'/�'• �`�� 1F P rLF � A=29 �rain Pipe�8-inch aiameter 15 _�C-���_ j�J�'. ��� LF � Per LF a-30 Mineral Aggregate Type 26 3fi _ ���`z�_ :.�/�l`�. � TON Per TON Schedule oi Prices Page 2 of S Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF REWTOFI SCHEDULE OF PRICES Harringtan Ave NE Green Connect[ons Stormwater Retrofft Praject-Phase 11, SWP-27-3731 (See each End of each Schedule for which Sales Tax Rule Applies� SEE 5ECT10N'i-09.i4 OF THE SPECIAL PROVISIONS FOR BID REMS. 'Note: Show UNIT PRIC�and 70TAL AMOUNT in figures only. ITEM ITEM WITH UNIT PRIGED BID APPROX. UNIT PRICE' TOTAL AMOUNT'` NO. QUANTITY Dollars Cents Dollars Cents A-31 puctile Iron Storm Sewer Pipe 8-inch 48 ��:�Z' 7 / Diameter LF Per LF ���` � Ductile Iron Storm Sewer Pipe 12-inch � A-32 100 ��l' ����'- �� plameter LF Per LF A_�3 Corroguate Polyethylene Storm Sewer 84 �'��>Z,_ _ .�`�t�'. C'�` Pipe 12-inch Diameter LF Per Lf A-34 Corroguate Polyethylene Starm Sewer 7�9 _ '��'�_`�, �,���-�i Pipe 18-inch Diameter LF Per LF � �.•L� � � -, � . A-35 7v Inspectlon 941 _ _ �, ;� ���,-�� LF Per LF A-36 Drain Basin 3 _����''�� ��l�,l� EA Per EA Gafch Basin Type 1 with Beehive �'C��, ��; � A-37 2 �I ���• � Grate �A Per EA A-38 Catch Basin Type 1 L 1 _���z�'�� ��''p�,�� EA Per EA ��"l�.�L� � � �� A-39 Catch Basfn Type 2, 48-Inch Diameter 12 � _ .�� G'� - EA �' �Per EA � A-40 Catch Basfn Type 2�, �8-Inch Diameter 1 ���'�',���� ���� ���� with Beehive Grate EA Per EA A-41 Catch Sasin Type 2,54-lnch Diameter 1 _<����y_�� J ��' �3 EA Per EA A-42 Adjust Utility Casting 12 ��Z'� ��_ �yz�� �� ER Per EA A-43 8-inch Clean Out 3 �Z�9��C�_ / ����'��_l-Z? � EA Per�A i A-44 High Visibility Fence 830 _ ��• ���' _ �%�G? l� LF Per LF A-45 Bioretention Soil 78 _ ��'- l�'' _ �,��'l�- ���� CY fi'er CY l Schedule of Prices Page 3 of 5 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON SCHEDULE OF PRICES Harrington Av� NE Green Connections Sto�mwater Retrofit Project-Phase 11, SWP-27-373'1 (See each End of each Schedule for which Sales Tax Rule Applies) SEE SECTION 1-d9,14 OF THE SPECIAL PRpV1310NS FOR BID ITEMS. `Note� Sh�w UNIT PRICE and TOTAL AMOUNT in Bgures oniy, ITEM 1TEM WITH UNITPRIGED.BID APPROX. UNIT PRIC�'' TOTAL AMOUNT" N0. QUANTITY Dollars Cents Dollars Cents A-46 Topsoil Type A 64 _����-�`�' _ ���'-�' CY Per CY A-47 Wood Ghip Mulch 15 _��''��� _ /�.��1�L�7-' CY Per CY PSIPE-Tilla americana 'Redmond'/ ���:`�� � �/.-�, i'l� A'4$ Redmond Amerlcan Linden (2"Cai) EA Per EA f A-49 PSIPE-Spiraea betulifolia var. lucida 44 �� Z ���� �' !Shiny-Leaf Spirea(2 Gal Cont.) EA Per EA � � PSIPE-Berberis thunbergii 'Crimson A-50 �Y9my'!CRIMSON PYGMY DWARF 73 �'. l'lh _ .3-�/�: l'�%' JAPANESE BARB�RRY(2�al. cant) EA Per EA PSIPE-PrunUs IaurocerasUs'Mt, � A-51 Vernon'!Mt.Vemon Laurel (2 gal, 41 ���l7y ^ ����� cont EA rPer EA PS1PE- Iris douglasiana/PACIFIC �� `,�, ���� `�`� A-52 �OAST IRIS(Bareroot) EA Per EA � A-53 PSIPE-Juncus patens'Elk Blue'1 �90 C 1z� /� �j�, `�� ' ELK BLUE RUSH (4"cont.) EA Per EA � � PSIPE-Juncus effusus'Quartz A_�� Creek'/QUARTZ CREEK SOFT 190 � ��. �i ��1�' ��� RUSH (4"cont.) EA Per EA A-55 PSIPE-Juncus tenuis I SL�NDER ��� �j �'�� j� �1�:', !�-' RUSH (4" cont.) EA Per EA T A-56 Sod Installation 225 — /��''l z� — -�'��`�` �`�� SY Per SY A-57 Property Restaration and Landscape ,� _/1��Z�_.l�? ��.`�-�. CZi Installation LS Per LS � Cemenf Conc�ete Traffic Curb and A-58 1,4fi3 ->s��;l�' �" A��� C�7% Gutter LF Per LF � A_�9 qement Concrete Sidewalk, Curb 71p ?,?_l'�� , � Ramps, and Oriveway Entrance SY Per SY ����1 ��� A-60 Momumen#Case and Cover 1 _ ��t`-C�' ����• C'C� EA Per EA Schedule of Prices Page 4 of 5 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON SCHEDULE QF PRICES Harrington Ave NE Green Connections Stormwater Retro�t Project-Phase fl, SWP-27-3731 (See each End of each Schedule for which Sales Tax Rule Applies) 5EE SECTION 1-09.9r1 QF THE SPECIAI.PROVI510NS FQR 81D lTEMS, 'Notet Show UNIT PRICE and TOTALAMOUNT in flgures only. ITEM ITEM WITH UN1T FRfCEI]BID AI'PROX. U�11T PRICEi TOT,4L AMOUNT' NO. 4UANTITY Oollars Cents Dollars. Cents A-61 Permanenf Signing 1 �1��=''��'J ��/C7: I2' LS PerLS A-62 Pavement Marking 1 �,�����z' ��3f�'� ll-f LS Per LS �4-63 Raised Pavement Marker 1 ��- �.�' ��� ��? Hund Per Hund A-64 Pervious Concrete S�idewalk SY P�SY� ��� ����� A-65 Gravity slaclt Wall 170 _ �rl�'�l�'' _ �,���>, � SF Per S:F A-66 Cobbles 6 ���"_�"?'_ � ��/� � CY Per CY A-67 Side Sewer Relocation 2 _ l�`�'�'�� �!'�7 l�'� I EA Per EA A-68 Relocate WaterLine 345 _�`��- ���' 4� �`� ���� � LF Per LF 5ales Tax Rule 171 Applies To This Schedute Subtotal =�� ��%� 1�.���, lZ' Total Schedule = � ��' �''���� ( Schedule of Prices Page 5 of 5 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal � City of -�'{�-�`- i;� ��� �1 � � � # ��l-�C"� Harrington Ave NE Green Connections Stormwater Retrofit Project - Phase II SWP-27-3731 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA N0. DATE: NO. DATE; �� U N0. DATE: I N0. DATE: N0, DATE: 51G N E D: c:.� �;r-�� TITLE: �C�'a��c��� NAME OF COMPANY: �l7�(.._��SJ>� . ADDRESS: ���� � • �l�lQ� � CITY/STATE/ZIP:�Vl� A �(�3'� TELEPHONE; ��j�--x1a—��II (D Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal F�. Subcontractor List Page 1 of 2 I�y �1�O�1 ��Y �..� �y r p n �E. � + � ; ��+f�N` *� SUBCONTRACTOR L:IST Harrington Ave NE Green Connections Stormwater Retrofit Project - Phase II SWP-27-3731 RCW 39.30-060 requires th� for all public works contracts exceeding $1,000,000 that the bidder submit the names of all heating, veritilation and air conditioning, and plumbing subcontractors as described in chapter 18.106 RCW, and electrical subcoritractors as de.sa�ibed in chapter 19.28 RCW (this also indudes the control system i ntegrator subcontractor as well as other electrical subcontractors}. If the subcontractors narr�es are not submitted with the bid, or within one (1) hour after the publi�ed bid submittal time OR if two or more subcor�ractors are named to perform the s�rne work, then the bid shall be considered nonresponsive and , therefore, void. Compl�4e the fol I owi ng: I f awarded the corytract, ���-, Z.�C . wil) cor�tract with the fdlowing subcorrtractorsfor the performanoeof heating, ventilation and air conditioning, plumbing, and electrical (induding automatic contrd�wiork: Bid Item(s) 5labcontractor Name Address Fhone No. �Sta�e Contractor's Licen No. Bid Item(s} �bcorrtractor Name Address Phone No. Sta�e Cor�tractor's 'cen� No. Bid Item(s) SLbc:orrtractor Name Address Phone No. State Contractor's License No. Fi:lfile s,�s\swp-sirfaoe water projecEslsvp-27-srface water projeds(cip)127-3731 harrington ave ne-�t�e ii1'1601�ruction bid irdorrr�ation114 s.f�corrtractor list.doc Re✓ised 3/20'17 Provided to Builders Exchange of WA, Inc. For usaqe Conditions Agreement see www.bxwa.com - Always Verify Scal Subcontractor List Page 2 of� Bid Item(s) 9ubcontractor Name Address Fi�one No. St�e Contractor's License No. Bid Item(s) S�bcoritractor Name Address Fhone No. St�eCorrtractor's License No. Bid Item(s) Stiabconfractor Name Address Ffione No. State Cor�ractor's License No. � ' � / ' nature of Authori Representative of Bidder Stabscribed and snrorn to be before me on this �3� of�.�i,x,���, 20�. ��t������h��� Notary PUblic in and for ``,����PC.ELI,M��i�� theStateof Washington _� 4.��,�,�ssi�,a.���.�. � ��� �,� _�� N�TAI�• � O� Notary (Rint}�C��� tJl. ��1(�rD %�': �BV�? � Residi ng at �rC�t '�'P �'��0���;.; O?�� MY apl�oir7tmer�t expires:c�t ���b�'� ''�i,,��SH�N��,. i h:\file s�slswp-srfa:e water projectslswp�27-srface w�er projects(cip)�27-3731 harington aNe iie-phase iil'1601 c�r�rudion bid irdorm�ion\14 subcor�ractor l ist.cbc Rerised 2/20'17 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CONTRACT SECTION INFORMATION ONLY Harrington Ave NE Green Connections Stormwater Retrofit Project- Phase II SWP-27-3731 The contract documents in this section must be executed and submitted by the successful Bidder within ten (10) days following the Notice of Award. ❖ Bond to the City of Renton ❖ Fair Practices Policy Affidavit of Compliance ❖ Contract Agreement (Contracts other than Federal —Aid FHWA) •'• Retainage Selection f D � � 7829 S.206TH STREET • KENT,WASHINGTON 98Q32 TEL.:(253)872-7916 • FAX:(253j 872-5112 i August 3,2017 Reference:Public Works Construction Contract CAG-17-108 Harrington Ave NE Green Connections Stormwater Retrofit Project-Phase II SWP-27-3731 CORPORATE RESOLUTION I, Margaret Kiyoliara, Secretary of DPK, Inc. (a corportation), do hereby eertify that the � names appearing below have full authorization to sign the contract and any other legal ' forms for the above contraet. IN WITNESS WHEREOF, I have hereunto set my hand as such Seeretary this 3`� day of August, 2U 17. � ' � .�` _ � a �.� c� � ,� �� �-C,�W.�, � Dave Ciyohara(Pr ,5r�ent) �` rg •et Ki ohara(Secretary) i l ; ,� �`���!�"�r!��'�_- ,�� �- � � Robeirt Kiyoha a (Project Manager) � . BQND TO THE CITY OF RENTON Bond No. 106772284 KNQW ALL MEN BY THESE PRESENTS: That we,the undersigned DPK, Inc. Travelers Casualty and as principal, and Surety Company of America corporation organized and existing under the taws of the State of Connecticut as a surety corporation, and qualified under the laws of the State of Washington to become surety upan bonds of contractors with municipal corporations, as surety are jointty and severally held and firmly bound to the City of Renton in the pena! sum Of $904,036.00 for the payment of which sum on demand we bind ourselves and our sueeessors,heirs, administrators or person representatives, as the case may be. This obligation is entered into in pursuance of the statutes af the State of WashingtQn, the Ordinance of the City of Renton. �� Dated at ks_�� , Washington,this �'>> ` � day of _ ��� , 2Q 1"j_. Nevertheless,the conditions of the above obligation are such that: WHEREAS,under and pursuant to PubGc Works Construction Contract CAG-1?-l0$ providing for construction of Harring;ton Ave NE Green Connections Stormwater Retrofit Proiect-Phase II S WP-27-3"T31 the principal is required to furnish a aond for the faithful performance of the ctmtract;and W'�IEREAS, the principal has accepted, ar is about to accept, the contraGt, and undertake ta perform the wark therein provided for in the manner and within the time set forth; NOW, THEREF�RE, if the principal shall faithfully perfarm 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, subcontractars and materialmen, and all gersans who shall supply said principal or subcontractars with provisions and supplies for the carrying on of said work, and shall hold said City of Rentan harmless from any loss or damage occasioned to any person ar praperty 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 Rentan 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 warkmanship provided or performed under the cantract within a period of one year after its acceptanee thereof by the City of Renton, then and in that evem this obligation shall be void; but otherwise it shall be and remain in fuil force and effect. U�K, Inc. Travelers Casualty and Surety Company of America principal �� .;��'—�__ �ignature � Signature �; ��:��c����� Carley Espiritu, Attorney-in-Fact Title Title WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER �AI POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company SL Paul Mercury Insurance Company Fidelity and Guaranty Iasurance Company 1Yavelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. 'h�avelers 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. Certificate No. O 0 r �O���� 231582 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 Surery Company,Travelers Casualry and Surery Company of America,and United States Fidelity and Guaranry 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 C. Swanson,Brent E.Heilesen,Peter J.Comfort,Julie R.Truitt,Christopher Kinyon,Jamie Diemer,Carley Espiritu,Annelies M.Richie,Kyle Joseph Howat,Mary S.Norrell,and Heather L.Allen of the Ciry of T1COma ,State of WaShln�tOn ,their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and ack�owledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies i�their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitCed in any actions 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 23rd day of January 2017 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company 'h�avelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. 1Yavelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company GHSU,��r TY °F�FE 6�bnaa. \'�S ,..�++,NSVR� Jp�tv AN� �llnb�'! YY'Y� ?�.POr�r A �oAPo+rlr < 'i, O::-' .q �J ,.........,q,j,:_ q G �!,p.� Y� �O �� b" ci � NCpiPptA1FD � � � im ?`�pP...RA���-,�t'1 :wlcoaeoRarf m�� � � �`� �4 � 2 cl 9 8 2 0 ;I t -._ :�; MMTFORD, t c'" �1iTF6q0. � ��am � �.9� �`'har-� : ;"'3 g qy��S y ��jO�, � 1951 s� � � I�'�.S E A L i o"; ��': `�t "' CONN. o {{{ �CON�� ;nq 1896 � e � �l t� � e:f ��:, SSAL,!a eO�� � O�} y. F�' > � . "m;'RnHct �€ �v-r..-...+a�? *�y`'..... ' `N'°° 6 '+s �;,�9` `V'J�1AtI�J' �m�H„uwi �S �H,� tg.. ..r 1 N „� q � � � �J�r ��+ �" �� State of Connectiwt By: z fi� rI City of Hartford ss. Robert L.Raney,Senior Vice President On this the 23rd day of January 2017 before me personally appeazed Robert L.Raney,who acknowledged himself to be the Se�ior Vice President of Fumington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insura�ce Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualry and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranry 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. "� �� �W w" l. � � My Commission expires the 30th day of June,2021. # p���G # Marie C.Tetreault,Notary Public O '�9V �K'�'$ 58440-5-16 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 1 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. Pau] Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Suxery 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 ceRificate 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 ceRificates of authoriry 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 Attomey or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attomey 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 Underwriters,Inc.,SL Paui Fire and Marine I�surance Company,St.Paul Guardian Insurance Compauy,St.Paul Mercury Insurance Company,Travelers Casualry and Surety Company,Travelers Casualty and Surety Company of America,and United States Fideliry and Guaranty Company do heceby certify that the above and focegoing 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 day of ,20 _ a� �� � ` r�� � Kevin E.Hughes,Assistant Sec tary GI�SU,� � yf\RE 4°bn M IM .� •�iNSU'�`• tY q � r �uCn�<�,` y��pp�." ya„„ Q�'......SG9 JP+..........:P9x" yJP� N�s �f705Y1(�Y ��Y� 0 tv�_�~� ,` e �yy�,,. O� �Ai fC�RFOR y �V: -.'L[�< VP L` � � fn4 S �fi �, f� ""`"'�WT� � c�nj �•A'F:m� Wi�pORPON f;., i AT !�� ur V 1982 O yi7� � � t . 'E: —._ nc a HARTWRD� J F�F41RtfOqD, '! ��1ED y��s a � �.' 1951 � � L ��.SEAL.b"s ��`'�.SEALaaF � CONN. Do �i �• f,� wq, 1896 � J i � L.. t 6�. D l � J' Y d�a � ti� ! � e s�,� E., y.........:'a1` � '*a�unmm�� `�..w�N..-'r �s'F..^ ...�N 61 na� r , v'+ �lh/AN'�� 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 above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER CITY pF =�`Renton � CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE 'J � k , ��1�'' . hereby confirms and declares that: (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; I 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. L,�. v � C� �\� `.i C,�,.`Cz�v�Y�, Print Agent/Representative's Name ���`.��:cti e ��� Print Agent/Representative's Title e�- ---�----�-- t/Representati 's ignature � ���� �� ��a� Date Signed Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or supplier. Include or attach this document(s) with the contract. AGREEMENT CONTRACT NO. THIS AGREEMENT,made and entered into this ����`� day of _� 20� 1 . by and between THE CITY OF RENTON, Was-h.._in�t�on, a municipal corporation of the State of Washington, hereinafter referred to as"City"and '1 )�'�[ ��� , ,hereinafter referred to as"Contractor." Now,therefore the parties agree as follows: 1. Agreement. This agreement incorporates the following documents as if fully set forth herein: the 2016 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations ("Standard Specifications"); the City's Contract Bid Documents for the Project, including but not limited to Addenda, Proposal Form, Special Provisions, Contract Plans, and Amendments to the Standard Specifications; Contractor's Proposal and all documents submitted therewith in response to the City's Call for Bids Documents; and and any additional documents referenced as comprising the Contract and Contract Documents in Section 1-04.2 of the Standard Specifications, as revised by the Amendments and Special Provisions included with the City's Call for Bids and Contract Documents. 2. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled HARRINGTON AVE NE GREEN CONNECTIONS STORMWATER RETROFIT PROJECT— PHASE II. SWP-27-3731, including all changes to the Work and force account work, in accordance with the Contract Documents, as described in Section 1-04.2 of the Special Provisions. 3. Payments. City shall pay Contractor at the unit and lump sum prices, and by force account as specified in the Proposal according to the Contract Documents as to time, manner, and condition of payment. The payments to Contractor include the costs for all labor, tools, materials and i equipment for the Work. 4. Completion Date. Contract time shall commence upon City's Notice to Proceed to Contractor. The Work under this Agreement shall be completed within the time specified in the Contract Bid Documents. If the Physical Work under this Agreement is not completed within the time specified, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to City as specified in the Contract Bid Documents. 5. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees. 6. Disclaimer. No liability of Contractor shall attach to City by reason of entering into this Agreement, except as expressly provided in this Agreement. 7. Counterparts. This Agreement is executed in two(2) identical counterparts, by the parties,each of which shall for all purposes be deemed an original. HARRINGTON AVE NE GREEN CONNECTIONS STORMWATER RETROFIT PROJECT PHASE II Agreement May 2017 8. Contractor shall comply with King County Ordinance 18166 codified in King County Code Chapter 10.30 Construction and Demolition Waste. IN WITNESS WHEREOF,the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. CONTRACTOR CITY OF RENTON �' Lz:-�.i� .<., . �-.._ -�...�---. President P rt er �v�xne � Denis La , Mayor � ---= ATTEST a �, �t:u.� � � � � `� �� � 7 S re ary J son Seth C1", p Cler � ��AAAA���i11iM�A/��� ��\� � ��l�T'0����i i ``�\it��`����N�tNt�p��/,'i� /''��i d�b�a ��1( -k � �C--- � � � ", • (Firm Name) _��G� �� % # S Y _ " = check one � % � = A' O Limited Liability Company O Partnership L9GCorporation �'�.,� �y��'��,,,�����������\�,�.�,�',; State of incorporation U r �� ' �1 ''�������P�RA?E05�e���``` Address for giving notices: Address for giving notices: � ,-�'� `� `��l��-���'. ��,-} Vv� C'l�C� �� Attention: If business is a CORPORATION,the name of the corporation should be listed in full and both the President and Secretary must sign the contract. OR,if one signature is permitted by corporation by-laws,a copy of the by-laws shall be furnished to the City and made a part of the contract document. If the business is a PARTNERSHIP,the full name of each partner should be listed followed by d/b/a(doing business as)and firm or trade name. Any one partner may sign the contract. If the business is an limited Liability Company,an authorized managing member or manager must sign followed by his/her title. HARRINGTON AVE NE GREEN CONNECTIONS STORMWATER RETROFIT PROJECT PHASE II Agreement May 2017 CITY OF RENTON Harrington Ave NE Green Connections Stormwater Retrofit Project- Phase II SWP-27-3731 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 Contractor and bank; 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. 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: � . � s��a, PRINT NAME: - `,� '� \� C� COMPANY: \..]�� , �-- �C. DATE: � � �3 I Z� 1 � ...... _ __. _ RELEASE OF RETAINAGE BOND OF CONTRACT�R Bond No. 106772285 KNOV1/ALL MEN BY THESE PRESENTS: That we DPK, Inc. {hereinafter called Principal}, a11a Travelers Casualty and Surety Company of America a corporation organized and doing business under and by virtae of the laws of t1�e state of Connect�cut , and duly licensed for the purpose of malcing, guaranteeing or becoming sale surety upon bonds or undertalcings required and autliorized by the State of Washington, (hereinafter called Surety}, as Surety, are held firmly bound unto City of Renton , (hereinafter called Obllgee) in the just and full sum of Forty-five Thousand Two Hundred Two And No/100THS �45,202.00 }plus 5% of any increases in the contract amaunt 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 os[.[cAT�o�v � SUCH THAT, Whereas,the said Principal on the �'>�`�� day of � �, � , ::�f'i i entered into a written contract with the said obllgee fOr Harrington Ave NE reen Connections Stormwater Retrofit Project- Phase 11, SWP-27-3731,CAG-17-108 wluch said contract is hereby referred ta and made a part hereof by reference. WI-IEREAS, Pursuant to Chapter 50.28 RCW, the above named Principal has requested release of retained gercentage earned or wl�ich may be earned under said contract, and, WHER.EAS,the obligee is willing to release retained percentage in advance of contract terms relating to payment provided tlie principaI shail file bond to indemnify the obligee for alI lass, cost or damages which the obligee may sustain by reason of payment of retainage to the principal,which bond shall be subject to aIl claims and liens in the same manner and same priority as apply to the retainage percentage released, or to be released, NOW, THEREFORE, t�ie condition of this obligation is such that if tl�e principal shall indemnify t�le obligee far all Ioss, cost or damages wluch the obligee may sustain by reason of payment of retai�led percentage to the principal then this obligation shall be null and void unless ot�ierwise to remain in full force and effect. IN WITNESS WHEREOF, said principal and said Surety have caused these presents to be duly signed and sealed flus � �'-�� day of '��r\� , '�_ DPK, Inc. ` � By: �=.� . , � � Principal � Travel asualty and Surety Company of America By: Carley Espiritu Attomey-' -Fact , WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER �A. 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. 'h�avelers 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. Certificate No. O O��0�`t� 1 231582 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 Surery Company of America,and United States Fidelity and Guaranty Compauy are corporations duly organized under the laws of the State of Counecticut,that Fidelity and Guara�ty Insurance Company is a corporation duly organized under the laws of the State of lowa,and that Fidelity and Guaranry 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 appoi�t Karen C.Swanson,Brent E.Heilesen,Peter J.Comfort,Julie R.Truitt,Christopher Kinyo�,Jamie Diemer,Carley Espiritu,Annelies M.Richie,Kyle Joseph Howat,Mary S.Norrell,and Heather L.Allen of the City of TaCOma ,State of WaShingtOn ,their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fideliry of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 23rd day of_ January , 2017 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company navelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. 'h�avelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company GHSU,� �� �YF1R4E b�ib ���,S�� .,..+�.+w""� P� N� S� ��Y� [ 0 (� 91 < '..y` Q*µ..N G9 Jp 1N5 A�4 �� tY A � l��y LG��L�� 1'0�e Q; '� f'c.;". .�-�,D,.• p � ,�c� � Q 0o a 4 p. j a�o . �: 9q U, x �C� t� �ORATED � z� �?C4 -�R^�C.m �W/pOPPORqlF:1^*- y .5 ��OIFD 1 9 S 2 O � '�.7]7 `^ -X-+.-' `"( . . i :I! __ �s a MAflTfOR�, H49IFOR0. � � ; � �- ��. �f i�: 'o: W CONN. o CqiM. 8 N 1896 g,�`�,�D �' � �9�J� � ��� �-:SEAL 'o, -�;SSALi3$ ;� o � l� � � �rr� ,:t�� s•. ,} ��"%��nF�,N�v':� v�'•....... �>.;s........,�Haa �II+ b�y� F� �� *� lM:.�N+✓ � rb 'NyD= ��►�` "�9�i� ��AM�" ..- �. • �: � � �*"'j,'t. f'' State of Connecticut By: � �� �� �� City of Hartford ss. Robert L.Raney,Senior Vice President On this the 23rd day of 7anuary , 2017 before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Compa�y, Fidelity and Guaranty lnsurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Mari�e Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualry 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 instrumeut for the purposes therein co�tained by sigoing o�behalf of the corporations by himself as a duly authorized officer. ��.Tt7'� In Witness Whereof,I hereunto set my hand and official seal. T� �W�/" v • � My Commission expires the 30th day of Ju�e,2021. �JO����y * Maric C.Tetreault,Notary Public �� 58440-5-16 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 Guaranry Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Mazine Insurance Company, St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualry 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 Chaicman,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 Ageuts to act for and on behalf of the Company and may give such appointee such authoriry 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 Chairmau,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any pazt 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 Secretazy or Assistant Secretazy;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 ro 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 Reside�t Vice Presidents,Resident Assista�t Secretaries or Attomeys-imFact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,a�d any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding apon the Company and any such power so executed and certified by such facsimile signature a�d 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 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 Guaranry 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 day of ,20 _ �� �- � ��� Kevin E.Hughes,Assistant Sec tary GI.Sfi,��T ��poqp �"e�RF 4'Ay ��,~µ_,��� "�1NSLA'4, p tY 4N0 3W ',�}Y 2'OPP�Hft'L �a � 19L O. .q !jP.........9`�, gJ� s ,�17'a �Y �YY' � O �/ P1 Q`� '> {c.:� ��.9, � c �4 "-� t'in � f�� �RORAiED I� ;.. m� ��coavon��c�m IWi�p0.PO4A1�-'�` �, ��' � � � l 9 B 2 0 �9� 4 -� • �a¢ f i„; a w�aiwaD, < ru+�oAo. �! < �"�nn �-.���S a �� 1951 � � ��;SEAL.`o'i •�`�,SSAL;3F '" ca+N. ro �e � 1896 � b � � �y�. O' L. ;.,�`l •i�6., D y ,n , � Jr a 's �a �t -✓ 1/�A�,ypa y� 1. ! * �n'Rmr+GF. °'�S'NAN�1�, ��ys... ...rd y1 na 0. w �* ",..�.� To verify the authenticity of this Power of Attorney,cail 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-�amed individuals and the details of the boud to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER __..�� C 1 T Y O F Renton �► � Insurance Guidelines for the Citv of Renton The Citv of Renton typically requires current insurance certificates for one or more of the followin� lines of covera�e and minimum insurance limits: • $1,000,000 per occurrence and $2,000,000 aggregate for Commercial General Liability (CGL) or Special Event coverage. Limits may be increased for higher than usual or special liability exposures. • $1,000,000 combined single limit for Auto Liability. Required if a commercial vehicle will be used in performance of work or delivery of products, beyond normal commutes. • Proof of Workers' Compensation coverage, as required by the State of Washington (provide the Washington L&I or excess coverage policy number). • Excess Liability or Umbrella. Required only if needed to reach minimum CGL or auto liability coverage limits. • $1,000,000 Professional Liability. Required if professional services (e.g. architect, engineering, surveying, legal, or medical) are being provided to the city and if those professional services are excluded from the CGL policy. • $1,000,000 Pollution Liability—Required if work involves a pollution risk to the environment. • $1,000,000 per occurrence Aircraft Liability (including Property Damage Liability). Required coverage for aircraft tie-down leases. Requirements unipue 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, Auto Liability, Excess/Umbrella, Special Event, and Aircraft Liability policies). • The City shall be provided with written notice of any policy cancellation within a minimum of two business days of receipt of such notice by the policy holder. • The city does not represent that the minimum required insurance coverage or limits are adequate to protect the vendor/contractor/consultant from all liabilities. • Insurance certificate requirements and minimum limits can only be waived or modified with Risk Manager approval. • 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 B. Lamb, Risk Manager 425.430.7669 - direct 425.430.7665 -fax �lamb@rentonwa.�ov Revised 5/18/17 Client#: 147464 DPKINC1 DATE(MMIDDIVYYY) ACORDTM CERTIFICATE OF LIABILITY INSURANCE 7/25/2017 ' 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 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 NAMEACT �oy Arakaki _ Propel InsuranCe PHONE g00 499-0933 a�,Na; 866 577-1326 A/C,No Ext: Seattle Commercial Insurance n oR'Ess:Joy.arakakiC�propelinsurance.com 925 4th Ave, Suite 3200 INSURER(5)AFFORDING COVERAGE NAIC# Seattle,WA 98104 ,NsuRERA:Travelers Indemnity Company 25658 INSURED INSURER B:TfBVeIe�S PfOpeft�/C8SU8It�/CO 25674 DPK, Inc. INSURER C: 7829 S 206th Street INSURER D: Kent,WA 98032 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. IN RR TYPE OF INSURANCE IND RL�BR pOLICY NUMBER MM%DID/v`/VVY MMIDIDNVYY LIMITS A X COMMERCIAL GENERAL LIABILITY X X DTC05F72322517 3101I2017 03/011201 EACH OCCURRENCE $�,OOO,OOO CLAIMS-MADE �OCCUR PR MISES Ea oNcur ence S 300 000 X PD Ded:$5,000 MED EXP(An one erso�) s 5,000 PERSONAL&ADV INJURY S�,OOO,OOO GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $Z,OOO,OOO PRO- PRODUCTS-COMP/OP AGG S Z,OOO,OOO POLICY�JECT LOC OTHER: $ /.� AUTOMOBILE LIABILITY X X BA5F72322517 3/01/2017 03/01/201 E�aBc tleDt51NGLE LIMIT .� ooO,00Q X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per acciden[) S AUTOS AUTOS X X NON-OWNED per�a ctlentDAMAGE $ HIRED AUTOS AUTOS 8 B �( UMBRELLA LIAB X OCCUR X X CUP3J4021201726 3101I2017 03/01/201 EACH OCCURRENCE $�J 0��0�� EXCESS LIAB CLAIMS-MADE AGGREGATE SS OOO OOO DED X RETENTION SS�O OOO $ A WORKERSCOMPENSATION WA Stop Gap 3I0112017 03I01/201 PER OTH- AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y�N DTC05F72322517 E.L.EACH ACCIDENT S� OOO OOO OFFICER/MEMBER EXCLUDED? � N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE 5�,���,�00 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $�,OOO,OOO DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) The City of Renton is included as additional insured per the attached. CERTIFICATE HOLDER CANCELLATION CI[ of Renton SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1055 South Grady Way ACCORDANCE WITH THE POLICY PROVISIONS. Renton,WA 98057 AUTHORIZED REPRESENTATIVE � ���� 0 1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25(2014/01) 1 Of 1 The ACORD name and logo are registered marks of ACORD #S2789191IM2632398 ALW00 I This page has been left blank intentionally. COMMERCIAL GENERAL LIABILITY THiS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (GONTRA,CTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL UABILITY COVERAGE PART 1. WHO IS AN INSURED — (Section II) is amended cj The insurance provided to the additional in- to include any persan or organization that you sured does not apply to "bodily injury" or agree in a "written contract requiring insurance" "property damage" caused by "your work" to include as an additional insured on this Cover- and inciuded in the "products-completed op- age Pa�t, but: erations hazard" unless the "written contract ' a) Only with respect to liability for"bodily injury'", requiring insurance" specifically requires you � "property damage" or"personal injury"; and to provide such coverage for that additional insured, and then the insurance provided to b) If, and only to the extent that, the injury or the additional insured appiies oniy to such damage is caused by acts or omissions of "bodily injury" or "property damage" that oc- you or your subcantractor in the performance curs before the end of the period of time for of "your work" to which the "written contract which the "written contract requiring ir�sur- requiring insurance" appiies. The person or ance" requires you to provide such coverage organization does not qualify as an additional or the end of the policy period, whichever is insured with respect to the independent acts earlier. or omissions of such person ar organization. 3. The insurance provided to the additional insured 2. The insurance provided to the additional insured by this endorsement is excess over any valid and by this endorsement is I�mited as follows: collectible "other insurance", whether primary, a) In the event that the Limits of Insurance of excess, contingent or on any other basis, that is this Coverage Part shown in the Declarations availabfe to the additional insured for a loss we exceed the limits of liability required by the cover under this endorsement. However, if the "written contract requiring insurance", the in- `°written contract requiring insurance" specifically surance provided to the additional insured requires that this insurance apply on a primary shall be limited to the limits of liability re- basis or a primary and non-contributory basis, quired by that "written contract requiring in- this insurance is primary to "'other insurance" surance". This endorsemerrt shall not in- auaifable to the additional insured which covers crease the limits of insurar�ce described in that person or organization as a named insured Section 111—Limits Of Insurance. for such loss, and we will not share with that b) The insurance provided to the addifional in- "other insurance". But the insurance provided to sured does not a I to "bodEl in u the additional insured by this endorsement still is pp y y ' j ry", "prop- excess over any valid and collectible "other in- erty damage" or "persanal injury" arising out surance", whether primary, excess, contingent or of the rendering of, or faiCure to render, any on any other basis, that is available to the addi- professional architectural, engineering or sur- tional insured when that person or organization is veying services, including: an additional insured under such "other insur- i. The preparing, approving, or failing to ance". prepare or approve, maps, shop draw- 4. As a condition of coverage provided to the ings, opinions, reports, surveys, field or- additional insured by this endorsement: ders or change orders, or the preparing, approving, or failing to prepare or ap- a) 7he additional insured must give us written prove, drawings and specifications; and notice as soon as practicable of an 'bccur- ii. Supervisory, inspection, architectural or rence" or an offense which may result in a en ineerin activities. claim. To the extent possible, such notice 9 g should include: CG D2 46 08 05 �2005 The St. Paul Traveters Companies, Inc. Page 1 of 2 COMMERCIAL GENERAL UABILITY i. How, when and where the "occurrence" any pravider of"other insurance"which would or offense took place; cover the additional insured for a loss we il. The names and addresses of any injured cover under this endorsement. However, this persons and w�tnesses; and candition daes not affect whether the insur- ance provided to the additional insured by iii. The nature and location of any injury or this endorsement is primary to '"other insur- damage arising out of the"occurrence"or ance" avaifable to the additional insured offense. which covers that person or arganization as a b) If a claim is made or"suit" is brought against named insured as described in paragraph 3. the additional insured, the additional insured above, must: 5. The following definition is added to SECTION V. I. Immediately record the specifics of the —DEFINITIONS: claim or"suit" and the date received; and "Wriiten contract requiring insurance" means ii. Notify us as soon as practica�le. that part of any written contract or agreement The additionaf insured must see to it tha#we under which you are required to include a receive written notice of the claim or"suiY'as person or organization as an additional in- soon as practicable. sured on this Coverage Part, provided that the 'badily injury and "property damage' oc- c) The additional insured must immediately curs and the "`personal injury" is caused by an send us copies of aEl legal papers received in offense committed: connection with the claim or"suiY', cooperate a. After the signing and execution of the with us in the invest3gation or settlement of contract or agreement by you; the claim or defense against the "suit", and otherwise comply with all policy conditions. b. While that part of the cantract or d) 7he additional insured must tender the de- �greement is in effect;and fense and indemnity of any claim or "suiY' to c. Before the end of the policy periad. Page 2 of 2 O 2005 The St. Paul Travelers Companies, Inc. CG D2 46 08 OS COMMERCIAL GENERAL LIABILITY POLICY NUMBER: ISSUE DATE: - - THlS ENDORSEMENT CHANGES THE POL{CY. PI.EASE READ IT CAREFULLY DESIGNATED PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART r SCHEDULE � I Designated Project � Designated Project(s}: General Aggregate(s): � EACH "PROJECT" FOR WHICH YOU HAVE AGREED, GENERAZ AGGREGAT� LIMIT ' IN A WRITTEN CONTRACT WHICH IS IN EFFECT SHOWN ON T1iE DECLARATIONS ; DURING THIS POLICY PERIaD, TO PROVIDE A ; SEPARATE GENER.AL AGGREGATE LIMIT, PROVIDED ; THAT THE CONTRACT IS SIGNED AND EXECUTED � BY YOU BBFORE THE '�BODILY INJURY" OR � "PROPERTY DAMAGE" OCCURS. � I � � A. For aIC sums which the insured becomes legally 3. Any payments made under COVERAGE A. ' abligated to pay as damages caused by "occur- #or damages ar under COVERAGE C. for � rences" under COVERAGE A. (SECTION I), and medical expenses shall reduce the Desig- � for all medical expenses caused by accidents un- nated Project General Aggregate Limit for ' der COVERAGE C (SECTION I), which can be that designated "projecY'. Such payments � attributed anly to operations af a single desig- shall not reduce the General Aggregate Lirr►it i nated "project"si�awn in the Schedule above: shawn in the Qeclarations nor shall they re- ! 1. A separate Designated Pro}ect General Ag- duce any other Designated Project Genera! ! gregate Limit applies to each designated"pro- Aggregate Limit for any other designated : jecY', and Ehat limit is equal to the amount of "project"shown in the 5chedule abave. the General Aggregate Limit shown in the 4. The limits shown in the Declarations for Each Declarations, unless separaEe Designated Occurrence, Damage To Premises Rented Project General Aggregate�s) are sched- To You and Medical Expense continue to uled above. apply. However, instead af being subject to 2. The Designated Praject General Aggregate the Genera! Aggregate Limit shown in the Limit is the rrzos#we will pay for the sum of all Declarations, such limits wiA be subject to the damages under COVERAGE A., except applicable Designated Project Genera! Ag- damages because of "bodily injury" or "prop- g�egate Limit. erty damage" included in #he "products- B, �or all sums which the insured becomes legally completed operations hazard", and for medi- obligated to pay as damages caused by "occur- cal expenses under COVERAGE C, regard- rences" under COVERAGE A. �SECTION I), and iess of the number of: for all medical expenses caused by accidents un- a. insureds; der COVERAGE C. (SECTfON i), which cannot be attributed only to operations at a single desig- b. Claims made or"suits"brought or nated "praject"shawn in the Scheduls above: ' c. Persons or organizations making claims ', or bringing "suits". ', CG D211 01 04 Copyright,The Travelers Indemnity Company, 2004 Page 1 of 2 I i COMMERCIAI.GENERAL LIABILITY ; i i 1. Any payments made under COVERAGE A. vided, any payments for damages because of ; for damages or under COVERAGE C. for "bodily injury" or "property damage" included ir► i medical expenses shall reduce the amount the "products-completed operations hazard" will ; available under the General Aggregate Limit reduce the Products-Completed Operations Ag- or #he Products-Completed Opera6ons Ag- gregate Limit, and nat reduce the General Aggre- gregate Limit, whichever is applicable; artd gate Limit nor the Designated Project General 2. Such payments shall not reduce any Desig- Aggregate Limit. nated Project Ganeral Aggregate Limit, E. For the purposes of this endorsement the Defini- C. Part 2.of SECTION III—LIMiTS OF INSURANCE tlons Sectlon is amended by the addition of the is deleted and replaced by the following: following definition: � r 2. The General Aggregate Limit Es the mos# we "ProjecY' means an area away irom premises j wifl pay for the sum of: owned by or rented to you at which you are per- E forming operations pursuant to a contract ar a. Damages under Coverage B; and agreement. For the purposes of determining the b. Damages from "occurrences" under applicable aggregate limit of insurance, each COVERAGE A (SECTION I) and for alf "projecY' that includes premises invofving the medicai expenses caused by accidents same or connecting lots, or premises whose con- under COVERAGE C (SECTION I)which nection is interrup#ed only by a street, roadway, cannot be attributed only to aperations at waterway or right-of-way of a railroad shal{ be a single designated "project"shown in the considered a single"projecf". SCHEDULE above. F. The provisions of SECTION Ill — LIMlTS OF ! D. When coverage for liability arising aut of the lNSURANCf not otherwise madifred by this en- ' "products-completed operations hazard" is pro- dorsement shall cantinue to apply as stipulated. ' � � � � i i i i I � . � � Page 2 of 2 Copyright, The Travelers Indemnity Company, 2004 CG D211 09 04 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS XTEND ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE —This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. Aircraft Chartered With Pilot H. Blanket Additional Insured — Lessors Of Leased B. Damage To Premises Rented To You Equipment ' C. Increased Supplementary Payments I. Blanket Additional Insured — States Or Political Subdivisions—Permits D. Incidental Medical Malpractice J. Knowledge And Notice Of Occurrence Or Offense E. Who Is An Insured — Newly Acquired Or Formed Organizations K. UnintentionalOmission F. Who Is An Insured — Broadened Named Insured L. Blanket Waiver Of Subrogation —Unnamed Subsidiaries M. Amended Bodily Injury Definition G. Blanket Additional Insured — Owners, Managers N. Contractual Liability—Railroads Or Lessors Of Premises PROVISIONS INJURY AND PROPERTY DAMAGE LI- A. AIRCRAFT CHARTERED WITH PILOT ABILITY: The following is added to Exclusion g., Aircraft, Exclusions c. and g. through n. do not apply Auto Or Watercraft, in Paragraph 2.of SECTION to "premises damage". Exclusion f.(1)(a) I — COVERAGES — COVERAGE A BODILY IN- does not apply to "premises damage" caused JURY AND PROPERTY DAMAGE LIABILITY: by� This exclusion does not apply to an aircraft that a. Fire; is: b. Explosion; (a) Chartered with a pilot to any insured; c. Lightning; (b) Not owned by any insured; and d. Smoke resulting from such fire, explosion, (c) Not being used to carry any person or prop- or lightning; or erty for a charge. e. Water; B. DAMAGE TO PREMISES RENTED TO YOU unless Exclusion f. of Section I —Coverage A 1. The first paragraph of the exceptions in Ex- — Bodily Injury And Property Damage Liability clusion j., Damage To Property, in Para- is replaced by another endorsement to this graph 2. of SECTION I — COVERAGES — Coverage Part that has Exclusion —All Pollu- COVERAGE A BODILY INJURY AND tion Injury Or Damage or Total Pollution Ex- PROPERTY DAMAGE LIABILITY is deleted. clusion in its title. 2. The following replaces the last paragraph of A separate limit of insurance applies to Paragraph 2., Exclusions, of SECTION I — "premises damage" as described in Para- COVERAGES — COVERAGE A. BODILY graph 6. of SECTION III — LIMITS OF IN- SURANCE. CG D3 16 11 11 �O 2011 The Travelers Indemnity Company.All rights reserved. Page 1 Of 6 COMMERCIAL GENERAL LIABILITY 3. The following replaces Paragraph 6. of SEC- C. INCREASED SUPPLEMENTARY PAYMENTS TION III—LIMITS OF INSURANCE: 1. The following replaces Paragraph 1.b. of Subject to 5. above, the Damage To Prem- SUPPLEMENTARY PAYMENTS — COVER- ises Rented To You Limit is the most we will AGES A AND B of SECTION I — COVER- pay under Coverage A for damages because AGE: of "premises damage" to any one premises. b. Up to $2,500 for the cost of bail bonds The Damage To Premises Rented To You re uired because of accidents or traffic q Limit will apply to all "property damage" law violations arising out of the use of any proximately caused by the same "occur- vehicle to which the Bodily injury Liability rence", whether such damage results from: Coverage applies. We do not have to fur- fire; explosion; Iightning; smoke resulting from nish these bonds. such fire, explosion, or lightning; or water; or any combination of any of these causes. 2• The following replaces Paragraph 1.d. of SUPPLEMENTARY PAYMENTS — COVER- The Damage To Premises Rented To You AGES A AND B of SECTION I — COVER- Limit will be: AGES: a. The amount shown for the Damage To d. All reasonable expenses incurred by the Premises Rented To You Limit on the insured at our request to assist us in the Declarations of this Coverage Part; or investigation or defense of the claim or b. $300,000 if no amount is shown for the "suit", including actual loss of earnings up Damage To Premises Rented To You to $500 a day because of time off from Limit on the Declarations of this Coverage work. Part. D. INCIDENTAL MEDICAL MALPRACTICE 4. The following replaces Paragraph a. of the 1. The following is added to the definition of"oc- definition of "insured contract" in the DEFINI- currence" in the DEFINITIONS Section: TIONS Section: "Occurrence" also means an act or omission a. A contract for a lease of premises. How- committed in providing or failing to provide ever, that portion of the contract for a "incidental medical services", first aid or lease of premises that indemnifies any "Good Samaritan services"to a person. person or organization for "premises damage" is not an "insured contracY'; 2• The following is added to Paragraph 2.a.(1) of SECTION II—WHO IS AN INSURED: , 5. The following is added to the DEFINITIONS Paragraph (1)(d) above does not apply to Section: „ "bodily injury arising out of providing or fail- "Premises damage" means "property dam- ing to provide: '� age"to: (i) "Incidental medical services" by any of a. Any premises while rented to you or tem- your "employees" who is a nurse practi- porarily occupied by you with permission tioner, registered nurse, licensed practical of the owner; or nurse, nurse assistant, emergency medi- ' b. The contents of any premises while such cal technician or paramedic; or premises is rented to you, if you rent such (ii) First aid or"Good Samaritan services" by premises for a period of seven or fewer consecutive days. any of your "employees" or "volunteer workers", other than an employed or vol- 6. The following replaces Paragraph 4.b.(1)(b) unteer doctor. Any such "employees" or of SECTION IV— COMMERCIAL GENERAL "volunteer workers" providing or failing to LIABILITY CONDITIONS: provide first aid or "Good Samaritan ser- (b) That is insurance for "premises damage"; vices" during their work hours for you will or be deemed to be acting within the scope 7. Paragraph 4.b.(1)(c) of SECTION IV — of their employment by you or performing COMMERCIAL GENERAL LIABILITY CON- duties related to the conduct of your busi- DITIONS is deleted. ness. PBge 2 of 6 OO 2011 The Travelers Indemnity Company.All rights reserved. CG D3 16 11 11 COMMERCIAL GENERAL LIABILITY 3. The following is added to Paragraph 5. of 4. Any organization you newly acquire or form, SECTION III—LIMITS OF INSURANCE: other than a partnership, joint venture or lim- For the purposes of determining the applica- ited liability company, of which you are the ble Each Occurrence Limit, all related acts or sole owner or in which you maintain the ma- omissions committed in providing or failing to jority ownership interest, will qualify as a provide "incidental medical services", first aid Named Insured if there is no other insurance or"Good Samaritan services" to any one per- which provides similar coverage to that or- son will be deemed to be one"occurrence". ganization. However: 4. The following exclusion is added to Para- a. Coverage under this provision is afforded graph 2., Exclusions, of SECTION I — COV- only: ERAGES — COVERAGE A BODILY INJURY (1) Until the 180th day after you acquire or AND PROPERTY DAMAGE LIABILITY: form the organization or the end of the Sale Of Pharmaceuticals policy period, whichever is earlier, if you "Bodily injury" or "property damage" arising do not report such organization in writing out of the willful violation of a penal statute or to us within 180 days after you acquire or ordinance relating to the sale of pharmaceuti- form it; or cals committed by, or with the knowledge or (2) Until the end of the policy period, when consent of, the insured. that date is later than 180 days after you 5. The following is added to the DEFINITIONS acquire or form such organization, if you Section: report such organization in writing to us "Incidental medical services"means: within 180 days after you acquire or form a. Medical, surgical, dental, laboratory, x-ray it, and we agree in writing that it will con- or nursing service or treatment, advice or tinue to be a Named Insured until the end instruction, or the related furnishing of of the policy period; food or beverages; or b. Coverage A does not apply to "bodily injury" b. The furnishing or dispensing of drugs or or "property damage" that occurred before medical, dental, or surgical supplies or you acquired or formed the organization; and appliances. c. Coverage B does not apply to "personal in- "Good Samaritan services" means any emer- jury" or "advertising injury" arising out of an gency medical services for which no compen- offense committed before you acquired or sation is demanded or received. formed the organization. 6. The following is added to Paragraph 4.b., Ex- F. WHO IS AN INSURED — BROADENED NAMED cess Insurance, of SECTION IV — COM- INSURED—UNNAMED SUBSIDIARIES MERCIAL GENERAL LIABILITY CONDI- TIONS: The following is added to SECTION II —WHO IS AN INSURED: The insurance is excess over any valid and collectible other insurance available to the in- Any of your subsidiaries, other than a partnership, sured, whether primary, excess, contingent or joint venture or limited liability company, that is on any other basis, that is available to any of not shown as a Named Insured in the Declara- your "employees" or "volunteer workers" for tions is a Named Insured if you maintain an own- "bodily injury" that arises out of providing or ership interest of more than 50% in such subsidi- failing to provide "incidental medical ser- ary on the first day of the policy period. vices , first aid or "Good Samaritan services" No such subsidiary is an insured for"bodily injury" to an erson to the extent not sub'ect to Y P 1 or "property damage" that occurred, or "personal Paragraph 2.a.(1) of Section II — Who Is An injury" or "advertising injury" caused by an of- Insured. fense committed after the date, if any, during the E. WHO IS AN INSURED — NEWLY ACQUIRED policy period, that you no longer maintain an OR FORMED ORGANIZATIONS ownership interest of more than 50% in such sub- The following replaces Paragraph 4. of SECTION sidiary. II—WHO IS AN INSURED: CG D3 16 11 11 �O 2011 The Travelers Indemnity Company.All rights reserved. P8g2 3 Of 6 COMMERCIAL GENERAL LIABILITY G. BLANKET ADDITIONAL INSURED — OWNERS, H. BLANKET ADDITIONAL INSURED — LESSORS MANAGERS OR LESSORS OF PREMISES OF LEASED EQUIPMENT The following is added to SECTION II —WHO IS The following is added to SECTION II — WHO IS AN INSURED: AN INSURED: Any person or organization that is a premises Any person or organization that is an equipment owner, manager or lessor and that you have lessor and that you have agreed in a written con- agreed in a written contract or agreement to in- tract or agreement to include as an insured on clude as an additional insured on this Coverage this Coverage Part is an insured, but only with re- Part is an insured, but only with respect to liability spect to liability for "bodily injury", "property dam- for "bodily injury", "property damage", "personal age", "personal injury"or"advertising injury"that: injury"or"advertising injury"that: a. Is "bodily injury" or "property damage" that a. Is "bodily injury" or "property damage" that occurs, or is "personal injury" or "advertising occurs, or is "personal injury" or "advertising injury" caused by an offense that is commit- injury" caused by an offense that is commit- ted, subsequent to the execution of that con- ted, subsequent to the execution of that con- I tract or agreement; and tract or agreement; and , b. Arises out of the ownership, maintenance or b. Is caused, in whole or in part, by your acts or , use of that part of any premises leased to omissions in the maintenance, operation or use of equipment leased to you by such you. equipment lessor. The insurance provided to such premises owner, The insurance provided to such equipment lessor manager or lessor is subject to the following pro- is subject to the following provisions: visions: a. The limits of insurance provided to such a. The limits of insurance provided to such equipment lessor will be the minimum limits premises owner, manager or lessor will be which you agreed to provide in the written the minimum limits which you agreed to pro- contract or agreement, or the limits shown on vide in the written contract or agreement, or the Declarations, whichever are less. the limits shown on the Declarations, which- ever are less. b. The insurance provided to such equipment b. The insurance provided to such premises lessor does not apply to any "bodily injury" or property damage' that occurs, or "personal owner, manager or lessor does not apply to: injury" or"advertising injury" caused by an of- (1) Any "bodily injury" or "property damage" fense that is committed, after the equipment that occurs, or"personal injury" or"adver- lease expires. tising injury" caused by an offense that is c. The insurance provided to such equipment committed, after you cease to be a tenant lessor is excess over any valid and collectible in that premises; or other insurance available to such equipment (2) Structural alterations, new construction or lessor, whether primary, excess, contingent demolition operations performed by or on or on any other basis, unless you have behalf of such premises owner, lessor or agreed in the written contract or agreement manager. that this insurance must be primary to, or c. The insurance provided to such premises non-contributory with, such other insurance, owner, manager or lessor is excess over any in which case this insurance will be primary valid and collectible other insurance available to, and non-contributory with, such other in- to such premises owner, manager or lessor, surance. whether primary, excess, contingent or on I. BLANKET ADDITIONAL INSURED — STATES any other basis, unless you have agreed in OR POLITICAL SUBDIVISIONS—PERMITS the written contract or agreement that this in- surance must be primary to, or non- The following is added to SECTION II —WHO IS contributory with, such other insurance, in AN INSURED: which case this insurance will be primary to, Any state or political subdivision that has issued a and non-contributory with, such other insur- permit in connection with operations performed by ance. you or on your behalf and that you are required PBge 4 Of 6 O 2011 The Travelers Indemnity Company.All rights reserved. CG D3 16 11 11 � i COMMERCIAL GENERAL LIABILITY by any ordinance, law or building code to include (ii) A manager of any limited liability as an additional insured on this Coverage Part is company; or an insured, but only with respect to liability for (iii) An executive officer or director of "bodily injury", "property damage", "personal in- any other organization; jury" or"advertising injury" arising out of such op- erations. that is your partner, joint venture member or manager; or The insurance provided to such state or political (b) Any "employee" authorized by such subdivision does not apply to: partnership, joint venture, limited li- a. Any "bodily injury," "property damage," "per- ability company or other organization sonal injury" or "advertising injury" arising out to give notice of an "occurrence" or of operations performed for that state or po- offense. litical subdivision; or (3) Notice to us of such "occurrence" or of an b. Any "bodily injury" or "property damage" in- offense will be deemed to be given as cluded in the "products-completed operations soon as practicable if it is given in good hazard". faith as soon as practicable to your work- J. KNOWLEDGE AND NOTICE OF OCCUR- ers' compensation insurer. This applies RENCE OR OFFENSE only if you subsequently give notice to us The following is added to Paragraph 2., Duties In of the "occurrence" or offense as soon as The Event of Occurrence, Offense, Claim or practicable after any of the persons de- Suit, of SECTION IV — COMMERCIAL GEN- scribed in Paragraphs e. (1) or (2) above ERAL LIABILITY CONDITIONS: discovers that the "occurrence"or offense may result in sums to which the insurance e. The following provisions apply to Paragraph provided under this Coverage Part may a. above, but only for the purposes of the in- apply. surance provided under this Coverage Part to you or any insured listed in Paragraph 1. or 2. However, if this Coverage Part includes an en- of Section II—Who Is An Insured: dorsement that provides limited coverage for "bodily injury" or "property damage" or pollution (1) Notice to us of such "occurrence" or of- costs arising out of a discharge, release or es- fense must be given as soon as practica- cape of"pollutants" which contains a requirement ble only after the "occurrence" or offense that the discharge, release or escape of "pollut- is known by you (if you are an individual), ants" must be reported to us within a specific any of your partners or members who is number of days after its abrupt commencement, an individual (if you are a partnership or this Paragraph e. does not affect that require- joint venture), any of your managers who ment. is an individual (if you are a limited liability K. UNINTENTIONAL OMISSION company), any of your "executive offi- cers" or directors (if you are an organiza- The following is added to Paragraph 6., Repre- tion other than a partnership,joint venture sentations, of SECTION IV — COMMERCIAL or limited liability company) or any em- GENERA� LIABILITY CONDITIONS: ployee" authorized by you to give notice The unintentional omission of, or unintentional of an "occurrence"or offense. error in, any information provided by you which (2) If you are a partnership, joint venture or we relied upon in issuing this policy will not preju- limited liability company, and none of your dice your rights under this insurance. However, partners, joint venture members or man- this provision does not affect our right to collect agers are individuals, notice to us of such additional premium or to exercise our rights of "occurrence" or offense must be given as cancellation or nonrenewal in accordance with soon as practicable only after the "occur- applicable insurance laws or regulations. rence" or offense is known by: L. BLANKET WAIVER OF SUBROGATION (a) Any individual who is: The following is added to Paragraph 8., Transfer (i) A partner or member of any part- Of Rights Of Recovery Against Others To Us, nership or joint venture; of SECTION IV — COMMERCIAL GENERAL LI- ABILITY CONDITIONS: CG D3 16 11 11 �O 2011 The Travelers Indemnity Company.All rights reserved. P8g@ 5 Of 6 COMMERCIAL GENERAL LIABILITY If the insured has agreed in a contract or agree- 3. "Bodily injury" means bodily injury, mental ment to waive that insured's right of recovery anguish, mental injury, shock, fright, disability, against any person or organization, we waive our humiliation, sickness or disease sustained by right of recovery against such person or organiza- a person, including death resulting from any tion, but only for payments we make because of: of these at any time. a. "Bodily injury" or "property damage" that oc- N. CONTRACTUAL LIABILITY—RAILROADS curs; or 1. The following replaces Paragraph c. of the b. "Personal injury" or "advertising injury" definition of "insured contracY' in the DEFINI- caused by an offense that is committed; TIONS Section: subsequent to the execution of that contract or c. Any easement or license agreement; agreement. 2. Paragraph f.(1) of the definition of "insured M. AMENDED BODILY INJURY DEFINITION contract" in the DEFINITIONS Section is de- leted. The following replaces the definition of "bodily injury" in the DEFINITIONS Section: Page 6 of 6 �O 2011 The Travelers Indemnity Company.All rights reserved. CG D3 16 11 11 I COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE—This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. BROAD FORM NAMED INSURED H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF B. BLANKET ADDITIONAL INSURED USE— INCREASED LIMIT C. EMPLOYEE HIRED AUTO I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES—INCREASED LIMIT D. EMPLOYEES AS INSURED J. PERSONAL PROPERTY E. SUPPLEMENTARY PAYMENTS — INCREASED K. AIRBAGS LIMITS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR F. HIRED AUTO — LIMITED WORLDWIDE COV- LOSS ERAGE—INDEMNITY BASIS M. BLANKET WAIVER OF SUBROGATION G. WAIVER OF DEDUCTIBLE—GLASS N. UNINTENTIONAL ERRORS OR OMISSIONS PROVISIONS A. BROAD FORM NAMED INSURED this insurance applies and only to the extent that The following is added to Paragraph A.1., Who Is person or organization qualifies as an "insured" ' An Insured, of SECTION II —COVERED AUTOS under the Who Is An Insured provision contained LIABILITY COVERAGE: in Section II. Any organization you newly acquire or form dur- C. EMPLOYEE HIRED AUTO ing the policy period over which you maintain 1. The following is added to Paragraph A.1., 50% or more ownership interest and that is not Who Is An Insured, of SECTION II — COV- separately insured for Business Auto Coverage. ERED AUTOS LIABILITY COVERAGE: Coverage under this provision is afforded only un- An "employee" of yours is an "insured" while til the 180th day after you acquire or form the or- operating an "auto" hired or rented under a ganization or the end of the policy period, which- contract or agreement in an "employee's" ever is earlier. name, with your permission, while performing duties related to the conduct of your busi- B. BLANKET ADDITIONAL INSURED ness. The following is added to Paragraph c. in A.1., 2, The following replaces Paragraph b. in 6.5., Who Is An Insured, of SECTION II — COVERED Other Insurance, of SECTION IV — BUSI- AUTOS LIABILITY COVERAGE: NESS AUTO CONDITIONS: Any person or organization who is required under b. For Hired Auto Physical Damage Cover- a written contract or agreement between you and age, the following are deemed to be cov- that person or organization, that is signed and ered "autos" you own� executed by you before the "bodily injury" or (1) Any covered "auto" you lease, hire, "property damage" occurs and that is in effect rent or borrow; and during the policy period, to be named as an addi- (2) Any covered "auto" hired or rented by tional insured is an "insured" for Covered Autos your "employee" under a contract in Liability Coverage, but only for damages to which an "employee's" name, with your CA T3 53 02 15 O 2015 The Travelers Indemnity Company.All rights reserved. Pag@ 1 Of 4 includes copyrighted material of Insurance Services Office,Inc.with its permission. COMMERCIAL AUTO permission, while performing duties (a) With respect to any claim made or "suit" related to the conduct of your busi- brought outside the United States of ness. America, the territories and possessions However, any "auto"that is leased, hired, of the United States of America, Puerto rented or borrowed with a driver is not a Rico and Canada: covered "auto". (i) You must arrange to defend the "in- D. EMPLOYEES AS INSURED sured" against, and investigate or set- tle any such claim or "suit" and keep The following is added to Paragraph A.1., Who Is us advised of all proceedings and ac- An Insured, of SECTION II —COVERED AUTOS LIABILITY COVERAGE: tions. (ii) Neither you nor any other involved Any "employee" of yours is an "insured" while us- "insured" will make any settlement ing a covered "auto" you don't own, hire or borrow without our consent. in your business or your personal affairs. (iii) We may, at our discretion, participate E. SUPPLEMENTARY PAYMENTS — INCREASED in defending the "insured" against, or LIMITS in the settlement of, any claim or 1. The following replaces Paragraph A.2.a.(2), "suit". of SECTION II — COVERED AUTOS LIABIL- (iv) We will reimburse the "insured" for ITY COVERAGE: sums that the "insured" legally must (2) Up to $3,000 for cost of bail bonds (in- pay as damages because of "bodily cluding bonds for related traffic law viola- injury" or"property damage" to which tions) required because of an "accidenY' this insurance applies, that the "in- we cover. We do not have to furnish sured" pays with our consent, but these bonds. only up to the limit described in Para- 2. The following replaces Paragraph A.2.a.(4), graph C., Limits Of Insurance, of of SECTION II — COVERED AUTOS LIABIL- SECTION II — COVERED AUTOS ITY COVERAGE: LIABILITY COVERAGE. (4) All reasonable expenses incurred by the (v) We will reimburse the "insured" for "insured" at our request, including actual the reasonable expenses incurred loss of earnings up to $500 a day be- with our consent for your investiga- cause of time off from work. tion of such claims and your defense of the "insured" against any such F. HIRED AUTO — LIMITED WORLDWIDE COV- "suiY', but only up to and included ERAGE— INDEMNITY BASIS within the limit described in Para- The following replaces Subparagraph (5) in Para- graph C., Limits Of Insurance, of graph B.7., Policy Period, Coverage Territory, SECTION II — COVERED AUTOS of SECTION IV — BUSINESS AUTO CONDI- LIABILITY COVERAGE, and not in TIONS: addition to such limit. Our duty to (5) Anywhere in the world, except any country or make such payments ends when we jurisdiction while any trade sanction, em- have used up the applicable limit of bargo, or similar regulation imposed by the insurance in payments for damages, United States of America applies to and pro- settlements or defense expenses. hibits the transaction of business with or (b) This insurance is excess over any valid within such country or jurisdiction, for Cov- and collectible other insurance available ered Autos Liability Coverage for any covered to the "insured" whether primary, excess, "auto" that you lease, hire, rent or borrow contingent or on any other basis. without a driver for a period of 30 days or less (c) This insurance is not a substitute for re- and that is not an "auto" you lease, hire, rent quired or compulsory insurance in any or borrow from any of your "employees", country outside the United States, its ter- partners (if you are a partnership), members ritories and possessions, Puerto Rico and (if you are a limited liability company) or Canada. members of their households. Page 2 of 4 O 2015 The Travelers Indemnity Company.All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office,Inc.with its permission. COMMERCIAL AUTO ' You agree to maintain all required or (2) In or on your covered "auto". compulsory insurance in any such coun- This coverage applies only in the event of a total try up to the minimum limits required by theft of your covered "auto". local law. Your failure to comply with No deductibles apply to this Personal Property compulsory insurance requirements will not invalidate the coverage afforded by coverage. this policy, but we will only be liable to the K. AIRBAGS same extent we would have been liable The following is added to Paragraph B.3., Exclu- had you complied with the compulsory in- sions, of SECTION III — PHYSICAL DAMAGE I surance requirements. COVERAGE: (d) It is understood that we are not an admit- Exclusion 3.a. does not apply to "loss" to one or ted or authorized insurer outside the more airbags in a covered "auto" you own that in- United States of America, its territories flate due to a cause other than a cause of "loss" and possessions, Puerto Rico and Can- set forth in Paragraphs A.1.b. and A.1.c., but ada. We assume no responsibility for the only: furnishing of certificates of insurance, or a. If that "auto" is a covered "auto" for Compre- for compliance in any way with the laws hensive Coverage underthis policy; of other countries relating to insurance. b. The airbags are not covered under any war- G. WAIVER OF DEDUCTIBLE—GLASS ranty; and The following is added to Paragraph D., Deducti- c. The airbags were not intentionally inflated. ble, of SECTION III — PHYSICAL DAMAGE We will pay up to a maximum of $1,000 for any COVERAGE: one "loss". No deductible for a covered "auto" will apply to L. NOTICE AND KNOWLEDGE OF ACCIDENT OR glass damage if the glass is repaired rather than LOSS replaced. The following is added to Paragraph A.2.a., of H. HIRED AUTO PHYSICAL DAMAGE— LOSS OF SECTION IV— BUSINESS AUTO CONDITIONS: USE—INCREASED LIMIT Your duty to give us or our authorized representa- The following replaces the last sentence of Para- tive prompt notice of the "accident" or "loss" ap- graph A.4.b., Loss Of Use Expenses, of SEC- plies only when the "accident" or "loss" is known TION III—PHYSICAL DAMAGE COVERAGE: to: However, the most we will pay for any expenses (a) You (if you are an individual); for loss of use is $65 per day, to a maximum of (b) A partner(if you are a partnership); $750 for any one "accident". (c) A member (if you are a limited liability com- I. PHYSICAL DAMAGE — TRANSPORTATION pany); EXPENSES—INCREASED LIMIT (d) An executive officer, director or insurance The following replaces the first sentence in Para- manager (if you are a corporation or other or- graph A.4.a., Transportation Expenses, of ganization); or SECTION III — PHYSICAL DAMAGE COVER- (e) Any "employee" authorized by you to give no- AGE: tice of the "accident" or"loss". We will pay up to $50 per day to a maximum of M. BLANKET WAIVER OF SUBROGATION $1,500 for temporary transportation expense in- The following replaces Paragraph A.5., Transfer curred by you because of the total theft of a cov- Of Rights Of Recovery Against Others To Us, ered "auto" of the private passenger type. of SECTION IV — BUSINESS AUTO CONDI- J. PERSONAL PROPERTY TIONS: The following is added to Paragraph A.4., Cover- 5. Transfer Of Rights Of Recovery Against age Extensions, of SECTION III — PHYSICAL Others To Us DAMAGE COVERAGE: We waive any right of recovery we may have Personal Property against any person or organization to the ex- tent required of you by a written contract We will pay up to $400 for "loss" to wearing ap- signed and executed prior to any "accidenY' parel and other personal property which is: or"loss", provided that the "accidenY' or"loss" (1) Owned by an "insured"; and arises out of operations contemplated by CA T3 53 02 15 O 2015 The Travelers Indemnity Company.All rights reserved. P2g@ 3 Of 4 Includes copyrighted material of Insurance Services Office,Inc.with its permission. COMMERCIAL AUTO such contract. The waiver applies only to the The unintentional omission of, or unintentional person or organization designated in such error in, any information given by you shall not contract. prejudice your rights under this insurance. How- N. UNINTENTIONAL ERRORS OR OMISSIONS ever this provision does not affect our right to col- The following is added to Paragraph 6.2., Con- lect additional premium or exercise our right of cealment, Misrepresentation, Or Fraud, of cancellation or non-renewal. SECTION IV—BUSINESS AUTO CONDITIONS: PBge 4 Of 4 O 2015 The Travelers Indemnity Company.All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office,Inc.with its permission. COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY WITH OTHER INSURANCE This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM PROVISIONS 2. The following is added to Paragraph 6.5., Other 1. The following is added to Paragraph A.1.c., Who Insurance of SECTION IV — BUSINESS AUTO Is An Insured, of SECTION II — COVERED CONDITIONS: AUTOS LIABILITY COVERAGE: Regardless of the provisions of paragraph a. and Any person or organization who is required under paragraph d. of this part 5. Other Insurance, this a written contract or agreement between you and insurance is primary to and non-contributory with that person or organization, that is signed and applicable other insurance under which an addi- executed by you before the "bodily injury" or tional insured person or organization is the first "property damage" occurs and that is in effect named insured when the written contract or during the policy period, to be named as an addi- agreement between you and that person or or- tional insured is an "insured" for Covered Autos ganization, that is signed and executed by you Liability Coverage, but only for damages to which before the "bodily injury" or "property damage" this insurance applies and only to the extent that person or organization qualifies as an "insured" occurs and that is in effect during the policy pe- under the Who Is An Insured provision contained riod, requires this insurance to be primary and in SECTION II. non-contributory. CA T4 74 02 15 O 2015 The Travelers Indemnity Company.All rights reserved. Page 1 Of 1 Includes copyrighted material of Insurance Services Office,Inc.with its permission. This page has been left blank intentionally. UMBRELLA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS This endorsement modifies insurance provided under the following: COMMERCIAL EXCESS LIABILITY (UMBREI.LA) INSURANCE The following is added to Paragraph 11., OUR RIGHT a. "Bodily injury' or"property damage" caused by an TO RECOVER FROM OTHERS., of SECTION IV — "occurrence"that takes place; or CONDITIONS.: b. "Personal injury" or "advertising injury" caused by If the insured has agreed in a contract or agreement an "offense"that is committed; to waive that insured's right of recovery against any subsequent to the execution of the contract or agree- person or organization, we waive our right of recovery ment. against such person or organization, but only for payments we make because of: UM 04 88 07 08 �2008 The Travelers Companies,Inc. Pa9e 1 Of 1 Includes the copyrighted material of Insurance Services Office. Inc.with its permission. This page has been left blank intentionally. D c�ty of �Y s �� � GB O • � • ��'N�r� PREVAILING WAGE RATES �� _ _ _ _ CITV OF CERTIFICATION OF PAYMENT OF PREVAILING WAGES --�-'''Renton � Date: Ref: Pay Estimate No. Project Harrington Ave NE Green Connections Stormwater Retrofit Proiect- Phase II,SWP-27-3731 CAG No. CAG-17-108 This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period from through , in accordance with the Statements of Intent to Pay Prevailing Wage filed with the Washington State Department of Labor & Industries. This form will be executed and submitted to the City of Renton prior to or with the last pay request. Company Name By: Title: List of Subcontractors Used on the Project: i 22c Certification of Payment of Prevailing Wages\ Department of Labor and Industries ��4,STAT�.o Pre�a���ng wage o� b y STATEMENT OF INTENT TO c36o�9o2-s33s w J 2 PAY PREVAILING WAGES ������1ni.�ca.got;'l�radesl,icensin�.'Nrc��lA�a��e � y�' 0 • This form must be typed or printed in ink. �1889 a Public Works Contract • Fill in all blanks or the form will be returned for correction(see instructionsl. $40.00 Filing Fee Required • Please allow a minimum of 10 working days for processing. • Once approved,your form will be posted online at 111t011t I� # �L�SS1gRef� by Lc�l� hup;:,''G>rtm,s.��a.�o��;Ini%p���inpul,.'SearchPor_a�p Your Compa�ry Information Awarding Agency Information Your Company Name Project Name Contract Numbcr ABC Compan}-,Inc- Road Repair ��-� ��. 'Ol I-OlB Your Address Awarding Agency 1234 Main Street WA State Department of Tran ation City State Zip+4 Awarding Agency Addres Olympia WA 98501-1234 PO Box 47354 Your Contractor Registration Number Your UBI Number City State ip+4 ABCCI*0123AA 123456789 Olympia WA 98501 Your Industria)Insurance Account Number Awarding cy Contact Name e ber 111,111-11 John D 5-5555 Your Email Address(required for norificacion ofapprovalJ Your Phone Number Count��U'hcre�� ill Be Performed � Where Work Will Be Performed prevailingwage�lni.wa-gov (555)555-5555 Th�uston Olympia Additional Details � Contract Details �'our Expected Job Start Date(mm/dd/}'yyy) "` ' L3id Duc t7ate(Prime Co" ��� 's . Award Date(Prime Contractor's) 01/01/2011 ��� 8/Ol/�n10 �� � ` 08/10/2010 Job Site Address/Directions � c��uc Total Dollar Amount ��our Contract(including sa ��taY)�or time and materials,if applicable. State Street riU Plum Street � �1000-00 ARRA Funds N"eatherization or Energy E�cient Funds lloes this project utilize American Recovery and Reinvestment Act�ARRA'�u Does this projGc�u�.��ze any weatherization or energy efficienc}�upgrade Funds ❑Yes �No ;.(ARF2A or ot se)? ❑Yes �No Prime Contractor's Company Informafion �'_' Hiring Contractor's Company Information Prime Contractor's Company Name Prime Contr��C�Qc s lntent Nun r Tt�t�is���tractor's Company Name � 3 Y , XYZ Company,Inc 1�3�?6 � ����, Su�" avecs,Inc_ Prime Contractor's Registration Number Prime ContraeFqr's l�� � l I�ri�ng Contractor's Contractor Registration Number Hiring Contractor's UB[Number ; �,a: XY'LIN*0123AA 987654321 `i_. "' ��� SUPERPA123AA 321456987 :�' mpioyment Information Do you intend to use ANY subcontracto� �`��+� ❑Yes -fVo Will employees perform work on this project? �Yes ❑No Will ALL work be subcontracted? �No Do you intend to use apprentice employees? �Yes ❑No Number of OwnedO s who own at leas 0° the compa ho will perform work on the project: ❑None(0) �One(1) ❑Two(2) ❑Three(3) Gafts/Trades/ cupations Do not list app ices They are listed on the Affidavit of Wages Paid only.) Rate of Hourly If an employe orks in more than one trade,ens that all hours worked in each trade are reported below. Number of Rate of Hourly Lisual("Fringe") For additional /trades/ ease use dum A. Workers Pa3' Benefits Laborer-Asphal 2 39.28 5.00 Power Equipment Operator-Asphalt P t Operator 1 48.04 2.35 Truck Driver-Asphalt Mix ds) l 46.47 0.00 5i nature Block I hereby certity that I ha��e read and understand the insUuctions to complete this form and that the information,including any addcnda,are correct and that all workers I emplo}�on this Public Wbrks Pro ect�cill be aid no less than the Prevailin=Wa�=e Rate(s)as detemiined b the Industrial Statistician of the De artment of Labor and Industries. Print Name: Yrint Title: Si nature: Uate: For L&t Use Onl A>>roved bv si nature of the De artment of Labor and Industries Industrial Statistician NOTI('E: If the prime contract is at a cost of ocer one million dollars(SI,000,000.00),RCW 39.04.370 requires you to complete the EHR 2R05(RCW 39.04.370)Addendum and attach it to your Affidavit of Wages of Paid when your work on f6e project concludes. This is only a notice.The EHB 2805 Addendum is not submitted with this Intent. SAMPLE-F700-029-000 Statement of Intent to Pay Prevailing Wages 03-201 I Department of Labor and Industries ���,sTArE o� Prevailing Wage o4 b - � STATEMENT OF INTENT TO (360)902-5335 � " � �,�,,�.�,,;,��,�>�,,;r���a�;�.�«�,,;�t� E>r�,���,<�� , �= PAY PREVAILING WAGES s a y • This form must be typed or printed in ink. y�18g9 a Public Works Contract • Fill in all blanks or the form will be returned for correction(see instructionsl. $4�.�� Fl�lllg Fee RC(]UICCC� • Please allow a minimum of 10 working days for processing. • Once approved.your form will be posted online at Intent ID # (ASslgCled by L&I) hU�,:_�ti,rue�,ti-��a,��o��lni���i,�iuh�Scarchl��u.a;p Your Com anv Information Awardin A enc Information Yow�Compan?�Name Project Name Contract Number Your 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 nocificacion ofapprovaq Your Phone Number County Where Work Will Be Performed City Where Work Will Be Performed Additional Details Contract Details 1'our Expectcd Job Start Date(mm/dd/}�yyy) Bid Duc Datc(Prime Contr�ctor's) AN�ard Datc(Prime Contractor's) Job Site Address/Directions Total Dollar Amount of Your Contract(including sales tax)or indicate time and materials.if applicable- $ ❑ T&M ARRA Funds Weatherization or Ener Efficient Funds Docs this projcct utilize American Recovery and Reinvestment Act(ARRA)funds° Does this project utilize any�n�eatherization or energy efficienc��upgrade funds ❑Yes ❑No (ARRA or otherwise)? ❑Yes ❑No Prime Contractor's Com any Information Hirin Contractor's Com an Information Prime Contracror's Company Name Prime Contractoc's[ntent Number Hiring Contractor's Company Name Prime Contractor's Re�istration Number Prime Contractor's UBI Number Hiring Company's Contractor Registration Number Hiring Contractors UBI Number m lo ment Information Do you intend to use AhY subcontractors7 ❑Yes ❑No Will employees perform w�ork on this projecC' ❑Yes ❑No Will ALL work be subcontracted? ❑Yes ❑No Do you intend to use apprentice employees'' ❑Yes ❑No Number of Owner/Operators who own at least 30%of the company who will perform work on this project: ❑None(0) ❑One(1) ❑Two(2) ❑Three(3) Crafts/I'rades/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 of Rate of Hourly Usual("Fringe") below. For additional crafts/trades/occu ations lease use Addendum A. Workers PaY Bene6ts Si nature 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 Pro ect will be aid no less than the Prevailine Waee Rate(s)as determined bv the[ndustrial Statistician of the Dz artment of Labor and[ndustries. Print Name: Print TiHe: Si nature: Date: For L&1 Use Oni A roced by si nature of the Department of Labor and Industries Industrial Statistician NOTICE: [f the prime contract is at a cost of ocer one million dollars(51,000,000.00),RCW 39.04.370 requires you ro complete the EHB 2805(RCW 39.04.370)Addendum and attach it to � your AFfidavif of Wages of Paid when your work on the project concludes. This is only a nofice.The EHB 2805 Addendum is not submitted with this(ntent. � F700-029-000 Statement of Intent to Pay Prevailing Wages 03-201 I Department of Labor and Industries ��E STATE o�, � Prevailing Wage o b � ; STATEMENT OF INTENT TO c36o�9oz-s33s � s� � y,= pAY PREVAILING WAGES �1������.lni.���ac�o��/7�rade, �rensin�rl r���Vd��e • This form must be typed or printed in ink. ��1889�o Public Works Contract • Fill in all blanks or the form will be returned for correction(see instructionsl. $40.00 Filing Fee Required • Please allow a minimum of]0 working days for processing. • Once approved,your form will be posted online at II1t011t I� # �f�SSIg11C(� by I.c�Ll� htl{�:_-1i�rU�;ti.��a.��u�'Ini I���;__��ul `�;ir�hl ot_.;t:� Your Company Information 1 Awarding Agency Information Z Your Company Name Project Name Contract Number Your Address Awa�ding Agency �I 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 ofapprovaq Your Phone Number County Where Work Will Be Performed City Where Work Will Be Perfomied Additional Details 3 Contract Details 4 Your Lxpected Job Stan i/dd/}°yyy) Qid Due Date(Prime . tor's) Award Dare(Prime Contractor's) Job Site Address/Directions Total Dollar Amount of Your Contract(including sales tax)or indicate time and materials,if applicable $ ❑T&M ARRA Funds g R'eatherization 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 ❑Yes ❑No (ARRA or otherwise)° ❑Yes ❑No Prime Contractor's Company Inf 6 Hiring Contractor's Company � ion Prime Contractor's Company Name Prime Contractor's Intent Nwnbcr Hiring Contractor�s Company N� Prime Contractor's Registration Number Primc Contractor�s UBI Number Hiring Contractor's Contractor Registration Number Hiri��g Contracror's UB[Number mployment Information 8 Do you intend to use ANY subco < ' ❑Yes ❑No Will employees perform work on this project7 ❑Yes ❑No Will ALL work be subcontracted° ❑Yes ❑No Do you intend to use apprentice employees? ❑Yes ❑No Number of OwnedOperators who own at least 30%of the company who will perform work on this project: ❑None(0) ❑One(1) ❑Two(2) ❑Three(3) Craftsll'rades/Occupations—(Do not list apprentices. They are listed on the Affidavit of Wages Paid Rate of Hourly only.)If an employee�orks in more than one trade,ensure that all hours worked in each trade are reported �`umber of Rate of Hourla l'sual("Fringe") W'orkers Pa} below. For additional cratts/trades/occupations please use Addendum A- Benefits 9 10 �� 1] 12 Si nature Block I herebp certif}'that 1 have read and understand the mstmctions to complete this lonn. That the informatioq induding any addendumis),are correct and that all�corkers 1 employ on this Public w'orks Project will be aid no less than thc Prevailing Wage Rate(s)as determincd bv the lndustrial Statistician of the De artment of Labor and�ndustnes. PrintName: PrintTide: Si n:�ture: Date: For L&i Use Onlv Ap roved by the De artment of Labor and Industries Industrial Statistician NOTICF.: If[he prime contract is at a cost of over one million dollars(51,000,000.00),R('�b'39.04.370 requires you to complete the EHB 2805(RCW 39A4.370)Addendum and attach it to your Affidavit of W'ages of Paid when your work on the projec[concludes. This is only a nofice.The EHB 2805 Addendum is not submitted with this Intent. NUMBERED-F i00-029-000 Statement of Intent[o Pay Prevailing Wages 03-2011 Department of Labor&Industries �r INSTRUCTIONS Prevailing Wage Program `���„ �A4� STATEMENT OF INTENT TO PAY P.O. Box 44540 2 Olympia,Washington 98504-4540 f�"���d9 N°' PREVAILING wAGES Phone(360)902-5335/Fax(360)902-5300 F'OR PUBLIC wORKS CONTRACTS COMPLETE ALL FIELDS ON THE FORM The numbered blocks in the following instructions correspond to the numbered Statement of Intent to Pay Prevailing Wage above. In addition a completed sample form(without numbers)is included at the end of these instructions. � Your Company Information- Enter the following information: 1 a) Your Company Name and Address. b) Your Contractor Registration Number—You can verify this number at: https:i;fortress.���a.�ov%Ini'bbipiSearch.as�. c) Your UBI Number(Unified Business Identifier)—This 9-digit number registers you with several state agencies and allows you to do business in Washington. You can verify this number at: littps:i/fortress.w�a.�.;ovidoUdolproclibpdLicenseQuerv'. d) Your Industrial Insurance Account Number— You can verify this number at: https:%it��rtress.���.�o��;lni'crpsi;'Mainllenu.asp�?MessaQe1d=2001. e) Please provide your Email Address so that L&I can notify you of form approval and/or any required corrections.If you do not provide this information,L&I will use standard mail to send you correction notices. You can access approved forms at: https:ilfortress.�va.�ov/lni/pwiapubiSearchFor.as�. No notice of approval will be mailed. f� Your company Phone Number. � Awarding Agency Information—Enter the following information regarding the agency that awarded the contract. This information is available from the Prime Contractor: a) Project Name—This is the name the Awarding Agency assigned to the project. b) Contract Number—This is the number the Awarding Agency assigned to the project. c) Awarding Agency—This is the name of the agency that awarded the contract. d) Please enter the Street Address,City, State and Zip+4 for the Awarding Agency. e) Awarding Agency Contact Name and Phone Number—Enter the name and phone number of the person the Prime Contractor communicates with at the Awarding Agency. fl County Where Work Will Be Performed—Enter the name of the county where the work will be performed. If the work will be performed in multiple counties,include the names of all counties where work will be performed. g) City Where Work Will Be Performed—Enter the name of the city where the work will be performed. If the work will be performed outside the limits of any city,or in multiple cities,include the name of the nearest city. � Additional Details a) Your Expected Job Start Date—This is the date that you expect to begin work on the project. b) Job Site Address/Directions—Enter the specific address of the project or provide brief details regarding the location of the site,if no specific address exists. �� lnstruc:uc�ns-f7tit7-029-ii()()Statement of Intent to Pay Prcvailing Wages 03-201 1 � Contract Details a) Bid Due Date—Enter the date the Prime Contractor had to submit the bid to the Awarding Agency for this project(mm/dd/yyyy). • What if my contract was not bid?—If the contract you will be working under was not required to be bid,you will enter the date the contract was awarded. ��, b) Award Date—This is the date the awarding agency awarded the contract to the Prime Contractor i (mm/dd/yyYy)• c) Indicate the Total Dollar Amount of Your Contract—Enter the dollar amount of your contract, � includiug the applicable sales tax. If this is a"time and materials"contract,please indicate tliis by � checking the box next to"T&M." �, � ARRA&Weatherization Funding Questions—Enter the information regarding the source of funds. This information should be obtained from the Awarding Agency or the Prime Contractor. a) Does this project utilize American Recovery and Reinvestment Act(ARRA)funds? b) Does this project utilize any weatherization or energy efficiency upgrade funds(ARRA or otherwise)? � Prime Contractor's Company Information—Enter the information about the contractor who has the direct contract with the Awarding Agency: a) Prime Contractor's Company Name—Enter the Prime Contractor's company name. b) Prime Contractor's Intent ID Number—Enter the Prime Contractor's Approved Intent ID Number. c) Prime Contractor's Registration Number—Enter the Contractor Registration Number for the Prime Contractor. You can verify the number at:littps:i/forteess.wa.�ov/Ini/bbip/Search.as�. d) Prime Contractor's UBI Number—Enter the UBI number for the Prime Contractor. You can verify this number at: https://fortress.wa.govidol/dolprod!bpdLicenseQueryi. � Hiring Contractor's Company Information—Enter the information about the Hiring Contractor. This is the contractor who hired or contracted your firm to perform work on this project: a) Hiring Contractor's Company Name—Enter the company name of the contractor who hired or contracted with your firm to perform work on this project. b) Hiring Contractor's Registration Number—Enter tl�e Contractor Registration Number for the contractor who hired you.You can verify the number at: https:!/fortress.�va.gov/Ini'bbip;Search.aspx. c) Hiring Contractor's UBI Number—Enter the UBI Number for the contractor who hired you. You can verify this number at: https:!/fortress.wa.gov;doVdolprod/bpdLicenseQuer�/. � Employment Information—Enter information about the individuals who will perform work on this project a) Do you intend to use subcontractors?—If PART of the work will be performed by subcontractors you will hire, check the"Yes"box. b) Will employees periorm work on this project?-if employees, including apprentices, will perform any work on the project,check the"Yes"box and list each employee's applicable craft/trade/occupation. Do not list the actual apprentice,just tl�e craft/trade/occupation the apprentice will be working in. Also,please note the information regarding apprentices in"d"below. If you choose"No"and this chanees later,vou certifv that vou will submit a new Intent form listin� workers. c) Will All work be subcontracted?—If ALL work will be performed by subcontractors,check the "Yes"box. d) Do you intend to use apprentice employees?—If you plan to employ apprentices on this project please be aware: o Any workers NOT registered with the Washington State Apprenticeship and Training Council(WSATC)must be paid the correct journey-level prevailing rate of wage. o Any apprentice NOT registered with the WSATC within 60 days of hiring must be paid at the correct journey-level prevailing rate of wage for the time preceding the date of registration. Instructions-F700-029-000 Statement of Intent to Pay Prevailing Wages 03-201 1 o You must be a registered training agent with the WSATC in order to pay a registered apprentice less than journey-level prevailing rate of wage. o To verify apprenticeship and/or registered training agent status call(360)902-5324. e) Number of Owners/Operators who own at least 30%of the company who will perform work on this project—Indicate the number of Owners/Operator(s)who will perform work on this project. If no 30%+Owners/Operators will perform work on the project,check the box"None". � Crafts/Trades/Occupations—List each craft/trade/occupation of all workers you plan to employ on this project. ❖ Crafts/Trades/Occupations If you indicated above that Owners/Operators will work on this project,and you also indicated above that no employees will perform work on the project,or ALL work will be subcontracted,then you do not need to fill in this section. (Individuals who own less than 30%of the company are not considered to be Owners/Operators,and must be listed as employees and paid the correct prevailing rate of wage.) Use Addendum A for additional Gafts/Trades/Occupations that will not fit on this form. Residential Construction—If you are using any residential classifications(e.g.Residential Carpenter, Residential Laborer,etc.)you must provide information regarding the following questions,on Addendum C, in order for L&I to determine if residential rates are being utilized appropriately: 1. Did the Awarding Agency, in compliance with RCW 39.12.030,determine that the project/work contracted for meets the definition of residential construction? 2. Please indicate the type of structure(e.g. single-family dwelling,duplex,apartment, condominium or other residential structure). 3. Including any basement or garage,how many stories or levels does the structure have? 4. What is the facility used for?-Answer"yes"or"no"to each of the following options: a. Permanent residence only? b. Rehabilitation house? c. Transitional housing? d. Communal dining facility? e. Treatment services? f. Counseling? g. Other? 5. Does each dwelling unit have its own full,self-contained kitchen? 6. Does each dwelling unit have its own full bathroom? 7. Is there a community facility or manager's office on site? 8. Is any part of the facility used by members of the public? Landscape Construction—If you are using"Landscape Construction"or any of the sub-classifications within Landscape Construction(e.g.,Landscape or Planting Laborer,Irrigation or Lawn Sprinkler Installers,or Landscape Equipment Operators or Truck Drivers)you must provide information on Addendum C regarding the following aspects of the work in order for L&I to determine if you are appropriately applying Landscape Construction rates: 1. The beautification of a plot of land through addition of or modification to lawns,trees and bushes under the Landscape Construction Scope of Wark(WAC 296-127-01346)is a limited universe and has exclusions that may affect its application.Please provide L&I with the following information so we can verify whether the landscape construction wage rates apply to this project. a. Please describe the whole project—not just your part. b. Please describe your part(s)of the project—the tasks you performed,equipment used, and tools used.Please provide as much detail as you can. Instructions-F700-029-000 Statement of Intent to Pay Prevailing Wages 03-201 I ' a lf the project involves installing an irrigation system,trenching installing French drains or other subsurface water collection systems,or spreading top soil or mulch, please tell us the relevant depths. 2. If Operating Engineers and/or Truck Drivers will be used in addition to Landscape Construction,describe the type of equipment used,and list the size or rated capacity of the eyuipment. lo Number of Workers—Enter the number of journey-level workers you plan to employ on this project for that I craft/trade/occupation. i 11 Rate of Hourly Pay—Enter the rate of hourly pay as defined by RCW 39.12A 10,tliat you will actually pay the II, worker(s)for that craftltrade/occupation. The amount listed for"Rate of Hourly Pay"plus the amount listed for the"Rate of Hourly Fringe Benefits,"if any,must equal or exceed the applicable prevailing rate of wage. ' 12 Rate of Hourly Usual("Fringe")Benefits—Enter the rate of hourly Usual("fringe")Benefits for that craft/trade/occupation. This is the cost of usual benefits,as defined by RCW 39.12.010,that you will actually pay the worker(s). The amount listed for"Rate of Hourly Pay"plus the amount listed for"Rate of Hourly Usual ("Fringe")Benefits,"if any,must equal or exceed the applicable prevailing rate of wage. If there is not enough space to list all required information on one form,use the appropriate Addendum as needed.No additional fee is required for using Addendums to the form.No other attachments will be accepted. L&I's approval of your Statement of Intent to Pay Prevailing Wages is based on the information you provide.Approval of the form does not signify that the classifications of labor you listed on the form are the correct classifications of work for the tasks performed on the public works project. It is your responsibility to pay workers the prevailing rate of wage for the classi�cation of work that correctly applies to the actual work they perform. Be sure to include your email address on the form. If you do not provide this information,L&1 will use standard mail to send you correction notices.You will be able to access approved forms at: https://fortress.wa.�ov/Ini/pwiapub/ScarchFor.asp(No notice of approval will be mailed). �---__,_ __ �,.,� _ _ � ����� � MtIILING INSTRUeTI(�NS � � FURTHER INFDRMATION �� You mustrnc�il the c�on2�letecf and siqr�ed � Nl�rke ch�eeks peryab(e to: ���� for-rn ti��ith original s�c�natur•e(cr pht�tocopy fleparCmerit ofLczbor�nd Industries '�� of a sic�rrattn-e tivifl not�e rxecepted) with tjle � $40�7ing fee to: �� If y�u l�ave questions or-�voulr�like ctssistai�ce ��, Mc��ic�genient Services �� � iri cor�7pleting the fornz,plecrse call us cxt � Depa�-t�rlent of Laboa-8t Incicrstries � (360} 902-5335�r e�r�iail the Prevc�ilinc� : Prevaifint� Wt�ge Pr•ot�ram � Wnc�e�ffiee crt pu.�1 C�Lrii.wa,�ov. PO Box 44835 01ym�ia, WA 98504-4835 � ��: ._ . , . ' �1,ys-• .. . _. . . .�... . . .:. ....�_.. _ :_ ., _. __._ _ . ,� �€ Prevailing wage rates are available on the Internet at: http:/iww�v.lni.wa.�ov/TradesLicensing/PrevWa�e/Wa��eRates/default.as� Instructions-F700-029-000 Statement of Intent to Pay Prevailing Wages 03-201 l WASHINGTON STATE PREVAILING WAGE RATES FOR PUBLIC WORKS CONTRACTS REFERENCE The State of Washington Prevailing Wage Rates applicable for this public works contract, which is located in Kinq Countv, may be found at the following website address of the Department of Labor and Industries: https://fortress.wa.qov/Ini/waqelookup/prvWaqelookup.aspx Based on the bid submittal deadline for this project, the applicable effective date for prevailing wages for this project is June 2017. A copy of the applicable prevailing wages rates is also available for viewing at the office of the Owner, located at Renton Citv Hall, 1055 South Gradv Way, Renton, Washinqton. Upon request, the Owner will mail a hard copy of the applicable prevailing water rates for this project. Page 1 of 17 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage 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. Journey Level Prevailing Wage Rates for the Effective Date: 5/8/2017 Countv Trade Job Classification Wa e Holiday Overtime Note King Asbestos Abatement Workers Journey Level $45.25 5D 1 H King Boilermakers Journey Level $64.54 5N 1 C King Brick Mason Journey Level $54.32 5A 1M King Brick Mason Pointer-Caulker-Cleaner $54.32 5A 1M King BuitdinQ Service Employees Janitor $22.84 55 2F King Buitding Service Emplovees Traveling Waxer/Shampooer $23.29 55 2F King BuitdinQ Service Employees Window Cleaner (Non-Scaffold) $24.54 55 2F King BuildinQ Service Emplovees Window Cleaner (Scaffold) $27.33 5S 2F King Cabinet Makers (In Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $55.51 5D 4C King Carpenters Bridge, Dock And Wharf $55.51 5D 4C Carpenters King Carpenters Carpenter $55.51 5D 4C King Carpenters Carpenters on Stationary Tools $55.64 5D 4C King Carpenters Creosoted Material $55.61 5D 4C King Carpenters Floor Finisher $55.51 5D 4C King Carpenters Floor Layer $55.51 5D 4C King Carpenters Scaffold Erector $55.51 5D 4C King Cement Masons Journey Level $55.56 7A 1M King Divers Ft Tenders Diver $108.77 5D 4C 8A King Divers �t Tenders Diver On Standby $66.05 5D 4C King Divers �. Tenders Diver Tender $59.88 5D 4C King Divers �t Tenders Surface Rcv & Rov Operator $59.88 5D 4C King Divers & Tenders Surface Rcv �t Rov Operator $55.76 5A 4C Tender King DredQe Workers Assistant Engineer $56.44 5D 3F King DredQe Workers Assistant Mate (Deckhand) $56.00 5D 3F King Dred$e Workers Boatmen $56.44 5D 3F https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx OS/08/2017 ', Page 2 of 17 King Dred�e Workers Engineer Welder $57.51 5D 3F King Dred�e Workers Leverman, Hydraulic $58.67 5D 3F King Dredge Workers Mates $56.44 5D 3F King Dredge Workers Oiler $56.00 5D 3F King Drvwatl Applicator Journey Level $55.51 5D 1 H King Drywall Tapers Journey Level $55.66 5P 1 E King Electrical Fixture Maintenance Journey Level $27.99 5L 1 E Workers King Electricians - Inside Cable Splicer $73.20 7C 4E King Electricians - Inside Cable Splicer (tunnel) $78.59 7C 4E King Electricians - Inside Certified Welder $70.75 7C 4E King Electricians - Inside Certified Welder (tunnel) $75.89 7C 4E King Electricians - Inside Construction Stock Person $38.69 7C 4E King Electricians - Inside Journey Level $68.30 7C 4E King Electricians - Inside Journey Level (tunnel) $73.20 7C 4E King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $71.85 5A 4D Construction King Electricians - Powerline Certified Line Welder $65.71 5A 4D Construction King Electricians - Powerline Groundperson $44.12 5A 4D Construction King Electricians - Powerline Heavy Line Equipment $65.71 5A 4D Construction Operator King Electricians - Powerline Journey Level Lineperson $65.71 5A 4D Construction King Etectricians - Powerline Line Equipment Operator $55.34 5A 4D Construction King Electricians - Powerline Pole Sprayer $65.71 5A 4D Construction King Electricians - Powerline Powderperson $49.16 5A 4D Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $85.45 7D 4A King Elevator Constructors Mechanic In Charge $92.35 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $17.20 56 1 R Products Work Only King Fence Erectors Fence Erector $15.18 1 King FlaQ�ers Journey Level $38.36 7A 31 King Glaziers Journey Level $59.31 7L 1Y King Heat �t Frost Insulators And Journeyman $65.68 5J 4H Asbestos Workers King Heatin� Equipment Mechanics Journey Level $75.46 7F 1 E King Hod Carriers £t Mason Tenders Journey Level $46.66 7A 31 King Industrial Power Vacuum Journey Levet $11.00 1 Cleaner https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx OS/08/2017 Page 3 of 17 King Inland Boatmen Boat Operator $59.86 5B 1 K King Inland Boatmen Cook $56.18 5B 1 K King Inland Boatmen Deckhand $56.18 5B 1 K King Intand Boatmen Deckhand Engineer $57.26 5B 1 K King Inland Boatmen Launch Operator $58.59 5B 1 K King Inland Boatmen Mate $58.59 5B 1 K King Inspection/Cleaning/SealinQ Of Cleaner Operator, Foamer $31.49 1 Sewer & Water Svstems By Operator Remote Controt King Inspection/CleaninQ/Sealin� Of Grout Truck Operator $11.48 1 Sewer & Water Svstems Bv Remote Control King Inspection/CleaninQ/Sealin� Of Head Operator $24.91 1 Sewer � Water Svstems Bv Remote Control King inspection/Cleanin�/Sealin� Of Technician $19.33 1 Sewer £� Water Svstems Bv Remote Control King Inspection/CleaninQ/Sealin� Of Tv Truck Operator $20.45 1 Sewer �. Water Svstems By Remote Control King Insulation Applicators Journey Level $55.51 5D 4C King ironworkers Journeyman $65.48 7N 10 King Laborers Air, Gas Or Electric Vibrating $45.25 7A 31 Screed King Laborers Airtrac Drill Operator $46.66 7A 31 King Laborers Ballast Regular Machine $45.25 7A 31 King Laborers Batch Weighman $38.36 7A 31 King Laborers Brick Pavers $45.25 7A 31 King Laborers Brush Cutter $45.25 7A 31 King Laborers Brush Hog Feeder $45.25 7A 31 King Laborers Burner $45.25 7A 31 King Laborers Caisson Worker $46.66 7A 31 King Laborers CarpenterTender $45.25 7A 31 King Laborers Caulker $45.25 7A 31 King Laborers Cement Dumper-paving $46.09 7A 31 King Laborers Cement Finisher Tender $45.25 7A 31 King Laborers Change House Or Dry Shack $45.25 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $45.25 7A 31 King Laborers Chipping Gun(30 Lbs. And $46.09 7A 31 Over) King Laborers Choker Setter $45.25 7A 31 King Laborers Chuck Tender $45.25 7A 31 King Laborers Clary Power Spreader $46.09 7A 31 King Laborers Clean-up Laborer $45.25 7A 31 King Laborers Concrete Dumper/chute 546.09 7A 31 Operator https://fc�rtress.wa.gov/lni/wagelookup/prvWagelookup.aspx OS/08/2017 Page 4 of 17 King Laborers Concrete Form Stripper $45.25 7A 31 King Laborers Concrete Placement Crew $46.09 7A 31 King Laborers Concrete Saw Operator/core $46.09 7A 31 Driller King Laborers CrusherFeeder $38.36 7A 31 Kin� Laborers Curing Laborer $45.25 7A 31 King Laborers Demolition: Wrecking �t Moving $45.25 7A 31 (incl. Charred Material) King Laborers Ditch Digger $45.25 7A 31 King Laborers Diver $46.66 7A 31 ;, King Laborers DrillOperator $46.09 7A 31 (hydraulic,diamond) King Laborers Dry Stack Walls $45.25 7A 31 King Laborers Dump Person $45.25 7A 31 King Laborers Epoxy Technician $45.25 7A 31 King Laborers Erosion Control Worker $45.25 7A 31 King Laborers Faller �t Bucker Chain Saw $46.09 7A 31 King Laborers Fine Graders $45.25 7A 31 King Laborers Firewatch $38.36 7A 31 King Laborers Form Setter $45.25 7A 31 King Laborers Gabian Basket Builders $45.25 7A 31 King Laborers General Laborer $45.25 7A 31 King Laborers Grade Checker �t Transit $46.66 7A 31 Person King Laborers Grinders $45.25 7A 31 King Laborers Grout Machine Tender $45.25 7A 31 King Laborers Groutmen (pressure)including $46.09 7A 31 Post Tension Beams King Laborers Guardrail Erector $45.25 7A 31 King Laborers Hazardous Waste Worker (level $46.66 7A 31 A) King Laborers Hazardous Waste Worker (level $46.09 7A 31 B� - King Laborers Hazardous Waste Worker (level $45.25 7A 31 C) King Laborers High Scaler $46.66 7A 31 King Laborers Jackhammer $46.09 7A 31 King Laborers Laserbeam Operator $46.09 7A 31 King Laborers Maintenance Person $45.25 7A 31 King Laborers Manhole Builder-mudman $46.09 7A 31 King Laborers Material Yard Person $45.25 7A 31 King Laborers Motorman-dinky Locomotive $46.09 7A 31 King �aborers Nozzleman (concrete Pump, $46.09 7A 31 Green Cutter When Using Combination Of High Pressure Air �t Water On Concrete � Rock, Sandblast, Gunite, https:Ufortress.wa.gov/lni/wagelookup/prvWagelookup.aspx OS/08/2017 Page 5 of 17 Shotcrete, Water Bla King Laborers Pavem ent Breaker $46.09 7A 31 King Laborers Pilot Car $38.36 7A 31 King Laborers Pipe Layer Lead $46.66 7A 31 King Laborers Pipe Layer/tailor $46.09 7A 31 King Laborers Pipe Pot Tender $46.09 7A 31 King Laborers Pipe Reliner $46.09 7A 31 King Laborers Pipe Wrapper $46.09 7A 31 King Laborers Pot Tender $45.25 7A 31 King Laborers Powderman $46.66 7A 31 King Laborers Powderman's Helper $45.25 7A 31 King Laborers Power Jacks $46.09 7A 31 King Laborers Railroad Spike Puller - Power $46.09 7A 31 King Laborers Raker - Asphalt $46.66 7A 31 King Laborers Re-timberman $46.66 7A 31 King Laborers Remote Equipment Operator $46.09 7A 31 King Laborers Rigger/signal Person $46.09 7A 31 King Laborers Rip Rap Person $45.25 7A 31 King Laborers Rivet Buster $46.09 7A 31 King Laborers Rodder $46.09 7A 31 King Laborers Scaffold Erector $45.25 7A 31 King Laborers Scale Person $45.25 7A 31 King Laborers Sloper (over 20") $46.09 7A 31 King Laborers Sloper Sprayer $45.25 7A 31 King Laborers Spreader (concrete) $46.09 7A 31 King Laborers Stake Hopper $45.25 7A 31 King Laborers Stock Piler $45.25 7A 31 King Laborers Tamper � Similar Electric, Air $46.09 7A 31 Et Gas Operated Tools King Laborers Tamper (multiple � Self- $46.09 7A 31 propelled) King Laborers Timber Person - Sewer (lagger, $46.09 7A 31 Shorer �t Cribber) Kin� Laborers Toolroom Person (at Jobsite) $45.25 7A 31 King Laborers Topper $45.25 7A 31 King Laborers Track Laborer $45.25 7A 31 King Laborers Track Liner (power) $46.09 7A 31 King Laborers Traffic Control Laborer $41.02 7A 31 8R King Laborers Traffic Control Supervisor $41.02 7A 31 8R King Laborers Truck Spotter $45.25 7A 31 King Laborers Tugger Operator $46.09 7A 31 King Laborers Tunnel Work-Compressed Air $83.12 7A 31 � Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $88.15 7A 31 � Worker 30.01-44.00 psi https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx OS/08/2017 Page 6 of 17 King Laborers Tunnel Work-Compressed Air $91.83 7A 31 � Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $97.53 7A 31 � Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $99.65 7A 31 8� Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $104.75 7A 31 84 Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $106.65 7A 31 8� Worker 68.01-70.00 psi ' King Laborers Tunnel Work-Compressed Air $108.65 7A 31 8� Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $110.65 7A 31 8� Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $46.76 7A 31 8� Tender King Laborers Tunnel Work-Miner $46.76 7A 31 8� King Laborers Vibrator $46.09 7A 31 King Laborers Vinyl Seamer $45.25 7A 31 King �aborers Watchman $34.86 7A 31 King Laborers Welder $46.09 7A 31 King Laborers Well Point Laborer $46.09 7A 31 King Laborers Window Washer/cleaner $34.86 7A 31 King Laborers - Under�round Sewer General Laborer Et Topman $45.25 7A 31 £� Water King Laborers - Under�round Sewer Pipe Layer $46.09 7A 31 &�Water King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 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 $55.51 5D 1 H King Marble Setters Journey Level $54.32 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 King Metal Fabrication (In Shop) Laborer $11.00 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 MillwriQht Journey Level $57.01 5D 4C King Modular Buildin�s Cabinet Assembly $11.56 1 King Modutar BuildinQs Electrician $11.56 1 King Modular BuildinQs Equipment Maintenance $11.56 1 King Modular Buildin�s Plumber $11.56 1 King Modular Buildin�s Production Worker $11.00 1 King Modular BuildinQs Tool Maintenance $11.56 1 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx OS/08/2017 Page 7 of 17 King Modular Buitdin�s Utility Person $11.56 1 King Modular Buildin�s Welder $11.56 1 King Painters Journey Level $40.60 6Z 2B King Pile Driver Journey Level $55.76 5D 4C King Ptasterers Journey Level $53.20 7� 1 R King Play�round �t Park EQuipment Journey Level $11.00 1 Installers King Plumbers &t Pipefitters Journey Level $76.69 bZ 1G King Power Equipment Operators Asphalt Plant Operators $58.69 7A 3C 8P King Power Equipment Operators Assistant Engineer $55.21 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $58.17 7A 3C 8P King Power Equipment Operators Batch Plant Operator, $58.17 7A 3C 8P Concrete King Power Equipment Operators Bobcat $55.21 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $55.21 7A 3C 8P Equipment King Power Equipment Operators Brooms $55.21 7A 3C 8P King Power Equipment Operators Bump Cutter $58.17 7A 3C 8P King Power Equipment Operators Cableways $58.69 7A 3C 8P King Power Equipment Operators Chipper $58.17 7A 3C 8P King Power Equipment Operators Compressor $55.21 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount $58.69 7A 3C 8P With Boom Attachment Over 42 M King Power Epuipment Operators Concrete Finish Machine -laser $55.21 7A 3C 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $57.72 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount $58.17 7A 3C 8P With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $57.72 7A 3C 8P King Power Equipment Operators Cranes Friction: 200 tons and $60.47 7A 3C 8P over King Power Epuipment Operators Cranes: 20 Tons Through 44 $58.17 7A 3C 8P Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $59.28 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 tons- 299 tons, or $59.88 7A 3C 8P 250' of boom induding jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $60.47 7A 3C 8P 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 $58.69 7A 3C 8P , Tons, Under 150' Of Boom ', https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx OS/08/20l 7 Page 8 of 17 (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $55.21 7A 3C 8P Under King Power Equipment Operators Cranes: Friction cranes through $59.88 7A 3C 8P 199 tons King Power Equipment Operators Cranes: Through 19 Tons With $57.72 7A 3C 8P Attachments A-frame Over 10 I Tons ' King Power Equipment Operators Crusher $58.17 7A 3C 8P ' King Power Equipment Operators Deck Engineer/deck Winches $58.17 7A 3C 8P (power) King Power Equipment Operators Derricks, On Building Work $58.69 7A 3C 8P King Power Equipment Operators Dozers D-9 &� Under $57.72 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $57.72 7A 3C 8P Or Crane Mount King Power Equipment Operators Drilling Machine $59.28 7A 3C 8P King Power Equipment Operators Elevator And Man-lift: $55.21 7A 3C 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $58.17 7A 3C 8P Gamaco � Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $57.72 7A 3C 8P With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With $55.21 7A 3C 8P Attachments King Power Equipment Operators Grade Engineer: Using Blue $58.17 7A 3C 8P Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $55.21 7A 3C 8P King Power Equipment Operators Guardrail Punch $58.17 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $58.69 7A 3C 8P Articulating Off- Road Equipment 45 Yards. � Over King Power Equipment Operators Hard Tail End Dump $58.17 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Ectuipment Operators Horizontal/directional Drill $57.72 7A 3C 8P Locator King Power EQuipment Operators Horizontal/directional Drill $58.17 7A 3C 8P Operator King Power Equipment Operators Hydralifts/boom Trucks Over $57.72 7A 3C 8P 10 Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 $55.21 7A 3C 8P Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. 5t $59.28 7A 3C 8P Over King Power Equipment Operators Loader, Overhead, 6 Yards. But $58.69 7A 3C 8P Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $58.17 7A 3C 8P Yards https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx OS/08/2017 Page 9 of 17 King Power Epuipment Operators Loaders, Plant Feed $58.17 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $57.72 7A 3C 8P King Power Epuipment Operators Locomotives, All $58.17 7A 3C 8P King Power Equipment Operators Material Transfer Device $58.17 7A 3C 8P King Power Epuipment Operators Mechanics, All (leadmen - $59.28 7A 3C 8P $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $58.69 7A 3C 8P King Power Equipment Operators Mucking Machine, Mole, Tunnel $58.69 7A 3C 8P Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $55.21 7A 3C 8P Distribution 8 Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $57.72 7A 3C 8P Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $58.17 7A 3C 8P 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $59.28 7A 3C 8P Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $58.69 7A 3C 8P Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $55.21 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $58.17 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $57.72 7A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $55.21 7A 3C 8P King Power Epuipment Operators Power Plant $55.21 7A 3C 8P King Power Epuipment Operators Pumps - Water $55.21 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $58.69 7A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under $55.21 7A 3C 8P 100 Feet In Height Based To I Boom King Power Equipment Operators Remote Control Operator On $58.69 7A 3C 8P Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $55.21 7A 3C 8P King Power Equipment Operators Rigger/Signal Person, Bellman $57.72 7A 3C 8P (Certified) King Power Equipment Operators Rollagon $58.69 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $55.21 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $57.72 7A 3C 8P Materials King Power Epuipment Operators Roto-mill, Roto-grinder $58.17 7A 3C 8P King Power EQuipment Operators Saws - Concrete $57.72 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under $58.17 7A 3C SP 45 Yards King Power Equipment Operators Scrapers - Concrete � Carry All $57.72 7A 3C 8P King Power EQuipment Operators Scrapers, Self-propelled: 45 $58.69 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx OS/08/2017 Page 10 of 17 Yards And Over King Power Equipment Operators Service Engineers - Equipment $57.72 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment $55.21 7A 3C 8P King Power Equipment Operators Shovel , Excavator, Backhoe, $57.72 7A 3C 8P Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: $58.69 7A 3C 8P Over 30 Metric Tons To 50 �i Metric Tons ' King Power Equipment Operators Shovel, Excavator, Backhoes, $58.17 7A 3C 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $59.28 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $59.88 7A 3C 8P Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $58.69 7A 3C 8P King Power Equipment Operators Spreader, Topsider Ft $58.69 7A 3C 8P Screedman King Power Equipment Operators Subgrader Trimmer $58.17 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $57.72 7A 3C 8P King Power Equipment Operators Tower Crane Up To 175' In $59.28 7A 3C 8P Height Base To Boom King Power Equipment Operators Tower Crane: over 175' $59.88 7A 3C 8P through 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in $60.47 7A 3C 8P height from base to boom King Power Equipment Operators Transporters, All Track Or $58.69 7A 3C 8P Truck Type King Power Equipment Operators Trenching Machines $57.72 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 $58.17 7A 3C 8P Tons And Over King Power Epuipment Operators Truck Crane Oiler/driver Under $57.72 7A 3C 8P 100 Tons King Power Equipment Operators Truck Mount Portable Conveyor $58.17 7A 3C 8P King Power Equipment Operators Welder $58.69 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farmall Type $55.21 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $58.17 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $58.69 7A 3C 8P UnderQround Sewer &t Water King Power Equipment Operators- Assistant Engineer $55.21 7A 3C 8P Under�round Sewer £� Water King Power Equipment Operators- Barrier Machine (zipper) $58.17 7A 3C 8P UnderQround Sewer & Water King Power Equipment Operators- Batch Plant Operator, $58.17 7A 3C 8P Under�round Sewer �t Water Concrete King Power Equipment Operators- Bobcat $55.21 7A 3C 8P Under�round Sewer S� Water King Power Equipment Operators- Brokk - Remote Demolition $55.21 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx OS/08/2017 Page 11 of 17 Under�round Sewer �t Water Equipment King Power Epuipment Operators- Brooms $55.21 7A 3C 8P Under�round Sewer 8 Water King Power Epuipment Oqerators- Bump Cutter $58.17 7A 3C 8P UnderQround Sewer &Water King Power Equipment Operators- Cableways $58.69 7A 3C 8P UnderQround Sewer & Water King Power Equipment Operators- Chipper $58.17 7A 3C 8P Under�round Sewer Et Water King Power Equipment Operators- Compressor $55.21 7A 3C 8P Under�round Sewer � Water King Power Equipment Operators- Concrete Pump: Truck Mount $58.69 7A 3C 8P Underground Sewer � Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine -laser $55.21 7A 3C 8P Under�round Sewer � Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $57.72 7A 3C 8P Under�round Sewer �t Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $58.17 7A 3C 8P UnderQround Sewer £t Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $57.72 7A 3C 8P Under�round Sewer �t Water King Power Equipment Operators- Cranes Friction: 200 tons and $60.47 7A 3C 8P Under�round Sewer &t Water over King Power Epuipment Operators- Cranes: 20 Tons Through 44 $58.17 7A 3C 8P Under�round Sewer Et Water Tons With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $59.28 7A 3C 8P Under�round Sewer 8 Water Tons, Or 150' Of Boom (Induding Jib With Attachments) '� King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $59.88 7A 3C 8P � Under�round Sewer � Water 250' of boom induding jib with attachments King Power EQuipment Operators- Cranes: 300 tons and over or $60.47 7A 3C 8P UnderQround Sewer £r Water 300' of boom including jib with attachments King Power EQuipment Operators- Cranes: 45 Tons Through 99 $58.69 7A 3C 8P Under�round Sewer £� Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $55.21 7A 3C 8P Under�round Sewer ft Water Under King Power Equipment Operators- Cranes: Friction cranes through $59.88 7A 3C 8P Under�round Sewer ft Water 199 tons King Power Equipment Operators- Cranes: Through 19 Tons With $57.72 7A 3C 8P Under�round Sewer £t Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $58.17 7A 3C 8P Under�round Sewer £t Water https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx OS/08/2017 Page 12 of 17 King Power Epuipment Operators- Deck Engineer/deck Winches $58.17 7A 3C 8P Under�round Sewer £r Water (power) King Power Epuipment Operators- Derricks, On Building Work $58.69 7A 3C 8P Under�round Sewer £t Water King Power Equipment Operators- Dozers D-9 Et Under $57.72 7A 3C 8P Under�round Sewer £r Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $57.72 7A 3C 8P UnderQround Sewer Et Water Or Crane Mount King Power Epuipment Operators- Drilling Machine $59.28 7A 3C 8P Under�round Sewer £t Water King Power Equipment Operators- Elevator And Man-lift: $55.21 7A 3C 8P UnderQround Sewer � Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $58.17 7A 3C 8P UnderQround Sewer �t Water Gamaco �t Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $57.72 7A 3C 8P UnderQround Sewer � Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $55.21 7A 3C 8P Under�round Sewer �t Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue $58.17 7A 3C 8P Under�round Sewer � Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $55.21 7A 3C 8P Underground Sewer �t Water King Power Equipment Operators- Guardrail Punch $58.17 7A 3C 8P UnderQround Sewer f� Water King Power Epuipment Operators- Hard Tail End Dump $58.69 7A 3C 8P Under�round Sewer &t Water Articulating Off- Road Equipment 45 Yards. � Over King Power Equipment Operators- Hard Tail End Dump $58.17 7A 3C 8P Under�round Sewer &t Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill $57.72 7A 3C 8P Under�round Sewer £t Water Locator King Power Equipment Operators- Horizontal/directional Drill $58.17 7A 3C 8P UnderQround Sewer �t Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $57.72 7A 3C 8P UnderQround Sewer � Water 10 Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 $55.21 7A 3C 8P UnderQround Sewer £r Water Tons And Under King Power EQuipment Operators- Loader, Overhead 8 Yards. t� $59.28 7A 3C 8P UnderQround Sewer �t Water Over King Power E4uipment Operators- Loader, Overhead, 6 Yards. But $58.69 7A 3C 8P UnderQround Sewer �t Water Not Induding 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $58.17 7A 3C 8P UnderQround Sewer 8 Water Yards King Power Equipment Operators- Loaders, Plant Feed $58.17 7A 3C 8P Under�round Sewer & Water King Power Equipment Operators- Loaders: Elevating Type Belt $57.72 7A 3C 8P Underground Sewer �t Water King Power Equipment Operators- Locomotives, All $58.17 7A 3C 8P Under�round Sewer &t Water https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx OS/08/2017 Page 13 of 17 King Power Equipment Operators- Material Transfer Device $58.17 7A 3C 8P Under�round Sewer ft Water King Power Equipment Operators- Mechanics, All (leadmen - $59.28 7A 3C 8P UnderQround Sewer �.Water $0.50 Per Hour Over Mechanic) King Power Equipment Operators- Motor Patrol Graders $58.69 7A 3C 8P Under�round Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $58.69 7A 3C 8P UnderQround Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $55.21 7A 3C 8P Under�round Sewer �t Water Distribution &t Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $57.72 7A 3C 8P Under�round Sewer & Water Manlifts), Air Tuggers,strato King Power Epuipment Operators- Overhead, Bridge Type Crane: $58.17 7A 3C 8P Under�round Sewer & Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $59.28 7A 3C 8P UnderQround Sewer &t Water Tons And Over King Power Epuipment Operators- Overhead, Bridge Type: 45 $58.69 7A 3C 8P Under�round Sewer �t Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $55.21 7A 3C 8P UnderQround Sewer �t Water King Power Epuipment Operators- Pile Driver (other Than Crane $58.17 7A 3C 8P UnderQround Sewer �t Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $57.72 7A 3C 8P Underground Sewer &t Water King Power EQuipment Operators- Posthole Digger, Mechanical $55.21 7A 3C 8P Under�round Sewer �t Water King Power Equipment Operators- Power Plant $55.21 7A 3C 8P UnderQround Sewer f� Water King Power Equipment Operators- Pumps - Water $55.21 7A 3C 8P UnderQround Sewer �t Water King Power EQuipment Operators- Quad 9, Hd 41, D10 And Over $58.69 7A 3C 8P Under�round Sewer &t Water King Power Equipment Operators- Quick Tower - No Cab, Under $55.21 7A 3C 8P UnderQround Sewer �t Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $58.69 7A 3C 8P UnderQround Sewer & Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $55.21 7A 3C 8P Under�round Sewer & Water King Power Equipment Operators- Rigger/Signal Person, Bellman $57.72 7A 3C 8P I� UnderQround Sewer &t Water (Certified) ; King Power Equipment Operators- Rollagon $58.69 7A 3C 8P ! Under�round Sewer 8 Water King Power Equipment Operators- Roller, Other Than Plant Mix $55.21 7A 3C 8P Under�round Sewer & Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $57.72 7A 3C 8P UnderQround Sewer Et Water Materials https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx OS/08/2017 Page 14 of 17 King Power Equipment Operators- Roto-mill, Roto-grinder $58.17 7A 3C 8P UnderQround Sewer & Water King Power Equipment Operators- Saws - Concrete $57.72 7A 3C 8P Under�round Sewer &Water King Power Equipment Operators- Scraper, Self Propelled Under $58.17 7A 3C 8P Under�round Sewer �t Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $57.72 7A 3C 8P Under�round Sewer £t Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $58.69 7A 3C 8P UnderQround Sewer �. Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $57.72 7A 3C 8P Under�round Sewer 8 Water King Power Equipment Operators- Shotcrete/gunite Equipment $55.21 7A 3C 8P UnderQround Sewer � Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $57.72 7A 3C 8P Under�round Sewer 8 Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: $58.69 7A 3C 8P Under�round Sewer &Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $58.17 7A 3C 8P UnderQround Sewer &t Water Tractors: 15 To 30 Metric Tons King Power Epuipment Operators- Shovel, Excavator, Backhoes: $59.28 7A 3C 8P Under�round Sewer £� Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $59.88 7A 3C 8P UnderQround Sewer �t Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $58.69 7A 3C 8P Underground Sewer �t Water King Power Equipment Operators- Spreader, Topsider �t $58.69 7A 3C 8P Under�round Sewer � Water Screedman King Power Equipment Operators- Subgrader Trimmer $58.17 7A 3C 8P Under�round Sewer �t Water King Power Equipment Operators- Tower Bucket Elevators $57.72 7A 3C 8P Under�round Sewer £� Water King Power Equipment Operators- Tower Crane Up To 175' In $59.28 7A 3C 8P Under�round Sewer � Water Height Base To Boom King Power Equipment Operators- Tower Crane: over 175' $59.88 7A 3C 8P UnderQround Sewer �t Water through 250' in height, base to boom King Power Equipment Operators- Tower Cranes: over 250' in $60.47 7A 3C 8P UnderQround Sewer £� Water height from base to boom King Power Equipment Operators- Transporters, All Track Or $58.69 7A 3C 8P UnderQround Sewer £�Water Truck Type King Power Equipment Operators- Trenching Machines $57.72 7A 3C 8P UnderQround Sewer ft Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $58.17 7A 3C 8P Under�round Sewer &t Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver Under $57.72 7A 3C 8P UnderQround Sewer &t Water 100 Tons King Power Equipment Operators- Truck Mount Portable Conveyor $58.17 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx OS/08/2017 Page 15 of 17 Under�round Sewer �t Water King Power Epuipment Operators- Welder $58.69 7A 3C 8P Under�round Sewer &t Water King Power Equipment Operators- Wheel Tractors, Farmall Type $55.21 7A 3C 8P UnderQround Sewer & Water King Power Equipment Operators- Yo Yo Pay Dozer $58.17 7A 3C 8P Under�round Sewer & Water King Power Line Clearance Tree Journey Level In Charge $47.08 5A 4A Trimmers King Power Line Clearance Tree Spray Person $44.64 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $47.08 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $42.01 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $31.65 5A 4A Trimmers King Refri�eration £t Air Journey Level $75.36 6Z 1G ConditioninQ Mechanics King Residentiat Brick Mason Journey Level $54.32 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drvwall Applicators Journey Level $41.69 5D 4C King Residential Drvwalt Tapers Journey Level $55.66 5P 1 E King Residentiat Electricians Journey Level $30.44 1 King Residential Gtaziers Journey Level $39.40 7L 1 H King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residentiat Painters Journey Level $24.46 1 King Residentiat Ptumbers Ft Journey Level $34.69 1 ', Pipefitters I King Residentiat Refri�eration �t Air Journey Level $75.36 6Z 1 G Conditionin�Mechanics King Residential Sheet Metat Journey Level (Field or Shop) $45.99 7F 1 R Workers King Residentiat Soft Floor Lavers Journey Level $45.86 5A 3D King Residential Sprinkler Fitters Journey Level $44.98 5C 2R (Fire Protection) King Residential Stone Masons Journey Level $54.32 5A 1M King Residentiat Terrazzo Workers Journey Level $50.26 5A 1M King Residentiat Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $47.51 5A 3H King Roofers Using Irritable Bituminous $50.51 5A 3H Materials https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx OS/08/2017 Page 16 of 17 King Sheet Metal Workers Journey Level (Field or Shop) $75.46 7F 1 E King Shipbuildin� Ft Ship Repair Boilermaker $41 J2 7M 1 H , King Shipbuitdin� �.Ship Repair Carpenter $41.06 7T 2B King Shipbuildin� �t Ship Repair Electrician $41.09 7T 4B King Shipbuildin� �t Ship Repair Heat &t Frost Insulator $65.68 5J 4H King ShipbuildinQ �t Ship Repair Laborer $41.08 7T 4B King Shipbuildin� �t Ship Repair Machinist $41.32 7T 4B King Shipbuitdin� 8 Ship Repair Operator $41.03 7T 4B King ShipbuildinQ &� Ship Repair Painter $41.05 7T 4B King Shipbuildin� �t Ship Repair Pipefitter $41.05 7T 4B King Shipbuitdin� 8 Ship Repair Rigger $41.12 7T 4B King ShipbuildinQ �t Ship Repair Sheet Metal $41.04 7T 4B King Shipbuitdin� £� Ship Repair Shipfitter $41.12 7T 4B King ShipbuildinQ 8 Ship Repair Trucker $41.26 7T 4B King ShipbuildinQ 8 Ship Repair Warehouse $41.02 7T 4B King Shipbuitdin� 8 Ship Repair Welder/Burner $41.12 7T 4B King SiQn Makers &r. Installers Sign Installer $22.92 1 (Electrical) King Si�n Makers & Installers Sign Maker $21.36 1 (Electrical) King Si�n Makers £� Installers (Non- Sign Installer $27.28 1 Electrical) King Si�n Makers 8 Installers {Non- Sign Maker $33.25 1 Etectrical) Kin� Soft Ftoor Lavers Journey Level $45.86 5A 3D King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $72.89 5C 1X Protection) King Sta�e RiQ�in�Mechanics (Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $54.32 5A 1M King Street And ParkinQ Lot Journey Level $19.09 1 Sweeper Workers King Surveyors Assistant Construction Site $57.72 7A 3C 8P Surveyor King Survevors Chainman $57.17 7A 3C 8P King Survevors Construction Site Surveyor $58.69 7A 3C 8P King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $38.84 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $21.45 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $37.21 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer I $38.84 5A 2B Outside https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx OS/08/2017 Page 17 of 17 King Telephone Line Construction - Special Apparatus Installer II $38.03 5A 2B Outside King Telephone Line Construction - Telephone Equipment Operator $38.84 5A 2B Outside (Heavy) King Tetephone Line Construction - Telephone Equipment Operator $36.09 5A 2B Outside (Light) King Telephone Line Construction - Tetephone Lineperson $36.09 5A 2B Outside King Telephone Line Construction - Television Groundperson $20.33 5A 2B Outside King Telephone Line Construction - Television Lineperson/Installer $27.21 5A 2B Outside King Telephone Line Construction - Television System Technician $32.55 5A 2B Outside King Tetephone Line Construction - Television Technician $29.18 5A 2B Outside King Telephone Line Construction - Tree Trimmer $36.09 5A 2B Outside King Terrazzo Workers Journey Level $50.26 5A 1M King Tile Setters Journey Level $21.65 1 King Tite, Marbte � Terrazzo Finisher $41.09 5A 1 B Finishers King Traffic Control Striqers Journey Level $44.85 7A 1 K King Truck Drivers Asphalt Mix Over 16 Yards (W. $52.70 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $51.86 5D 3A 8L WA-Joint Council 28) King Truck Drivers Dump Truck F� Trailer $52.70 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $51.86 5D 3A 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $52.70 5D 3A 8L Council 28) King Truck Drivers Transit Mixer $43.23 1 King Well Dritlers &t IrriQation Pump Irrigation Pump Installer $17.71 1 Instalters King Wetl Drillers ft Irri�ation Pump Oiler $12.97 1 Instatlers King Well Drillers � IrriQation Pump Well Driller $18.00 1 Installers https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx OS/08/2017 DCity of SY � � �4q � ��� O .,N•r ENVIRONMENTAL PERMITS � City of �, �_ _ti�Y o ., �> ,a �\� � .c.� � � h �a\�� � �+'� `� t— I �; � � � :� � t ` a \'C�. Harrington Ave NE Green Connections Stormwater Retrofit Project Phase II — SWP-27-3731 Environmental Permits The Contractor shall be responsible for adhering and conforming to all applicable provisions, conditions, and requirements of the project permits. The following permits, have been issued specifically for this project and their requirements apply to this work. Copies are provided: 1. Plans and Proecedures for the Unanticipated Discovery of Cultural Resources and Human Skeletal Remains PLAN AND PROCEDURES FOR THE UNANTICIPATED DISCOVERY OF CULTURAL RESOURCES AND HUMAN SKELETAL REMAINS HARRINGTON AVE NE PHASE II_PROJECT, _KING COUNTY WASHINGTON 1. INTRODUCTION The [GRANT OR LOAN RECIPIENT (RECIPIENT)] intends to [construct/plan/develop] the Harrin on Ave NE Phase II project. The purpose of this project is to retrofit existing surface water utilitv to a low impact development bioretention facility. The following Inadvertent Discovery Plan (IDP) outlines procedures to follow, in accordance with state and federal laws, if archaeological materials or human remains are discovered. 2. RECOGNIZING CULTURAL RESOURCES A cultural resource discovery could be prehistoric or historic. Examples include: • An accumulation of shell, burned rocks, or other food related materials, • Bones or small pieces of bone, • An area of charcoal or very dark stained soil with artifacts, • Stone tools or waste flakes (i.e. an arrowhead, or stone chips), • Clusters of tin cans or bottles, logging or agricultural equipment that appears to be older than 50 years, • Buried railroad tracks, decking, or other industrial materials. When in doubt, assume the material is a cultural resource. 3. ON-SITE RESPONSIBILITIES STEP 1: STOP WORK. If any [RECIPIENT] employee, contractor or subcontractor believes that he or she has uncovered a cultural resource at any point in the project, all work adjacent to the discovery must stop. The discovery location should be secured at all times. STEP 2: NOTIFY MONITOR. If there is an archaeological monitor for the project, notify that person. If there is a monitoring plan in place, the monitor will follow its provisions. STEP 3: NOTIFY RECIPIENT PROJECT MANAGER. Contact the Recipient Project Manager or applicable contacts: 1 Please edit the titles as necessary, and provide contact information for the RECIPIENT'S direct staff or consultants responsible for these roles. Grant/Loan Recipient's Project Manager: Ecologv Project Mana� Name: Beth Tan, P.E. Name: Melisa Snoeberger Number: 425-430-7247 Number. (425) 649-7047 Email: btan@rentonwa.gov Email: melisa.snoeberger@ecy.wa.gov Grant/Loan Recipient's Senior Staff: Name: Ron Straka, P.E. Number: 425-430-7247 Email: rstraka@rentonwa.gov Assigned Alternates: Assigned Project Mana�er Alternate: Ecology Environmental Review Coordinator(Alternate): Name: Hebe Bernardo Name: Liz Ellis Number: 425-430-7264 Number: (360) 407-6429 Email: hbernardo@rentonwa.gov Email: liz.ellis@ecy.wa.gov The Grant/Loan Recipient Project Manager or applicable staff will make all other calls and notifications. If human remains are encountered, treat them with dignity and respect at all times. Cover the remains with a tarp or other materials (not soil or rocks) for temporary protection in place and to shield them from being photographed. Do not call 9ll or speak with the media. 2 4. FURTHER CONTACTS AND CONSULTATION A. Grant/Loan Recipient Project Manager's Responsibilities: • Protect Find: The Project Manager is responsible for taking appropriate steps to protect the discovery site. All work will stop in an area adequate to provide for the total security, protection, and integrity of the resource. Vehicles, equipment, and unautharized personnel will not be permitted to traverse the discovery site. Work in the immediate area will not resume until treatment of the discovery has been completed following provisions for treating archaeological/cultural material as set forth in this document. • Direct Construction Elsewhere On-site: The Project Manager may direct construction away from cultural resources to work in other areas prior to contacting the concerned parties. • Contact Recipient Senior Staff: If the Recipient's Senior Staff person has not yet been contacted, the Project Manager will do so. B. Recipient Senior Staff Responsibilities: �� . Identify Find: The Recipient Senior Staff(or a Cultural Resource Specialist if so delegated), will ensure that a qualified professional archaeologist examines the find to determine if it is archaeological. o If it is determined not archaeological, work may proceed with no further delay. o If it is determined to be archaeological, the Recipient Senior Staff or Cultural Resource Specialist will continue with notification. o If the find may be human remains or funerary objects, Recipient Senior Staff or Cultural Resource Specialist will ensure that a qualified physical anthropologist examines the find. If it is determined to be human remains, the procedure described in Section 5 will be followed. • Notify DAHP: The Recipient Senior Staff(or a Cultural Resource Specialist if so delegated) will contact the involved federal agencies (if any) and the Department of Archaeology and Historic Preservation (DAHP). • Notify Tribes: If the discovery may relate to Native American interests, the Manager or Specialist will also contact the project's Tribal Liaison, or, if the project is not assigned a Liaison, the Executive Tribal Liaison. 3 General Contacts Federal Agencies: State A eg ncies: I Agency: US Army Corps of Agency: Dept. of Ecology Engineers Number: 360-407-6000 Number: 206-764-3750 Department of Archaeology and Historic Preservation: Dr. Allyson Brooks Rob Whitlam, Ph.D. State Historic Preservation Officer Staff Archaeologist 360-586-3066 360-586-3050 The Ecology Project Manager, Senior Staff, or Cultural Resource Specialist, will contact the interested and affected Tribes for a specific project. Tribes consulted on this project are: Tribe: Muckleshoot Tribe Number: 253-939-3311 C. Further Activities • Archaeological discoveries will be documented as described in Section 6. • Construction in the discovery area may resume as described in Section 7. 5. SPECIAL PROCEDURES FOR THE DISCOVERY OF HUMAN SKELETAL MATERIAL Any human skeletal remains, regardless of antiquity or ethnic origin, will at all times be treated with dignity and respect. If the project occurs on federal lands (e.g., national forest or park, military reservation) the provisions of the 4 Native American Graves Protection and Repatriation Act of 1990 apply, and the responsible federal agency will follow its provisions. Note that state highways that cross federal lands are on an easement and are not owned by the state. If the project occurs on non-federal lands, [GRANT/LOAN RECIPIENT] will comply with applicable state and federal laws, and the following procedure: A. Notify Law Enforcement Agency or Coroner's Office: In addition to the actions described in Sections 3 and 4, the Project Manager will immediately notify the local law enforcement agency or coroner's office. The caroner(with assistance of law enforcement personnel) will determine if the remains are human, whether the discovery site constitutes a crime scene, and will notify DAHP. Agency: City of Renton, Police Department Number: 425-235-2121 B. Participate in Consultation: �� Per RCW 27.44.055, RCW 68.50, and RCW 68.60, DAHP will have jurisdiction over non-forensic 'I human remains. [Ecology/Recipient] personnel will participate in consultation. C. Further Activities: • Documentation of human skeletal remains and funerary objects will be agreed upon through the consultation process described in RCW 27.44.055, RCW 68.50, and RCW 68.60. • When consultation and documentation activities are complete, construction in the discovery area may resume as described in Section 7. 6. DOCUMENTATION OF ARCHAEOLOGICAL MATERIALS Archaeological deposits discovered during construction will be assumed eligible far inclusion in the National Register of Historic Places under Criterion D until a formal Determination of Eligibility is made. [RECIPIENT] staff will ensure the proper documentation and assessment of any discovered cultural resources in cooperation with the federal agencies (if any), DAHP, affected tribes, and a contracted consultant (if any). All prehistoric and historic cultural material discovered during project construction will be recorded by a professional archaeologist on cultural resource site or isolate form using standard techniques. Site overviews, features, and artifacts will be photographed; stratigraphic profiles and soil/sediment descriptions will be prepared for subsurface exposures. Discovery locations will be documented on scaled site plans and site location maps. Cultural features, horizons and artifacts detected in buried sediments may require further evaluation using hand-dug test units. Units may be dug in controlled fashion to expose features, collect samples from undisturbed contexts, or interpret complex stratigraphy. A test excavation unit or sinall trench might also be 5 used to determine if an intact occupation surface is present. Test units will be used only when necessary to gather information on the nature, extent, and integrity of subsurface cultural deposits to evaluate the site's significance. Excavations will be conducted using state-of-the-art techniques for controlling provenience. Spatial information, depth of excavation levels, natural and cultural stratigraphy, presence or absence of I cultural material, and depth to sterile soil, regolith, or bedrock will be recorded for each probe on a standard form. Test excavation units will be recorded on unit-level forms, which include plan maps for each excavated level, and material type, number, and vertical provenience (depth below surface and stratum association where applicable) for all artifacts recovered from the level. A stratigraphic profile will be drawn for at least one wall of each test excavation unit. Sediments excavated for purposes of cultural resources investigation will be screened through 1/8-inch mesh, unless soil conditions warrant '/-inch mesh. All prehistoric and historic artifacts collected from the surface and from probes and excavation units will be analyzed, catalogued, and temporarily curated. Ultimate disposition of cultural materials will be determined in consultation with the federal agencies (if any), DAHP, and the affected tribes. Within 90 days of concluding fieldwork, a technical report describing any and all monitoring and resultant archaeological excavations will be provided to the Recipient Project Manager, who will forward the report to the for review and delivery to Ecology, the federal agencies (if any), SHPO, and the affected tribe(s). If assessment activity exposes human remains (burials, isolated teeth, or bones), the process described in Section 5 above will be followed. 7. PROCEEDING WITH CONSTRUCTION Project construction outside the discovery location may continue while documentation and assessment of the cultural resources proceed. A professional archaeologist must determine the boundaries of the discovery location. In consultation with Ecology, DAHP and any affected tribes, the Recipient Project Manager will determine the appropriate level of documentation and treatment of the resource. If there is a federal nexus, Section 106 consultation and associated federal laws will make the final determinations about treatment and documentation. Construction may continue at the discovery location only after the process outlined in this plan is followed and [RECIPIENT], DAHP, any affected tribes, Ecology(and the federal agencies,if any) determine that compliance with state and federal laws is complete. 8. RECIPIENT RESPONSIBILITY The RECIPIENT is responsible for developing an IDP. The IDP must be immediately available by request by any party. An IDP must be immediately available and be implemented to address any discovery. 6 � c�tiy af ��,�Y o o � O ��N��� TRAFFIC CONTROL INFORMATION City of y �� . � � � � �,,..._ � � �� � t � �r i � _! ` ��� � � � � � < ` � ; w�, T ,�„�:' u., ,��, . � � !., ,C .i� Harrington Ave NE Stormwater Retrofit Phase II - SWP-27-3731 Traffic Control Information 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.�ov/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. Print Form Reset Form CITY OF RENTON ,� �`=���� �- TRAFFIC CONTROL PLAN `— �+�'�'��J� �¢� 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. PRINT NAME: DATE: oFFicEcoPv r- CONTRACTOR DEV.SERVICE,INSPECTION P.MIILER SIG NATURE: oEv.seRv�cE,PLAN REVIEW B.BANNWARTH POLICE CHARLES KARLEWICZ FIRE FIRE MARSHALL F5�13 NOTES: • 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 2"d Street). SKETCH I -- NORTH -- I : ��!!� "'�,` .:."'�.,.�•" Dc�ty of sY U o ;1� ; �0� � �,�.� CITY OF RENTON SPECIAL PROVISIONS BID AND CONTRACT DOCUMENTS FOR Green Connection: Harrington Ave NE Phase 2, NE 8t'' Place to NE 7t" Street. THE DEVELOPMENT OF THE CONSTRUCTION DOCUMENTS ARE FUNDEDBY THE WASHINGTON STATE DEPARTMENT OF ECOLOGY'S CAPACITY GRANT NO. WQC-2016-Renton-00129 City of Renton Pub/ic Works Z055 S, Grady Way Renton, WA 98057 May 2017 1 SPECIAL PRC�VISiCJNS ���� �5�, ����W� �� �,�� ,����� , �:��tic .�M �a�l �`` y �� .� � � � � ��'� `z, �, o <.�i tc. ;s. ����C11 ���G�� r�� SCA E _ t Raymond Chung, P.E. Juliet Vong,ASLA PROJECT ENGINEER LANDSCAPE ARCHITECT 2 Table of Contents DIVISION 1 GENERAL REQUIREMENTS PAGE 1-01 Definitions and Terms 7 1-02 Bid Procedures and Conditions 10 1-03 Award and Execution of Contract 11 1-04 Scope of Work 13 1-05 Control of Work 14 1-06 Control of Material 19 1-07 Legal Relations and Responsibilities to the Public 22 1-08 Prosecution and Progress 35 1-09 Measurement and Payment 40 1-10 Temporary Traffic Control 73 1-11 Renton Surveying Standards 74 DIVISION 2 EARTHWORK 2-01 Clearing, Grubbing, and Roadside Cleanup 79 2-02 Removal of Structures and Obstructions 79 2-03 Roadway Excavation and Embankment 82 2-04 Haul 83 2-06 Subgrade Preparation 83 2-09 Structure Excavation 83 DIVISION 4 BASES 4-04 Ballast and Crushed Surfacing 85 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 Hot Mix Asphalt 86 5-06 Trench Restoration and Overlay 90 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-01 Drains 95 7-04 Storm Sewers 95 7-05 Manholes, Inlets, Catch Basins and Drywells 97 7-08 General Pipe Installation Requirements 100 7-09 Pipe and Fittings for Water Mains 102 7-12 Valves for Water Mains 108 7-14 Hydrants 108 a 7-15 Service Connections 109 7-22 Bioretentions 110 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 Erosion Control and Water Pollution Control 114 8-02 Roadside Restoration 114 8-04 Curbs, Gutters, and Spillways 124 8-09 Raised Pavement Markers 124 i 8-13 Monument Cases 124 ' 8-21 Permanent Signing 125 8-22 Pavement Markings 125 8-23 Temporary Pavement Markings 126 8-24 Rock and Gravity Block Wall and Gabion Cribbing 126 8-26 Pervious Cement Concrete Sidewalk 127 DIVISION 9 MATERIALS 9-03 Aggregates 142 9-05 Drainage Structures and Culverts 144 9-14 Erosion Control and Roadside Planting 145 9-23 Concrete Curing Materials and Admixtures 148 9-30 Water Distribution Materials 148 . 5 Introduction Special Provisions shall be used in conjunction with the 2016 Standard Specifications for Road, Bridge, and Municipal Construction, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter(hereafter "Standard Specifications"). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition,with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition • City of Renton Standard Details, City of Renton Public Works Department, Current Edition • Public Rights-Of-Way Accessibility Guidelines (PROWAG), current edition Contractor shall obtain copies of these publications, at Contractor's own expense. It is anticipated that this project will be funded in part by the Washington State Department of Ecology. Neither the State of Washington nor any of its departments or employees are, or shall be, a party to this contract or any subcontract. s Divisio n 1 General Requirements 1-01 DEFINITIONS AND TERMS 1-01.1 General Section 1-01.1 is supplemented with: �******� Whenever reference is made to the State, Commission, Department of Transportation, Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean the City of Renton acting through its City Council, employees, and duly authorized representatives for all contracts administered by the City of Renton. 1-01.3 Definitions Section 1-01.3 is revised and supplemented by the following: �******� Act of god "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific locality of the work, which might reasonably have been anticipated from historical records of the general locality of the work, shall not be construed as an act of god. Consulting Engineer The Contracting Agency's design consultant, who may or may not administer the construction program for the Contracting Agency. Contract Price Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in properly executed change orders. Dates Bid Opening Date: The date on which the Contracting Agency publicly opens and reads bids. Award Date: The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the work. Contract Execution Date: The date the Contracting Agency officially binds the agency to the Contract. Notice to Proceed Date: The date stated in the Notice to Proceed on which the Contract time begins. Contract Completion Date: The date by which the work is contractually required to be completed. 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. Final Acceptance Date: The date the Contracting Agency accepts the Work as complete per the Contract requirements. Final Acceptance Date: The date the Contracting Agency accepts the work as complete per the contract requirements. Day Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean working days. � Engineer The City Engineer or duly authorized representative, or an authorized member of a licensed consulting firm retained by Owner for the construction engineering of a specific public works project. Inspector Owner's authorized representative assigned to make necessary observations of the work performed or being performed, or of materials furnished or being furnished by Contractor. Or Equal Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on recommendation of the engineer, shall be the sole judge of the quality and suitability of the proposed substitution. The responsibility and cost of furnishing necessary evidence, demonstrations, or other information required to obtain the approval of alternative materials or processes by the Owner shall be entirely borne by the Contractor. Owner The City of Renton or its authorized representative also referred to as Contracting Agency. Performance and Payment Bond Same as "Contract Bond" defined in the Standard Specifications. Plans The contract plans and/or standard plans which show location, character, and dimensions of prescribed work including layouts, profiles, cross-sections, and other details. Drawings may either be bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a part of the Contract Documents, regardless of the method of binding. The terms "Standard Drawings" or "Standard Details" generally used in specifications refers to drawings bound either with the specification documents or included with the Plans or the City of Renton Standard Plans. Points Wherever reference is made to Engineer's points,this shall mean all marks, bench marks, reference points, stakes, hubs, tack, etc., established by Engineer for maintaining horizontal and vertical control of the work. Provide Means "furnish and install" as specified and shown in the Plans. Secretary, Secretary of Transportation I The chief executive officer of the Department and other authorized representatives. The chief executive officer to the Department shall also refer to the Department of Planning/Building/Public Works Administrator. Shop Drawings Same as "Working Drawings" defined in the Standard Specifications. Special Provisions Modifications to the standard specifications and supplemental specifications that apply to an individual project. The special provisions may describe work the specifications do not cover. Such work shall comply first with the special provisions and then with any specifications that apply. The Contractor shall include all costs of doing this work within the bid prices. State The state of Washington acting through its representatives. The State shall also refer to The City of Renton and its authorized representatives where applicable. Supplemental Drawings and Instructions Additional instructions by Engineer at request of Contractor by means of drawings or documents necessary, in the opinion of Engineer, for the proper execution of the work. Such drawings and instructions are consistent with the Contract Documents. Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. s 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. 9 1-02 BID PROCEDURES AND CONDITIONS 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: To Prime Contractor No.of Sets Basis of Distribution Reduced Plans (11"x 4 Furnished 17")and contract automatically upon rovisions award Large Plans (22"x 34") 4 Furnished only upon re uest Additional Plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. 1-02.7 Bid Deposit Section 1-02.7 is supplemented with the following: �******� Bid Bonds shall contain the following: 1. Number assigned to the project by the Contracting Agency; 2. Name of the project; 3. The Contracting Agency named as obligee; 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. 1-02.15 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 I 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; I 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 citv and/or county where the Work is located; 7. A copv of State of Washinqton Contractor's Reqistration; or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 9. Documentation of NRMCA certifications 10 1-03 AWARD AND EXECUTION OF CONTRACT ' 1-03.1 Consideration of bids I 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. 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. 17 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 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 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; 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 I 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 i 6. Be signed by an officer of the Contractor empowered to sign official statements(sole proprietor I, 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. 12 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda , Revise the second paragraph to read: j �******� 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): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to Division 1-99 APWA Supplement 6. Amendments to the Standard Specifications, 7. Division 1-99 APWA Supplement 8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction 9. Contracting Agency's Standard Plans (if any) 10. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction Section 1-04.3 is a new section: �******� 1-04.3 Contractor-Discovered Discrepancies Upon receipt of award of contract, Contractor shall carefully study and compare all the components of the Contract Documents and other instructions, and check and verify all field measurements. Contractor shall, prior to ordering material or performing work, report in writing to Engineer any error, inconsistency, or omission in respect to design or mode of construction, which is discovered. If Contractor, in the course of this study or in the 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 Contractor's duty to inform Engineer immediately in writing, and Engineer will promptly check the same. Any work done after such discovery, until correction of Plans or authorization of extra work is given, if Engineer finds that extra work is involved, will be done at 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 The last two paragraphs are replaced with the following: �******� Renton does not have a formal policy or guidelines on cost reduction alternatives, but will 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 clean up shall be considered incidental to the contract and to other pay item and no further compensation shall be made. 13 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: �****�*� If the project calls for Contractor supplied surveying, the Contractor shall provide all required survey work, including such work as mentioned in Sections 1-05.4(1) and 1-05.4(2), 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 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, elevations, and excavation slopes measured from the Engineer or Contractor supplied 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 Contractor supplied surveyor informed of staking requirements and provide at least 48 hours notice to allow the Engineer or Contractor supplied surveyor adequate time for setting stakes. 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 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 is furnished 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 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 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. 1-05.4(3) Contractor Supplied Surveying Section 1-05.4(3) is a new section: ' ��*****� When the contract provides for Contractor Supplied Surveying, the Contractor shall supply the survey work i required for the project. The Contractor shall retain as a part of the Contractor Organization an experienced 'I team of surveyors under the direct supervision of a professional 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 Surveyor shall inform the Engineer in writing of any errors, discrepancies, and omissions to the plans that prevent the Contractor and/or Surveyorfrom 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. 14 The Contractor shall coordinate his work with the Surveyor and perform his operations in a 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. The surveyor shall be responsible for maintaining As-Built records for the project. The Contractor shall I, coordinate his operations and assist the Surveyor in maintaining accurate As-Built records for the project. ' If the Contractor and 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 moneys 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 "Contractor Supplied Surveying." 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 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, Electrical Cabinets. After the completion of the work covered by this contract, the contractors 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 surveyors seal and signature certifying its accuracy. All costs for as-built work shall be included in the contract item "Construction Survey, Staking and As-built," lump sum. 1-05.7 Removal of Defective and Unauthorized Work Section 1-05.7 is supplemented as follows: �......� Upon written notice from the Engineer, the Contractor shall promptly replace and re-execute 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. Contractor shall promptly replace and re-execute work by Contractor forces, in accordance with the intent of the Contract and without expense to Owner, and shall bear the expense of making good all work of other contractors destroyed or damaged by such removal or replacement. If Contractor does not remove such condemned work and materials and commence re-execution of the work within 7 calendar days of notice from Engineer, Owner may correct the same as provided in the Standard Specifications. In that case, Owner may store removed material. If Contractor does not pay the cost of such removal and storage within 10 calendar days from the date of the notice to Contractor of the fact of such removal, Owner may, upon an additional 10 calendar days' written notice, sell such materials at public or private sale, and deduct all costs and expenses incurred from moneys due to Contractor, including costs of sale, and accounting to Contractor for the net proceeds remaining. Owner may bid at any such sale. Contractor shall be liable to Owner for the amount of any deficiency from any funds otherwise due Contractor. No adjustment in contract time or compensation will be allowed because of the delay in the 15 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. 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,of 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 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 1-05.8 "Owners Right to Correct 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 tight 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 Finallnspection 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: 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 i, Substantial Completion Date unilaterally. If after this inspection,the Engineer concurs with the Contractor that the Work is substantially 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, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion,whichever is applicable, 16 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 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 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 performance of the Work attributable to the exercise of the Engineer's right nereunder. 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. 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. 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, 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. 1-05.11(4) Interim Milestone Section 1-05.11(4) is a new section: �******� In addition to physical completion, the following work shall be completed by the specified dates: • All sidewalk on the west side Harrington Ave NE, between NE 8'h Place to NE 7th Street shall be completed such that the Contracting Agency has full use of the west sidewalk prior to August 31th, 2017, including but not limited to grading, installation of storm drainage system and appurtenances, sidewalk and utility relocations. 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 Contractinq Aqency will take these performance reports into account. 1-05.14 Cooperation with Other Contractors Section 1-05.14 is supplemented as follows: �......� Contractor shall afford 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 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. Comcast Broadband 3. Century Link Communications 4. City of Renton (water, sewer, transportation) 5. 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 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. 78 II 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. 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. 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. 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 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. 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. 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 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 �s 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: �******� , 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. 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. The following submittal items shall be provided to the Engineer by the Contractor. Additional submittal information shall be provided to the Engineer by the Contractor if required by the Engineer or as elsewhere required in the Specifications. 20 Spec. Section Description �� � Required Submittal Date 1-07.15 Temporary Water Pollution/Erosion Control Plan Submit as part of the Work Plan 7-04.2(2) ��ncluding Stormwater Bypass Plan and Temporary (within 10 days of Notice of Award) Stormwater Diversions) __ _ 1-08.0 Preliminary Matters Submit at or prior to Preconstruction meeting Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with bid) Contractors Plan of operation 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 this project Cost percentage breakdown for lump sum bid items . . _--_ Preliminary List of Shop Drawings __ __ _ _ 1-08.3 Progress Schedule Submit as part of the Work Plan (within 14 days of Notice of Award) __� �.�_.�_______ _ 1-9.14(2) Work Plan Within 10 days of Notice of Award 1-9.14(2) Disposal Sites Submit as part of the Work Plan (within 10 days of Notice of Award) 1-9.14(2) Mobilization Plan Submit as part of the Work Plan (within 10 days of Notice of Award) 1-10.1 Traffic Control Plan Submit as part of the Work Plan 1-10.2 (2) Pedestrian Handling Plan (within 10 days of Notice of Award) ._ 1-1.1(11) As-Built Survey Following completion of final punch list items 2-02.3(3) Asbestos Control Documents Submit 3 days prior to commencing any asbestos removal work 2-05.3(2) Health and Safety Plan Submit as part of the Contaminated Soil and Groundwater Handling Management Plan(within 10 days of Notice of Award) 2-08.1(1) Temporary Dewatering Plan 2 weeks priorto the Preconstruction Conference 7-08.3 Excavation and Shoring Plan By Preconstruction Conference 8-02.2 Plant Material Source List 3 weeks prior to installation 8-02.3 Roadside Work Plan 1 weeks prior to installation 8-24.3 Gravity Block Wall Layout 2 weeks prior to installation 21 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 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. 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 i working hours. The required or implied duty of the Engineer to conduct construction review of the j 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. 1-07.5(3) State Department of Ecology Section 1-07.5(3) is supplemented as follows: �******� General Partial funding of this project is being provided by the Washington State Department of Ecology's (Ecology) Stormwater Grant Program. State Interest Exclusion It is anticipated that this project will be funded in part by the Washington State Department of Ecology. Neither the State of Washington nor any of its departments or employees are, or shall be, a party to this contract or any subcontract. Compliance with State and Local Laws The construction of the project, including the letting of subcontracts in connection therewith, shall conform to the applicable requirements of state and local laws and ordinances. Third-Partv Beneficiarv 22 Partial funding of this project is being provided through the Washington State Department of Ecology Stormwater Grant Program. All parties agree that the State of Washington shall be, and is herby, named as an express third-party beneficiary of this contract, with full rights as such. Access to the Construction Site and to Records The contractor shall provide for the safe access to the construction site and to the contractor's records by the Washington State Department of Ecology personnel. The contactor shall maintain accurate records and accounts to facilitate the Owner's audit requirements and shall ensure that all subcontractors maintain auditable records. These Project records shall be separate and distinct from the Contractor's other records and accounts. All such records shall be available to the Owner and to Washington State Department of Ecology personnel for examination. All records pertinent to this project shall be retained by the Contractor for a period of three (3) years after the final audit. These Project records shall be separate and distinct from the Contractor's other records and accounts. Protection of the Environment: No construction related activity shall contribute to the degradation of the environment, allow material to enter surface or ground waters, or allow particulate emissions to the atmosphere, which exceed state or federal standards. Any actions that potentially allow a discharge to state waters must have prior approval of the State of Washington, Department of Ecology. Public Siqn The Contractor shall display Ecology's logo in a manner that informs the public that the project received financial assistance from the Washington State Stormwater Grant Program. Utilization of Minoritv and Women Business Enterprise All bidders are encouraged to utilize certified minority-owned and women-owned businesses to the extent possible in the perFormance of this contract. All prospective bidders or persons submitting qualifications should take the following steps, when possible. 1. Include qualified minority and women's businesses on solicitation lists. 2. Assure that qualified minority and women's businesses are solicited whenever they are potential sources of service or supplies. 3. Divide the total requirements, when economically feasible, into smaller task or quantities to permit maximum participation by qualified minority and women's businesses. 4. Establish delivery schedules, where work requirements permit, which will encourage participation of qualified minority and women's businesses. Use the services and assistance of the State Office of Minority and Women's Business Enterprise (OMWBE) and the Office of Minority Business Enterprise of the U.S. Department of Commerce, as appropriate. 23 1-07.5 Environmental Regulations Section 1-07.5 is supplemented as follows: �......� The Contractor shall be responsible for making any changes required by the agencies, and payment of any fines, for violations of any construction related provisions. The City will not make additional compensation for any changes or fines due to the Contractors violations. 1-07.6 Permits and Licenses Section 1-07.6 is supplemented as follows: �******� The Contracting Agency has obtained the following permits for this Project: • Utility Construction Permit, City of Renton. 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 obtained and paid for by the Contractor. The Contractor shall comply with the special provisions and requirements of each. The Contractor shall ensure that all necessary permits are obtained, and is responsible for reviewing all permits to become familiar with the requirements. The Contractor and all subcontractors of any tier must obtain a City of Renton Business License (Contractor). 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 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 due the Contractor. Other permits and licenses that the Contractor must obtain and comply with, as applicable, include, but are not limited to: � • Disposal or Recycling Site Permit , • City of Renton Business License (Contractor and subcontractors) ', • Puget Sound Clean Air Agency (PSCAA) Permit I�'� • King County Industrial Waste Sewer Discharge Permit, if applicable The Contractor is cautioned to review all permits and other Contract Documents, and schedule the work activities appropriately to complete the work within the number of days stated in the Bid Proposal. No additional compensation or extensions to time will be granted to the Contractor due to the time constraints imposed by such documents. The Contractor shall assume all responsibility for meeting all requirements of all permits. Any fines or penalties incurred by Contracting Agency for not meeting state water quality standards and/or lack of stormwater pollution prevention on this Project shall be deducted from monies otherwise due to 2a Contractor. Any fines assessed directly to Contractor shall be paid directly to the fining authority, at the Contractor's own cost. Protection of the Environment: No construction related activity shall contribute to the degradation of the environment, allow material to enter surface or ground waters, or allow particulate emissions to the atmosphere, which exceed state or federal standards. Any actions that potentially allow a discharge to state waters must have prior approval of the Washington State Department of Ecology. Inadvertent Discovery of Archeological Resources The contractor shall obtain a copy of the Inadvertent Discovery Plan from the Project Owner. The contractor shall keep a copy of the inadvertent discovery plan for the project on the work site at all , times. The contractor shall immediately stop all work if human remains, cultural, or archeological resources are discovered in the course of construction. The contractor shall follow the inadvertent discovery plan in dealing with the human remains, cultural, or archeological resources. 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. 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 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: �******� 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, 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. Forthis purpose, upon requestto the Project Engineer,the Contractorwill 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. 25 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, 1-07.14 Responsibility for Damage Section 1-07.14 is supplemented by adding the following: �******� All references to the "State", "Commission", "Secretary", "Department", and "officers and employees of the State" shall read "Contracting Agency". 1-07.15 Temporary Water Pollution/Erosion Control Delete the first paragraph, and replace it with the following: �******� 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. 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: �******� 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. 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 material, and operation of his workers to those areas shown and described and such additional areas as he may provide. 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 Contractor shall strip topsoil from the I 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 I earth surrounding their roots wrapped in 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 cleaned by sweeping or other means, of all earth and debris. zs 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, 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 I� 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. 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 at the Public Works Department Customer Services counter on the 6th floor, Renton City Hall, 1055 South Grady Way. 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. In addition to the Contractor having all utilities field marked before starting Work, the Contractor 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 part of the One Call system. They must be contacted directly by the Contractor for locations. 27 The Contractor shall make arrangements 48 hours in advance with respective utility owners to have a representative present when their utility is exposed or modified, if the utility chooses to do so. 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. 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. Utility Potholing Potholing is included as a bid item for use in determining the location of existing utilities in advance of the Contractor's operations. The Contractqr 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. Where underground utilities are found to be in the way of construction, such condition shall not be deemed to be a changed or differing site condition, and if necessary, pipe alignment or grade shall be modified. No payment will be made unless potholing has been performed prior to trench excavation, and witnessed by the Engineer. Different utilities may be found to occupy a common trench. Any two or more utilities separated by 3 feet or less shall constitute one locate. Where multiple utilities exist in close proximity, the Contractor shall be paid for one locate for every 5 feet of exploration trench. The quantity for this item is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. The contractor shall perform for this potholing a minimum of five working days prior to crossing to allow for potential revisions. The contractor shall not have cause for claim of down-time or any other additional costs associated with `waiting' if the owner provides design revisions (related to the information supplied per this section)within three working days after the contractor provides the surveyed elevations. 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. 1-07.17(1) Interruption of Services 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 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 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. zs 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 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 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: 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 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. 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: zs • 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 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 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 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 $2,000,000 ** Operations Aggregate 30 Each Occurrence Limit $1,000,000 Personal/Advertising Injury $1,000,000 Fire Damage (Any One Fire) $50,000 Medical Payments (Any One $5,000 Person) 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 Liabilitv Bodily Injury/Property $1,000,000 Damage (Each Accident) Workers' Compensation Statutory Benefits - Coverage Variable A (Show Washington Labor and Industries Number) Umbrella Liabilitv Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Products/Completed $1,000,000 Operations Aggregate Professional Liabilitv(If re uired Each Occurrence/ $1,000,000 IncidenUClaim Aggregate $2,000,000 Pollution Liabilitv (If required) to applv 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. 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 31 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 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. The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction with blasting operations. 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic Revise the second paragraph to read: �******� To disrupt public traffic as little as possible,the Contractor shall permit tra�c to pass through the Work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, drivewavs, 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, drivewavs, and paths adjacent to the project limits when affected by the Contractor's operations. Snow and 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: 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 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. Dust and mud control shall be considered as incidental to the project and no compensation will be made for this section. Complaints of dust, mud, or unsafe practices and/or property damage to private ownership will be 32 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 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. 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. 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 �******� 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, drivewav, or path during construction, 2. Detour crossings of intersecting highway, and 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 the Drawings. The Contractor's construction activities shall be confined within these limits unless arrangements for use of private property are made. 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 33 are included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. 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 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. Each prope►ty 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 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: 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 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 provisions in WAC I 296-809 and its chapters. , 5. Coordinate entry operations with the City of Renton when employees from the contractor will be II working in or near City confined spaces. �!I 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. sa 1-08 PROSECUTION AND PROGRESS 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. 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 Labor compliance, payrolls, and certifications Safety regulations for the Contractors' and the Owner's employees and representatives Suspension of Work, time extensions 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. 35 1-08.0(2) Hours of Work 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 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. 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. Permission to Work Saturdays, Sundays, holidays or other than the agreed upon normal straight 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. 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. 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 I Revise the second paragraph to read: , The Contractor shall not subcontract Work unless the Engineer approves in writing. Each request to I 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 everv tier to meet the responsibilitv criteria stated in RCW 39.06, and shall include these requirements in everv subcontract of everv 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 36 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: �......� I 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. 1-08.3 Progress Schedule Section 1-08.3 is supplemented as follows: �.....,� 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 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. 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 Engineerwill check actual progress ofthe 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. 37 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 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: �******� See Scope of Work(1-04)for completion dates. 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, 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 I 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. 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. 38 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 following I 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 ofAmounts Paid as MBE/WBE Participants or Quarterly Report ofAmounts Credited as DBE Participation, as required by the Contract Provisions. d. FHWA 47 (Federal-aid Projects) e. Final Contract Voucher Certification f. Propertv owner releases per Section 1-07.24 Section 1-08.5 is supplemented as follows: �******� 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 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 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. 1-08.6 Suspension of Work Section 1-08.6 is supplemented as follows: �******� 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. The Contractor shall not suspend Work under the Contract without the written order of the Owner. 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: �******� 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 39 road or detour. 1-08.9 Liquidated Damages Section 1-08.9 is supplemented as follows: �*�****� 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 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 attorney's fees, from the Contractor. 1-08.11 Contractor's Plant and Equipment 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. 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. 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities ', Section 1-09.1 is supplemented by adding the following: ' �******� I 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. All trucks to be employed on this Work will be measured to determine the volume of each truck. Each 40 truck shall be clearly numbered, to the satisfaction of the Engineer, and there shall be no duplication of numbers. 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 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 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. 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 1-09.3 Scope of Payment Section 1-09.3 is supplemented by adding the following: �******� 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 Contractor performs the specified Work. Should a bid item be listed in a "PaymenY' 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 Contract Documents are synonymous. If the "paymenY' 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 Specifications. 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 41 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. 1-09.6 Force Account Section 1-09.6 is supplemented as follows: �******� 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. Demobilization shall consist of all work required to prepare plant and equipment for the return trip and removing all plant, equipment, labor, and unused supplies and incidentals from the jobsite at the completion of the contract work, including any land-based staging area used in the execution of the work, and cleanup of all facilities to pre-project conditions. 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. 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 completed ', multiplied by the unit price. ',, 2. Lump Sum Items in the Bid Form—the estimated percentage complete multiplied by the Bid Forms I amount for each lump sum item, or per the schedule of values for that item. �I 3. Materials on Hand — 100 percent of invoiced cost of material delivered to job site or other storage area approved by the Engineer. az 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: 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 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. 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 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. 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: 1. Damage to another contractor when there is evidence thereof and a claim has been filed. 2. Where the Contractor has not paid fees or charges to public authorities of municipalities, which the Contractor is obligated to pay. 3. Utilizing material tested and inspected by the Engineer, for purposes not connected with the Work (Section 1-05.6). 4. Landscape damage assessments per Section 1-07.16. 43 5. For overtime Work performed by City personnel per Section 1-08.1(4). 6. Anticipated or actual failure of the Contractor to complete the Work on time: a. Per Section 1-08.9 Liquidated Damages; or b. 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 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. 7. Failure of the Contractor to perform any of the Contractor's other obligations under the Contract, including but not limited to: a. Failure of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate survey Work as required by Section 1-05.5. c. Failure of the Contractor to correct defective or unauthorized Work (Section 1-05.8). d. 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. e. 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. f. Failure of the Contractor to pay worker's benefits (Title 50 and Title 51 RCW) as required by Section 1-07.10. g. 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 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, 1. No legal action has commenced to resolve the validity of the claims, and 2. 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 I 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: 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. Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an affidavit, aa on the form provided by the Engineer, of amounts paid to certified disadvantaged (DB), 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: �******� 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. 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 countv in which the Contractinq Aqencv's headquarters are located. The 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 45 for review by the superior court of King County, Washington. The grounds for the petition for review are limited to showing that the findings and decision: 1. Are not responsive to the questions submitted; 2. Is contrary to the terms of the contract or any component thereof; 3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing their findings and conclusions based on the evidence adduced at any such hearing. The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the board's majority opinion that the Contractor's filing of the protest or action is capricious or without reasonable foundation. In the latter case, all costs shall be borne by the Contractor. 1-09.14 Payment Schedule (New Section) General - Scope A. Payment for the various items of the Bid Sheets, as further specified herein, shall include all compensation to be received by the CONTRACTOR for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of the WORK all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of compliance within regulations of public agencies having jurisdiction, including Safety and Health Administration of the US Department of Labor(OSHA). B. The Owner shall not pay for material quantities that exceed the actual measured amount used and 'i approved by the ENGINEER. C. It is the intention of these specifications that the perFormance of all work under the bid for each item shall result in the complete construction, in an accepted operating condition, of each item. Work and material not specifically listed in the proposal but required in the plans, specifications, and general construction practice, shall be considered incidental to the construction of the project and the Contractor shall include the cost within the unit bid prices. No separate payment will be made for these incidental items. 1-09.14(1) Basic Bid (New Section) This section lists the basic bid items which will determine the low bidder for this project. Measurement and Payment, where described in a bid item, shall supercede Measurement and Payment listed in other sections of the Special Provisions and Standard Specifications. • Schedule A: Work Associated with the bioretention facilities, inlet and outlet pipes from the bioretention facilities to the new storm system, a new storm drain trunkline (including pipeline and manholes), landscaping strip, pervious concrete sidewalk, and curb and gutter installation,waterline relocation, HMA restoration on roadway as shown on the Plans. . Basis For Award The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedule items of all schedules set forth in the bid forms to be considered responsive for award. Partial bids will not be accepted. The total price of all schedules will be used to determine the successful low responsive bidder. as 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. a� The following subsections provide the Bid Items on this project. Measurement and Payment Bid Item A-1: Minor Changes (Lump Sum) At the discretion of the Contracting Agency, all or part of this lump sum 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). Bid Item A-2: Mobilization 8� Demobilization (Lump Sum) Mobilization includes the complete cost of furnishing and installing, complete and in-place all work and materials necessary to move equipment and personnel to the job site, provide and maintain all necessary support facilities and utilities, obtain all necessary permits and licenses, prepare the site for construction operations, 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. ' The Contractor shall prepare a Mobilization Plan showing the proposed location for storage of all '' equipment and material proposed to be located at the site. 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 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. The Contractor shall prepare a Mobilization Plan showing the proposed location for storage of all equipment and material proposed to be located at the site. Storage shall not interfere with use of the City ROW and commercial and residential access. Work hours are subject to the limitations in the Traffic Control Plan. Harrington Ave NE is considered a residential street. Working hours shall be between 7 am to 5 pm, Monday through Friday unless otherwise approved in advance by the City. No work on Sundays Allowable work hours are given in Special Provisions Section 1-08.0(2), and as may be noted in the plans and specifications. Work hours may be limited by those approved in the Traffic Control Plan. 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, Phasing, 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. 48 D. Traffic Control Plan, including provisions for cleaning and sweeping of any impacted 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. Final cleanup, dressing, and trimming the project area after construction, and removing all personnel and equipment off the site shall be included in this bid item, or in the Restoration bid item if one is included for the project. Payment for mobilization will be made at the lump sum amount bid (NOT to exceed 70% 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 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, and other plans/submittals not specifically covered in bid items, 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 for either schedule. The remaining 10 percent will be paid after the Final Pay Estimate is approved by the City Council. Bid Item A-3: Temporary Traffic Control (Lump Sum) All adjustments to the Traffic Control Plan are considered incidental, and no additional payment will be made for adjustments. The Contractor shall prepare a Traffic Control Plan for review and approval by the City. Truck hauling shall be limited to the hours of 8:30 AM to 3:30 PM on principle arterial streets. Sunset Boulevard NE is a principle arterial street. When the bid proposal includes an item for"Temporary Traffic Control,"the Work required for this item shall be all items described in Section 1-10, including, but not limited to: 1. Furnishing and maintaining barricades, flashers, construction signing, and other channelization devices, unless a pay item is in the bid proposal for any specific device and the Special Provisions specify furnishing, maintaining, and payment in a different manner for that device; 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control labor; 3. Furnishing any necessary vehicle(s)to set up and remove the Class B construction signs and other traffic control devices; 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic control devices, unless a pay item is in the bid proposal to specifically pay for this Work; and 5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and replacing of the construction signs and the traffic control devices destroyed or damaged during the life of the project. 6. Removing existing signs as specified or as directed by the Engineer and delivering to the City Shops, or storing and reinstalling as directed by the Engineer. 7. Preparing a traffic control plan for the project and designating the person responsible for traffic control at the Work site. The traffic control plan shall include descriptions of the traffic control methods and devices to be used by the prime Contractor, and subcontractors, shall be submitted at 49 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 at all times,except for the allowable work hours as specified in Section 1-10.2(2). 10. Promptly removing or covering all non-applicable signs during periods when they are not needed. 11. Maintain access on roadway for local traffic at all times. Work Hours Allowable work hours are given in Special Provisions Section 1-08.0, and as may be noted in the plans and specifications. Work hours may be limited by those approved in the Traffic Control Plan. The City may revise the work hours and the Traffic Control Plan to address traffic problems or complaints. All adjustments to the work hours, the Traffic Control Plan, and signage are considered incidental and no additional payment will be made for adjustments. Debris Control The Contractor is responsible for controlling mud and dust on any route used by trucks or equipment, as noted in Special Provisions Section 1-07.23. The Contractor shall be prepared to use sweeping, power sweepers, watering trucks, and other means necessary to avoid creating a nuisance. Any debris on the roads shall be cleaned immediately. Cleaning the road is considered incidental and no additional payment will be made for this work. Measurement for Traffic Control work will be based on the percentage of total work complete, by dollar value, at the time of ineasurement. Payment will be prorated over the construction period. Payment for traffic control for work will be made at the measured percentage amount for the pay period II times the unit bid price. 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, signs, traffic control devices, sequential arrow boards, 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) and as directed by the Engineer and by the City's Transportation Department. Also, included in the contract price is the cost to furnish traffic control services and equipment for construction surveying, staking, and as-builting. The Plan shall address any proposed lane and sidewalk closures needed for construction activities. Bid Item A-4: Temporary Erosion and Sediment/Water Pollution Control (Lump Sum) Contractor shall furnish, install, maintenance and removal of erosion and water pollution control devices includes removal and disposal of sediment, stabilization and rehabilitation of soil disturbed by these activities, timely repair of damaged erosion/water control measures and any additional measures deemed necessary by the Engineer to control erosion and water pollution. Erosion control consists of all activities needed to prevent soil erosion on the project site, creation of sediment-laden water, and migration of sediment-laden water into the City drainage system, other watercourses, or private property. This Work will be paid in lump sum in accordance with Section 1-09.1. Temporary Erosion Control measures include installation and maintaining catch basins, inlet protection, filter fabric fencing, construction entrance, straw mulch, plastic sheeting, portable storage tank, and ESC lead, etc. at a minimum. Other erosion control measures may be necessary depending on weather and so site conditions, including but not limited to filter fabric protection for catch basins, catch basin inserts, filter fabric fences, hay bales, placement of plastic sheets over exposed soil and stockpiles, mulching, netting, update of temporary erosion control plans, and any other activities needed to control erosion from the project. The Contractor shall develop a "red lined" Temporary Erosion and Sediment Control plan and submit it to the City for review and approval. The plan shall be based on the King County Surface Wafer Design Manual, as adopted by the City of Renton, and proper construction practices. After the erosion control system is installed the Contractor shall make any field adjustments necessary to reduce or eliminate any erosion and discharge of sediment-laden water. All adjustments are considered incidental and no additional payment will be made for adjustments. Payment will be prorated over the construction period. I, The lump sum price for"Temporary Erosion and Sediment/Water Pollution Control" shall be full pay for all I labor, material, tools, equipment, and other incidental costs required to prepare the Temporary Erosion and Sediment Control Plan as describe in Section 1-07.15 and implement the temporary erosion and sediment control BMP's including but not limited to installation, , and maintenance of sediment traps, straw wattles, filter fabric fencing, pumping of construction water, coffer dams, temporary storm drain diversions including temporary piping, check dams, cover measures including plastic covering, street sweeping, collection and disposal of wastewater from asphalt and concrete cutting operations and other work necessary to meet the contract and permit requirements, not otherwise shown as a separate payment item. Payment shall also include the Contractor's use of Baker Tanks, as needed during construction and associated labor, tools, equipment and incidental costs including Baker Tank mobilization, set up, maintenance, and relocation as work progresses, and incidentals required to use Baker Tanks, when needed to meet regulatory discharge requirements. Work shall include coordination, permitting, fees, and treatment required by King County as required in 1- 07.15 if discharging to the sanitary sewer. Bid Item A-5: Project Sign (Each) The Contractor shall provide project signs for the Project. Project signs shall conform to the standard details and include required information from the Plans and these Specifications. Measurement for"Project Sign" shall be per each. The unit contract price for"Project Sign" shall be full compensation for all labor, materials, tools, equipment, transportation, supplies, and incidentals required to complete all work to furnish, install, remove, and properly dispose of project signs. Bid Item A-6: Utility Potholing (Each) This item includes all work needed to pothole existing utilities as shown on the Plans, and as directed by the City. Any other potholing not directed by the City shall be incidental. Prior to beginning construction of the new underground utility, the Contractor shall pothole the existing utilities at the locations shown on the plans. The Contractor shall identify any potential utility conflicts and provide written results of all potholing to the City within 5 working days of the potholing. The City shall have 10 working days after receiving the written results to make any design revisions to the plans, if needed. The Engineer may revise the design as needed if there is a conflict with existing utilities. The Contractor shall not have cause for claim of downtime or any other additional costs associated with "waiting" if the City provides design revisions (related to the information supplied per this section)within 10 working days after the Contractor provides the written potholing results. 51 "Utility Potholing" includes excavation, identification, measurement, surveying, refilling the hole, temporary asphalt patch for potholes within excavation limits, and permanent asphalt patch for potholes outside of excavation limits. The Contractor shall identify the existing utility, pipe type and size, and provide accurate measurements from the ground surface to the top of the utility in writing to the Engineer per Special Provisions Section 1-07.17. If the native material is unsuitable to use to refill the pothole, imported backfill may be used. Imported backfill,temporary patching, or permanent patching for utility potholing will be considered incidental to utility potholing, and no separate payment will be made. Permanent patch will be paid under a separate bid item. Measurement for"Utility Potholing" shall be per each. Payment for "Utility Potholing" shall be made at the unit contract price, which shall be complete compensation for all labor, tools, equipment, and materials required to complete the work in conformance with the Contract Documents, including but not limited to, excavation, dewatering, potholing for utility location, surveying, removal, hauling and disposal of all pavement, waste and excess materials, shoring, placement of backfill(native)material, compaction,water, grading,temporary patch, and cleaning. Payment also includes all temporary traffic control operations, utility one-call and, coordination with utility owner, and temporary restoration work associated with potholing. Permanent asphalt or concrete restoration shall be paid for under separate items. Bid Item A-7: Construction Surveying, Staking, and As-built (Lump Sum) Surveying shall be per Special Provisions Section 1-05.4 and the City of Renton Surveying Standards in Special Provisions Section 1-11. The as-built survey shall be per Special Provisions Section 1--11. The surveyor shall provide the City with a set of redline drawings with the as-built locations and elevations of all new utilities and construction work. All work shall be located per the City of Renton Survey Control Network. Coordinates shall be given for the new and existing storm system structures. Measurement for construction surveying, staking and as-built drawing information will be per the lump sum bid price and based on the percentage of total Work complete at the time of ineasurement. Payment may be prorated over the construction period based on the amount of work completed for construction surveying, staking and as-built information. 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 final as-built information by the Engineer. Bid Item A-8: Clearing and Grubbing (Lump Sum) Measurement for clearing and grubbing and roadside cleanup Work will be per the lump sum bid price based on the percentage of total Work complete, at the time of ineasurement in conformance with the Contract Documents. This item includes the removal of trees along Harrington Ave NE. Clearing and Grubbing shall be performed per Section 2-01. 52 Payment for clearing and grubbing will be made at the lump sum price bid,which payment will be complete compensation for all labor, equipment, materials, hauling, excavation, disposal, etc. required to complete this item in conformance with the Contract Documents. Bid Item A-9: Removal Existing Drainage Structure (Each) Removing Existing Type 1 and Type 2 Drainage Structures will be measured by each removed in conformance with the Contract Documents. The cost associate with the removal of structure shall include compensation for all labor, equipment, tools, hauling and materials and all necessary for and incidental to the excavation, backfill material, compaction, surface restoration, cleanup, disposal of the items required to remove the drainage structure, etc in conformance with the Contract Documents or where required and approved by the Engineer. Dewatering shall be incidental. II i sed of at an off-site dis osal facilit er Standard I All material removed for this item sha be d spo p y p Specification Section 2-03.3(7)C Contractor Provided Disposal Site. All cost for hauling and disposal shall be included in this bid item (no mileage cost). Bid Item A-10: Removal Existing Drainage Pipe (Linear Foot) This item includes all work and materials needed for the removal of the existing storm pipes as shown on the plans, or where required and approved by the Engineer. Removing Existing Drainage Pipe will be measured by the linear foot. The cost associate with the removal of existing drainage pipe shall include the compensation for all labor, equipment, tools, hauling and materials and all necessary for and incidental to the excavation, protection of existing facilities, backfill of native soil, surface restoration, cleanup and disposal of the items required to compete this item in conformance with the Contract Documents including but not limited to storm drain lines, and abandoned private utilities. Bid Item A-11: Replace Wood Fence (Linear Foot) Replace Wood Fence will be measured by linear foot. This item includes all work and materials needed for the replacement of the wood fence as shown on the plans (820 Harrington Ave NE), or where required and approved by the Engineer. Payment for Replace Wood Fence shall be full pay for all compensation for all labor, equipment, tools, hauling and materials and all necessary for and incidental to the costs associated with excavating the existing fence posts, pouring new concrete post foundations to existing dimensions, and furnish new post and fence board (in kind to the existing fence), installing new fence posts and boards to new location required to compete this item in conformance with the Contract Documents. Bid Item A-12: Replace Chain Link Fence (Linear Foot) Replace Chain Link Fence will be measured by the linear foot. This item includes all work and materials needed for the replacement of the chain link fence as shown on the plans (806 Harrington Ave NE), or where required and approved by the Engineer. Payment for Replace Chain Link Fence shall be full pay for all costs associated with equipment, materials and excavating the existing fence posts, pouring new concrete post foundations to existing dimensions, and furnish new post and fence fabric (in kind to the existing fence), installing new fence posts fabric, and slats to new location required to compete this item in conformance with the Contract Documents. Bid Item A-13: Remove Asphalt Pavement (Square Yard) 53 Removing HMA Pavement will be measured by the square yard. This item includes grinding or removal by excavation, hauling, and disposal of existing asphalt surfaces for areas shown on the plans, and as directed by the Engineer. This item includes asphalt removed for installation of the new storm system pipeline, driveways, sidewalks, roadway construction, and asphalt patch. All material removed for this item shall be disposed of at an off-site disposal facility per Standard Specification Section 2-03.3(7)C Contractor Provided Disposal Site. The Contractor shall provide the location of the disposal sites and copies of all permits and approvals before any materials are hauled to the sites. All cost for hauling and disposal shall be included in this bid item. Measurement for Remove Asphalt Pavement shall be in square yards horizontally over the area where asphalt is removed. Payment for Remove Asphalt Pavement will be made at the amount bid per square yard, which payment will be complete compensation for all labor, grinding of existing asphalt pavement, sawcut of pavement, removal, hauling and disposal of all grinding spoils, appropriately maintaining roads between grind and overlay (IE cleaning of loose materials and protecting vehicles from exposed utilities) required to complete this item of work in conformance with the contract documents. No additional payment will be made for work necessary to correct a grind and /or overlay not performed in accordance with specifications. Bid Item A-14: Remove Cement Concrete Sidewalk and Driveway (Square Yard) Remove Cement Concrete Sidewalk will be measured by the square yard. This item includes all work needed to remove cement concrete sidewalks and driveways needed for project construction. All costs for removing, hauling, and disposing of the existing concrete sidewalks and driveways shall be included in the unit bid price. Sawcutting is incidental. Measurement for Remove Cement Concrete Sidewalk and Driveways shall be in square yards of sidewalk and driveway removed. Payment for Remove Cement Concrete Sidewalk and Driveway will be made at the unit bid price, which payment will be complete compensation for all labor, equipment, materials, saw cutting, removing and disposal of waste material, materials hauling, cleanup, etc. required to compete this item in conformance with the Contract Documents. Bid Item A-15: Remove Cement Concrete Curb and Gutter (Linear Foot) Remove Cement Concrete Curb and Gutter will be measured by the linear foot. This item includes all work needed to remove new cement concrete curbs and gutter needed for project construction. All costs for removing, hauling, and disposing of the existing concrete curbs shall be included in the unit bid price. Sawcutting is incidental. Measurement for remove concrete curb and gutter shall be in linear feet of curb shall be in linear feet of new curb installed required for installation of utilities and project work as shown in the Contract Documents, unless otherwise approved by the Engineer. Payment for remove of concrete curb and gutter will be made at the amount bid per linear foot, which payment will be complete compensation for all labor, equipment, materials, tools, saw cutting, removing 54 and disposal of waste material, materials hauling, equipment, etc required to complete the work specified in the Contract Documents and plans, and shall include but not be limited to the following: • Sawcutting, removal and disposal of existing curb and gutter • Removal and disposal of surplus, unsuitable and /or waste materials Bid Item A-16: Removal of Structures and Obstructions— Lump Sum Measurement for removal of structures and obstructions work will be per the lump sum bid price based on the percentage of total Work completed at the time of ineasurement in conformance with the Contract Documents. Payment for removal of structures and obstructions will be made at the lump sum price bid, which payment will be complete compensation for all labor, equipment, materials, hauling, excavation, disposal, etc. required to compete this item in conformance with the Contract Documents, including but not limited to street signs, cross walks, etc. Bid Item A-17: Roadway Excavation Including Haul (Cubic Yard) "Roadway Excavation Incl. Haul", per cubic yard. When the Engineer orders excavation below subgrade, unit contract prices for roadway excavation and haul shall apply, unless the work and/or equipment to perform the work differs materially from the excavation above subgrade, then payment will be in accordance with the item "Removal and Replacement Unsuitable Foundation Material". In this case, all items of work other than roadway excavation shall be paid at unit contract prices. The unit contract price per cubic yard for "Roadway Excavation Including Haul" shall be full pay for excavating, loading, placing, or otherwise disposing of the material.The excavation for the bioretention will be paid by this bid item. Bid Item A-18: Imported Trench Backfill Including Haul (TON) Import Trench Backfill shall be Gravel Borrow per Standard Spec. Section 9-03.14(1), or as shown on the plans. Measurement for select imported trench backfill will be measured in tons based on the weight of material installed into the Work in conformance with the Contract Documents and Section 2-09.4(A). Certified weight tickets will accompany each load, a copy of tickets will be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Only materials placed within the trench excavation limit(pay limits)will be considered for payment. Material placed outside of the pay limits will be deducted from the certified tickets. Payment for select imported backfill will be made at the amount bid per ton,which payment will be complete compensation for all labor, materials, tools, equipment, incidentals necessary to furnish and install select import backfill, hauling, placement, compaction, removal, haul and disposal of unsuitable excavated materials,waste and surplus materials, etc., required to complete this item of Work in conformance with the Contract Documents. Bid Item A-19: Trench Excavation Safety System (Lump Sum) The Contractor is completely responsible for providing adequate shoring and support for all excavations to provide safe access for workers, prevent soil sluffing, soil loss, damage to pavement, structures, utilities, and ground adjacent to the excavation. Trench Shoring and Excavation Safety System shall comply with 55 WAC 296-155 Part N, Standard Specifications Section 2-09.3(3) and 2-09.3(4), and all other applicable State and Federal regulations. The Contractor shall submit a Shoring Plan to the City showing how shoring will be accomplished and detailing the techniques and equipment that will be used. Shoring shall be capable of supporting all earth loads and traffic loads. The Contractor is responsible for showing that the proposed shoring system meets the regulatory requirements. This bid item shall apply to all excavations needed for the project. The City may issue a Stop Work order if the Contractor is not following the Shoring Plan, or is not using shoring where it appears to be needed. The Contractor shall immediately stop work on that part of the project and shall apply the appropriate shoring measures needed. Any delays, claims for damages, down time, labor, machinery, rentals, and incidental costs during any Stop Work order shall be at the Contractor's expense. If the Contractor does not rectify any situation where shoring is needed the City may deny payment for any work items performed on that portion of the project. Measurement for trench excavation safety systems will be based on the percentage of new pipelines installed at the time of payment. Payment for trench excavation safety systems will be made at the unit bid price, which will be complete compensation for all equipment, labor, materials, hauling, planning, design, engineering, 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. Bid Item A-20: Removal and Replacement of Unsuitable Foundation Material (CY) Measurement for removal and replacement of unsuitable foundation material shall be measured in cubic ; yard based on the volume of material placed. Placement of foundation 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 cubic yard, which payment will be complete compensation for all, labor, materials, equipment, for excavation, removal and disposal of unsuitable foundation material, furnishing, haul, placement, and compaction of foundation materials approved by the Engineer, etc., required to complete this item of work in conformance with the Contract Documents. Bid Item A-21: Construction Geotextile for Underground Drainage (Square Yard) Construction geotextile will be measured by the square yard for the ground surface area actually covered. "Construction Geotextile for Underground Drainage", per square yard. The preparation of the subgrade, overlapping seams and protection of the geotextile from damage while installation and backfilling are incidental to the unit price of the item. Bid Item A-22: Crushed Surfacing Base Course (Ton) Crushed Surfacing Base Course will be measured by Ton based on the weight of material installed into the Work in conformance with the Contract Documents This item includes Crushed Surfacing and Base Course. Crushed Surfacing shall be per Standard Spec. Section 9-03.9(3), or as shown on the plans. 56 Measurement for furnishing and installing Crushed Surfacing will be based on actual tonnage weight as determined by measurement from a certified scale. 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. The actual quantity used in construction may vary from the bid quantity. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. Payment for Crushed Surfacing shall be per the unit bid per ton, which shall be complete compensation for all materials, labor, tools, hauling, placement, water, compaction, removal and disposal of waste materials, and equipment, etc necessary for the fulfillment of all requirements of Standard Specification Section 9-03.9(3) and in conformance with the Contract Documents in the execution of the work shown in the Plans or as required by the Engineer. Any water added to the aggregate at the plant or in the field for I placement and compaction shall be considered incidental to this item. The actual quantity used in i construction may vary from the bid quantity. The unit price will not be adjusted if the actual quantity used � varies by more than 25 percent. ' Payment for Crushed Surfacing shall be per the unit bid price, which shall be complete compensation for all materials, labor, tools, and equipment necessary for the fulfillment of all requirements of Standard Specification Section 9-03.9(3) in the execution of the work shown in the Plans or as required by the Engineer. Any water added to the aggregate at the plant or in the field for placement and compaction shall be considered incidental to this item. Bid Item A-23: Aggregate Base (Ton) Aggregate Base will be measured by Ton. The Contract Price per ton shall be full compensation for all labor, material, incidentals,tools and equipment necessary to furnish imported structure backfill from a Contractor supplied source in accordance with the Contract Document Standard Specifications and these specifications. Bid Item A-24: Hot Mix Asphalt (HMA) CI. B '/z Inch PG64-22 (Ton) This item includes all Hot Mix Asphalt (HMA) used for temporary hot mix patches, asphalt pavement, and overlays. All applications of HMA shall be per Special Provisions and Standard Specifications Section 5- 04. Measurement of Hot Mix Asphalt(HMA) Class 1/2" PG-64-22 shall be per ton with no deduction being made for the weight of liquid asphalt, blending sand, mineral filler, or any other component of the mixture. HMA CI. %2-inch PG 64-22 and HMA CI. 1-inch PG 64-22 will be measured by the ton in accordance with Section 1-09.2, and the Contract Documents,with no deduction being made for the weight of asphalt binder, blending sand, mineral filler, or any other component of the mixture. If the Contractor elects to remove and replace mix as allowed by Section 5-04.3(11), the material removed will not be measured. The unit Contract price per ton for"HMA CI. '/2-inch PG 64-22" and "HMA CI. 1-inch PG 64-22"shall be full compensation for all costs incurred to carry out the requirements of Section 5-04 except for those costs included in other items which are included in this sub-section and which are included in the Proposal. This item includes all Hot Mix Asphalt (HMA) used all labor, materials, equipment, tools, and incidental costs necessary for placing, compacting and constructing temporary hot mix patches, asphalt pavement, overlays, and along the Project including trench patching, sealing all cold joints, tack coat,joint seal, asphalt sidewalk transitions, hauling, notifications, aggregate, sweeping, utility marking, adjustment of utilities to grade, furnishing and preparing subgrade, cleanup, and all other incidentals necessary for a complete paving system restore roadway grade to the existing elevations. . All applications of HMA shall be per Special Provisions, Construction Documents, and Standard Specifications Section 5-04. 57 The Contractor shall place the permanent trench patch as shown on the plans or as per"Typical Patch for Flexible Pavement" (City of Renton Detail) within 15 calendar days after first opening the trench. The Contractor shall plan the work to place permanent trench patches throughout project construction as the 15-day period for each section of trench approaches. Any delay of the permanent patch placement is subject to the Owner's approval. Old asphalt, concrete, soil, and other excavated material shall be disposed of offsite. Payment to haul and dispose of old asphalt and other excavated material shall be included in the unit bid price for"Hot Mix Asphalt(HMA) Class 1/2", or in the bid item for removing old asphalt, if present. Bid Item A-25: Temporary Cold Mix Asphalt Concrete Patch—Ton This item includes all Cold Mix Asphalt used for temporary patches and repairs before temporary hot mix patches and the final hot mix asphalt is placed. Material placed shall have a minimum depth of 2 inches. "Cold Mix" shall be used at the discretion of the City. This item includes all costs to place, maintain, remove, haul, and dispose of the material. Measurement for furnishing and installing Cold Mix will be based on actual tonnage weight as determined by measurement from a certified scale. Payment for Cold Mix Asphalt will be per the unit bid price, which will be complete compensation for all labor, materials, equipment, tools, and all appu�tenances and incidental costs necessary for furnishing, placing, compacting, maintaining, removing, cleanup, hauling, removal of the material in its entirety before asphalt concrete pavement is placed and disposing of the temporary pavement material. Bid Item A-26: Planing Bituminous Pavement (Square Yard) Measurement for Planing Bitnminous Pavement will be per square yard. � This item includes all work needed to grind, remove and haul of existing asphalt pavement. The Contractor Price per square yard shall be full compensation for all labor, materials, tools and equipment necessary to perform the work. Bid Item A-27: Remove and Install Rockery Wall. (Square Foot) This item includes all work needed to remove and install new rockery wall needed for project construction. as shown on the Plans. New rockery wall shall be adjusted to match existing grade. Rockery Wall will be measured by square foot of the exposed face of the rockery wall installed. The Contract Price per square foot shall be full compensation for the design, submittal for review and approval, all labor, material, excavation, removing, hauling, and disposing of the existing rockery wall, installing the rockery and backfill materials in accordance with the Contract Document, Standard Specifications and these specifications. Bid Item A-28: Underdrain 8-Inch Diam PVC. (Linear Foot) This item includes providing and installing new 8-inch underdrain storm pipe of the type noted in the bid item including mineral aggregate, excavation, pipe bedding, and removing, hauling, and disposal of existing piping, and other debris that may be encountered. Dewater shall be incidental. Underdrain storm water pipe shall be slotted, PVC pipe, schedule 40. Slot dimensions are 0.064" wide x 1.00" long spaced along pipe at 0.3" on center. Four slots per radius at 40", 120" and 320". 58 Mineral aggregate around the underdrain will be measured by the volume placed within the neat line limits as shown in Plans. Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This includes all soil, and other excavated material. Payment to haul and dispose of excavated material shall be included in the unit price bid for pipe in place. Underdrain 8-Inch diameter will be measured by linear foot of completed installation measured horizontally over the centerline of the installed pipe from the invert of structure in conformance with the Contract Document. Pipe placed in excess of the length designated by the Engineer will not be measured or paid for. The Contract Price per liner foot shall be full compensation for all labor, material, incidentals, excavation, grading, tools and equipment necessary to laying and joining pipes and fittings, furnish, place, backfill, and compact from a Contractor supplied source in accordance with the Contract Document, Standard Specifications and these specifications. Bid Item A-29: Drain Pipe 8-Inch PVC Diam. (Linear Foot) This item includes providing and installing new 8-inch drain PVC storm pipe of the type noted in the bid item including, excavation, pipe bedding, and removing, hauling, and disposal of existing piping, and other debris that may be encountered. Drain 8-Inch diameter will be measured by linear foot of completed installation measured along the invert. Pipe placed in excess of the length designated by the Engineer will not be measured or paid for. The Contract Price per liner foot shall be full compensation for all labor, material, incidentals, tools and equipment necessary to furnish, place, backfill, and compact from a Contractor supplied source in accordance with the Standard Specifications and these specifications. The threads, and threads end cap with orifice will be incidental to the unit price of the drain pipe. Bid Item A-30: Mineral Aggregate Type 26 (Ton) Mineral Aggregate Type 26 will be measured per Ton based on the weight of material installed into the work area as shown in Plans. Mineral Aggregate Type 26 shall be per Standard Spec. Section 9-03.12, or as shown on the plans. The Contract Price per ton shall be full compensation for all labor, material, incidentals,tools and equipment necessary to furnish mineral aggregate from a Contractor supplied source in accordance with the Standard Specifications and these specifications. Measurement for installing Mineral Aggregate Type 26 will be based on actual tonnage weight as determined by measurement from a certified scale. 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. The actual quantity used in construction may vary from the bid quantity. Payment for Mineral Aggregate Type 26 shall be per the unit bid price, which shall be complete compensation for all materials, labor, tools, and equipment necessary for the fulfillment the execution of the work as shown in the Plans or as required by the Engineer. Bid Item A-31: Ductile Iron Storm Sewer Pipe 8-inch Diam. (Linear Foot) 59 This item includes providing and installing new storm pipe of the type noted in the bid item including excavation, pipe bedding, and removing, hauling, and disposal of existing piping within the trench, and other debris that may be encountered. Dewater shall be incidental. Ductile Iron storm sewer pipe shall meet the specifications detailed in Section 9-05.13 of the Special Provisions and Standard Specifications. Ductile iron storm sewer pipe shall be Class 52. Watertight joints shall be furnished and installed. Pipe bedding shall be placed from a minimum of 6 inches below the pipe to 12 inches above the top of the pipe, and compacted to 95 percent of maximum density per ASTM D1557. The Contractor shall ensure proper placement and compaction of pipe bedding under the pipe haunches. Payment to furnish and install bedding material shall be included in the unit bid price bid for pipe in place. Suitable excavated soil shall be used as backfill for the project if it is a clean granular material meeting the general requirements for select borrow material, the maximum particle size shall not exceed 3 inches, and has a moisture content that will allow at least 95 percent compaction when placed. Payment for excavated trench backfill shall be included in the unit price bid for pipe in place. Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated material. Payment to haul and dispose of excavated material shall be included in the unit price bid for pipe in place. Gravel Borrow shall be used only if native material is found to be unsuitable for use as backfill, and after approval by the City. Payment for Gravel Borrow Incl. Haul shall be paid under that bid item. Measurement of 8-inch Diam. Ductile Iron Storm Pipe shall be per linear foot of pipe placed measured ' horizontally over the centerline of the installed pipe. Payment for furnishing and installing 8-inch Diam. Ductile Iron Storm Pipe shall be at the unit bid price per linear foot which shall be complete compensation for all labor, materials, tools and equipment necessary to complete the installation, including storm sewer trench excavation; dewatering; furnishing and installing storm sewer pipe and fittings; pipe bedding; backfill with native material; compaction; anti-seep collar; connection to new or existing storm sewers and structures, all appurtenances (such as special fittings, bends, connections, catch basin connectors, etc.), adjusting inverts; haul and disposal of excess trench material including unsuitable material; cleaning and testing; and temporary patching asphalt to allow for the passage of traffic. Bid Item A-32: Ductile Iron Storm Sewer Pipe 12-inch Diam. (Linear Foot) This item includes providing and installing new storm pipe of the type noted in the bid item including excavation, pipe bedding, and removing, hauling, and disposal of existing piping within the trench, and other debris that may be encountered. Dewater shall be incidental. Ductile Iron storm sewer pipe shall meet the specifications detailed in Section 9-05.13 of the Special Provisions and Standard Specifications. Ductile iron storm sewer pipe shall be Class 52. Watertight joints shall be furnished and installed. Pipe bedding shall be placed from a minimum of 6 inches below the pipe to 12 inches above the top of the pipe, and compacted to 95 percent of maximum density per ASTM D1557. The Contractor shall ensure proper placement and compaction of pipe bedding under the pipe haunches. Payment to furnish and install bedding material shall be included in the unit bid price bid for pipe in place. Suitable excavated soil shall be used as backfill for the project if it is a clean granular material meeting the general requirements for select borrow material, the maximum particle size shall not exceed 3 inches, and has a moisture content that will allow at least 95 percent compaction when placed. Payment for excavated trench backfill shall be included in the unit price bid for pipe in place. so Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated material. Payment to haul and dispose of excavated material shall be included in the unit price bid for pipe in place. Gravel Borrow shall be used only if native material is found to be unsuitable for use as backfill, and after approval by the City. Payment for Gravel Borrow Incl. Haul shall be paid under that bid item. Measurement of 12-inch Diam. Ductile Iron Storm Pipe shall be per linear foot of pipe placed measured horizontally over the centerline of the installed pipe. Payment for furnishing and installing 12-inch Diam. Ductile Iron Storm Pipe shall be at the unit bid price per linear foot which shall be complete compensation for all labor, materials, tools and equipment necessary to complete the installation, including storm sewer trench excavation; dewatering; furnishing and installing storm sewer pipe and fittings; pipe bedding; backfill with native material; compaction; anti-seep collar; connection to new or existing storm sewers and structures, all appurtenances (such as special fittings, bends, connections, catch basin connectors, etc.), adjusting inverts; haul and disposal of excess trench material including unsuitable material; cleaning and testing; and temporary patching asphalt to allow for the passage of traffic. Bid Item A-33: Corrugated Polyethylene Storm Sewer Pipe 12-inch Diam. (Linear Foot) This item includes providing and installing new storm pipe of the type noted in the bid item including excavation, pipe bedding, and removing, hauling, and disposal of existing piping within the trench, and other debris that may be encountered. Dewater shall be incidental CPEP storm water pipe shall be smooth interior wall meeting the requirements of Special Provisions Section 9-05.19, and Standard Specs. Section 9-05.20 Corrugated Polyethylene Storm Sewer Pipe. Water-tight joints shall be furnished and installed. Pipe bedding shall be placed from a minimum of 6 inches below the pipe to 12 inches above the top of the pipe, and compacted to 95 percent of maximum density per ASTM D1557. The Contractor shall ensure proper placement and compaction of pipe bedding under the pipe haunches. Payment to furnish and install bedding material shall be included in the unit price bid for pipe in place. Suitable excavated soil shall be used as backfill for the project if it is a clean granular material meeting the general requirements for select borrow material, the maximum particle size shall not exceed 3 inches, and has a moisture content that will allow at least 95 percent compaction when placed. Payment for excavated trench backfill shall be included in the unit price bid for pipe in place. Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated material. Payment to haul and dispose of excavated material shall be included in the unit price bid for pipe in place. Gravel Borrow shall be used only if native material is found to be unsuitable for use as backfill, and after approval by the City. Payment for Gravel Borrow Incl. Haul shall be paid under that bid item. Measurement of corrugated polyethylene storm sewer pipe shall be per linear foot of pipe placed measured horizontally over the centerline of the installed pipe. Payment for furnishing and installing Corrugated Polyethylene Storm Sewer Pipe shall be at the unit bid price per linear foot measured horizontally over the centerline of the installed pipe from the center of structures in conformance with the Contract Documents which shall be complete compensation for all labor, materials, tools and equipment necessary to complete the installation including storm sewer trench excavation; dewatering; furnishing and installing storm sewer pipe and fittings; pipe bedding; backfill with native material; compaction; anti-seep collar; connection to new or existing storm sewers and structures, 67 all appurtenances (such as special fittings, bends, connections, catch basin connectors, etc.), adjusting inverts; haul and disposal of excess trench material including unsuitable material; cleaning and testing; and temporary patching asphalt to allow for the passage of traffic. Select Imported Trench Backfill above the pipe zone bedding is included in other bid items. Bid Item A-34: Corrugated Polyethylene Storm Sewer Pipe 18-inch Diam. (Linear Foot) This item includes providing and installing new storm pipe of the type noted in the bid item including excavation, pipe bedding,and removing, hauling, and disposal of existing piping within the trench, and other debris that may be encountered. Dewater shall be incidental CPE storm water pipe shall be smooth interior wall meeting the requirements of Special Provisions Section 9-05.19, and Standard Specs. Section 9-05.20 Corrugated Polyethylene Storm Sewer Pipe. Water-tight joints shall be furnished and installed. Pipe bedding shall be placed from a minimum of 6 inches below the pipe to 12 inches above the top of the pipe, and compacted to 95 percent of maximum density perASTM D1557. The Contractor shall ensure proper placement and compaction of pipe bedding under the pipe haunches. Payment to furnish and install bedding material shall be included in the unit price bid for pipe in place. Suitable excavated soil shall be used as backfill for the project if it is a clean granular material meeting the , general requirements for select borrow material, the maximum particle size shall not exceed 3 inches, and ', has a moisture content that will allow at least 95 percent compaction when placed. Payment for i, excavated trench backfill shall be included in the unit price bid for pipe in place. Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated material. Payment to haul and dispose of excavated material shall be included in the unit price bid for pipe in place. Gravel Borrow shall be used only if native material is found to be unsuitable for use as backfill, and after approval by the City. Payment for Gravel Borrow Incl. Haul shall be paid under that bid item. Measurement of corrugated polyethylene storm sewer pipe shall be per linear foot of pipe placed measured horizontally over the centerline of the installed pipe. Payment for furnishing and installing Corrugated Polyethylene Storm Sewer Pipe shall be at the unit bid price per linear foot measured horizontally over the centerline of the installed pipe from the center of structures in conformance with the Contract Documents which shall be complete compensation for all labor, materials, tools and equipment necessary to complete the installation including storm sewer trench excavation; dewatering; furnishing and installing storm sewer pipe and fittings; pipe bedding; backfill with native material; compaction; anti-seep collar; connection to new or existing storm sewers and structures, all appurtenances (such as special fittings, bends, connections, catch basin connectors, etc.), adjusting inverts; haul and disposal of excess trench material including unsuitable material; cleaning and testing; and temporary patching asphalt to allow for the passage of traffic. Select Imported Trench Backfill above the pipe zone bedding is included in other bid items. Bid Item A-35: Television Inspection (Linear Foot) The new storm main lines shall be inspected by the use of a television camera before final acceptance per Special Provisions Section 7-04.3. The new storm main line includes the 18-in line and the 12-in line, TV inspection from Type 1 CB's to Type 2 CB's (from rain garden to main line) is not required. Contractor shall submit the written reports of the inspection plus the video recordings to the City for review and approval. The storm drain shall be cleaned and flushed before performing the television inspection. The television inspection shall be done with a minimum flow of water in the pipe and inspected in the direction of the sz flow unless otherwise approved by the Owner. The camera shall have rotational capabilities and be used by the operator to provide best views of any nonconforming items. Measurement for"Television Inspection"will be the linear foot measurement of the installed pipe , measurement. Payment for TV Inspection shall be at the unit bid price per linear foot which shall be complete compensation shall be for all labor, materials, tools and equipment necessary to complete the inspection. Bid Item A-36: Drain Basin (Each) This item includes providing and installing new Drain Basin, and removing, hauling, and disposal of any debris that may be encountered. Dewatering shall be incidental. Drain Basin shall conform to Section 7-05 of the Special Provisions and Standard Specifications. Native soil shall be used as backfill for the project if it is a clean granular material meeting the general backfill requirements. Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This includes all excavated material. Payment to haul and dispose of excavated material shall be included in the unit price bid for pipe in place. Measurement for furnishing and installing Drain Basin will be per each for each basin installed in conformance with the Contract Documents. Payment for furnishing and installing Catch Basin-Concrete Inlet shall be made at the unit bid price per each, which payment shall be complete compensation for all labor, equipment, materials hauling, gaskets, removal and disposal of waste material, furnishing and placing foundation material, basin, basin frame and locking lid, installation, adjustment of frames to grade, appurtenances, connections to new and existing pipes, placement of subsequent backfill (native) materials, compaction, water, cleaning, and testing, etc. required to complete all drain basin in conformance with the Contract Documents. Dewatering shall be incidental. Bid Item A-37: Catch Basin —Type 1 With Beehive Grate (Each) This item includes providing and installing new catch basins of the type noted in the bid item including frame and beehive grate, and removing, hauling, and disposal of existing catch basins, piping, and other debris that may be encountered.This item includes plugging all abandoned pipes with concrete plugs per Standard Specification Section 7-08.3(4). Dewatering shall be incidental. Manholes and Catch Basins shall conform to Sections 7-05 and 9-05 of the Special Provisions and Standard Specifications. Suitable excavated soil shall be used as backfill for the project if it is a clean granular material meeting the general requirements for select borrow material, the maximum particle size shall not exceed 3 inches, and has a moisture content that will allow at least 95 percent compaction when placed. Payment for excavated trench backfill shall be included in the unit price bid for pipe in place. Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated material. Payment to haul and dispose of excavated material shall be included in the unit price bid for pipe in place. ' Gravel Borrow shall be used only if native material is found to be unsuitable for use as backfill, and after approval by the City. Payment for Gravel Borrow Incl. Haul shall be paid under that bid item. Measurement for furnishing and installing Catch Basin-Type 1 with Beehive Grate shall be per each for each catch basin installed in conformance with the Contract Documents. 63 Payment for furnishing and installing Catch Basin-Type 1 with Beehive Grate shall be made at the unit bid price per each, which payment shall be complete compensation for all labor, equipment, materials hauling, pavement cutting, pavement removal (asphalt, concrete and brick), dewatering, potholing for utility location, excavation, removal and disposal of waste material including existing pipes and structures in the excavation, foundation material, concrete base, precast concrete catch basin sections, gaskets, catch basin frame and lid, installation, adjustment of frames to grade, appurtenances, connections to new and existing pipes, placement of subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement patching, and testing, etc. required to complete all catch basins in conformance with the Contract Documents. Bid Item A-38: Catch Basin —Type 1 L (Each) This item includes providing and installing new catch basins of the type noted in the bid item including frame and grate, and removing, hauling, and disposal of existing catch basins, piping, and other debris that may be encountered. This item includes plugging all abandoned pipes with concrete plugs per Standard Specification Section 7-08.3(4). Dewatering shall be incidental. Manholes and Catch Basins shall conform to Sections 7-05 and 9-05 of the Special Provisions and Standard Specifications. This item includes all the different types of frames and grates (standard, vaned, rolled curb, other) for CB's that may be show on the plans. Suitable excavated soil shall be used as backfill for the project if it is a clean granular material meeting the general requirements for select borrow material, the maximum particle size shall not exceed 3 inches, and has a moisture content that will allow at least 95 percent compaction when placed. Payment for excav�ted trench backfill shall be included in the unit price bid for pipe in place. Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated material. Payment to haul and dispose of excavated material shall be included in the unit price bid for pipe in place. Gravel Borrow shall be used only if native material is found to be unsuitable for use as backfill, and after approval by the City. Payment for Gravel Borrow Incl. Haul shall be paid under that bid item. Measurement for furnishing and installing Catch Basin-Type 1 L shall be per each for each catch basin installed in conformance with the Contract Documents. Payment for furnishing and installing Catch Basin-Type 1 L shall be made at the unit bid price per each, which payment shall be complete compensation for all labor, equipment, materials hauling, pavement cutting, pavement removal (asphalt, concrete and brick), dewatering, potholing for utility location, excavation, removal and disposal of waste material including existing pipes and structures in the excavation, foundation material, concrete base, precast concrete catch basin sections, gaskets, catch basin frame and lid, installation, adjustment of frames to grade, appurtenances, connections to new and existing pipes, placement of subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement patching, and testing, etc. required to complete all catch basins in conformance with the Contract Documents. Bid Item A-39: Catch Basin Type 2, 48-inch Diam. (Each) This item includes providing and installing new catch basins of the type noted in the bid item including frame and grate, and removing, hauling, and disposal of existing catch basins, piping, and other debris that may be encountered. This item includes plugging all abandoned pipes with concrete plugs per Standard Specification Section 7-08.3(4). Dewatering shall be incidental. Manholes and Catch Basins shall conform to Sections 7-05 and 9-05 of the Special Provisions and Standard Specifications. This item includes all the different types of frames and grates (standard, vaned, rolled curb, solid metal cover, circular lid, other)for CB's that may be show on the plans. sa Suitable excavated soil shall be used as backfill for the project if it is a clean granular material meeting the general requirements for select borrow material, the maximum particle size shall not exceed 3 inches, and has a moisture content that will allow at least 95 percent compaction when placed. Payment for excavated trench backfill shall be included in the unit price bid for pipe in place. Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated material. Payment to haul and dispose ' of excavated material shall be included in the unit price bid for pipe in place. ' Gravel Borrow shall be used only if native material is found to be unsuitable for use as backfill, and after approval by the City. Payment for Gravel Borrow Incl. Haul shall be paid under that bid item. Measurement for furnishing and installing Catch Basin-Type 2 48-inch shall be per each for each catch basin installed in conformance with the Contract Documents. Payment for furnishing and installing Catch Basin-Type 2 48-inch shall be made at the unit bid price per each, which payment shall be complete compensation for all labor, equipment, materials hauling, pavement cutting, pavement removal (asphalt, concrete and brick), dewatering, potholing for utility location, excavation, removal and disposal of waste material including existing pipes and structures in the excavation, foundation material, concrete base, precast concrete catch basin sections, gaskets, catch basin frame and lid or round frame and cover, installation, adjustment of frames to grade, appurtenances, connections to new and existing pipes, placement of subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement patching, and testing, etc. required to complete all catch basins in conformance with the Contract Documents. Bid Item A-40: Catch Basin —Type 2 48-inch with Beehive Grate (Each) This item includes providing and installing new catch basins of the type noted in the bid item including frame and beehive grate, and removing, hauling, and disposal of existing catch basins, piping, and other debris that may be encountered. This item includes plugging all abandoned pipes with concrete plugs per Standard Specification Section 7-08.3(4). Dewatering shall be incidental. Manholes and Catch Basins shall conform to Sections 7-05 and 9-05 of the Special Provisions and Standard Specifications. Suitable excavated soil shall be used as backfill for the project if it is a clean granular material meeting the general requirements for select borrow material, the maximum particle size shall not exceed 3 inches, and has a moisture content that will allow at least 95 percent compaction when placed. Payment for excavated trench backfill shall be included in the unit price bid for pipe in place. Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated material. Payment to haul and dispose of excavated material shall be included in the unit price bid for pipe in place. Gravel Borrow shall be used only if native material is found to be unsuitable for use as backfill, and after approval by the City. Payment for Gravel Borrow Incl. Haul shall be paid under that bid item. Measurement for furnishing and installing Catch Basin-Type 2 48-inch with Beehive Grate shall be per each for each catch basin installed in conformance with the Contract Documents. Payment for furnishing and installing Catch Basin-Type 2 48-inch with Beehive Grate shall be made at the unit bid price per each, which payment shall be complete compensation for all labor, equipment, materials hauling, pavement cutting, pavement removal (asphalt, concrete and brick), dewatering, potholing for utility location, excavation, removal and disposal of waste material including existing pipes and structures in the excavation, foundation material, concrete base, precast concrete catch basin sections, gaskets, catch basin frame and lid, installation, adjustment of frames to grade, appurtenances, connections to new 65 and existing pipes, placement of subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement patching, and testing, etc. required to complete all catch basins in conformance with the Contract Documents. Bid Item A-41: Catch Basin —Type 2 54-inch (Each) This item includes providing and installing new catch basins of the type noted in the bid item including frame and grate, and removing, hauling, and disposal of existing catch basins, piping, and other debris that may be encountered. This item includes plugging all abandoned pipes with concrete plugs per Standard Specification Section 7-08.3(4). Dewatering shall be incidental. Manholes and Catch Basins shall conform to Sections 7-05 and 9-05 of the Special Provisions and Standard Specifications. This item includes all the different types of frames and grates (standard, vaned, rolled curb, solid metal cover, circular lid, other)for CB's that may be show on the plans. Suitable excavated soil shall be used as backfill for the project if it is a clean granular material meeting the general requirements for select borrow material, the maximum particle size shall not exceed 3 inches, and has a moisture content that will allow at least 95 percent compaction when placed. Payment for excavated trench backfill shall be included in the unit price bid for pipe in place. Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated material. Payment to haul and dispose of excavated material shall be included in the unit price bid for pipe in place. Gravel Borrow shall be used only if native material is found to be unsuitable for use as backfill, and after approval by the City. Payment for Gravel Borrow Incl. Haul shall be paid under that bid item. Measurement for furnishing and installing Catch Basin-Type 2 54-inch shall be per each for each catch basin installed in conformance with the Contract Documents. ! Payment for furnishing and installing Catch Basin-Type 2 54-inch shall be made at the unit bid price per each, which payment shall be complete compensation for all labor, equipment, materials hauling, pavement cutting, pavement removal (asphalt, concrete and brick), dewatering, potholing for utility location, excavation, removal and disposal of waste material including existing pipes and structures in the excavation, foundation material, concrete base, precast concrete catch basin sections, gaskets, catch basin frame and lid or round frame and cover, installation, adjustment of frames to grade, appurtenances, connections to new and existing pipes, placement of subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement patching, and testing, etc. required to complete all catch basins in conformance with the Contract Documents. Bid Item A-42: Adjust Utility Casting (Each) Measurement for Adjust Utility Casting shall be per each for the frame and cover of each utility valve, catch basin frame and grate, manhole frame and cover, water meter box, or junction box. The Contract Price per each shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily complete the work as defined in the Standard Specifications. "Adjust Utility Casting", per each. Bid Item A-43: 8-Inch Clean Out (Each) Measurement for Clean Out shall be per each. The Contract Price per each shall be full compensation for all labor, material, tools and equipment, excavation, backfill, and drain pipe between the surface cleanout and the underdrain pipe, necessary to satisfactorily complete the work as defined in the Standard Specifications. Bid Item A-44: High Visibility Fence (Linear Foot) ss Measurement for High Visibility Fence shall be per linear foot. The unit contract price per linear foot for "High Visibility Fence" shall be full pay for all costs to obtain, furnishing, installing, maintaining, and removing the fence as specified in the Contract Document. Once removed, the fence shall remain the property of the Contractor. Bid Item A-45: Bioretention Soil (Cubic Yard) This item includes providing and installing bioretention soil needed for project construction in accordance with the contract document. Bioretention soils shall confirm to section 9-14.1(4) of these specifications. This item includes all work needed to remove cement concrete sidewalks and driveways needed for project construction. Measurement for Bioretention Soil will be per cubic yard installed per Plans. "Bioretention Soil" per cubic yard. Payment for bioretention soil will be made at the unit price bid, which payment will be complete compensation for all labor, excavation, tools, materials and equipment, for hauling, furnishing, placing, compacting, grade, bioretention soil, and disposing of waste material required to complete this item in conformance with the Contract Documents. Bid Item A-46: Topsoil Type A(Cubic Yard) Measurement for Topsoil Type A will be per cubic yard installed per Plans. Payment for "Topsoil Type A" shall be complete compensation for all labor, materials, and equipment required to complete this item of Work in conformance with Contract Documents. Bid Item A-47: Wood Chip Mulch Measurement for Wood Chip Mulch will be per cubic yard installed per Plans. Payment for "Wood Chip Mulch" shall be complete compensation for all labor, materials, and equipment required to furnish and spread this item of Work in conformance with Contract Documents. Bid Item A-48 to 55: Various Plants with PSIPE (Per Each) Measurement for PSIPE — shall be per each in accordance with the Contract Document, and listed below. PSIPE -Tilia americana 'Redmond' / Redmond American Linden (2" Cal) PSIPE - Spiraea betulifolia var. lucida /Shiny-Leaf Spirea (2 gal. cont.) PSIPE - Berberis thunbergi 'Crimson Pygmy' /Crimson Pygmy DwarF Japanese Barberry (2 Gal. cont.) PSIPE - Prunus laurocerasus 'Mt Vernon'/ Mt. Vernon Laurel (2 gal. cont.) PSIPE - Iris douglasiana / Pacific Coast Iris (Bareroot) PSIPE - Juncus patens 'Elk Blue'/ Elk Blue Rush (4" cont.) PSIPE - Juncus effusus 'Quartz Creek'/Quartz Creek Soft Rush (4" cont.) PSIPE - Juncus tenuis /Slender Rush (4" cont.) s� The Contract Price per each shall be full compensation for ali labor, material, tools and equipment, and supplies necessary for planting area preparation, fine grading, planting, staking, installing webbed fabric tape, installing self-watering bag, plant, water (water truck will be needed), weed and pest control within planting area, maintain, and guarantee. Water, fertili2er, maintenance, self-watering tree bags and staking and other planting requirements are incidental to the unit contract price for plant materials. As the plants that include plant establishment are obtained, propagated, and grown, partial payments shall be made as follows after inspection by the Engineer. Payment of 5 percent of the unit Contract price, per each, when the plant materials have been contracted, propagated, and are growing under nursery conditions. The Contractor shall provide the Engineer with certification that the plant materials has been procured or contracted for delivery to the project for planting within the time limits of the project.The certification shall state the location, quantity, and size of all material. Payment shall increase to 15 percent of the Unit Contract price, per each, upon completion of the initial weed control Work. Payment shall be increased to 60 percent of the unit Contract price, per each for the contracted plant material in a designated unit area when planted. Payment shall be increased to 70 percent of the unit Contract price per each for contracted plant material at the completion of the initial planting. Payment shall be increased to the appropriate percentage upon reaching the following plant establishment milestones: October 30th- 80 percent November 30th - 90 percent Completion of first-year plant establishment of after all replacement plants have been installed, whichever is later. — 100 percent. Bid Item A-56: Sod Installation (Square Yard) Measurement for Sod Installation will be per square yard installed per Plans. Payment for "Sod Installation" shall be complete compensation for all labor, materials, and equipment required to complete this item of Work in conformance with Contract Documents. This includes weed control within sodding area, preparing the sod area, sodding the lawn, erect barriers, and establish the lawn area. Watering and mowing are incidental to the unit contract price for sod installation. Bid Item A-57: Property Restoration and Landscaping Installation (Lump Sum) Measurement for Property Restoration will not be measured. "Property Restoration" by Lump Sum. This item includes restoration of the entire project area, including general cleanup, removal of all debris, sweeping the project area, demobilization, installing new landscaping strip, and any other work needed to clean and close the project area. This item includes all labor, equipment, and materials needed to restore the existing landscaping and installing new landscaping surfaces for the project including sod, gravel, plastic lumber edging, #4 rebar, and hand watering or water truck, etc. in accordance with the contract documents. All materials shall match and be blended into adjacent areas. sa Property Restoration includes: 1. Restoring all wood cribbing, timbers, landscaping rock, and any other manmade features disturbed or damaged by construction. 2. Private Landscaping Areas 3. Protecting, saving, and replacing any trees, shrubs, plants, flowers, and other vegetation disturbed or damaged by construction. 4. Grass areas along private property shall be restored with sod. All areas for sod installation shall be trimmed, graded and raked smooth. Sod Installation shall be per Standard Specifications Section 8-02.3(16) Lawn Installation. Measurement for Property Restoration shall be per lump sum. Payment for Property Restoration shall be made at the unit contract price, which payment will be considered complete compensation for all labor, equipment, materials, haul, place, and disposal required to complete this item of work in accordance with the Contract Documents. Bid Item A-58: Cement Concrete Curb and Gutter(Linear Foot) This item includes all work needed install new cement concrete curbs needed for project construction. Concrete curbs shall conform to City of Renton Standard Details, and as shown on the Plans. Measurement cement concrete curb and gutter shall be in linear feet of curb installed as shown in the Contract Documents, unless otherwise approved by the Engineer. Payment for new concrete curb and gutter will be made at the amount bid per linear foot, which payment will be complete compensation for all labor, materials, tools, material hauling, preparation, forming, placement,joint filler, finishing, cleanup, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Placing and compacting crushed surfacing top course for subgrade • Furnishing and installing temporary formwork • Furnishing and placing concrete and joint filler for new curb and gutter • New side curb cuts • New inlet curb cuts Bid Item A-59: Cement Concrete Sidewalk, curb ramps, and driveway entrance (Square Yard) This item includes all work needed to install new cement concrete sidewalks, cement concrete curb ramp and driveways needed for project construction. Cement concrete sidewalks and driveways shall conform to City of Renton Standard Details, and as shown on the Plans. New concrete driveways shall have an admixture to accelerate curing so the driveway can be driven on without damage after 24-hours of curing. Admixtures shall comply with WSDOT Standard Spec. 9-23 Curing Materials and Admixtures. Measurement for cement concrete sidewalk, cement concrete curb ramp and driveway entrance will be measured per square yard installed per Plan. "Cement Concrete Sidewalk and driveway entrance", per square yard which payment will be complete compensation for all labor, equipment, materials, tools, testing, and incidentals to satisfactorily install ss cement concrete sidewalk as work specified in the contract documents and plans, and shall include but not be limited to the following: • Removal and disposal of surplus, unsuitable and/or waste materials • Placing and compacting crushed surfacing top course for subgrade • Furnishing and installing formwork • Furnishing, placing, compacting, and finishing concrete for new sidewalk surface. • Furnishing, placing, compacting, and finishing driveway entrance. • Furnishing, placing, compacting, and finishing concrete for new ramp Type A surFace. • Detectable warning Surface for Type A ramp. Bid Item A-60: Monument Case and Cover(Each) Measurement for monument case and cover will be measured per each. Payment for the monument case and cover shall be complete for all labor, materials, tools, equipment, transportation, supplies, and incidentals required to complete all Work for the items included in the contract documents and plans, and shall include but not limited to the following: Survey of the monument prior the construction, Survey of the monument after the construction. Removal and installation of the monument. Bid Item A-61: Permanent Signing (Lump Sum) Measurement for permanent signing will be measured per Lump Sum The unit contract price will include all materials, tools and equipment to the excavation, installation of a new pole, and foundation, and installation of the existing street sign(s) as directed by the Engineer. "Permanent Signing", per lump sum. Bid Item A-62: Pavement Marking (LF) Measurement for pavement marking will be measured per each installed as per Plan. "Pavement Marking", per linear foot and constitute full compensation for all material, equipment, tools, labor and all else necessary for and incidental to install markings in accordance with the plans and construction documents including: 1. Plastic stop line, 2. Plastic crosswalk line, 3. Plastic Line. Bid Item A-63: Raised Pavement Marker(Hundred) Measurement for Raised Pavement Marker will be measured per hundred installed as per Plan. "Raised Pavement Marker", per hundred constitute full compensation for all material, equipment, tools, labor and all else necessary for and incidental to install markings in accordance with the plans and construction documents. Bid Item A-64: Pervious Concrete Sidewalk (Square Yard) �o This item includes all work needed to install new pervious cement concrete sidewalks for project construction. Pervious concrete sidewalks and driveways shall conform to City of Renton Standard Details, and as shown on the Plans. Measurement for pervious concrete sidewalk will be measured per square yard of concrete as installed as per Plan and will not include the surFace area of the curb ramps or driveways. The Bid Item price for"Pervious Concrete Sidewalk" shall include all costs for the work required to � construct the pervious concrete sidewalk as specified in this Section, including but not limited to; labor, ' equipment, materials, tools, perForming mix designs, testings, test panel, excavation, and subgrade preparation; and, furnishing and installing geotextile, aggregate discharge subbase, pervious concrete, and incidentals to satisfactorily complete work specified in the contract documents and plans, and shall include but not be limited to the following: • Removal and disposal of surplus, unsuitable and/or waste materials • Placing and compacting crushed surfacing top course for subgrade • Furnishing and installing formwork Furnishing, placing, compacting, and finishing pervious concrete sidewalk surface. Bid Item A-65: Gravity Block Wall (Square Feet) Gravity block wall will be measured by the square foot of completed wall in place. The vertical limits for measurement are from the bottom of the bottom layer of blocks to the top of the top layer of blocks. The horizontal limits for measurement are from the end of the wall to end of wall. The Unit Contract Price per square foot for "Gravity Bock Wall" shall be full compensation for the design, submittal review and approval, all labor, material, excavation, removing, hauling, installing of the wall, and backill in accordance with the Contract Document, Standard Specifications and these specifications. Bid Item A-66: Cobbles (Cubic Yard) Measurement for cobbles will be measured per cubic yard installed as per Plan. "Cobbles", per cubic yard and constitute full compensation for all material, equipment, tools, labor, hauling, installation, and all else necessary for slope protection at the side slope bioretention swales, and bottom of the pretreatment cells in accordance with the contract documents. Bid Item A-67: Side Sewer Relocation (Each) This item includes all work and materials needed to relocate existing side sewers that are in conflict with the new storm system. Side sewers shall be relocated per the Side Sewer Relocation detail. The Contractor shall review any side sewer relocations with the City Inspector before starting a rebuild. Dewatering shall be incidental. The Contractor shall document the as-built location and dimensions for each side sewer rebuilt by submitting a new City side sewer card. The information shall include the following: 1. The distance from the nearest sanitary sewer manhole to the tee, 2. The angle and distance from the tee to the connection to the existing side sewer. 3. The fittings, couplings and lengths of pipes used. 4. The elevation or depth below ground surface of all fittings, couplings, changes in pipe direction and elevation, and the connection to the existing side sewer. 71 5. Two photographs of the reconstructed side sewer. One photo showing the side view of new side sewer, the second looking from the sewer main along the new side sewer to the connection with the existing side sewer. Pavment will not be made for anv side sewer that is not documented. Measurement for Side Sewer Relocation shall be per each for each side sewer relocated and documented with a new side sewer card in conformance with the Contract Documents. Payment for Side Sewer Relocation will be made at the amount bid per each, which payment will be complete compensation for all labor, materials, equipment, hauling, pavement cutting, pavement removal, excavation, dewatering, locating all existing utilities and potholing and or CCTV inspection in advance for horizontal and vertical location, bypass pumping, removal and disposal of waste material including existing pipes and structures in the excavation, pipes of the sizes and types required, gaskets, fittings, installation, laying and joining pipe and fittings, bedding, and pipe zone fill material, appurtenances, select backfill, placement of select backfill materials, compaction, water, grading, cleaning, temporary pavement patching, etc. required to complete the Work in accordance with the Contract Documents. Bid Item A-68: Water Line Relocation (Linear Foot) Measurement for the water line relocation will be measured per linear foot horizontally over the centerline of pipe installed and tested. The measured length includes the fittings, valves and couplings. The unit contract price for the water line relocation shall be full compensation for all material, equipment, tools, and labor required to complete the work specified in the contract documents and plans and shall include but not limited to the following: • Excavation and haul and disposal of excess material. ' • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, � • Furnishing, all water pipes and fittings of the size, type and class shown, polyethylene encasement, joint restraint system for pipe and for fittings, special fittings, horizontal and vertical bends, vertical crosses for poly-pigging, shackle rods, temporary blow-off assemblies, thrust blocks and all incidentals, • Coordinating with City Water Department on the installation of water pipes and fittings (City will do the actual pipe connection work when all trench work is ready and prepared by Contractor). • Furnishing and installing (in coordination with City staff) joint restraint systems for all mechanical joint fittings, • Furnishing and installing (in coordination with City staff) joint restrain systems for the required lengths of push-on pipe water mains on both sides of the fittings, as shown on the contract plans, • Furnishing bedding materials, placing and compacting pipe bedding, as shown on the plans, • Placing and compacting trench backfill, • Testing, poly-pigging, disinfecting and flushing of new valves, • Replacing, protecting and/or maintaining existing utilities, • Furnishing and installing concrete thrust blocks. 72 1-10 Temporary Traffic Control �******� 1-10.1 General Section 1-10.1 is supplemented with the following: The Contractor shall provide traffic control plans to the City of Renton for review and approval a minimum of ten (10)working days prior to implementation. The plans as provided by the Contractor shall include and not be limited to the following information: • Stop bar locations with station and offset to verify safety of intersection turning radius for vehicles. • Minimum lane widths provided for vehicular travel. , • Turn pocket length, gap.And tapers in conformance with WSDOT standard plans. ' Contractor shall not proceed with any construction until proper traffic control has been provided to the satisfaction of Engineer. Any days lost due to improper traffic control will be charged against Contractor's allowable contract time, and shall not be the cause for a claim for extra days to complete the Work 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. 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 control devices are in place. 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 for extra days to complete the Work. City of Renton Project Signs City of Renton Project signs shall be considered Construction Signs Class A. The Contractor shall provide a two (2) project signs per the standard detail within the appendix. 1-10.2 Traffic Control Management 1-10.2(2) Traffic Control Plans , Section 1-10.2(2) is supplemented with the following: The following minimum Traffic Control requirements shall be maintained during the construction of the project: • The Contractor shall have the option,with the approval of the Engineer, of momentarily interrupting the continuous one-way traffic. Such interruptions shall utilize qualified flaggers placed in strategic locations to insure the public safety and minimize driver confusion.A momentary interruption shall 73 be defined as a period of time not to exceed fifteen (15) minutes. Regardless of the period of time no queue greater than ten (10) cars in length will be allowed. • The Contractor shall be responsible for notifying all affected property owners prior to commencing the barricading of streets, sidewalks and driveways. • Signs and barricades shall be supplemented by lanterns or flasher units during the hours of darkness. • Drivers of motor vehicles used in connection with the construction shall obey traffic rules posted for such location in the same manner and under the same restrictions as provided for the drivers of private vehicles. • The Contractor shall, at all times throughout the project, conduct the work in such a manner as will obstruct and inconvenience vehicular and pedestrian traffic as little as possible. The streets, sidewalks and private driveways shall be kept open by the Contractor except for the brief periods when actual work is being done. The Contractor shall so conduct his operations so as to have under construction no greater length or amount of work than he can prosecute vigorously and he shall not open up sections of the work and leave them in an unfinished condition. See Section 1-07.23(1)for additional driveway closure requirements. • The Contractor shall provide traffic cones, barricades and drums, with warning lights in sufficient number and in good condition as required to protect the work and the public throughout the length of the job. Traffic Safety Drums with flashers in addition to temporary striping will be used to channelize traffic through construction zones. Opposing lanes of traffic will be separated by pylons when clearance for drums is not adequate. All signing and channelization shall be per current MUTCD standards. • Temporary paint striping, reflective marking tape, and/or retroreflective tubular markers shall be required for each shift of traffic control. The Contractor shall provide temporary striping, reflective marking tape, and/or retroreflective tubular markers as required at the direction of the Engineer. Paint, reflective marking tape, and/or retroreflective tubular markers used for temporary striping shall meet the requirement of Section 8-23 of these Special Provisions. • The Contractor provided Traffic Control Plans shall lay out traffic control device spacing, tapers, I etc., to scale, shall contain accurate dimensions and legends and shall be signed by the preparer. i 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 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: �******� 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 The following is a new section with new subsections: �******� 74 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. 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. 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. 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 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, 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 bench marks established. 1-11.1(3) Subdivision Information 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. 75 1-11.1(5) Corners and Monuments 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: • 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 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 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. 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 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 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. 1-11.1(7) Precision Levels Vertical Surveys for the establishment of bench marks shall satisfy all applicable requirements of section 1-05 and 1-11.1. Vertical surveys for the establishment of bench marks shall meet or exceed the standards, specifications and procedures of third order elevation accuracy established by the Federal Geodetic Control Committee. Bench marks must possess both permanence and vertical stability. Descriptions of bench marks 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. �s 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 misclosure 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 misclosure of the circuit not to exceed 0.1 feet. 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-builY' survey must be based on the same base line or control survey used for the construction staking survey for the improvements being "as-builY'. The"as-builY'survey for all subsurface improvements should occur prior to backfilling. Close cooperation between the installing contractor and the "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. The field notes for"as-built"shall meet the requirements of section 1-11.1(4) herein and submitted with stamped and signed "as-builY' 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-builY' surveys. 1-11.1(12) Monument Setting and Referencing 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. 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 with in 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 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 and NAVD 88 elevation shall be filled out and filed with the city. n 1-11.2 Materials 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 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. 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. �a Division 2 Earthwork 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. 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. The property owners shall be responsible for removing and/or relocating trees, shrubs, curbing, ornamental plants removing and/or relocating irrigation equipment, 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 fences and any structure within private property. 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: (......� The Contractor shall dispose of all debris by Disposal Method No. 2 —Waste Site. 2-02 Removal of Structures and Obstructions 2-02.1 Description Section 2-02.1 is supplemented with the following: �******� Removal of Structures and Obstructions The Contractor shall remove and dispose of all items shown on the Plans and other minor items necessary to complete the work. The following partial list of items to be removed and disposed of is provided for the convenience of the contractor. The contractor shall review the plans, specifications and project site to verify other items to be removed: • Wood fence—25 LF • Chain link fence—60 LF • Pavement marking —600 LF • Street sign —7 EA 79 2-02.3 Construction Requirements Supplement (March 13, 1995) This work shall consist of removing miscellaneous traffic items. Section 2-02.3 is supplemented with the following: 2-02.3(3)Removal of Pavement, Sidewalks, Curbs, and Gutters Section 2-02.3(3) is supplemented with the following: �******� 2-02.3(3) Pavement Removal Section 2-02.3 is supplement with the following: Where shown in the Plans or where designated by the Engineer, the Contractor shall remove asphalt, concrete, and/or Portland cement concrete pavement. The approximate thickness of the HMA pavement is generally 6 inches. Refer to the geotechnical report and utility potholes for more information. Prior to removal, the Contractor shall make a full-depth sawcut to delineate the areas of pavement removal from those areas of pavement to remain. The Engineer shall approve the equipment and procedures used to make the full-depth sawcut. No wastewater from the saw cutting operation shall be released directly to any stream or storm sewer system. The removed pavement shall become the property of the Contractor and shall be removed from the project. Damage caused to portions of the pavement to remain, due to the Contractor's operation, shall be repaired by the Contractor at the Contractor's expense and to the satisfaction of the Engineer. 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 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. MC cold mix or MC hot mix shall be used at the discretion of the Engineer. �******� 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, 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, so 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 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. 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. I 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. �******� 2-02.3(5) Removal and Relocation of Existing Private Improvements Section 2-02.3(5) is a new section: When directed by the Engineer, the removal and relocation of certain specified existing private improvements are to be paid per Bid item Property Restoration. 81 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 shown on the plans including but not limited to roadway , sidewalk and bioretention. Suitable excavated material shall be used for embankments, while surplus excavated material or unsuitable material shall be disposed of by the Contractor. 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. 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 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 saturated 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. 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 Section 9- 03.14 of the Standard Specifications shall be used. ss 2-04 HAU L 2-04.5 Payment Section 2-04.5 is revised and supplemented as follows: �******� All costs for the hauling of material to, from, or on the job site shall be considered incidental to and included in the unit price of other units of work. 2-06 SUBGRADE PREPARATION 2-06.5 Measurement and Payment Section 2-06.5 is supplemented by adding the following: �******� Subgrade preparation and maintenance including watering shall be considered as incidental to the construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid prices. 2-09 Structure Excavation 2-09.1 Description Section 2-09.1 is supplemented by adding the following: �******� This work also includes the excavation, haul, and disposal of all unsuitable materials such as peat, muck, swampy or unsuitable materials including buried logs and stumps. 2-09.3(1)D Disposal of Excavated Material Section 2-09.3(1)D is revised as follows: �******� The third paragraph is replaced with: If the contract includes structure excavation, Class A or B, including haul, the unit contract price shall include all costs for loading and hauling the material the full required distance, otherwise all such disposal costs shall be considered incidental to the work. 2-09.3(1)E Backfilling �******� The first paragraph of Section 2-09.3(1)E is replaced with the following: Backfill for Structure Excavation Class B shall be "Gravel Borrow Incl. Haul". Backfill subsequent to the removal of structures and obstructions shall be "Gravel Borrow Incl. Haul". Native material may be used for backfill with approval of the Engineer. 83 2-09.4(A) Measurement of Trench Excavation The Contracting Agency will use the sides of the trench or pit as horizontal limits in measuring excavation. For all pipes,the trench excavation quantity will be calculated based on the following trench widths: For drain and underdrain pipes, trench width = I.D. + 12 inches For pipes 15 inches and under, trench width = I.D. + 30 inches, For pipes 18 inches and over, trench width = (1.5 x I.D.) + 18 inches. For manhole, catch basin, grate inlet, or drop inlet, the limits will be 1 foot outside the perimeter of the Structure. For pipelines the lower limit in measuring trench excavation will be the foundation level as shown in the Plans or as directed by the Engineer. sa Divisio n 4 Bases 4-04 Ballast and Crushed SurFacing 4-04.3 Materials Supplement �******� Supplement with the following: Aggregate base 9-03.1(4)C The aggregate base shall be AASHTO Grading No. 57 to be installed underneath pervious concrete sidewalk as shown in Contract Plans. 85 Divisio n 5 Surface Treatments and Pavements 5-04 Hot Mix Asphalt 5-04.2 Materials Section 5-04.2 is supplemented with the following (January 6, 2014) Materials shall meet the requirements of the following sections: Asphalt Binder 9-02.1(4) Cationic Emulsified Asphalt 9-02.1(6) Anti-Stripping Additive 9-02.4 Warm Mix Asphalt Additive 9-02.5 Aggregates 9-03.8 Recycled Asphalt Pavement 9-03.8(3)B Mineral Filler 9-03.8(5) Recycled Material 9-03.21 The Contract documents may establish that the various mineral materials required for the I manufacture of HMAwill be furnished in whole or in part by the Contracting Agency. If the documents � do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. The Contractor may choose to utilize recycled asphalt pavement (RAP) or reclaimed asphalt shingles (RAS) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. The RAS may be from reclaimed shingles. If greater than 20 percent of the total weight of HMA is RAP or any amount of RAS is utilized in the production of HMA, the Contractor shall sample and test the RAP and RAS during stockpile construction in accordance with WSDOT FOP forAASHTO T 308 forthe determination of the asphalt binder content and WSDOT FOP for WAQTC/AASHTO T 27/T 11 for the gradation of the aggregates. The RAP shall be sampled and tested at a frequency of dne sample for every 1,000 tons produced and not less than ten samples per project. The RAS shall be sampled and tested at a frequency of one sample for every 100 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency prior to or when submitting the mix design. If utilized, the amount of RAS shall not exceed 5-percent of the total weight of the HMA. The Contractor shall include the RAP and RAS as part of the mix design as defined in these Specifications. The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. For HMA with either a RAP percentage greater than 20 percent of the total weight or any amount of RAS the actual grade of the final blended asphalt binder(after inclusion of RAP, RAS, new asphalt binder and recycling agent) shall not exceed the grade of asphalt binder required by the Contract and comply with the requirements of Section 9-02.1(4). The actual grade of the new binder and the final blended asphalt binder shall be verified in accordance with AASHTO R 29 and reported to the Contracting Agency when submitting the mix design for evaluation. as The Contractor may use warm mix asphalt(WMA) processes in the production of HMAwith a RAP percentage of 20 percent of the total weight or less. WMA processes shall not be used in the production of HMA with a RAP percentage greater than 20 percent of the total weight or any amount of RAS. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. When the Contracting Agency provides aggregates or provides a source for the production of aggregates, the Contract Provisions will establish the approximate percentage of asphalt binder required in the mixture for each class of HMA. Production of aggregates shall comply with the requirements of Section 3-01. Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3-02. 5-04.3 Construction Requirements Section 5-04.3 is supplemented as follows: �******� 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 property owner, 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) and replaced with a full width section. 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 property owner, the City, and to its original condition or better and at no additional cost to the Owner. 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. 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 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. All utilities shall be painted with a biodegradable "soap" to prevent the tack and ACP from sticking to the lids. Diesel will not be used. After the application of soap, catch basins must be covered to prevent tack and ACP from getting into catch basins. s� 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 ofACP, 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. 5-04.3(7)A Mix Design Item 2 is deleted and replaced with: �****�� 1. 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 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 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 A1 is deleted and replaced with: �*****� 5-04.3(8)A1 General. Acceptance of HMA shall be as provided under nonstatistical or commercial evaluation. 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 A7 is deleted sa 5-06 TRENCH RESTORATION AND OVERLAY Section 5-06 is a new section: �******� CITY OF RENTON TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS Amended April 4, 2005 by Ordinance 5131 SECTION 1 PURPOSE The purpose of this code section is to establish guidelines for the restoration of City streets disturbed by installation of utilities and other construction activities. Any public or private utilities, general contractors, or others permitted to work in the public right-of-way will adhere to the procedures set forth in this policy. SECTION 2 DEFINITIONS Engineer: The term engineer shall denote the City project manager, inspector and/or plan reviewer, or their designated representative. SECTION 3 HOURS OF OPERATIONS Hours for work within the roadway for asphalt overlays or trench restoration shall be as directed by the Traffic Control Plan requirements and as approved by the Traffic Operations Engineer. SECTION 4 APPLICATION 1. The following standards shall be followed when doing trench or excavation work within the paved portion of any City of Renton right-of-way. 2. Modifications or exemptions to these standards may be authorized by the Planning/Building/Public Works Administrator, or authorized representative, upon written request by the permittee, their contractor or engineer and demonstration of an equivalent alternative. , SECTION 5 INSPECTION The Engineer may determine in the field that a full street-width (edge-of-pavement to edge-of-pavement) overlay is required due to changes in the permit conditions such as, but not limited to the following: 1. There has been damage to the existing asphalt surface due to the contractor's equipment. 2. The trench width was increased significantly or the existing pavement is undermined or damaged. 3. Any other construction related activities that require additional pavement restoration. SECTION 6 CITY OF RENTON STANDARDS 1. All materials and workmanship shall be in accordance with the City of Renton Standard and Supplemental Specifications (current adopted version) except where otherwise noted in these Standards. Materials and workmanship are required to be in conformance with standards for the Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Chapter of the American Public Works Association (APWA) and the Washington State Department of Transportation (WSDOT) and shall comply with the most current edition, as modified by the City of Renton Supplemental Specifications. An asphalt paver shall be used in accordance with Section 5-04.3(3) of Standard Specifications.A"Layton Box" or equal may be used in place of the power-propelled paver. Rollers shall be used in accordance with Section 5-04.3(4) of the Standard Specifications. "Plate Compactors" and "Jumpinq Jacks" SHALL NOT be used in lieu of rollers. 2. Trench backfill and resurFacing shall be as shown in the City of Renton Standard Details, unless modified by the City Permit. Surfacing depths shown in the Standard Details are minimums and may be increased by the Engineer to meet traffic loads or site conditions. SECTION 7 REQUIREMENT FOR PATCHING, OVERLAY, OVERLAY WIDTHS 90 All trench and pavement cuts shall be made by sawcut or by grinding. Sawcuts or grinding shall be a minimum of one foot(1') outside the trench width. The top two inches (2") of asphalt shall be ground down to a minimum distance of one foot(1') beyond the actual outside edges of the trench and shall be replaced with two inches (2") of Class B asphalt, per City of Renton Standards. At the discretion of the engineer, a full street width overlay may be required. Lane-width or a full street-width overlay will be determined based upon the location and length of the proposed trench within the roadway cross-section. Changes in field conditions may warrant implementation of additional overlay requirements. 1. Trenches (Road Crossings): a The minimum width of a transverse patch (road crossing) shall be six and one-half feet (6.5'). See City of Renton Standard Plan Drawing #HR—23 (SP Page: H032A). b Any affected lane will be ground down two inches (2")and paved for the entire width of the lane. c Patch shall be a minimum of one foot(1') beyond the excavation and patch length shall be a minimum of an entire traveled lane. d if the outside of the trenching is within three feet(3') of any adjacent lane line, the entire adjacent traveled lane affected will be repaved e An area including the trench and one foot (1') on each side of the trench but not less than six and one half feet (6.5') total for the entire width of the affected traveled lanes will be ground down to a depth of two inches (2").A two-inch (2") overlay of Class B asphalt will be applied per City standards. 2. Trenches Running Parallel With the Street: a The minimum width of a longitudinal patch shall be four and one-half feet (4.5'). See City of Renton Standard Plan Drawing #HR-05 (SP Page H032). b If the trenching is within a single traveled lane, an entire lane-width overlay will be required. c If the outside of the trenching is within three feet(3') of any adjacent lane line, the entire adjacent traveled lane affected will be overlaid. d if the trenching is greater than, or equal to 30% of lane per block (660-foot maximum block length), or if the total patches exceed 12 per block, then the lanes affected will be overlaid. Minimum overlay shall include all patches within the block section. e The entire traveled lane width for the length of the trench and an additional ten feet (10') at each end of the trench will be ground down to a depth of two inches (2").A two-inch (2")overlay of Class B will be applied per City standards. 3. Potholing: Potholing shall meet the same requirements as trenching and pavement restoration. Potholing shall be a minimum of one foot (1') beyond the excavation. All affected lanes will be ground down to a depth of two inches(2") and paved not less than six and one half feet(6.5')wide for the entire width of the lane. Potholes greater than five feet (5') in length, width or diameter shall be restored to trench restoration standards. In all cases, potholes shall be repaired per Renton Standard Plan # HR05 (SP Page H032). Restoration requirements utilizing vactor equipment will be determined by the engineer. SECTION 8 PAVEMENT REMOVAL IN LIEU OF GRINDING The contractor in all cases can remove the pavement in the replacement area instead of grinding out the specified two inches (2") of asphalt. Full pavement replacement to meet or exceed the existing pavement depth will be required for the area of pavement removal. SECTION 9 TRENCH BACKFILL AND RESTORATION CONSTRUCTION REQUIREMENTS 1. Trench restoration shall be either by a patch or overlay method, as required and indicated on City of Renton Standard Plans #HR-05, HR-23, and HR-22 (SP Pages#H032, H032A, and H033). 2. All trench and pavement cuts, which will not be overlaid, shall be made by sawcut or grinding. Sawcuts shall be a minimum of two feet (2') outside the excavated trench width. 3. All trenching within the top four feet(4') shall be backfilled with crushed surFacing materials conforming to Section 4-04 of the Standard Specifications. Any trenching over four feet(4') in 91 depth may use materials approved by the Engineer or Materials Lab for backfilling below the four- foot(4') depth. If the existing material (or other material) is determined by the Engineer to be suitable for backfill, the contractor may use the native material, except that the top six inches (6") shall be crushed surfacing top course material. The trench shall be compacted to a minimum ninety-five percent (95%) density, as described in Section 2-03 of the Standard Specifications. In the top six feet(6') of any trench, backfill compaction shall be perFormed in eight to 12-inch (8-12") lifts. Any trench deeper than six feet(6') may be compacted in 24-inch lifts, up to the top six-foot (6') zone. All compaction shall be performed by mechanical methods. The compaction tests may be performed in maximum four-foot(4') vertical increments. The test results shall be given to the Engineer for review and approval prior to paving. The number and location of tests required shall be determined by the Engineer. 4. Temporary restoration of trenches for overnight use shall be accomplished by using MC mix (cold mix), or Asphalt Treated Base (ATB), as approved by the Engineer. ATB used for temporary restoration may be dumped directly into the trench, bladed out and rolled. After rolling, the trench must be filled flush with asphalt to provide a smooth riding surface. If the temporary restoration does not hold up, the Contractor shall repair the patch within eight hours of being notified of the problem by the City. This requirement applies 24 hours per day, seven days a week. In the event that the City determines to repair the temporary patch, the contractor shall reimburse the City in an amount that is double the City's cost in repairing the patch, with the second half of the reimbursement to represent City overhead and hidden costs. 5. Asphalt Concrete Class E or Class B shall be placed to the compacted depth as required and indicated on City of Renton Standard Plans #HR-05, HR-23, and HR-22 (SP Pages#H032, H032A, and H033) or as directed by the Engineer. The grade of asphalt shall be AR-4000W. The materials shall be made in conformance with Section 9-02.1(4) of the Standard Specifications. 6. Tack coat shall be applied to the existing pavement at edge of saw cuts and shall be emulsified asphalt grade CSS-1, as specified in Section 9-02.1(6) of the Standard Specifications. Tack shall be applied as specified in Section 5-04 of the Standard Specifications. 7. Asphalt Concrete Class E or Class B, shall be placed in accordance with Section 5-04 of the Standard Specifications; except those longitudinal joints between successive layers of asphalt concrete shall be displaced laterally a minimum of twelve inches (12"), unless otherwise approved by the Engineer. Fine and coarse aggregate shall be in accordance with Section 9-03.8 of the Standard Specifications. All street surfaces, walks or driveways within the street trenching areas shall be feathered and shimmed to an extent that provides a smooth-riding connection and expeditious drainage flow for the newly paved surface. Feathering and shimming shall not decrease the minimum vertical curb depth below four inches (4")for storm water flow. The Engineer may require additional grinding to increase the curb depth available for storm water flow in areas that are inadequate. Shimming and feathering, as required by the Engineer, shall be accomplished by raking out the oversized aggregates from the Class B mix as appropriate. Surface smoothness shall be per Section 5-04.3(13) of the Standard Specifications. The paving shall be corrected by removal and repaving of the trench only. Asphalt patch depths will vary based upon the streets being trenched. The actual depths of asphalt and the work to be performed shall be as required and indicated on City of Renton Standard Plans #HR-05, HR-23, and HR-22 (SP Pages #H032, H032A, and H033). Compaction of all lifts of asphalt shall be a minimum ninety-two percent (92%) of density as determined by WSDOT Test Method 705. The number of tests required shall be determined by the Engineer. ss Testing shall be performed by an independent testing lab with the results being supplied to the Engineer. Testing is not intended to relieve the contractor from any liability for the trench restoration. It is intended to show the inspector, and the City, that the restoration meets these specifications. 8. All joints shall be sealed using paving asphalt AR-4000W. 9. When trenching within the unpaved roadway shoulder(s), the shoulder shall be restored to its original condition, or better. 10. The final patch or overlay shall be completed as soon as possible and shall not exceed fifteen (15) workinq davs after first openina the trench. This time frame may be adjusted if delays are due to inclement paving weather or other adverse conditions that may exist. However, delaying of final patch or overlay work is subject to the Engineer's approval. The Engineer may deem it necessary to complete the work within the fifteen (15)working day time frame and not allow any time extension. Should this occur, the Contractor shall perform the necessary work, as directed by the Engineer. 11. A City of Renton temporary Traffic Control Plan (from Renton Transportation Engineering) shall be submitted and approved by the Engineer a minimum of three (3)working days prior to commencement of work. SECTION 10 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. 93 Divisio n 7 Drainage Structures, Storm Sewers, Sanitary Sewers, Water Mains, and Conduits 7-01 Drain 7-01.2 Materials The second paragraph of Section 7-01.2 is revised as follows: �******� Drain pipes shall be corrugated polyethylene culvert pipe (CPEP) unless the Plans specify other type to be used. Drain pipes may be concrete, zinc coated (galvanized) corrugated iron with Asphalt Treatment I, aluminum coated (aluminized) corrugated iron with Asphalt Treatment I, zinc coated (galvanized) steel with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the option of the Contractor unless the Plans specify the type to be used Underdrains shall be slotted PVC perASTM D1785 SCH 40. The slots sizes and spacing shall be per Plan. 7.01-3(2) has been deleted and replaced with the following: �******� Under-drains should be sloped at a minimum of 0.5 percent unless otherwise specified by an engineer. Do not wrap the under-drain pipe in filter fabric as it increases chances of clogging. 7-04 Storm Sewers 7-04.2 Materials Section 7-04.2 is supplemented with the following: The Contractor shall require the pipe suppliers to furnish certificates signed by their authorized representatives stating the specifications to which the materials or products were manufactured. Certificates indicating non-conformance with these Specifications shall be sufficient evidence for rejection. Approval of certificates shall be considered only as tentative acceptance of the materials or products, and such action by the Engineer will not relieve the Contractor of its responsibility to perform field tests and to replace or repair faulty materials, equipment, and/or workmanship. Ductile iron storm sewer pipe shall conform to the requirements of 9-05.13 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. 95 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 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: �******� 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(A) 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 coordinating the construction of the storm drainage system with the respective utility construction crews. 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: �******� 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." 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 ss approved by the Engineer, and provide completed forms and video recordings of the completed "Televisian Inspection" to the Engineer. 7-05 Manholes, Inlets, Catch Basins and Drywells 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 7-05.3 Construction Requirements Section 7-05.3 is supplemented with the following: �******� All manholes shall have eccentric cones and shall have ladders. Backfill around catch basins shall be compacted by mechanical tampers in accordance with Section 2-03.3(14)C "Method B" of the Standard Specifications. Catch basin cover frames shall be installed on precast rings or as directed by the Engineer. All bricks shall be installed with full mortar coverage and shall be plastered to a depth of 3/4 inch on the outer surface. Catch basin covers shall be adjusted to the elevation designated by the Engineer. 7-05.3(1) Adjusting Manholes, Valves and Catch Basins to Grade Section 7-05.3(1) is replaced with the following: �******� 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 202.00, prior to final acceptance of the work. Manholes in unimproved areas shall be adjusted to 6" above grade Manholes, valves, catch basins, and other structures shall not be adjusted to final grade until the adjacent pavement is completed, at which time the center of each structure shall be carefully relocated from references previously established by the Contractor. The asphalt concrete pavement s� shall be removed to a neat circular shape for manholes and a neat rectangular shape for catch basins. The edge of the cut shall be 1 foot from the outside edge of the cast iron frame of the structure. The base materials and crushed rock shall be removed. The manhole and catch basin frames shall be lifted and reset to the final grade, plumb to the roadway,and shall remain operational and accessible. Commercial class concrete shall be placed in the entire void up to within, but not to exceed, 3 inches of the finished pavement surface. 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 that the entire volume of the excavation is replaced up to within but not to exceed 2 inches of 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 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 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 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) Abandon Existing Manholes Section 7-05.3(2) is supplemented with the following: The requirements of this section shall also apply to abandoning existing catch basins. Where it is required that an existing manhole be abandoned, the structure shall be broken down to a depth of at least 4 feet below the revised surFace elevation, all connections plugged, the manhole base shall be fractured to prevent standing water, and the manhole filled with sand and compacted to 90 percent density as specified in Section 2-03.3(14)C. Debris resulting from breaking the upper part of the manhole may be mixed with the sand subject to the approval of the Engineer. The ring and cover shall be salvaged and all other surplus material disposed of. 98 Abandonment of existing catch basins shall be conducted in such a manner to prevent damage to surrounding facilities including any existing storm drainage, sanitary sewer, electrical conduits or other facilities to remain. All remaining facilities including storm drainage, sanitary sewer and electrical conduits damaged due to the Contractors operations shall be replaced by the Contractor to the satisfaction of the Engineer at no additional cost to the Contracting Agency. Backfilling of catch basins to be abandoned and replaced shall not be performed until the new catch basin is installed in accordance with Section 7-05 of the Standard Specifications as modified by amendment or special provision. All labor, materials and equipment required to backfill the catch basins shall be considered incidental to the construction and installation of the storm drain and catch basin. Backfilling of catch basins to be abandoned shall be done with gravel borrow and paid for per the unit contract price for Gravel Borrow. '�, Prior to backfilling any voids, the Contractor shall plug any abandoned pipe with commercial concrete in accordance with Section 7-08.3(4) of the Standard Specifications. 7-05.3(3) Connections to Existing Manholes �******� 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 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. 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 rechanneled as necessary to match the new pipe configuration and as shown on the construction plans. A"connection to existing" item will be allowed at any connection of a new line to an existing structure, or the connection of a new structure to a existing line. No "connection to existing" will be accepted at the location of new installation, relocation and adjustment of line manholes, catch basins or curb inlets. 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 his own expense. The unit bid price per each shall be full compensation for all labor, materials and equipment required. The requirements of this section shall also apply to connections to existing catch basins. �******� 7-05.3(5) Solid Cover and Frame Section 7-05.3(5) is added: Remove existing frame and grate and provide new frame with solid cover in accordance with the requirements of Section 7-05.3 and Renton Standard Detail 204.00, Standard Frame, and 204.10, Solid Cover. �******� 7-05.3(6) Round Locking Solid Cover Section 7-05.3(6) is added: Remove existing frame and grate and provide new frame with round solid locking cover in accordance with the requirements of Section 7-05.3, Renton Standard Detail 240.50 Storm Round Frame and Cover, and the detail shown in the plans. 99 7-05.3(9) Connection to Existing Pipe Section 7-05.3(9) is added: The contractor shall connect (or reconnect) existing pipes to the new manholes or catch basins without disturbing flow from upstream or downstream locations. All costs associated with this work shall be included in the unit contract prices for the related items of work, where the related items of work are defined as the closest drainage item for which a pay item is provided. 7-05.3(10) Drain Basin Section 7-05.3(10) is added: Drain Basin shall be 18 inches diameter plastic Nyloplast basin from ADS or approve equal.The basin shall include an 18 inches diameter pedestrian rated locking grate. Cast a concrete ring around the frame to secure the frame onto the drain basin. 7-08 General Pipe Installation Requirements 7-08.3 Construction Requirements Section 7-08.3 is supplemented with the following: �******� The Contractor may encounter groundwater in trench excavation depending on trench depth. The Contractor shall not dewater the excavation with wells or well points but shall keep the excavated ' trench free of water during pipe installation. This may be done with sheet piling and pumping within the excavation. The Contractor shall assess the situation and develop a plan to accommodate construction in groundwater. The Contractor shall be solely responsible for this groundwater/trench excavation control plan. All costs related to trench dewatering shall be included in the related items of work. 7-08.3(2)B 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 on the top of the pipe, or by looking for ponding of 1/2" or less, which indicates a satisfactory condition. At manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the (eight-tenths)flow elevation, unless otherwise approved by the Engineer. 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 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 pipe line shall be closed with water tight 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 exceeding 10 percent. Pipe which �oo 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. For concrete pipes with elliptical reinforcement, the pipe shall be placed with the minor axis of the reinforcement in a vertical position. Immediately after the pipe joints has 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(3) Backfilling Section 7-08.3(3) is supplemented with the following: �******� Initial backfilling shall be performed only after inspection and approval of the installed pipe. Backfill shall be accomplished in such a manner that the pipe shall not be damaged by impact or overloading. To the maximum extent available, suitable material obtained from trench or pond excavation shall be used for trench backfill. All material placed as trench backfill shall be free from rocks or stones larger 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. Generally, the existing soils are very silty and organic and shall not be reused as trench backfill unless otherwise required by the Engineer. Structural fill shall consist of Gravel Borrow, meeting the requirements of Section 9-03.14(1) of the Standard Specifications. It should be free of gravel, organics and other debris. The structural trench backfill should be moisture conditioned to within approximately 3 percent of optimum moisture content, placed in loose horizontal lifts less than 6 inches in thickness, and compacted to at least 95 percent of the maximum dry density (MDD) as determined by the Modified Proctor compaction test method ASTM D 1557. During placement of the initial lifts, the trench backfill material shall not be bulldozed into the trench or dropped directly on the pipe. Heavy vibratory equipment shall not permitted to operate directly over the pipe until a minimum of 2 feet of backfill has been placed over the pipe bedding. Contactor shall take special care to obtain good compaction up to the edges of the excavation as the shoring is removed in accordance with the Shoring Plan. All backfill for pipe trenches shall be mechanically compacted in a systematic manner by a power operated mechanical tamper(s) as specified in Sections 7-08.3(3) of the Standard Specifications or other mechanical compaction device approved by the Engineer. 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. 101 Special care must be taken to obtain good compaction up to the edges of the excavation as the shoring is removed. Moreover, attention must be paid to ensuring good compaction around manholes. The Contractor shall be responsible for the disposal of any excess excavated material. If there is an excess of acceptable backfill material obtained from trench excavation at one location on the project, it shall be used at other locations on the project as directed by the Engineer. The cost of transporting the excess backfill material shall be considered incidental to the pipe or structure backfilled. Controlled Density Fill (CDF), per Special Provision 2-09.3(1)E, shall be placed where depicted in the plans, and where authorized by the Engineer, as described in these specifications. When CDF is to be placed within a pipe to be abandoned in place, the pipe interior shall be uniformly pre-wet to allow for uniform placement. Placement within pipes shall be perFormed from the lowest point when practicable, otherwise sufficient vent holes shall be constructed by the Contractor, at no additional cost, to ensure void-free placement. Prior to filling the pipe, the downstream end of pipe shall pumped dry and fitted with a temporary plug that does not move and fully contains the CDF during placement, when necessary. The temporary plug shall be removed after adequate CDF strength has been attained. Pipes shall not be abandoned and filled where they are needed to convey offsite or project stormwater until after the permanent drainage system has been completed and sediment generating project activities have been terminated. 7-08.3(2)E Rubber Gasketed Joints I Section 7-08.3(2)E is supplemented as follows: i ��*****� I 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. 7-09 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. 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 ofANSI 21.5 orAWWA C105. �02 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. Installation of the polyethylene encasement shall be considered incidental to the installation of the pipe and no additional payment shall be allowed. �os 7-09.3(19)A Connections to Existing Mains 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: Citv Installed Connections: Connections to existing piping and tie-ins are indicated on the drawings. The Contractor must verify all existing piping, dimensions, and elevations to assure proper fit. Connections to the existing water main shall not be made without first making the necessary 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. i 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, 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. 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block 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. 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 7-11.3(15). 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. 7-09.3(23) Hydrostatic Pressure Test Section 7-09.3(23) is supplemented and revised as follows: �******� A hydrant meter and a back flow 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 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 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. 104 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 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. All water used to perForm hydrostatic pres�ure shall be charged a usage fee. Allowable leakage per 1000 ft. of pipeline* in GPH Nominal Pipe Diameter in inches PSI 6" 8" 10" 12" 16" 24" 20" 45 0.9 1.2 1.5 1.9 2.5 3.1 3.8 0 5 7 9 1 5 8 2 40 0.9 1.2 1.5 1.8 2.4 3.0 3.6 0 0 0 0 0 0 0 0 35 0.8 1.1 1.4 1.6 2.2 2.8 3.3 0 4 2 0 9 5 1 7 27 0.7 1.0 1.2 1.4 1.9 2.4 2.9 5 5 0 4 9 9 9 9 25 0.7 0.9 1.1 1.4 1.9 2.3 2.8 0 1 5 9 2 0 7 5 22 0.6 0.9 1.1 1.3 1.8 2.2 2.7 5 8 0 3 5 0 5 0 2 0 0.6 0.8 1.0 1.2 1.7 2.1 2.5 0 4 5 6 8 0 2 5 *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=ND P 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 The paragraph stating that "There shall not be an appreciable or abrupt loss in pressure during the 15 minute test ep riod." Is deleted. Section 7-09.3(24)A shall be revised and supplemented as follows: �******� 7-09.3(24)A Flushing and "Poly-pigging" 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,21b/cu-ft density foam with 90Adurometer 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. 105 Dechlorination of all water used for disinfection shall be accomplished in accordance with the City's standard detail. 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: �******� 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: �*****�� Treated water shall be retained in the pipe at least 24 hours but no long 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. Section 7-09.3(25) is a new additional section: �******� 7-09.3(25) Joint Restraint Systems , General: �� Where shown on the plans or in the specifications or required by the engineer,joint restraint system(shackle li rods) shall be used. All joint restraint materials (shackle rods) 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 Ibs. minimum for 5/8" and 60,000 Ibs. minimum for 3/4" by heat treating (quenching and tempering) to manufactures 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 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 61.1. S12: 5/8" and 3/4" diameter,ASTM A36,A307. 106 Tiewasher: round flat washers, zinc plated or hot-dip galvanized. SS17: ASTM A242, F436. S17: ANSI B18.22.1. Installation: Install the joint restraint system in accordance with the manufactures instructions so all joints are mechanically locked together to prevent joint separation. Tiebolts shall be 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) 36" (24-7/8"rods) Where a manufactures 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 koppers bitomastic no. 300-m, or approved equal. Where poly wrapping is not required all tiebolts, tienuts, tiecouplings, tierods and tiewashers may be galvanized as specified in the preceding paragraph or plain and painted in the entirety with koppers bitumastic no. 800-m, or approved equal. Tiebolts, tienuts, tiecouplings, tierods, and tiewashers shall be considered incidental to installation of the pipe and no additional payment shall be made. 707 7-12 VALVES FOR WATER MAINS 7-12.3(1) Installation of Valve Marker Post Section 7-12.3(1) has been 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. 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 Renton Standards. Valve box adjustments shall include, but not be limited to, the locations shown on the Plans. 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 I 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. 7-14 HYDRANTS 7-14.3(1) Setting Hydrants Paragraph four and five of Section 7-14.3(1) is revised and the section is supplemented as follows: �******� After all installation and testing is complete, the exposed portion of the hydrant shall be painted with two field coats. The type and color of paint will be designated by the Engineer. Any hydrant not in service shall be identified by covering with a burlap or plastic bag approved by the Engineer. Hydrants shall be installed in accordance with AWWA specifications C600-93, Sections 3.7 and 3.8.1 and the City of Renton standard details. Hydrant and guard posts shall be painted in accordance with the water standard detail. Upon completion of the project, all fire hydrants shall be painted to The City of Renton specifications and guard posts painted with two coats of preservative paint NO. 43-655 safety yellow or approved equal. Fire hydrants shall be of such length as to be suitable for installation with connections to 6", 8" AND 10" piping in trenches 3 - 1/2 feet deep unless otherwise specified. The hydrant shall be designed for a 4-1/2 foot burial where 12" and larger pipe is shown unless otherwise noted on the plan. Fire hydrant assembly shall include: cast-iron or ductile iron tee (MJ x FL), 6" gate valve (FL x MJ), 6" DI spool (PE x PE), 5-1/4" MVO fire hydrant (MJ connection), 4" x 5" Stortz adapter, cast iron valve box and cover, 3/4" shackle rods and accessories, concrete blocks and two concrete guard posts (only if hydrants are outside right-of-way). Joint restraint(Shackle Rods) shall be installed in accordance with Section 7-11.3(15). 108 7-14.3(3) Resetting Existing Hydrants Section 7-14.3(3) is supplemented by adding the following: �******� All hydrants shall be rebuilt to the approval of the City (or replaced with a new hydrant). All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. 7-14.3(4) Moving Existing Hydrants Section 7-14.3(4) is supplemented by adding the following: I, �******� All hydrants shall be rebuilt to the approval of the City(or replaced with a new hydrant). All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. 7-15 SERVICE CONECTIONS 7-15.3 Construction Details Section 7-15.3 is supplemented as follows: �******� Pipe materials used to extend or replace existing water service lines shall be copper. Where installation is in existing paved streets,the service lines shall be installed by a trenchless percussion and impact method (hoe-hogging). If the trenchless percussion and impact method fails, regular open trench methods may be used. 109 7-22 Bioretention New Section Section 7-22 is a new section �******� 7-22.1 Description This section describes work consisting of the installation of bioretention soil in bioretention cells intended to receive surface runoff for infiltration. 7-22.3 Materials Materials shall meet the requirements of the following sections: Bioretention Soil 9-14.1(4) Fine Aggregate 9-03.12(7) Construction Geotextile for underground Drainage 9-33.2(1) Woodchip Mulch 9-14.4 Compost 9-14.8 7-22.3 Construction Requirements Runoff shall not be allowed to enter the bioretention swale until authorization is given by the Engineer. Bioretention soil shall be protected from all sources of additional moisture at the Supplier's site, in covered conveyance, and at the Project Site until incorporated into the Work. When the Contract specifies testing by a Contractor provided testing laboratory, the laboratory shall be a Seal of Testing Assurance (STA), AASHTO, ASTM or other standards organization, as designated in the contract, accredited laboratory with current and maintained certification. The testing laboratory shall be capable of performing all tests to the standards specified, and shall provide test results with an accompanying Manufacturer's Certificate of Compliance. 7-22.3 (1) Bioretention Soil. 1. Bioretention Soil Mixture Resulting soil mix shall be thoroughly mixed offsite at a clean location. No stratified layers of soil mix shall be allowed. Resulting soil mix shall be free of deleterious materials. No other materials or substances shall be mixed or dumped within the bio-retention soil that may be harmful to plant growth, and/or treatment or prove a hindrance to the planting or maintenance operations. Soil mix shall be free of weeds. 2. Submittal At least ten (10) Working Days prior to placement of Bioretention Soil, the Contractor shall submit to the Engineer the following in accordance with Section 1-05.3 of the Standard Specifications: 1. Grain size analysis results of the fine aggregate performed by an independent laboratory in accordance with ASTM D 422, Standard Test Method for Particle Size Analysis of Soils. 110 2. Quality analysis results for the compost for bioretention soil performed in accordance with STA standards, as specified in Standard Specifications. 3. Organic content test results of the bioretention soil mix. Organic content test shall be performed in accordance with Testing Methods for the Examination of Compost and Composting (TMECC) 05.07A, "Loss-On-Ignition Organic Matter Method". 4. One five (5) gallon sample of the bioretention soil mix, including the following information: a. The Manufacturer's Certificate(s) of Compliance accompanying the test results from the Supplier of the bioretention soil mix, and (if different)the Suppliers of the mineral aggregate and compost components, including their name(s) and address(es). b.A description of the equipment and methods to mix the mineral aggregate and compost to produce bioretention soil. 5. The following information about the testing laboratory(ies): a. Name of laboratory(ies) including contact person(s). b.Address(es). c. Phone contact(s). d. E-mail address(es). e. Qualifications of laboratory and personnel including date of current certification by STA, ASTM,AASHTO, or approved equal. A second sample and Supplier information, for comparison by the Engineer with bioretention soil mix and delivery tickets actually delivered during the project, shall be maintained by the Contractor at the project site as follows: 1. One 5 gallon sample of the same mixed bioretention soil. 2. A copy of the names and address of Supplier(s) of the mixed bioretention soil, aggregate and compost components. 3.The test results submitted for the mixed bioretention soil,the Mineral Aggregate, and the compost, along with the accompanying Manufacturer's Certificate of Compliance. If the source of any Material included in the bioretention soil mix design changes, including compost stock pile, than a new mix design shall be submitted. 7-22.3 (2) Bioretention Soil Grading The Contractor shall not start bioretention cell grading until the Project Site draining to the bioretention area has been stabilized and authorization is given by Engineer. No heavy equipment shall operate within the cell or earth berm perimeter once bioretention cell excavation has begun, including during excavation, backfilling, tree pit preparation, mulching, or planting. At the locations shown on the Drawings, bioretention cells shall be excavated to accommodate the placing of bioretention soil and, if applicable, Mineral Aggregate type for discharge subbase gravel as shown on the Drawings. The Contractor shall provide the Engineer the opportunity to inspect the excavation prior to placement of any material or subgrade soil scarification. Grading within Zone B of trees to be retained shall be in accordance with the Tree, Vegetation, and Soil Protection Plan (TVSPP) per Sections1-07.16(2) and 8-01. The Contractor shall notify the Engineer of 111 conflicts with tree protection standards and/or other site conditions prior to proceeding with the Work. Locations and grading requirements to support new trees as a component of the bioretention system shall be field marked by the Engineer when identified as "field locate by the Engineer" on the Drawings. A minimum advance notice is required for Engineer to locate plantings per Section 8-02.3(5). After excavation to subgrade, if any sediment laden runoff has entered the cell, the sediment deposition shall be removed by overexcavating the cell by a 3-inch minimum.An additional 3-inches of bioretention soil shall be placed at the Contractor's expense. The Contractor shall scarify the surface of the subgrade to a minimum depth of 3 inches prior to placement of bioretention soil or Mineral Aggregate for discharge subbase gravel, if applicable. 7-22.3 (3) Bioretention Soil Placement The Contractor shall not convey runoff to the bioretention planter grading until the Project Site draining to the bioretention area has been stabilized and authorization is given by Engineer. Prior to the area being stabilized and the cell being planted, runoff shall be prevented from entering the bioretention cells. No heavy equipment shall operate within the planter once bioretention planter excavation has begun, including during excavation, backfilling, tree pit preparation, mulching, or planting. After placement of Mineral Aggregate, if any sediment laden runoff has entered the cell, the sediment deposition shall be removed by excavating Mineral Aggregate in the cell by a 3-inch minimum and replacing it with clean Mineral Aggregate at the Contractor's expense. The Contractor shall not place bioretention soil until the site draining to the bioretention area has been stabilized and authorization is given by Engineer. Soil placement and consolidation shall not occur when the bioretention soil is excessively wet. Mixing or placing bioretention soil shall not be allowed if the area receiving bioretention soil is frozen, excessively wet or saturated or has been subjected to more than %z-inch of precipitation within 48-hours prior to mixing or placement. The Engineer will have final authority to determine if wet or saturated conditions exist. The Contractor shall not place bioretention soil until the soil mix delivery ticket(s) have been reviewed and accepted by the Engineer. At first delivery of bioretention soil, and for deliveries thereafter as determined by the Engineer, the Contractor will make available to the Engineer: 1. The 5 gallon sample of bioretention soil described in 7-22.3(1)A SUBMITTALS, for comparison with the delivered soil. 2. The Manufacturer's Certificate(s) of Compliance and test results described in 7-22.3(1)A SUBMITTALS, for comparison with the delivery tickets to verify the Suppliers. 3.Access to the delivered bioretention soil, before placement, to verify that it is homogeneously mixed and matches the submitted sample. The Engineer may stop bioretention soil delivery and placement if he determines that the delivered soil does not appear to match the submittals, and require sampling and testing of the delivered soil, before authorizing bioretention soil placement. If testing is required, the Contractor shall be required to demonstrate that the delivered soil has organic matter content between 5 and 9 percent. Organic content test shall be performed in accordance with Testing Methods for the Examination of Compost and Composting (TMECC) 05.07A, "Loss-On-Ignition Organic Matter Method".Place bioretention soil loosely. Final soil depth shall be measured and verified only after the soil has been water consolidated, which 172 requires filling the cell with water in a controlled manner, without creating any scour or erosion, to at least 1 inch of ponding.Allowing uncontrolled runoff from adjacent impervious areas to enter cell is not an acceptable method for consolidation. Repeat until final depth is achieved. After placement of bioretention soil, and before planting or mulching, the Contractor shall notify the Engineer at least 1 Working day in advance. The Engineer will perForm compaction testing. Rake soil to final grade. Cell shall be consolidated or compacted as specified above, and approved by ! Engineer prior to planting. 713 Divisio n 8 Miscellaneous Construction 8-01 Erosion Control and Water Pollution Control 8-01.3 Construction Requirements 8-01.3(1)Genera/ Section 8-01.3(1) is supplemented with the following: (April 3, 2006) Submittals Section 8-01.3(1)A is supplemented with the following: Prior to beginning any concrete or grinding work, the Contractor shall submit a plan, for the Engineer's review and approval, outlining the procedures to be used to prevent high pH stormwater or dewatering water from entering surface waters. The plan shall include how the pH of the water will be maintained between pH 6.5 and pH 8.5 prior to being discharged from the project or entering surface waters. �******� 8-01.3(1)B Erosion and Sediment Control (ESC) Lead ' Section 8-01.3(1)B is supplemented by the following; 4. The ESC Lead shall be responsible for the reporting and recordkeeping requirements as specified in the Construction Stormwater General Permit and section 8-01.3(1)G. 8-01.3(2) Seeding, Fertilizing and Mulching 8-01.3(2)B Seeding and Fertilizing Section 8-01.3(2)B is supplemented with the following: Seeds shall be certified "Weed Free," indicating there are no noxious or nuisance weeds in the seed. 8-02 Roadside Restoration �******� 8-02.1 Description Revise Section 8-02.1 is supplemented with the following: �******� Delete first paragraph and replace with the following: This work shall consist of restoration of all cleared areas and areas disturbed by construction with sod where shown on the Plans,furnishing and installing topsoil type A, bioretention soil, wood chip mulch, recycled wood edging, trees, shrubs, groundcovers, hand watering, controlling weeds, and performing plant establishment and property restoration activities in accordance with these Specifications and as 114 shown in the Plans or as directed by the Engineer. The costs of removing all excess material and debris shall be considered incidental to and included in the unit contract prices of items in this contract. See Section 7-22 Bioretention for bioretention soil mix and arborist wood chip mulch requirements. �******� ' 8-02.2 Materials Supplement Supplement by adding the following: Materials shall meet the requirements of the following sections: Bioretention Soil Mix 7-22 Arborist Wood Chip Mulch 7-22 Topsoil 9-14.1 Mulch and Amendments 9-14.4 Plant Materials 9-14.6 Cobbles 9-03.11(2) Cobbles shall be approximate 4 inches in size per standard Specification 9-03.11(2). 8-02.3 Construction Requirements �******� 8-02.3(1) Responsibility During Construction Supplement Supplement by adding the following: Landscape construction is anticipated to begin after all walls, curbs, sidewalks, driveways, utilities, and associated work has been completed or as directed by the Engineer. Lawn installation shall occur between September 1 and October 1. Landscape materials shall not be installed until weather permits and installation has been authorized by the Engineer. If water restrictions are in force, planting landscape materials may be delayed. Contractor shall report to the Engineer all deviation and/or conflicts between Contract Documents and site conditions prior to proceeding with the work. Extra work arising from failure to do so shall be done at the Contractor's expense. Throughout planting operations, the Contractor shall keep the premises clean, free of excess soils, plants, and other materials, including refuse and debris, resulting from his work. At the end of each work day, and as each planting area is completed, it shall be neatly dressed, and all surrounding walks and paved areas shall be cleaned to the satisfaction of the Engineer. No flushing will be allowed without approval of the Engineer. At the conclusion of work, the Contractor shall remove surplus soils, materials, and debris from the construction site and shall leave project in a clean condition. Placement of Topsoil Type A shall be coordinated with the installation of pavement and landscaped areas. The Contractor shall locate all underground utilities (both new and existing) prior to starting work and shall not disturb or damage them. Promptly notify the Engineer of any conflict between the proposed work and any obstructions. The Contractor shall be responsible for making any and all repairs for damage caused by Contractor's activities. ��s Contractor is responsible for ensuring positive drainage in all landscape areas. �******� 8-02.3(2) Roadside Work Plan Supplement Supplement by adding the following: Within 30-calendar days after award of Main Contract, submit written documentation to the Engineer that all specified plant materials have been ordered. Documentation shall include list of suppliers' names, addresses, and phone numbers along with a list of respective growing or storage locations with addresses. The Contractor shall provide all plants of the size, species, variety, and quality noted and specified. If unavailable, the Contractor shall notify the Engineer in writing immediately and provide the names and telephone numbers of five (5) nursery suppliers that have been contacted. If substitution should be permitted, it can be made only with the prior � written approval by the Engineer. � �******� 8-02.3(4) Topsoil Revise/Supplement Delete the last sentence of the first paragraph and replace with the following: After the topsoil has been spread, all large clods, hard lumps and rocks 1-inch in diameter and larger, and litter shall be raked up, removed, and disposed of by the Contractor. Supplement by adding the following: The work involved in preparing planting areas shall be conducted so the positive drainage is maintained. The planting/lawn areas shall be weed free with no top growth or live roots before any soil work begins. Thoroughly scarify subgrade in shrub and lawn areas to a minimum depth of six-inches (6") unless otherwise noted on plans. Scarified subgrade shall be inspected and approved by the Engineer prior to the placement of topsoil. Remove all construction debris and rocks over two-inches (2") in diameter prior to placing topsoil. Prior to installing Topsoil Type A, a percolation test shall be performed. This shall be accomplished by excavating three (3) pits with each pit being two (2) feet in depth. Location of pits shall be per Engineers field directive. Fill the pit with water and allow to drain for twenty-four (24) hours. After twenty-four(24) hours, re-fill the pit with water. If the time required for the pit to drain completely after being filled the second time is greater than twenty-four (24) hours, the Contractor shall notify the Engineer. The Contractor shall be paid for work required to solve the drainage problem, such as, installation of french drains or drainage sumps at a unit price basis and agreed upon by a Change Order prior to commencement of work. Areas around existing trees to remain shall not be cultivated within 6-feet (6') diameter of the tree trunk or any other areas which appear to have a significant number of existing tree roots. Remove rocks, roots, and debris over 1-inch (1") diameter in cultivated areas. Lightly compact soil and establish a smooth and uniform finished grade to allow to surface drainage and prevents ponding After the subgrade of tree, shrub and groundcover planting areas have graded, cleared, and scarified, install Topsoil Type A per Details shown on Plans. The costs of removing all 116 excess material and debris shall be considered incidental to and included in the unit contract prices of other items in this contract. 8-02.3(4)A Topsoil Type A Section 8-02.3(4)A is supplemented by adding the following: �, �**�***� ' Provide Topsoil Type A for fine lawn and low-grow hydroseed areas, and for the restoration planting areas in accordance with Section 8-02.3(5) and the Plans. The contractor shall provide a material submittal for topsoil prior to use. �******� 8-02.3(5) Planting Area Preparation Revise/Supplement Delete the third paragraph and replace with the following: Tree, shrub and groundcover planting areas shall be brought to a uniform finish grade of 3-inches below adjacent walls, walks, curbs,junction and valve boxes, catch basins, and driveways, prior to installation of mulch. All excess material and debris, stumps, and rocks larger than 1-inch, shall be removed and disposed of off the project site or as approved by the Engineer prior to placement of Topsoil Type A. Supplement by adding the following: All planting areas shall be finish graded and accepted by the Engineer before commencement of planting. Finish grade of planting areas shall allow for placement of mulch to be added to individual planting areas as specified herein. All grades shall flow smoothly into one another and provide positive stormwater drainage. The Contractor is responsible for any adverse drainage conditions that may affect plant growth unless the Contractor contacts the Engineer immediately, indicating any possible problem. The costs of removing all excess material and debris shall be considered incidental to and included in the unit contract prices of other items in this contract. All costs and expense incurred in performing the specified work shall be considered incidental to other bid items Remove all visible rocks, clods, stumps, and debris 2"or larger in any dimension.Any exposed tree roots in cut slopes shall be neatly pruned at the finish subgrade and the cuts treated with an approved sealer. Finish Grading of Topsoil: Finish grade all topsoil areas removing all rocks, sticks, and other debris one half inch (1/2") or larger in any dimension from the topsoil surface. Rake, float, drag, roll and perform all necessary operations to produce a firm, smooth surface without depressions and with positive drainage. Special care and attention shall be paid to the seeded lawn area to prevent areas with depressions and water collection. Finish grades of topsoil shall be as shown on plans or specified. Finish grades shall be reviewed and approved by the Engineer prior to any planting or sodding. �******� 8-02.3(7) Layout of Planting Revise 117 Delete entire section and revise by adding the following: The Contractor shall stake or otherwise mark the planting location of all trees and the perimeter of all planting areas for approval by the Engineer prior to installation. Tree locations shown in the Plans shall be considered approximate unless shown with stationing, offset distance or other layout references. 718 �******� 8-02.3(8) Planting Supplement Supplement by adding the following: All trees, shrubs, and ground cover shall be planted as detailed on the Plans. Loosen planting pits'subsurface to a depth of six inches (6") per soil preparation details and scarify sides prior to planting. Sufficient planting soil shall be placed around the plant and compacted so as to insure that the location of the finished grade at the top of the root ball is the same as the nursery. Plant trees upright and face to give best appearance or relationship to adjacent structures and hold rigidly in position until planting soil has been backfilled and tamped firmly around the ball or roots. Remove all plastic, containers, string, twine, wire baskets,and ropes. Burlap wrapping shall be cut and removed from the planting pit per planting details. Burlap wrapping shall not be pulled from under the root ball and the plant shall be rejected if the root ball is cracked or broken during the planting process. Do not injure root system. Place and compact planting topsoil carefully to avoid injury to roots, fill all voids. When pit is three-quarters (3/4) backfilled, completely fill with water and allow water to soak away. Fill pits with additional soil to finish grade and continue backfilling as detailed on plans. Plant materials and sod shall be hand watered by water truck at time of planting through completion of initial planting. Sufficient water shall be provided as required to maintain the plants in a healthy growing condition. Cost of water shall be considered incidental to the unit contract price for "Plant Selection " 8-02.3(9) Pruning, Staking, Guying and Wrapping Supplement by adding the following: �****�*� Stake immediately after planting as indicated in the detail drawings. �******� 8-02.3(10) Fertilizer Supplement Supplement by adding the following: Fertilizer soil amendments are not allowed. �******� 8-02.3(11) Wood Chip Mulch Supplement Add the following as a new section: Mulch of the type and depth specified shall be applied where shown in the Plans or as specified in the Special Provisions.Any contamination of the mulch due to the Contractor's operations shall be corrected to its former condition at the Contractor's expense. Mulch shall be feathered to the base of the plant and flush to the top of junction and valve boxes, curbs, and pavement edges.All plant crowns shall be free of mulch. Mulch placed to a thickness greater than specified shall be at no additional cost to the Contracting Agency. Areas receiving mulch shall be bare soil and free of unwanted vegetation before application. 119 �******� 8-02.3(14) Plant Replacement Supplement Supplement by adding the following: Repair or Replacement: Damaged plant material shall be repaired, and rejected plant material shall be replaced by the Contractor entirely at his expense. Exception shall be for replacement only, as provided in section "Vandalism orAccidental Loss" of this contract. Repairs shall be made immediately following notification. Replacements, however, shall be made only when directed by the Engineer. Replacement plants shall be the same species as originally provided and shall be of equal size to the remaining healthy trees, shrubs or groundcover. Dead plants shall be removed as directed by the Engineer who shall record plants removed. Vandalism or Accidental Loss: When it is determined by the Engineer that damage resulting in rejection or loss of plant material is the direct result of vandalism or accidental mechanical means, the Contractor's liability for cost of replacement shall be as follows: The Contractor shall make whatever additional replacements as may be required above the 10 percent amount when directed by the Engineer to do so. The Contractor will be compensated at unit contract prices for such additional replacements and no further payment will be made. Provisions of this section do not apply to damage or loss resulting from the Contractor's operations. 8-02.3(16)A Lawn Installation Supplement �******� Delete section and add the following: Unless otherwise approved by the Engineer, lawn installation shall be performed during the following time period: September 1 through October 1. Topsoil for sodded lawns shall be placed at the depth and locations as shown in the Plans. The topsoil shall be cultivated to the specified depth, raked to a smooth even grade without low areas that trap water and compacted, all as shown in the Plans. Sod strips shall be laid within 48 hours of being cut. Sod must be laid within 12 hours of delivery to the project site. Sod layers shall kneel on plywood or some other platform during laying process. The Contractor shall ensure that the topsoil base immediately ahead of the sod layers is moist and wet. Placement shall be without voids or gaps, and the end joints staggered. Allowance shall be made for shrinkage. Following placement, the sod shall be rolled with a smooth roller to establish contact with the soil. After rolling, sod shall be kept wet, in a saturated condition for a minimum of 10 calendar days to trigger strong root tip growth. Acceptance of sod lawn shall be based on uniform, healthy, and vigorous growth with no dry or dead spots. Re-sod any lawn areas that fail to show vigorous growth. Barriers shall be erected, with warning signs where necessary to preclude pedestrian traffic access to the newly placed lawn during the establishment period. 720 8-02.3(16)A1 Qualifications of Workmen Section 8-02.3(16)A1 is a new section: �******� Provide at least one person who shall be present at all times during execution of the Work and who shall be thoroughly familiar with the type of materials being installed and the best methods for their installation and who shall direct all work performed under this section. 8-02.3(16)A2a Certification of Material Section 8-02.3(16)A2 is a new section: 1. Include seed mix percentages, purity, germination rates, weed experience, and date tested for the preceding. Include complete data on source, size and quality. 2. Supply on-site 12" x 12" sample of each sod specified for inspection and approval in advance by I the City. ' 3. Supply Grower's written recommendations for fertilizer type, rate of application, and frequency. 4. All certificates required by law shall accompany shipments. 5. Upon completion of the installation and prior to final inspection, deliver all certificates to the Engineer. 8-02.3(16)A2b Manufacturer's Certificates of Conformance 1. Supply for Certificates of Conformance for fertilizer being used for the project. 8-02.3(16)A2c Schedule for Installation 1. The Contractor shall coordinate all work with the City and submit a watering plan for the Establishment Period. 8-02.3(16)A3 Product Handling Deliver all items to the site in their original containers, with all labels intact and legible, at the time of the City's inspection. Coordinate delivery and installation of sod to ensure sod is installed immediately upon delivery. Use all means necessary to protect new lawn areas before, during, and after installation and to protect the installed work and materials of all other trades. In the event of damage or rejection, immediately make all repairs and replacements necessary for the approval of the Inspector and at no additional cost to the City. 8-02.3(16)A4 Site Information If sod is stored onsite, preserve and protect all sod on site prior to and during installation. Protect from wind, drought, unusual weather and vandalism. Store all sod on site within limits of work. Protect adjacent property, public walks, curbs and pavement from damage. Do not block public access routes with plant material. 8-02.3(16)A5 Sod The Contractor shall provide sod to all new lawn areas and to those lawn areas requiring restoration from the Contractor's operations. Sod shall conform to section 9-14.6(8) as shown in the Special Provisions. 8-02.3(16)A5a Other Materials 121 All other materials not specifically described but required for a complete and proper planting installation, shall be selected by the Contractor subject to the approval of the Engineer. 8-02.3(16)A6 Execution Prior to all work of this section, carefully inspect the installed work of all other trades and verify that all such work is complete to the point where this installation may properly commence. Verify that lawn installation may be completed in accordance with the original design and the referenced standards. In the event of discrepancy, immediately notify the Engineer for specific instructions. 8-02.3(16)A6a Installation Preparation I 1. Prepare subgrade in all lawn areas by scarifying to a 8" minimum depth and removing rocks and debris over 1" in diameter. Subgrade soils should be free-draining and without any impervious soils or other materials harmful to plant growth. Notify the Inspector of any subgrade conditions deleterious to plant growth. 2. Spread topsoil to a minimum depth of 6" after settlement in all lawn areas. 3. Thoroughly rototill topsoil to a minimum depth of 6 inches. 4. Fine grade per Contract Specifications in turf areas as indicated on drawings. Rake entire surface to conform to site grading. Grade edges to 1" below adjacent paved surfaces to provide a smooth transition. Roll as necessary to firm grade to satisfaction of the Inspector. 5. Apply fertilizer to the prepared lawn areas at rates recommended by sod grower and lightly rake to incorporate into the soil. 8-02.3(16)A6b Sod Installation 1. Moisten sod bed and roll lightly for compaction. 2. Lay sod strips per supplier's instructions. Tightly butt joints, trim edges to conform to smooth curves and straight lines of pavement. Sod is to be flush with paved surfaces after settlement. Avoid gaps and overlaps and stagger sod joints in a brick-like fashion. 3. Remove any bumps, undulations, or low-high spots with a light rolling. 4. Water daily for a minimum of two weeks to prevent dehydration. 5. Protect all turf areas by erecting temporary fences, barriers, signs, etc. as necessary to prevent trampling. 6. Do not work in, over, or adjacent to planting areas without proper protection and safeguards. 8-02.3(16)B Lawn Establishment Section 8-02.3(16)B has been deleted and superseded with the following: �******� 8-02.3(16)B Lawn Establishment and Final Acceptance The Contractor shall maintain all new lawn areas in this project; shall be responsible for the survival of turf in acceptable condition and shall maintain all new lawn areas in a neat and orderly fashion until Final Acceptance of the project by the City. The period for Final Acceptance shall be no sooner than fhe second mowing. The Confractor will be held responsible for all damage or loss caused by his inattention or carelessness. The Contractor shall repair damage caused by traffic, vandalism, weather or other outside causes. �s2 8-02.3(16)B1 Establishment Period The Establishment Period will commence on the date of Preliminary Acceptance and will extend to Substantial Completion or Final Acceptance by the City of landscape work,whichever is later. Maintenance during this period will include: 1. Watering: Water areas of new turf so they receive adequate water for survival of the plant in a healthy position. 2. Lawns shall be fertilized every six weeks from March through September per Grower's written recommendations. Lawns shall be maintained weed-free. Do not apply fertilizer within 15 feet of the (top) bioretention swale. 3. Lawns are to be mowed weekly or as needed to maintain a neat appearance. All grass clippings shall be removed from the site. Maximum height of lawn shall not exceed three inches. 4. Protect all lawn areas against damage, including erosion and trespassing, by providing and maintaining proper safeguards. 5. Debris Control: Debris control shall be accomplished in all landscaped lawn areas on a regular basis, at least weekly or more often where necessary. This will include leaf fall control in Fall period. Policing for paper and litter in all areas shall be conducted at least weekly. During the Fall period leaves, windblown into gutters and catch basins, are considered as litter and shall be removed as debris. 8-02.3(16)B2 Guarantee All new turf areas shall be guaranteed by the Contractor to be in a healthy condition for a period of one year from the date of Final Acceptance. 8-02.3(16)B3 Final Acceptance Acceptance of lawn planting as specified shall be based on a uniform stand of grass and a uniform grade at the time of final inspection. �******� 8-02.3(18) Property Restoration New Section Add the following as a new section: Roadside Planting for property restoration will consist of fine grading adjacent landscaped areas as directed, including adjustment and/or replacement of irrigation systems per Section 8-03 Irrigation System of the Standard Specifications. All materials shall conform to the applicable portions of Section 9-14 Erosion Control and Roadside Planting and 9-15 Irrigation System of the Standard Specifications. The Contractor is specifically reminded that all damages caused by construction activities will be repaired at the Contractor's expense. Restore all disturbed areas to original condition or better. Grass areas shall be restored with sod lawn where directed. 123 Removal of tree roots outside the limits of construction, as directed by the Engineer and under the supervision of an International Society of Arboriculture certified arborist, shall be paid under Property Restoration. Topsoil shall be Type A and Mulch shall be Wood Chip mulch. Payment for Property Restoration shall include but not be limited to fine grading, adjusting/replacing existing irrigation systems and planting soil and will be by force account as described in Section 1-09.6 Force Account of the Standard Specifications; no other compensation will be allowed.Additional items of work will be compensated by force account. The Contractor is advised that protecting existing private irrigation systems from damage does not constitute a basis for claim or extra work. Property Restoration has been provided as a basis for modifications or improvements to private lighting systems and irrigation systems that may become necessary, but could not be foreseen prior to construction. 8-04 Curbs, Gutters and Spillways �*****� 8-04.3(6) Inlet Curb Cut Section 8-04.3(6) is added with the following: Inlet curb cut shall be installed at shown in the contract drawings and constructed the same material as Cement Concrete Curb, Gutter, and Spillways as in Section 8-04.3(1). 8-04.3(7) Side Curb Cut Section 8-04.3(6) is added with the following: Side curb cut shall be installed at shown in the contract drawings and constructed the same material as Cement Concrete Curb, Gutter, and Spillways as in Section 8-04.3(1). 8-09 RAISED PAVEMENT MARKERS 8-09.3 Construction Requirements Section 8-09.3 supplemented as follows: �****�*� Prior to installing lane markers, the Contractor shall pre-mark the layout of all channelization and receive approval from the Engineer. Pre-marks shall consist of painted spot markings. The Contractor shall notify the Engineer of his/her intention to receive approval of the pre-mark channelization at least 48 hours in advance. 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 the Engineer or by the Contractor supplied Surveyor. �Za 8-13.3 Construction Requirements Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented as follows: �******� The monument will be furnished and set by the Engineer or 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 Surveyor in accordance with RCW58.09.130. 8-21 Permanent Signing 8-21.1 Description Replace Section 8-21.1 with the following: This work shall consist of furnishing and installing permanent signing,sign removal, sign relocation, and the project sign installation and removal, in accordance with the Plans, these Specifications, the Standard Plans, MUTCD, and the City of Renton Standard Details at the locations shown in the Plans or where designated by the Engineer. Signs to be removed as shown on the Plans, shall be returned to the Owner. 8-21.2 Materials Sentence three is deleted and replaced with the following: Materials for sign mounting shall conform to Section 9-28.11. 8-21.3 Construction Requirements 8-21.3(2) Placement of Signs Section 8-21.3(2) is supplemented with the following: The City of Renton, shall be contacted within 2 working days of completion of the permanent signing installation to inspect, inventory, and log all new and relocated signs. Other Signs: Refer to the currently adopted version of the Manual on Uniform Traffic Control Devices (MUTCD) with Washington State Supplements. 8-22 Pavement Marking 8-22.1 Description Section 8-22.1 is supplemented with the following: Pavement markings shall conform to City of Renton Standard Details. Profiled and plastic lines shall conform to the pattern as shown on WSDOT Standard Plan M-20.20-01. Crosswalk Line (Replacement) A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet. Stop Line (Replacement) 725 A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract Plans. 8-22.3 Construction Requirements 8-22.3(3)E Installation Section 8-22.3(3)E is supplemented with the following: Methyl Methacrylate Pavement Markings The material must be applied using a two-part process in a single pass. The first process consists of spraying of catalyzed material to form a solid continuous baseline. The second process consists of extruding a curtain of catalyzed material onto a rotating spindle to create the structure or agglomerates. The structure is applied on top of the baseline prior to the application of reflective media. Profiled methyl methacrylate lines shall be installed per WSDOT Standard Plan M20.20-01. 8-22.3(3)G Glass Beads Section 8-22.3(3)G is supplemented with the following: Methyl Methacrylate Pavement Markings i Glass beads shall be applied at a rate of eight (8)to ten (10) pounds per one hundred square feet. Bonded core elements shall be applied at a rate of ten (10) grams per four(4) inch wide by one (1) linear foot of marking. 8-22.3(6) Removal of Pavement Markings Section 8-22.3(6) is supplemented with the following: The Contractor shall remove existing pavement markings consisting of paint, plastic and raised pavement markings. 8-23 TEMPORARY PAVEMENT MARKINGS 8-23.5 Payment Section 8-23.5 is supplemented with the following: �******� If no pay item is included in the Contract for installation, or for removal of temporary pavement markings, then all costs associated with these items are considered incidental to other items in the Contract or included under"Traffic Control," if that item is included as a bid item. 8-24 Rock and Gravity Block Wall and Gabion Cribbing 8-24.2 Materials �******� Section 8-24.2 is supplemented with the following: Gravity Block Wall shall be Keystone modular concrete compact units, 12 inch deep unit with a typical width of 18 inches by 8 inches high or Century Wall units (18" Wide by 12" deep by 8"wide), or approve equal. 8-24.3 Construction requirements �******� Section 8-24.3 is supplemented with the following: 126 Contractor shall prepare a layout of the gravity block wall for the City to review. The installation of the wall shall be per manufacturer's recommendations. 8-26 Pervious Cement Concrete Sidewalk New 8-26.1 Description Section 8-26 describes work consisting of constructing pervious cementitious sidewalk and walkway applications including excavation, subgrade preparation, geotextile, and aggregate discharge subbase, that shall allow surFace water to permeate through the pervious surface into the supporting materials to allow infiltration or detention of surface waters. 8-26.2 Materials Materials shall meet the requirements of the following Sections: Premolded Joint Filler for Through, Construction and -04.1(2) Expansion Joints uring Materials and Admixtures -23 Portland cement shall be Type II, Type IP, or Type IS.. Blended hydraulic cement shall conform to the requirements of Section 9-01.2(4). Allowable Pozzolans: �. Fly ash, if used, shall be Class F as specified in Section 9-23.9. 2. Ground granulated blast furnace slag, if used, shall be as specified in Section 9-23.10. 3. Microsilica fume shall not be allowed. See Sections 9-01 and 9-23 for additional constraints. Fine aggregate for pervious concrete shall be Class 1 as specified in Section 9-03.1(2). Coarse aggregates for pervious concrete shall conform to the requirements of Section 9-03.1(6). Unless otherwise specified or shown on the Drawings, aggregates for the aggregate base shall meet the requirements of Aggregate Base per 4-04.3 and 9-03.1(4)C or substitute material approved by the Engineer. Premolded joint filler for isolation joints shall conform to the requirements of Section 9-04.1(2). Curing materials shall be sheet materials as specified in Section 9-23.1. Hydration stabilizing admixtures shall meet the requirements of ASTM C494, Type B or Type D. Unless otherwise specified or shown on the Drawings, geotextile shall be nonwoven and shall meet the 127 i requirements of Tables 1 and 2 of Section 9-33.2 for Moderate Survivability and Class C. 8-26.3 Construction Requirements 8-26.3(1) Pervious Concrete Mix Design The Contractor shall propose a mix design for pervious concrete and shall submit the mix design to the Engineer for acceptance prior to constructing the test panels. Pervious concrete shall not be placed in the test panels without a mix design that has been reviewed and accepted by the Engineer. 8-26.3(1)A Mix Design Criteria The Contractor shall include the following elements and results of the described procedures in the proposed mix design: 1. The cementitious content, including pozzolans if used, shall be a minimum of 500 pounds per cubic yard. 2. The mix shall incorporate a hydration stabilizing admixture. 3. The mix shall be designed to have a total void content greater than 15 percent and less than ' 30 percent, in place, as constructed. (Void content of the mix will be determined from a I minimum three (3) samples of four(4) inch diameter core samples from a finished test panels of the proposed mix design using the following method; see Section 8-26 .3(4)A1.) 4. The water/cement ratio shall be between 0.27 and 0.35. 5. Fine aggregate may be added to the mix, but shall not exceed three (3) cubic feet per cubic yard. 6. No more than 25 percent of portland cement in the mix, by weight, may be replaced by fly ash, ground granulated blast furnace slag, or a combination of both. 8-26.3(1)B Job Mix Formula (JMF) Once accepted by the Engineer, the mix design shall become the Job Mix Formula (JMF) and shall not be modified in any way. The JMF shall be determined from information submitted under Section 8- 26.3(2) and from results of test panels testing as described in Section 8-26.3(7)B. The JMF shall include the following: �. Batch weights of all constituents. 2. Portland cement type and brand. 3. Pozzolan type and source. 4. Admixture type and brand. 5. Aggregate source(s) and gradation(s). s. Fresh density of the pervious concrete. �. Unit weight of the hardened pervious concrete. Modifications to the JMF will not be allowed and any modified mix placed in the Work will be rejected. Proposed modifications to the JMF shall be submitted as a new mix design and shall require a new test panels to validate the proposed mix design and determine the new JMF. If accepted by the Engineer, the new mix design shall become the JMF. Only one (1) JMF shall be valid at any time. Admixture dosages may be modified as needed to maintain mix properties. 8-26.3(2) Submittals In accordance to Section 1-05.3, the Contractor shall submit the following items to the Engineer for acceptance prior to placing any pervious concrete pavement or test panels: �. The source of all materials proposed for use in constructing pervious concrete sidewalks. 728 2. Batch weights for all constituents of one (1) cubic yard of the proposed pervious concrete mix. 3. The specific gravity (SSD) of all aggregates to be used in the proposed pervious concrete m ix. 4. The proposed gradation of coarse and fine (if used) aggregates used in pervious concrete. 5. The designed volume in cubic feet of 1(one) cubic yard of the proposed pervious concrete mix. s. The target voids content of the cured proposed cured pervious concrete mix. �. The design water/cement ratio of the proposed mix design. s. The fresh density of the proposed pervious concrete mixture as determined using the jigging procedure outlined in ASTM C29. s. The proposed gradation of aggregates to be used in the discharge subbase gravel. �o. Catalogue cuts for all proposed admixtures and geotextiles. ��. Chemical analyses of the portland cement and pozzolans, if used, for the current lot to be used in the production of the proposed pervious concrete mix. The Contractor shall maintain this submittal throughout the duration of the project as lots change. �2. Manufacturer certification(s) that the current lot of portland cement and pozzolans, if used, conform to the requirements of Section 8-26.2. The Contractor shall maintain this submittal throughout the duration of the project as lots change. �3. Current certification by the National Ready Mix Concrete Association(NRMCA)for the batch plant to be used in the production of pervious concrete. �4. Current certifications by the NRMCA for the trucks to be used in transporting pervious concrete from the batch plant to the point of placement. �5. Current certifications by the NRMCA for the Contractor's personnel who will be installing sidewalk for "Pervious Concrete Installer" and "Pervious Concrete Technician", as applicable. 8-26.3(3) Equipment The Contractor shall provide all equipment necessary for handling materials and performing all parts of the Work. Vibrators shall not be used for placement of pervious concrete. 8-26.3(3)A Batching Plant Pervious concrete shall be mixed in a batch plant meeting the provisions of Section 6-02.3(4)A. 8-26.3(3)B Mixer Trucks Pervious concrete shall be transported to the location of placement by a rolling drum mixer truck with current (within 12 months) certification by the NRMCA. Non-agitating trucks shall not be used for the transport of pervious concrete. 8-26.3(3)C Side Forms �Zs i Pervious concrete sidewalks shall be constructed using side forms. Slip form paving will not be allowed. Forms for pervious concrete sidewalks shall be made of steel or wood and shall be in good condition, clean and be capable of being anchored in place so that they will be to true to grade, line and slope. Forms that are bent, warped, unclean or otherwise deemed inadequate by the Engineer, shall not be used. If pervious concrete is to be placed against a curb or other existing structure, the curb or structure shall be used as a side form for the pervious concrete sidewalk paving. Prior to inspection by the Engineer, the Contractor shall inspect all forms for line, grade and slope. No pervious concrete shall be placed until the forms are inspected and accepted by the Engineer. 8-26.3(3)D Finishing Equipment Finishing equipment for pervious concrete sidewalk paving shall be designed for the intended work, shall be clean and in good operating condition. Vibrating screeds shall not be used for striking off the pervious concrete. Equipment used for striking off the pervious concrete shall leave a smooth surface at the planned grades and shall not cause excess !, paste to be left on, or drawn to, the surFace. The strike ofF apparatus shall be set up to allow the forms to be overfilled by%2 to 3/ inch, or as necessary, to allow for compaction of the pervious concrete to grade. If rollers are used to compact, the rollers shall be of sufficient weight and width to compact the pervious concrete to grade without marring the surface. Rollers used for compacting pervious concrete shall not cause the surface to close or otherwise clog and shall produce a surface that is free of ridges or other imperfections. Rollers used for producing contraction joints shall be designed and manufactured for the purpose, shall have sufficient weight to produce the joint and shall not otherwise damage or mar the surface. Tamps, hand finishing equipment and tools for joints shall be in good repair and adequate for the intended use. 8-26.3(3)E Joint Sawing Equipment Equipment for sawing joints in pervious concrete sidewalks shall be power driven concrete saws. Concrete saws shall not tear, spall or otherwise damage the pervious concrete. The Contractor shall maintain concrete saws in good operating condition and shall keep an adequate supply of blades on hand. Measures to collect dust and slurry during sawcutting operations shall be implemented by the Contractor. There shall be an adequate number of concrete saws and equipment on the project so that sawing may occur at a rate to prevent random cracking of the pervious concrete sidewalk; including contingency in the event of a breakdown. 8-26.3(3)F Smoothness Testing Equipment The Contractor shall provide a 10 foot straight edge to be used for measuring the profile of the pervious concrete sidewalk. The straight edge device shall be designed so that it may be easily moved from location to location without marring the surface of the freshly compacted pervious concrete. The 10 foot straight edge shall be accepted by the Engineer prior to placing pervious concrete. 8-26.3(4) Measuring and Batching Materials Measuring and batching materials for pervious concrete sidewalks shall conform to the requirements of Section 5-05.3(4)A. 8-26.3(4)A Acceptance For acceptance, pervious concrete sidewalk will be divided into lots as determined by the Engineer. A single lot will typically be represented by the lesser of: one (1) day's production or 360 square yards of pervious concrete in place. Where the Contractor has more than one crew placing pervious concrete, lots may be associated with each crew. Representative lot size will be determined to the nearest square yards. If no sample is taken on a Day that Day's quantities may be included in the next or previous Day's lot(s). Acceptance of a lot of pervious concrete sidewalk will be based on the following criteria: 130 1. Grade: Pervious concrete sidewalk shall be true to planned grades plus or minus %2 inch and shall not deviate from grade more than '/4 inch in ten (10)feet. Where abutting existing facilities such as sidewalks, walkway, curbs, driveways or other pavements, the pervious concrete sidewalk will be flush and provide a transition that will not deviate in more than '/4 inch in ten (10)feet. 2. Line: Pervious concrete sidewalk margins shall be true to planned lines plus or minus '/z inch at any point. 3. Slope: Pervious concrete sidewalk shall be sloped as shown on the Drawings. Slope shall be consistent to within 1/4 inch in ten (10)feet. a. Conformance to JMF: The pervious concrete used shall conform to the JMF within the limits as set forth in Section 6-02.3(5)C and as determined from the accepted test panel. 5. Thickness(test panel only or when determined by the engineer): Three(3)core samples of four(4) inches in diameter may be taken from each test panel or lot for acceptance in accordance with ASTM C42. The Contractor shall provide measures to collect slurry and debris during coring operation in order to avoid sealing adjacent pavement. Each Core Sample shall be equal to the minimum section dept or more as specified in the Drawings (minimum 5 inches). After core's length and diameter is measured, trim cores to uniform depth as specified in Section 8-26.3(4)A1 for determining the weight. Core holes shall be filled by the Contractor with concrete meeting the JMF and shall match adjacent pavement texture and grade. s. Unit Weight (test panel only or when determined by the engineer): The unit weight of each core sample taken for acceptance will be determined using the method described in Section 8-26.3(4)A1. The unit weight of the core sample for each lot shall be within eight(8) pounds per cubic foot of the unit weight as accepted in the JMF. �. Infiltration Rate: The infiltration rate of each lot will be tested at four (4) random locations within the lot as described in Section 8-26.3(4)A2. The average of all four (4) tests shall be greater than 100 inches per hour. 8. Fresh Density: The fresh density will be measured using the jigging procedure outlined in ASTM C29 at the point of placement shall be within or equal to five(5) pounds per cubic foot of the fresh density indicated by the JMF. s. Manufacturer's Certificate of Compliance: Each load of pervious concrete transported to the location of placement shall have an original Manufacturer's Certificate of Compliance as specified in Section 6-02.3(5)B delivered with the load. Photo copies, carbon copies or facsimiles are not acceptable. �o. Appearance: Each lot of finished pervious concrete sidewalk will be inspected for appearance by the Engineer. The pervious concrete sidewalk shall have a consistent surface texture, shall have no more than five (5) percent of the surface area within each panel (joint to joint)filled with paste, shall not be raveled, shall be free of ridges or other surFace imperFections, shall have joints that are in the specified location and are constructed per specification, and shall be free of cracks.2 ��. Clean: The finished pervious concrete sidewalk will be cleaned by vacuum from dust, fine sediments, debris, and removal of vegetation. 8-26.3(4)A1 Quality Assurance Testing: Before final acceptance by the Engineer, the Contractor shall pressure wash the pervious concrete sidewalk. Pressure washing shall be provided and completed by using portable washer equipment working at a minimum of 3000 psi at 1.0 gpm. The nozzle shall be held a maximum of three (3) inches off the concrete surFace. The Contractor shall pressure test three (3) locations per lot or as determined by the Engineer. Any sections of pervious concrete that breaks up, ravels, or does not infiltrate shall be removed and replaced with acceptable pervious concrete to the nearest joints. The Engineer will 731 determine the acceptability of the concrete after pressure washing. The Contractor shall decide, after placing the pervious concrete, when to perform the quality assurance pressure wash testing for the acceptance. 132 I[TYPE HERE] I� 8-26.3(4) A2 Void Content of the Mix; Lab Test: The test panels will not be accepted unless each of the cores has a void content between 15 and 30 percent. Determine the bulk specific gravity (GB) of the core using the method described in ASTM D1188. Core samples shall be trimmed to 4-1/2 inches in depth to provide increased uniformity of test results. Trimming shall be squared and from the bottom of each pavement core samples. Dry the core samples at a temperature not to exceed 65 C (150° F) until a constant mass (±0.1%) is obtained and allow to cool to ambient temperature. Remove paraffin coating from core samples. Weigh the core and record weight to the nearest 0.1 g. Use the pycnometer apparatus as described in ASTM D2041. Place core samples in calibrated pycnometer and cover completely with water. If the core sample is too large to be placed into the pycnometer, it may be broken into pieces and placed into the pycnometer together or the pieces may be evaluated separately. Place the lid on pycnometer and fasten it on a mechanical agitation device. Turn on the agitation device and slowly apply a vacuum to the pycnometer until the vacuum reaches 3.7 ± 0.3 kPa ± 2.5 mm Hg). The vacuum should be reached in less than 2 minutes. After the vacuum is achieved, maintain vacuum and agitation for a period of 15 ± 2 minutes. Slowly release the vacuum and determine the weight of the sample and pycnometer as described in paragraph 9.5.1 or paragraph 9.5.2 in ASTM 2041. Calculate specific gravity(Gmm) as described in paragraph 10.1.1 or paragraph 10.1.2 in ASTM 2041, as appropriate. If multiple procedures are run for separate pieces of the core, the weighted average of all of the runs will be the specific gravity(Gmm) of the core as a whole. Gmm = sum(Gmm1 x Wt1+Gmm2 x Wt2+....+ Gmmix Wti)/ Wttotal The percentage of air voids will be calculated as: Voids = (Gmm- GB)/Gmm x 100%, where V=Voids in the Sample (%) Gmm = Specific Gravity of the Core Material Less Air Voids GB = Bulk Specific Gravity of the Core as determined by ASTM D1188 This Void Content lab test information shall be part of the Mix Design submittal. 8-26.3(4) A3 Infiltration Rate of the Mix; Field Test: Pervious concrete mix shall also have an infiltration rate equal to or greater than 100 inches per hour, in place, as constructed. The locations for conducting the infiltration tests shall be determined by the Engineer. The Contractor shall coordinate and schedule inspections with the Engineer a minimum of five (5) Working Days in advance. The infiltration rate will be measured in the following manner: The testing procedure shall be as follows: a) Place a pre- measured amount of water into the container. Water shall be free of suspended solids. The volume of water shall be determined to 2 significant figures. b) Pour the water onto the surface in one spot. Control the discharge rate by manually adjusting the angle of the spout so that the diameter of the pool of water is between 10 to 30 inches is maintained. Empty the container holding the spout over the spot until the pool of water vanishes. 133 [TYPE HERE] A 16-inch to 24-inch inch diameter tube (typically PVC 3-inch to 6-inch in height) and plumper's putty may be used to control the diameter of the pool ("controlled method") as desired by the Engineer. When using the controlled method, the height of the water in the tube should be maintained at approximately'/4 inch. c) Start the stopwatch when the water initially touches the concrete surface and stop it when the pool disappears from the surface. d) Measure the longest dimension (d1)of the dampened area. Measure the width (d2) of the pool perpendicular to d1. (use inside diameter of tube for controlled method) e) Repeat this procedure at a minimum of 4 separate locations. Infiltration Rate (IR) shall be calculated as follows: IR = (V x 3,326,400)/(p x d1 x d2 x t) inches per hour. • IR is Infiltration Rate • V is the volume of water in gallons (typically 1 gallon or more) • d1 and d2 are the dimensions that were measured in inches. • p is approximately 3.14159 • t is the time in seconds 8-26.3(4)B Rejection Pervious concrete sidewalk that does not meet the acceptance criteria put forth in Section 8-26.3(4)A will be rejected by the Engineer on a lot by lot basis. At the discretion of the Engineer, a localized area of pervious concrete sidewalk not meeting the requirements of items 1, 2, 3 and 8 of Section 8-26.3(4)A may be broken into a sublot bounded by planned joints. Pervious concrete sidewalk that has been rejected by the Engineer, or the Contractor, shall be removed and replaced at no additional cost to the Owner. 8-26.3(5) Mixing Pervious Concrete Pervious concrete shall be batched and centrally mixed at a semi-automatic or automatic batching plant with a current(within 2 years) certification from the NRMCA. Pervious concrete shall not be shrink mixed or transit mixed. The mixing time, after all materials have been delivered to the drum, shall not be less than 50 seconds or more than 90 seconds. The pervious concrete aggregates shall be uniformly coated with paste and shall be of the required consistency. After mixing, the pervious concrete shall be delivered to a truck meeting the requirements of Section 8-26.3(3)B for transport to the job site. Pervious concrete shall be placed no more than 60 minutes from the time water is added to the cement. Increase time to 90 minutes when using an extended set control admixture. Pervious concrete shall not be retempered. 8-26.3(5)A Limitations of Mixing Pervious Concrete Pervious concrete shall not be mixed, placed, compacted or finished when the natural light is inadequate, as determined by the Engineer, unless an adequate and accepted lighting system is in operation. Mixing and placing concrete shall be discontinued when a descending air temperature in the shade away from artificial heat reaches 50°F and shall not be resumed until an ascending air temperature in the shade and away from artificial heat reaches 45°F. Mixing and placing pervious concrete shall only occur when the ambient air temperature, as measured at the placement location away from the shade and away from artificial cooling sources, is less than 134 [TYPE HERE] '�, 8��F. � The temperature of pervious concrete shall not be less than 60°F when placed and shall at no time be greater than 90°F. Pervious concrete shall not be mixed with aggregates less than 32°F. 135 8-26.3(6) Aggregate Base Pervious concrete sidewalk shall be constructed on an aggregate base over the prepared subgrade. The aggregate base shall be constructed to the lines, grades and thickness shown on the Drawings. Aggregate base shall be as specified in Section 4-04.3 Aggregate base material shall be a minimum of 6-inches placed over the preplaced geotextile as specified. Geotextile shall be shall be as specified in Section 8-26.2. Aggregate base shall be placed in lifts not to exceed 12 inches non-compacted. The aggregate base shall be compacted to the satisfaction of the Engineer. The compaction equipment shall be of sufficient weight and dimensions so as not to break or degrade the aggregate. In areas that are not accessible to equipment, other mechanical means may be used to compact the aggregate base. Equipment used for compaction of the aggregate abase shall be accepted by the Engineer prior to use. The aggregate base shall be true to grade and slope plus or minus 0.5 inches after I compaction. Where the grade is low, the surface of the aggregate base shall be scarified to a depth of two (2) inches, additional material added and recompacted. If there are high areas, the material shall be removed and the area recompacted. The Contractor shall take care to protect the aggregate base from damage and contamination. Do not place other material adjacent to the aggregate base while the native soil is exposed. Damage to the aggregate base shall be repaired to the satisfaction of the Engineer at no additional cost. Contaminated aggregate base shall be removed and replaced to limits as determined by the Engineer. The aggregate base shall be inspected and accepted by the Engineer prior to placing any pervious concrete sidewalk. 8-26.3(6)A Subgrade Preparation Subgrade for pervious concrete sidewalk shall be excavated, graded and compacted as specified in Section 8-14.3(2) except that the subgrade shall be compacted to a relative density of 92 percent of optimum density of the subgrade soil as determined by ASTM D 698. Prior to placing the geotextile fabric, the surface of the subgrade shall be scarified to a depth of'/4 to %2 inch. Once scarified, materials or equipment shall not be stored or permitted within the prepared subgrade area so as to avoid re-compaction of the scarified areas and diminishing the infiltration rate of the subgrade. Geotextile shall be placed on the prepared subgrade prior to placing aggregate base as shown in the Drawings. Care shall be taken to provide full coverage and to prevent the geotextile from being torn. Damaged geotextile shall be repaired as indicated by the manufacturer and to the satisfaction of the Engineer. Overlaps of the geotextile shall be a minimum 1 foot or to the manufactures recommendation, whichever is greater. 8-26.3(7) Placing, Spreading and Compacting Pervious Concrete Standard methods of placing, spreading, and compacting shall be as described herein. However, the contractor may submit for review and approval by the Engineer, alternative methods of work that deviate from the standard methods described in this specification. Such methods shall be demonstrated through the test panels trial and will require final acceptance by the Engineer. Alternate methods that are rejected through the test panels will be discontinued. Methods described in this specification shall be used. 8-26.3(7)A Contractor's Qualifications 136 The Contractor shall employ no less than one (1) NRMCA certified Pervious Concrete Craftsman who shall be on site, overseeing each placement crew during all pervious concrete placement, or the Contractor shall employ no less than three (3) NRMCA certified Pervious Concrete Installers, who shall be on site working as members of each placement crew during all pervious concrete placement, or the Contractor shall employ no less than three (3) NRMCA certified Pervious Concrete Technicians and one (1) Pervious Concrete Installer, who shall be on site working as members of each placement crew during all concrete placement unless otherwise specified. For those crews having personnel with NRMCA certified Pervious Concrete Technician certifications, the placement crew shall also successfully pass a Performance Evaluation required under NRMCA Pervious Concrete Installer certification. The pervious cement concrete sidewalk test panels installed at the project site may be utilized as the "mock-up" placement required for the NRMCA"mock-up" Performance Evaluation exam for Pervious Concrete Installer certification. If the "mock up" placement installed for NRMCA certification does not meet the project specifications, the "mock up" placement shall be removed at the Contractor's expense and a new pervious concrete sidewalk test panels shall be installed, tested and submitted for acceptance. Documentation of NRMCA certifications for the Contractor's personnel shall be submitted per Section 8-26.3(2) prior to proceeding with production placement of the pervious concrete sidewalks. If, in the opinion of the Engineer, personnel used for installing pervious concrete sidewalk are unqualified, inattentive to quality, or unsafe, they shall be removed or reassigned from installation of pervious concrete sidewalk at the written request of the Engineer. 8-26.3(7)B Test Panels Production placement of pervious concrete shall not occur until the Contractor has completed a test panels of pervious concrete sidewalk that meets all of the acceptance criteria herein and is accepted by the Engineer. The Contractor should allow time in his schedule for the construction and acceptance of the test panels. The Contractor shall construct test panels of pervious concrete sidewalk with a minimum area of 225 square feet. Test panels may be placed non-contiguously. The width of the test panels shall be equal to the nominal width of the sidewalk to be placed. The test panels shall be equivalent and representative of the production pervious concrete sidewalk in all aspects including subbase depth and preparation. The Engineer shall observe and accept each element of pervious concrete sidewalk construction. Construction and evaluation of the test panels will occur as follows: Notify the Engineer at least ten (10)Working Days before installing pervious concrete sidewalk test panels Coordinate the location of the test panels with the Engineer. Install the test panels in accordance with the Specifications and Drawings. 137 i Notify the Engineer when each element of the test panels is ready for inspection. Remove, replace, and dispose of any unsatisfactory portions of test panels as determined by the Engineer and at no additional cost. Failure to install acceptable test panels of pervious concrete will indicate an unqualified installer. Production sections of this Work shall not be placed until achieving a complete test panels that fully complies with the Drawings and Specifications and has written acceptance issued by the Engineer. The completed test panels shall be used to validate the pervious concrete mix design and establish the JMF. Unless others determined by the Engineer, three (3), four(4) inch, cores will be cut in accordance with ASTM C42 and these cores will be used to validate the i mix design under the design criteria set forth in Section 8-26.3(1)A and the acceptance '�� criteria of 5- 06.3(4)A. The average unit weight of the cores as determined by ASTM I D1188 shall be within eight (8) pounds per cubic foot of the average of the three (3) cores. The average unit weight of the cores shall be the unit weight used for the JMF. Core holes shall be filled by the Contractor with concrete meeting the proposed JMF and shall match I adjacent pavement color, texture and grade. Three (3) infiltration tests will be conducted in the test panels for acceptance. Each of the infiltration tests shall meet the minimum infiltration rate requirement noted in Section 8- 26.3(1)A. The completed and accepted test panels shall be maintained and protected throughout the duration of the Work and may not be demolished and disposed of without written permission from the Engineer. If the test panels are incorporated into the Work, it shall remain in place accepted as a single lot. 8-26.3(7)C Placing, Spreading and Compacting Prior to placing pervious concrete, the Engineer will inspect and accept all formwork and subbase/subgrade. All surfaces that will contact the finished pervious concrete shall be damp with no standing water. Pervious concrete shall not be placed on standing water or frozen materials. Pervious concrete sidewalk shall be placed on the prepared subbase as close to its final position as possible in a continuous operation so as to minimize evaporation. Where necessary, the pervious concrete may be spread with square edged shovels or rakes prior to strike off. The pervious concrete shall be struck off or screeded to a depth sufficient to allow for compaction to grade. Pervious concrete shall be placed in a single lift. Contractor's personnel shall take care to avoid foot traffic in the pervious concrete to prevent non-uniform compaction and to keep contaminating material from the mix. Foot traffic on fresh concrete shall not be allowed after it has been struck off. Within 20 minutes of discharge from the truck, the concrete shall be compacted, finished and covered for curing. The compacted effort shall be sufficient to compact the fresh pervious concrete to grade, not draw excessive paste to the surface and to leave a smooth 138 finish. In areas where the roller cannot be brought to bear, hand tamping, or other methods accepted by the Engineer, may be used to compact the pervious concrete. Edges and plastic formed joints shall be finished by hand tooling with a %2 inch radius edging tool. Defects shall be repaired immediately. Pervious concrete shall be placed continuously. Where placement has been halted for a period of 15 minutes, a header shall be placed between the forms and a construction joint formed. Construction Joint shall be located at the same spacing of where a contraction joint would be. The pervious concrete shall be compacted and finished to the header before placement may continue. Upon resuming placement, the header may be carefully removed and a construction joint formed at that location. Any sloughing or sagging of the previously placed pervious concrete at the header location shall be corrected prior to placing new pervious concrete against the joint. 8-26.3(8) Joints Joints shall be of three (3) types: construction, contraction, isolation. Construction joints shall be formed at the end of a day's work or when necessary to stop production for any reason. Contraction joints shall be used to control random cracking. And, isolation joints shall be used where the pervious concrete abuts existing facilities or where shown on the Drawings. Wherever possible, the angle between intersecting joint shall be between 80 and 100 degrees. 8-26.3(8)A Construction Joints Construction joints shall be located as near as possible to the location of a planned contraction or isolation joint. Construction joints are to be formed by placing a header between the forms, at right angles, to the full depth of the finished pervious concrete, and set to the height of the forms. Pervious concrete shall be placed against the header and compacted and finished as normal, including edging. Upon resuming paving, the header shall be carefully removed and new pervious concrete placed directly against the existing pervious concrete. The new pervious concrete shall be compacted and finished against the hardened pervious concrete as if it were a form. If an isolation joint is planned at this location, then the premolded joint filler shall be placed against the existing pervious concrete and the new pervious concrete shall be placed against the premolded joint filler. The joint shall be tooled on both sides of the premolded joint filler. 8-26.3(8)B Contraction Joints Contraction joints shall be placed every 20 feet unless otherwise shown on the Drawings. Contraction joints shall be have a depth of 1/3 the thickness of the pervious concrete and have a width of no more than 1/8 inch. Contraction joints may be formed in the plastic concrete using a roller designed for this purpose or by other methods accepted by the Engineer. Plastic formed contraction joints shall be tooled on both sides of the joint with a radius of%z inch. At the option of the Contractor, contraction joints may be saw cut after the pervious concrete has hardened. If saw cutting the contraction joints, saw cutting shall occur as soon as the concrete is sufficiently cured so that it may be cut without raveling or dislodging aggregate from the finished surface. Measures to collect dust and slurry during sawcutting operations 739 shall be implemented by the Contractor. To minimize drying, curing materials shall be removed only as needed to make cuts and shall be replaced immediately after cutting. 8-26.3(8)C Isolation Joints Isolation joints shall be placed where the pervious concrete abuts existing structures or where shown on the Drawings. Isolation joints shall continue through the depth of the pervious concrete using a 3/8 inch premolded joint filler. Isolation joints may be formed by inserting the premolded joint filler into the plastic concrete or by forming a construction joint and affixing the premolded joint filler against one side of the joint and placing fresh pervious concrete against it. Isolation joints and filler shall be flush with the surrounding pervious concrete and shall not deviate from the acceptance criteria for smoothness as shown in Section 8-26.3(4)A. The edges of the pervious concrete on either side of the premolded joint filler shall be hand tooled with a %2 inch radius. '� 8-26.3(12) Surface Smoothness The surFace of the pervious concrete sidewalk will be checked immediately after ompaction for grade and slope using the 10 foot straightedge specified in Section 8-26.3(3)F. Where the surFace is found to be out of specification as determined by the criteria specified in Section 8-26.3(4)A, it shall be immediately corrected by recompacting, removing excess pervious concrete, or by adding pervious concrete; as necessary. If it is necessary to correct grade or slope by removing excess pervious concrete, the surface shall be recompacted and the edges retooled. If the grade or slope is to be corrected by the addition of pervious concrete, the surface shall be lightly scarified and the new material added. The surface shall be recompacted to grade and the edges retooled. Any corrections to the surface shall occur before the pervious concrete has set or has dried. Pervious concrete sidewalk that is out of specification with regard to grade or slope will be rejected to the nearest joints. Pervious concrete sidewalk that has been corrected shall not be distinguishable from the adjacent, undisturbed pervious concrete sidewalk. If in the opinion of the Engineer, the corrected pervious concrete sidewalk is distinguishable from the adjacent Work, the repaired area will be rejected to the nearest joints. 8-26.3(13) Curing Immediately after the pervious concrete sidewalk has been compacted and checked for grade and slope, the sheet curing material as specified in Section 9-23.1 shall be applied. If the surface appears dry, lightly mist the surFace with water prior to applying the sheet curing material. The sheet curing materials shall be fixed in place by method(s)that shall not damage the pervious concrete sidewalk and is accepted by the Engineer. The pervious concrete shall be placed, struck off, finished and the curing materials in place within twenty (20) minutes of the time the pervious concrete is discharged from the truck. This time may be shortened if conditions exist that promote excessive drying. Forms and sheet curing material(s) shall remain in place for a minimum of ten (10) Days. 140 i With the exception of saw cutting equipment, all traffic shall be kept off of the pervious I concrete sidewalk during the curing period. For saw cutting contraction joints, only the ' amount of sheet curing material necessary to accomplish the saw cutting shall be removed and the surface of the exposed pervious concrete sidewalk shall be kept moist for the entire duration of the exposure. Any testing for acceptance shall not occur until the end of the curing period. 8-26.3(14) Cold Weather Work When concrete is being placed and the ambient air temperature is expected to drop below 50° F during the day or night, the Contractor shall, at no expense to the Owner shall be protected from the concrete from freezing. The Contractor shall provide a Cold Weather Plan prior to placing concrete when ambient air temperature below 50° F inay occur or when requested by the Engineer. Under the Cold Weather Plan, the Contractor shall, at no expense to the Owner, provide a sufficient supply of straw, hay, blankets, or other suitable blanketing material and spread it over the pavement to a sufficient depth to prevent freezing of the concrete. Straw, hay, blankets, or other suitable blanketing material shall be spread over the pavement to a sufficient depth to keep the concrete from freezing. The blanket material shall be covered with a layer of burlap or plastic sheeting, weighted or anchored to prevent the wind from displacing the insulation. The Engineer may require recording thermometers if daytime temperature is below 50°. The protection shall be maintained for 10 Days. The Contractor shall replace any concrete damaged by freezing at no additional cost to the Owner. The Contractor shall be responsible for the quality of the concrete thus cured. Any concrete injured by frost action or freezing shall be removed and replaced at the Contractor's expense in accordance with this Section. 8-26.3(15) Protection of Pervious Concrete Sidewalk As part of the TESC Plan, rain runoff, surface water of any kind and sediment shall be prevented from entering the area of pervious pavement construction, including excavation, until the pervious concrete application has cured and the adjacent areas that sheet flow/drain onto the pervious pavement are permanently stabilized from erosion and plantings are established. Once pavement is placed, protective covers shall continually be maintained until adjacent areas are permanently stabilized and pavement has been accepted. The Contractor shall take every precaution to protect the pervious concrete sidewalk from damage, including the introduction of foreign materials to the surface, throughout the course of the work. Pervious concrete sidewalk that is damaged or has been adversely impacted by the introduction of foreign materials shall be rejected and replaced to the nearest joint. 141 Divisio n 9 Materials 9-03 Aggregates �******� 9-03.1(6) Coarse Aggregates for Pervious Concrete 9-03.1(5)A GENERAL Aggregate for pervious concrete shall meet the requirements of Sections 9-03.1(3)A, 9- 03.1(3)B and 9-03.1(3)C. 9-03.1(5)B GRADING Aggregate for pervious concrete shall conform to one of the following gradations: % -Total percent ', passing by weight AGGREGATE GRADATION ll AASHTO No. 8 size I a re ate radation Sieve Size Min. Max. 1/2" Square 100% --- 3/8" Square 85% 100% U.S. No. 4 10% 30% U.S. No. 8 0% 10% U.S. No. 16 0% 5% U.S. No. 50 ---- ---- U.S. No. 200 0% 0.5% In individual tests, a variation of four(4) percent under the minimum percentages or over the maximum percentages will be allowed on sieves size No. 16 and larger. For sieves smaller than No. 16, the maximum percentage passing shall not exceed the limits shown for any single test. The average of three successive tests shall be within the percentages stated above. Coarse aggregate shall contain no pieces larger than two (2) times the maximum sieve size for the specified grading measured along the line of greatest dimension. Acceptance of grading and quality of the aggregate will be based on samples taken from stockpiles at the concrete plant. The exact point of acceptance will be determined in the field by the Engineer. When the Engineer accepts, the pervious concrete aggregate may be blended from other sizes if: The resulting aggregate meets all requirements for the specified grading; 142 Each size used makes up at least five (5) percent of the blend; The Contractor supplies the Engineer with the gradation for the proposed sizes, along with ' their proper proportions before producing the aggregate. If the aggregate comes from commercial sources, the Contractor shall supply this information and have it accepted before proportioning and mixing the concrete. 9-03.12 (6) Mineral Aggregate Type 26 Mineral a re ate t e 26 shall confirm to the following grading: Sieve Size Percent Passin 3/" 100 No. 4 28-56 No. 8 20-50 No. 50 3-12 No. 200 0-1 L.A. abrasion 35% max 9-03.12 (7) Fine Aggregate Fine a re ate for bioretention soil mix shall confirm to the following grading: Sieve Size Percent Passin 3/8" 100 No. 4 95-100 No. 10 75-95 No. 40 25-40 No. 100 4-10 No. 200 2-4 Fine aggregate shall meeting the following gradation coefficients: a. Coefficient of Uniformity Cu=D60/D10 equal to or greater than 6; b. Coefficient of Curve Cc= D30^2/(D60*D10) greater than or equal to 1 and less than or equal to 3. 9-03.8(7) HMA Tolerances and Adjustments 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: Nonstatistical Commercial Evaluation Evaluation Aggregate, percent passing 1° 3/„ ,/2", 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% 143 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.p% ±3.0% Asphalt Binder ±p.5% ±0.7% VMA 1.5% below minimum value in 9-03.8(2) 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 poinYs section, except the tolerance limits for sieves designated as 100% passing will be 99-100. 9-03.22 Cement-based Grout for Abandoning Existing Utilities (Additional Section) Section 9-03.22 is a new section: ' �******� , The Contractor shall submit a mix proposal, to be approved by the Engineer, for Cement-base j Grout for Abandoning Existing Utilities prior to commencing work on this item. Cement-based Grout forAbandoning 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 aggregate as specified in section 9-03.1. Water: Water shall conform to the provisions of Section 9-25.1. 9-05.20 Corrugated Polyethylene Storm Sewer Pipe (CPEP) Section 9-05.19 is replaced with the following: �******� 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 equivalent. 9-05.20(2) Pipe Material and Fabrication CPEP shall be in conformance with the latest version of ASTM F 667 orAASHTO M 294,Type S. 9-05.20(3) Fittings and Gaskefs Fittings shall be gasketed PVC fittings. Gaskets shall conform to ASTM F 477. Fittings shall conform to ASTM F 1536 orASTM D 3212. Fittings shall be manufactured by Nyloplast USA, Inc., or approved equivalent. 9-05.52 Dense Foam Section 9-05.52 is a New Section as follows: �******� Dense foam shall be Ethafoam HS 600 high density, polyethylene foam, as manufactured by Dow Chemical Company, or approved equivalent. 144 9-14 Erosion Control and Roadside Planting 9-14.1 Soil �******� 9-14.1(1) Topsoil Type A Supplement Supplement by adding the following: Topsoil Type A shall be a mixture of Fine Compost and Backfill for Sand Drains. Fine Compost shall comply with the requirements of Section 9-14.4(8). Backfill for Sand Drains shall comply with the requirements of Section 9-03.13. Topsoil Type A shall be a two-way mix soil consisting of 50-percent Backfill for Sand Drains and 50-percent Fine Compost by volume, thoroughly mixed together. Mixed soil shall have pH range of 5.0 to 7.0 with dolomite limestone, calcium carbonate limestone or soil sulfur added as necessary to attain this range. Planting soil/topsoil shall consist of loose, moderately well-drained, friable soil of sandy loam texture, free of ice, snow and rubbish with no admixture of refuse or material toxic to plant growth. Soil shall be reasonably free of stones, lumps, roots, and weeds or similar objects. Topsoil should be fertile and free-flowing(pulverized). Topsoil shall be Mycorrhizae inoculated. Topsoil shall meet the following parameters: Parameter Ranqe pH 6.7-7.5 Moisture Content 25%-55% Soluble Salts 2.5 mmhos/(dS) Coarse Sand 50%max (by weight) Clay 25%max (by weight) Silt 15%max (by weight) Organic matter 10%max (by weight) Contractor shall send minimum of one representative sample of Topsoil Type A to an approved soil-testing laboratory (state or commercial laboratory)for approval prior to use on the project site. The cost for testing and shall be borne by the Contractor. Testing shall be performed in accordance with the most current edition of Methods of Soil Analysis published by the Soil Science Society of America, Inc. The soil test analysis reports and recommendations shall include the following: 1. Fertility Analysis Extractable analyses: nitrate-nitrogen, ammoniacal-nitrogen, phosphorous, potassium, calcium, magnesium, copper, zinc, manganese and iron. Saturation extract values: calcium, magnesium, potassium, sodium, boron, sulfate, pH, qualitative lime, salinity and sodium adsorption ratio (SAR). 145 2. Organic Content and Particle Size Appraisal Percent dry weight organic matter and USDA particle size appraised to include USDA soil classification. 3. Cation Exchange Capacity(CEC) 4. Laboratory Recommendations Written statement from the soil-testing laboratory that they have reviewed the project planting plans and the planting specifications, and that their recommendations respond to the specific needs of the Contract. Recommendations shall verify the soil mix will provide adequate nutrients for plant growth without supplemental fertilizer or soil amendments. Submit soil laboratory tests for Topsoil Type A and supplier's certification of Fine Compost and Backfill for Sand Drains for Engineer's review and approval prior to installing Topsoil Type A. 9-14.4(3) Wood Chip Mulch Section 9-14.4(3) is replaced by the following: �******� Bark shall be medium to coarsely ground, and shall be derived from Douglas fir, Western red cedar, or hemlock species. Bark shall not be derived from pine needles, and shall not contain resin, tannin, or other compounds or infestations in quantities that would be detrimental to plant vigor. Bark shall not be colored. �******� 9-14.1(4) Bioretention Soil New Supplement by adding the following: Bioretention soil shall be a well blended mixture of Fine aggregate and compost measured on a volume basis. Bioretention soil shall consist of two parts fine compost (approximately 35 to 40 percent) by volume meeting the requirements of Section 9-14.4(8) of the Standard Specifications for compost and three parts fine aggregate for bioretention soil mix (approximately 60 to 65 percent), by volume meeting the requirements of Section 9-03.12(7). The mixture shall be well blended to produce a homogeneous mix,and have an organic matter content of 4% to 8% determined using the Loss on Ignition Method. 9-14.3 Fertilizer Section 9-14.3 is supplemented by adding the following: �******� Fertilizer soil amendments are not allowed. 9-14.6 Plant Materials 146 9-14.6(5) Inspection Section 9-14.6 is revised by deleting the first sentence of the first paragraph and replacing with the following: ��****) � The review and preliminary approval of all plant materials by the Engineer prior to planting is I mandatory. The Contractor has 3 options to secure approval of plant materials: 1. Submit plant samples to the Engineer's office and/or have samples available at the project site for review during scheduled visits. 2. Submit color photographs of representative specimens of each type of plant on the plant schedule. Photos shall be minimum 3 x 5 inches and minimum 150 DPI if digital format. Photographs shall be taken from an angle that depicts the condition of foliage, branching pattern, the rootball, and the size of each typical plant to be furnished.A scale rod or other measuring devise shall be included in the photograph. For species where more than 20 plants are required, include a minimum of 3 photos that show the average plant, the best quality plant, and the worst quality plant to be provided. Label each photograph with the plant name, plant size, and name of the growing nursery. 3. Have Engineer review plants at the place of growth at the Contractor's expense. 9-14.6(8) Sod Section 9-14.6(8) is supplemented with the following: �**�***� Sod shall be nursery-grown (farm-grown) under climatic conditions similar to or hardier than those at the site. Sod shall have normal habit of growth and be healthy, vigorous and free of disease, insects, insect eggs and larvae. Sod material shall meet or exceed the specification of Federal, State and local laws requiring inspection for plant disease and insect control. Sod: Non-net "Premium Shadow Master" Sod Mixture from Emerald Turfgrass Farms, Inc., Sumner, WA, Ph: 253 838 9911 or 425 641 0608, or approved equal. Approved equal must ' be from a local grower and be established in growing sod in sandy loam soils. Sod grown in heavy clay soils is not acceptable. All required certifications apply for"approved equal". Sod shall contain 65% perennial turf-type ryegrass by weight and 35% hard fescue by weight. 9-14.7 Stakes, Guys, and Wrapping Section 9-14.7 is revised by keeping the first sentence and deleting the remaining sentences. �******� 9-14.8 Recycled Plastic Lumber Edging — Landscaping Grade New Section �******� See plan for dimensions of recycled plastic lumber edging. Submittal required for review and approval by Owner's Representative prior to construction. 147 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 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 ofAWWA C151. Ductile iron pipe shall have a cement-mortar lining meeting the requirements ofAWWA C104.All other ductile iron pipe shall be Standard Thickness Class 52 or the thickness class as shown in the Plans. 9-30.3(1) Gate Valves (3 inches to 12 inches) Section 9-30.3(1) is replaced with: �******� Valves shall be designed for a minimum water operating pressure of 200 PSI. Gate valves shall be lowa List 14, Mueller Company No.A2380, Kennedy, or M&H. 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. Gate valves shall conform to AWWA C500 and shall be iron body, bronze-mounted, double disc with bronze wedging device and O-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-550 latest revision. Valves shall be provided with two (2) internal O-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, 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. 148 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. Valve markers shall be carsonite composite utility marker .375"x 6'-0" or approved equal with blue label "water." 9-30.3(7) Combination Air Release/Air Vacuum Valves Section 9-30.3(7) has been supplemented as follows: �******� Air and vacuum release valves shall be APCO- Valve and Primer Corp, "Heavy-Duty," combination air release valve, or equal. Installation shall be per the City of Renton Standard Details, latest revision. Piping and fitting shall be copper or brass. Location of the air release valve as show on the plans is approximate. The installation shall be set at the high point of the line. 9-30.3(8) Tapping S/eeve and Valve Assembly Section 9-30.3(8) is revised as follows: ��*****� Tapping sleeves shall be cast iron, ductile iron epoxy-coated steel, or other approved material. 9-30.3(9) Blow-Off Assembly Section 9-30.3(9) is a new section: �******� Permanent blow-off assembly shall be #78 Kupferle Foundry Co. or approved equal. Installation of blow-off permanent blow-off assembly shall be per City of Renton Standard Details, latest revision. Pipe and fittings shall be galvanized. Blow-off assembly shall be installed at location(s) shown on the plans. Temporary blow-off assembly on new dead-end water main shall be installed at location shown on the plans. Temporary blow-off assemblies for testing and flushing of the new water mains will not be included under this item and shall be considered incidental to the contract and no additional payment shall be made. 9-30.5 Hydrants Section 9-30.5 is supplemented by adding the following: �**�***� Fire hydrants shall be lowa, Corey Type (opening with the pressure) or approved equal conforming to AWWA C-502-85. Approval must be obtained prior to bid opening. Compression type fire hydrants(opening against pressure)shall be Clow Medallion, M&H 929, Mueller Super Centurion 200, conforming to AWWA C-502-85. 9-30.5(1) End Connections (RC) Section 9-30.5(1) is supplemented by adding the following: �******� Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid proposal description. 749 9-30.5(2) Hydrant Dimensions Section 9-30.5(2) is replaced with the following: �******� Fire hydrants shall be Corey type (opening with the pressure) or compression type (opening against pressure) conforming to AWWA C-502-85 with a 6 inch mechanical joint inlet and a main valve opening (M.V.O.) of 5 1/4 inches, two 2 1/2 inch hose nozzles with National Standard Threads 7 1/2 threads per inch and one 4 inch pumper nozzles with the new Seattle Pattern 6 threads per inch, 60 degrees V. Threads, outside diameter of male tread 4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4" pentagon operating nut opened by turning counter clockwise (left). The two 2-1/2" hose nozzles shall be fitted with cast iron threaded caps with operating nut of the same design and proportions as the hydrant stem nut. Caps shall be fitted with suitable neoprene gaskets for positive water tightness under test pressures. The 4" pumper nozzle shall be fitted with a Stortz adapter, 4"Seattle Thread x 5"Stortz. Stortz adapter shall be forged and/or extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded end portion shall have no lugs and 2 set screws 180 degrees apart. Stortz face to be metal, no gasket to weather. Stortz cap to have synthetic molded rubber gasket, and shall be attached to hydrant adapter with 1/8" coated stainless steel aircraft cable. Fire hydrants shall be installed per City of Renton Standard Details for fire hydrants, latest revisions. 9-30.6(3)B Polyethylene Pipe Section 9-30.6(3)B has been modified as follows: �****�*� Polyethylene pipe shall not be used. , 9-30.6(4) Service Fittings ' Section 9-30.6(4) has been revised as follows: �******� Fittings used for copper tubing shall be compression type with gripper ring. 9-30.6(5) Meter Setters Section 9-30.6(5) has been supplemented as follows: �******� Meter setters shall be installed per the City of Renton Standard Details for water meters, latest revision. 150 Appendices (January 2, 2017) The following appendices are attached and made a part of this contract: APPENDIX A: City of Renton Standard Plans APPENDIX B: WSDOT Standard Plans APPENDIX C: Utility Pothole Data APPENDIX D: Renton Sunset Stormwater RetrofiULID Project Geotechnical Data and Recommendation Report APPENDIX E: Construction Stormwater General Permit �s� STDPLANS.GR9 (January 3, 2017) WSDOT Standard Plans The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21- 01 transmitted under Publications Transmittal No. PT 16-048, effective August 1, 2016 is made a part of this contract. The Standard Plans are revised as follows: A-30.15 DELETED A-40.10 Section View, PCCP to HMA Longitudinal Joint, callout, was - "Sawed Groove - Width 3/16" (IN) MIN. to 5/16" (IN) MAX. � Depth 1" (IN) MIN. � see Std. Spec. 5-04.3(12)B" is revised to read; "Sawed Groove - Width 3/16" (IN) MIN. to 5/16" (IN) MAX. - Depth 1" (IN) MIN. - see Std. Spec. Section 5-04.3(12)A2" ' A-50.10 ' Sheet 2 of 2, Plan, with Single Slope Barrier, reference C-14a is revised to C-70.10 A-50.20 Sheet 2 of 2, Plan, with Anchored Barrier, reference C-14a is revised to C-70.10 A-50.30 Sheet 2 of 2, Plan (top), reference C-14a is revised to C-70.10 A-60.30 Note 4,was-"If the ACP and membrane is to be removed from the bridge deck, see GSP 023106 for deck preparation before placing new membrane." Is revised to read; "If the ACP and membrane is to be removed from the bridge deck, see GSP 6- 02.3(10)D.OPT6.GB6 for deck preparation before placing new membrane." B-10.20 and B-10.40 Substitute "step" in lieu of"handhold" on plan B-15.60 Table, Maximum Knockout Size column, 120" Diam., 42" is revised to read; 96" B-25.20 Add Note 7. See Standard Specification Section 8-04 for Curb and Gutter requirements B-40.40 Note 2, was - "When bolt-down grates are specified in the Contract, provide two slots in the grate that are centered with the holes in the frame. Location of bolt-down slots varies among different manufacturers." Is revised to read; "Bolt-down capability is required on all frames, grates, and covers, unless specified othenNise in the Contract. Provide 2 holes in the frame that are vertically aligned with the grate or cover slots. The frame shall accept the 5/8" (in) - 11 NC x 2" (in)Allen head cap screw by being tapped, or other approved mechanism. Location of bolt-down holes varies by manufacturers." 152 B-55.20 Metal Pipe elevation, title is revised to read; "Metal Pipe and Steel Rib Reinforced Polyethylene Pipe" B-90.40 Offset & Bend details, add the subtitle, "Plan View" above titles C-16a Note 1, reference G28.40 is revised to G20.10 , C-16b Note 3, reference C-28.40 is revised to C-20.10 C-22.14 Note 3, formula, was: "Elevation G = (Elevation S — D x (0.1) + 28" is revised to read: "Elevation G = (Elevation S— D x (0.1) + 28/12" C-22.16 Note 3, formula, was: "Elevation G = (Elevation S — D x (0.1) + 31" is revised to read: "Elevation G = (Elevation S— D x (0.1) + 31/12" C-22.41 DELETED D-10.10 Wall Type 1 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT Bridge Design Manual (BDM) and the revisions stated in the 11/3/15 Bridge Design memorandum. D-10.15 Wall Type 2 may be used if no traffic barrier is attached on top of the wall.Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge Design memorandum. D-10.20 Wall Type 3 may be used in all cases. The last sentence of Note 6 on Wall Type 3 shall be revised to read: The seismic design of these walls has been completed using a site adjusted (effective) peak ground acceleration of 0.32g. D-10.25 Wall Type 4 may be used in all cases. The last sentence of Note 6 on Wall Type 4 shall be revised to read: The seismic design of these walls has been completed using a site adjusted (effective) peak ground acceleration of 0.32g. D-10.30 Wall Type 5 may be used in all cases. D-10.35 153 Wall Type 6 may be used in all cases. D-10.40 Wall Type 7 may be used if no traffic barrier is attached on top of the wall.Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge Design memorandum. D-10.45 Wall Type 8 may be used if no traffic barrier is attached on top of the wall.Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the revisions stated in the 11/3/15 Bridge Design memorandum. D-15.10 STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. D-15.20 ' STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" �! are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. D-15.30 STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. F-10.12 Section Title, was — "Depressed Curb Section" is revised to read: "Depressed Curb and Gutter Section" F-10.40 "EXTRUDED CURB AT CUT SLOPE", Section detail - Deleted F-10.42 DELETE — "Extruded Curb at Cut Slope" View G-22.10 Sheet 2, Elevation , Three-Post Installation, Dimension, upper right, was — ".035" is revised to read: " 0.35X" H-70.20 Sheet 2, Spacing Detail, Mailbox Support Type 1, reference to Standard Plan I-70.10 is revised to H-70.10 J-3 DELETED J-3b 154 DELETED J-3C DELETED J-10.21 Note 18, was-"When service cabinet is installed within right of way fence, see Standard Plan J-10.22 for details." Is revised to read; "When service cabinet is installed within right of way fence, or the meter base is mounted on the exterior of the cabinet, see Standard Plan J-10.22 for details." J-10.22 Key Note 1, was-"Meter base per serving utility requirements-as a minimum, the meter base shall be safety socket box with factory-installed test bypass facility that meets the requirements of EUSERC drawing 305." Is revised to read; "Meter base per serving utility requirements� as a minimum, the meter base shall be safety socket box with factory- installed test bypass facility that meets the requirements of EUSERC drawing 305. When the utility requires meter base to be mounted on the side or back of the service cabinet, the meter base enclosure shall be fabricated from type 304 stainless steel." Key Note 4, "Test with (SPDT Snap Action, Positive close 15 Amp - 120/277 volt "T" rated). Is revised to read: "Test Switch (SPDT snap action, positive close 15 amp - 120/277 volt "T" rated)." Key Note 14, was-"Hinged dead front with '/ turn fasteners or slide latch." Is revised to read; "Hinged dead front with '/ turn fasteners or slide latch. - Dead front panel bolts shall not extend into the vertical limits of the breaker array(s)." Key Note 15, was - "Cabinet Main Bonding Jumper. Buss shall be 4 lug tinned copper. See Cabinet Main bonding Jumper detail, Standard Plan J-3b." is revised to read; "Cabinet Main Bonding Jumper Assembly - Buss shall be 4 lug tinned copper -- See Standard Plan J-10.20 for Cabinet Main Bonding JumperAssembly details." J-20.10 Add Note 5, "5. One accessible pedestrian signal assembly per pedestrian pushbutton post." J-20.11 Sheet 2, Foundation Detail, Elevation, callout - "Type 1 Signal Pole" is revised to read: "Type PS or Type 1 Signal Pole" Sheet 2, Foundation Detail, Elevation, add note below Title, "(Type 1 Signal Pole Shown)" Add Note 6, "6. One accessible pedestrian signal assembly per pedestrian pushbutton post." J-20.26 Add Note 1, "1. One accessible pedestrian pushbutton station per pedestrian pushbutton post." J-20.16 ViewA, callout, was- LOCK NIPPLE, is revised to read; CHASE NIPPLE J-21.10 Sheet 1 of 2, Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2#4 reinforcing bar shown, to read; 3"CLR.. Delete "(TYP.)"from 755 the 2 %2" CLR. dimension, depicting the distance from the bottom of the foundation to find 2 #4 reinf. Bar. Sheet 1 of 2, Elevation view(Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)"from the 2 %2"CLR. dimension, depicting the distance from the bottom of the foundation to find 1 #4 reinf. Bar. Sheet 2 of 2, Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2#4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)"from the 2 %z"CLR. dimension, depicting the distance from the bottom of the foundation to find 2 #4 reinf. Bar. Sheet 2 of 2, Elevation view(Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)"from the 2 '/z"CLR. dimension, depicting the distance from the bottom of the foundation to find 1 #4 reinf. Bar. Detail F, callout, "Heavy Hex Clamping Bolt (TYP.) - 3/4" (IN) Diam. Torque Clamping Bolts (see Note 3)" is revised to read; "Heavy Hex Clamping Bolt(TYP.)- 3/4" (IN) Diam. Torque Clamping Bolts (see Note 1)" Detail F, callout, "3/4" (IN) x 2'- 6"Anchor Bolt (TYP.) � Four Required (See Note 4)" is revised to read; "3/4" (IN) x 2'- 6"Anchor Bolt (TYP.) �Three Required (See Note 2)" J-21.15 Partial View, callout, was - LOCK NIPPLE - 1 %2" DIAM., is revised to read; CHASE ', NIPPLE � 1 %2" (IN) DIAM. �, J-21.16 Detail A, callout, was- LOCKNIPPLE, is revised to read; CHASE NIPPLE J-22.15 Ramp Meter Signal Standard, elevation, dimension 4' - 6" is revised to read; 6'-0" (2x) Detail A, callout, was - LOCK NIPPLE - 1 %2" DIAM. is revised to read; CHASE NIPPLE � 1 '/2" (IN) DIAM. J-40.10 Sheet 2 of 2, Detail F, callout, "12 - 13 x 1 %2" S.S. PENTA HEAD BOLT AND 12" S. S. FLAT WASHER" is revised to read; "12 - 13 x 1 '/2" S.S. PENTA HEAD BOLTAND 1/2" (IN) S. S. FLAT WASHER" J-60.14 All references to J-16b (6x) are revised to read; J-60.11 K-80.30 In the NARROW BASE, END view, the reference to Std. Plan C-8e is revised to Std. Plan K-80.35 M-11.10 Layout, dimension (from stop bar to "X"), was-23' is revised to read; 24' The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. 756 A-10.10-00........8/7/07 A-40.00-00.........8/11/09 A-50.30-00.......11/17/08 A-10.20-00......10/5/07 A-40.10-03.........12/23/14 A-50.40-00.......11/17/08 A-10.30-00......10/5/07 A-40.15-00.........8/11/09 A-60.10-03........12/23/14 A-20.10-00......8/31/07 A-40.20-03.........12/23/14 A-60.20-03.........12/23/14 A-30.10-00......11/8/07 A-40.50-02.........12/23/14 A-60.30-00..........11/8/07 A-30.30-01......6/16/11 A-50.10-00.......11/17/08 A-60.40-00..........8/31/07 A-30.35-00.......10/12/07 A-50.20-01.........9/22/09 B-5.20-01........6/16/11 B-30.50-01.........4/26/12 B-75.20-01..........6/10/08 B-5.40-01.........6/16/11 B-30.70-03.........4/26/12 B-75.50-01..........6/10/08 B-5.60-01.........6/16/11 B-30.80-00...........6/8/06 B-75.60-00............6/8/06 B-10.20-01........2/7/12 B-30.90-01........9120/07 B-80.20-00.........6/8/06 B-10.40-00........6/1/06 B-35.20-00..........6/8/06 B-80.40-00.........6/1/06 B-10.60-00........6/8/06 B-35.40-00..........6/8/06 B-82.20-00.........6/1/06 B-15.20-01........2/7/12 B-40.20-00..........6/1/06 B-85.10-01.........6/10/08 B-15.40-01........2/7/12 B-40.40-01........6/16/10 B-85.20-00..........6/1/06 B-15.60-01........2/7/12 B-45.20-00..........6/1/06 B-85.30-00..........6/1/06 B-20.20-02.......3/16/12 B-45.40-00..........6/1/06 B-85.40-00..........6/8/06 B-20.40-03.......3/16/12 B-50.20-00..........6/1/06 B-85.50-01.........6/10/08 B-20.60-03.......3/15/12 B-55.20-00..........6/1/06 B-90.10-00..........6/8/06 B-25.20-01........3/15/12 B-60.20-00..........6/8/06 B-90.20-00..........6/8/06 B-25.60-00.........6/1/06 B-60.40-00..........6/1/06 B-90.30-00..........6/8/06 B-30.10-01.........4/26/12 B-65.20-01..........4/26/12 B-90.40-00..........6/8/06 B-30.20-02.........4/26/12 B-65.40-00..........6/1/06 B-90.50-00..........6/8/06 B-30.30-01.........4/26/12 B-70.20-00..........6/1/06 B-95.20-01..........2/3/09 B-30.40-01..........4/26/12 B-70.60-00..........6/1/06 B-95.40-00..........6/8/06 C-1....................7/12/16 C-6...................7/15/16 C-23.60-03........6/11/14 C-1a.................7/14/15 C-6a................10/14/09 C.24.10-01........6/11/14 C-1 b...................7/14/15 C-6c.................7/15/16 C-25.18-05........7/14/15 C-1 c..................7/12/16 C-6d...................7/15/16 C-25.20-06........7/14/15 C-1d................10/31/03 C-6f...................7/15/16 C-25.22-05........7/14/15 C-2....................1/6/00 C-7.....................6/16/11 C-25.26-03........7/14/15 C-2a..................6/21/06 C-7a...................6/16/11 C-25.80-04........7/15/16 C-2b..................6/21/06 C-8.....................2/10/09 C-40.14-02........7/2/12 C-2c..................6/21/06 C-8a...................7/25/97 C-40.16-02........7/2/12 C-2d..................6/21/06 C-8b....................2/29/16 C-40.18-02........7/2/12 C-2e..................6/21/06 C-8e....................2/21/07 C-70.10-01........6/17/14 C-2f...................3/14/97 C-8f.....................6/30/04 C-75.10-01........6/11/14 C-2g..................7/27/01 C-10....................7/15/16 C-75.20-01........6/11/14 C-2h..................3/28/97 C-16a.................6/3/10 C-75.30-01........6/11/14 C-2i...................3/28/97 C-20.10-03.........7/14/15 C-80.10-01........6/11/14 C-2j...................6/12/98 C-20.14-03..........6/11/14 C-80.20-01........6/11/14 C-2k..................7/12/16 C-20.15-02..........6/11/14 C-80.30-01........6/11/14 C-2n..................7/12/16 C-20.18-02..........6/11/14 C-80.40-01........6/11/14 C-2o..................7/13/01 C-20.19-02..........6/11/14 C-80.50-00........4/8/12 C-2p................10/31/03 C-20.40-05..........7/14/15 C-85.10-00........4/8/12 C-3...................7/2/12 C-20.41-01..........7/14/15 C-85.11-00........4/8/12 C-3a.................10/4/05 C-20.42-05..........7/14/15 C-85.14-01........6/11/14 C-3b................6/27/11 C-20.45.01...........7/2/12 C-85.15-01........6/30/14 157 C-3c................6/27/11 C-22.14-04........7/15/16 C-85.16-01........6/17/14 C-4b..................7/15/16 C-22.16-05........7/14/15 C-85-18-01........6/11/14 C-4e..................7/15/16 C-22.40-05........7/15/16 C-85.20-01........6/11/14 C-4f...................7/2/12 C-22.45-02........7/15/16 C-90.10-00........7/3/08 C-16 b.................6/3/10 D-2.04-00........11/10/05 D-2.48-00........11/10/05 D-3.17-02......5/9/16 D-2.06-01........1/6/09 D-2.64-01........1/6/09 D-4.................12/11/98 D-2.08-00........11/10/05 D-2.66-00........11/10/05 D-6...................6/19/98 D-2.14-00........11/10/05 D-2.68-00........11/10/05 D-10.10-01......12/2/08 D-2.16-00........11/10/05 D-2.80-00........11/10/05 D-10.15-01......12/2/08 D-2.18-00........11/10/05 D-2.82-00........11/10/05 D-10.20-00.........7/8/08 D-2.20-00........11/10/05 D-2.84-00........11/10/05 D-10.25-00.........7/8/08 D-2.32-00........11/10/05 D-2.86-00........11/10/05 D-10.30-00.........7/8/08 D-2.34-01........1/6/09 D-2.88-00........11/10/05 D-10.35-00.........7/8/08 D-2.36-03........6/11/14 D-2.92-00........11/10/05 D-10.40-01......12/2/08 D-2.42-00........11/10/05 D-3.09-00........5/17/12 D-10.45-01......12/2/08 D-2.44-00........11/10/05 D-3.10-01......5/29/13 D-15.10-01......12/2/08 D-2.60-00........11/10/05 D-3.11-03......6/11/14 D-15.20-03........5/9/16 ' D-2.62-00........11/10/05 D-3.15-02......6/10/13 D-15.30-01......12/02/08 I D-2.46-01........6/11/14 D-3.16-02......5/29/13 E-1....................2/21/07 E-4....................8/27/03 E-2....................5/29/98 E-4a..................8/27/03 F-10.12-03.......6/11/14 F-10.62-02........4/22/14 F-40.15-03........6/29/16 F-10.16-00.......12/20/06 F-10.64-03........4/22/14 F-40.16-03........6/29/16 F-10.18-00.........6/27/11 F-30.10-03........6/11/14 F-45.10-02........7/15/16 F-10.40-03...........6/29/16 F-40.12-03........6/29/16 F-80.10-04........7/15/16 F-10.42-00.........1/23/07 F-40.14-03........6/29/16 G-10.10-00........9/20/07 G-25.10-04.......6/10/13 G-90.10-02......4/28/16 G-20.10-02........6/23/15 G-30.10-04.......6/23/15 G-90.11-00......4/28/16 G-22.10-03..........7/10/15 G-50.10-02.......6/23/15 G-90.20-04......4/28/16 G-24.10-00......11/8/07 G-60.10-03.......6/18/15 G-90.30-03......4/28/16 G-24.20-01......2/7/12 G-60.20-02.......6/18/15 G-90.40-02......4/28/16 G-24.30-01......2/7/12 G-60.30-02.......6/18/15 G-95.10-01........6/2/11 G-24.40-06.....2/29/16 G-70.10-03.......6/18/15 G-95.20-02........6/2/11 G-24.50-03.....6/17/14 G-70.20-03.......2/29/16 G-95.30-02........6/2/11 G-24.60-04.....6/23/15 G-70.30-03.......2/29/16 H-10.10-00..........7/3/08 H-32.10-00.......9/20/07 H-70.10-01......2/7/12 H-10.15-00..........7/3/08 H-60.10-01.........7/3/08 H-70.20-01......2/16/12 H-30.10-00......10/12/07 H-60.20-01.........7/3/08 H-70.30-02......2/7/12 I-10.10-01.........8/11/09 I-30.20-00.........9/20/07 I-40.20-00.........9/20107 I-30.10-02.........3/22/13 I-30.30-01.........6/10/13 I-50.20-01..........6/10/13 I-30.15-02.........3/22/13 I-30.40-01.......6/10/13 I-60.10-01..........6/10/13 I-30.16-00.........3/22/13 I-30.60-00.........5/29/13 I-60.20-01..........6/10/13 I-30.17-00.........3/22/13 I-40.10-00.........9/20/07 I-80.10-02..........7/15/16 158 J-10..................7/18/97 J-26.20-00.....6/11/14 J-40.38-01.......5/20/13 J-10.10-03......6/3/15 J-27.10-01.....7/21/16 J-40.39-00......5/20/13 J-10.15-01........6/11/14 J-27.15-00.....3/15/12 J-40.40-01......4/28/16 J-10.16-00......6/3/15 J-28.10-01......5/11/11 J-50.10-00.......6/3/11 J-10.17-00......6/3/15 J-28.22-00.......8/07/07 J-50.11-00.......6/3/11 J-10.18-00......6/3/15 J-28.24-01.......6/3/15 J-50.12-00.......6/3/11 J-10.20-01......6/1/16 J-28.26-01......12/02/08 J-50.15-00.......6/3/11 J-10.21-00......6/3/15 J-28.30-03......6/11/14 J-50.16-01.......3/22/13 J-10.22-00........5/29/13 J-28.40-02......6/11/14 J-50.20-00.......6/3/11 J-15.10-01........6/11/14 J-28.42-01.......6/11/14 J-50.25-00.......6/3/11 J-15.15-02......7/10/15 J-28.43-00.......6/11/14 J-50.30-00.......6/3/11 J-20.10-03........6/30/14 J-28.45-03.......7/21/16 J-60.05-01.......7/21/16 J-20.11-02........6/30/14 J-28.50-03.......7/21/16 J-60.11-00.......5/20/13 J-20.15-03........6/30/14 J-28.60-02.......7/21/16 J-60.12-00.......5/20/13 J-20.16-02........6/30/14 J-28.70-02.......6/1/16 J-60.13-00.......6/16/10 J-20.20-02........5/20/13 J-29.10-01.......7/21/16 J-60.14-00......6/16/10 J-20.26-01........7112/12 J-29.15-01.......7/21/16 J-75.10-02......7/10/15 J-21.10-04......6/30/14 J-29.16-02.......7/21/16 J-75.20-01......7/10/15 J-21.15-01......6/10/13 J-30.10-00......6/18/15 J-75.30-02.......7/10/15 J-21.16-01......6/10/13 J-40.05-00......7/21/16 J-75.40-02......6/1/16 J-21.17-01......6/10/13 J-40.10-04......4/28/16 J-75.41-01......6/29/16 J-21.20-01......6/10/13 J-40.20-03......4/28/16 J-75.45-02......6/1/16 J-22.15-02......7/10/15 J-40.30-04......4/28/16 J-90.10-02.......4/28/16 J-22.16-03......7/10/15 J-40.35-01......5/29/13 J-90.20-02.......4/28/16 J-26.10-03.....7/21/16 J-40.36-01......5/20/13 J-90.21-01......4/28/16 J-26.15-01.....5/17/12 J-40.37-01......5/20/13 K-70.20-01.......6/1/16 K-80.10-01.......6/1/16 K-80.20-00.....12/20/06 K-80.30-00.......2/21/07 K-80.35-00.......2/21/07 K-80.37-00.......2/21/07 L-10.10-02........6/21/12 L-40.10-02........6/21/12 L-70.10-01.......5/21/08 L-20.10-03........7/14/15 L-40.15-01........6/16/11 L-70.20-01.......5/21/08 L-30.10-02........6/11/14 L-40.20-02........6/21/12 M-1.20-03.........6/24/14 M-9.60-00........2/10/09 M-40.10-03......6/24/14 M-1.40-02.........6/3/11 M-11.10-01........1/30/07 M-40.20-00...10/12/07 M-1.60-02.........6/3/11 M-15.10-01........2/6/07 M-40.30-00......9/20/07 M-1.80-03.........6/3/11 M-17.10-02........7/3/08 M-40.40-00......9/20/07 M-2.20-03.........7/10/15 M-20.10-02........6/3/11 M-40.50-00......9/20/07 M-2.21-00......7/10/15 M-20.20-02........4/20/15 M-40.60-00......9/20/07 M-3.10-03.........6/3/11 M-20.30-04........2/29/16 M-60.10-01......6/3/11 M-3.20-02.........6/3/11 M-20.40-03........6/24/14 M-60.20-02......6/27/11 M-3.30-03.........6/3/11 M-20.50-02........6/3/11 M-65.10-02......5/11/11 M-3.40-03.........6/3/11 M-24.20-02.......4/20/15 M-80.10-01......6/3/11 M-3.50-02.........6/3/11 M-24.40-02.......4/20/15 M-80.20-00......6/10/08 M-5.10-02.........6/3/11 M-24.50-00.......6/16/11 M-80.30-00......6/10/08 M-7.50-01.........1/30/07 M-24.60-04.......6/24/14 159 M-9.50-02.........6/24/14 760 ���T �lC�1..� �A�A SNE�T ,��s :��r� � 3�5ra t ��t� S•- r�-�y Appiie� ��°���� Overiay type: Aspha Concrete Brick Protessional -7 ,, Setvice5,fnc. Test hole#: I Overfay Thickness T inches. Ufiliry type: C�c,�S� �f (gas,water,etc.) Overlay layers: Utifity Size:�inches Utility Material: � � Soil Cond f �1 E'1 4 �� �' �' r - �"..`��� Pipe Direction(circle one) Top of utility from grade: �� inches E&W ,.� �(� N&S Bottom of utility from grade: inches. SW&NE SE&NW Widih of Structure if necessary: inches. Additional utilities found in same Tast-Hole: E &W N& S SW & NE SE&NW 7est hole# Utitity Type: Tap: Bot: Size: Utility Maferial: Utility Configuration:�,�' �j a NQt•}1;� ( �� �r I� � � � � rf �, �� ��. � _ vacuum Crew: �1`��"�'J-� ` � �'. " r�fj�� 'L t3'� � f"�eP�� t° p ��.. �`' ° Q ' Lead: I�p� � �A � Helper: �i 24C�� �r� �� r• �t'iSr"=1f Lt C;'��� I Notes: �t)t ?T/t ST , � � . ___ ___ �_____ � , � t�ou�� � ��a�vs ' � �. cr,� I Sketch to indude street name(s), North arrow, distance to(2) permanent markers&distance to fog line or centerline. ' Be sure to include a description of each permanent marker Any known building address, or side street address in khe vicinity should be induded ��� � ���� ���� ����� RPS Job# 3�Qi Date: $-•1.5��/� , Apptied � ` 4�� Overlay type: ,�sphal Concrete Brick Pro�essianat � ServicEs,tnC. Test hole#: �.. Overlay Thickness 7� r inches. Utility type: (r�r�S' ry (gas,water,etc.y Overiay layers: Utility Size: L� inches Utility Material: �� Soil Cond. �4�'�'l� ' �. �� f`�'r�c� Pipe Direction(circle one� Top of utility from grade: � � � inches. �"��. 'r E&W .LLs.;-- N &S Bottom af utility from grade: �� inches. � SW&NE SE&NW Width of Structura if necessary: inches. Additional utilities found in same Test-Hole: E&W N & S SW& NE SE&NW ' Test hole# ' � Utiiity Type: Top: Bot: Size: Utility Material: Utility Configuration: ,L'aG�,,� �, � � r� JO �� � � � AP1. � �8��� S�-� ;,hr� ` z I � �� �� �� Vaeuum Crew: � �e � r��=_ a�T� sT Lead: R�� � �. � � :. Helper. (��pc�,� ` � Notes: � n , � � � _.___...._. � �`� � � � ,i ��'r�.c' __ . � � .�r,•�,� ' � ��s'r � ;., � .� i�. � Sketch to include street name(s), North arrow, distance to(2}permanent markers&distance to fog line or centerline. Be sure to include a description of each permanent marker Qny known buitding address, or side skreet address in the vicinity shouid be ineiuded ���� �90LE DATA ��IE�T APS Job # �j��1 Date:�_!S'- r�_ ���z ApplleU Overlay type: Asphalt Concrete Brick Proiess(onal servlees,I�IC. Test hole#: � Overlay Thickness � �� inches. Utility type:C'�rt�5 r../ (gas,water,etc.) Overlay layers: Utility Size: � inches Utility Material: ��� Soil Cond.�C��'�l_ �, �S��a�/ a� �u t� '� Pipe Direction(circle one) Top of utifity from grade: ��" "�V inches. E&W S, r� +?r'� �„_N,�S Bottam of utilit�from grade: t Z" inches. SW&NE SE&NW Width of Structure if necessary: inchas. Additionai utilities found in same Test-Nole: E&W f�& S SW & NE SE&NW Test hole# Utility Type: Top: Bot: Size: Utility Material: Utility Confguration: �'p�,',� .Up���1 a �Q-��"'� lo � 6..�' ' � �S'3 Z � � � � � <� �� � � � c �� Vacuum Crew: � �` ,vE gTN P Lead: �4�? Helper. (�e��,�. _ ___..._._ ._ ._._. _--------- N otes: -'" n .,,��r �"+ l� t ft, �' � �d � � �.�T. .�,'y"' �,`e„ ',' # �2� r, `-'t'f,� a f. � ,� *_ � Sketch to inciude street name(s), North arrow, distance to(2)permanent markers&distance to fog line or centerline. Be sure to include a description of each permanent marker Any known building address, or side street address in the vicinity should be included ��� � ���� ����� ����� r�PS Job# .�-5D f C?ate: �~i5��t� I Applied � Overiay type: Asphal Cancrete Brick �I Protessional Serv�ces,lnc. Test hole#: � Overlay Thickness�inches, Utility type: Cr�4S � (gas,water,etc.) � Overiay layers: Utility Size: � y inches Utility Material: �� Soil Cond.C(GU�Pf a � `` ,Q>, tsd�v� Pipe Direction(circle one) Top of utility(rom grade: �'�" inches. � E&W ��r� N& Bottom of utility from grade: �� �r inches. SW&NE SE&NW Width of Structure if necessary� inches. Additional utitities found in same Test-Hole: � N& S SW & l�lE SE &NV�1 Test hale# �J4 � CctS�'�9 � Ai . d� Utility Type:�/!.S Top:�� Bot: 3+� Size: r� Utility Material: �� Utiiity Configuration: „}����r� ,ry�Gf�1�i � > �f' � i�• .�`'S"' �iJLI� �° � � � V � �3G" ��, � � b ,. �� � � I � c _.,.m_.._ .._.�„__ _..___.__.__._________---,- acuum Crew: �t � Lead: �0�'' �� � 8Tft�'t� _ 2 Helper: �f�'{,,�"�' `� _, Notes: . ' � !c� p�' f nl S r c�,t� 2 �` �'L/C � C a S r n� . ----'` �i .�'or�nc� �,f T �,��N� �'`, �` �f� Q� nC.r'!"' �J �r �I1�Ct7?t y . 7'F C] Z (r'� � {/�� " !o� D F t5 ' P£ :>'c�' `` G;� `, � la��' t�f � r. ��s•'�� `3� �� ~ � �� � � <, � � • Skekch to inciude street name;s), North arrow, distance to(2}permanent ma�kers 8�distance to fog line or centerline. Be sure to include a description of each permanent marker Any known building address,or side street address in the vicinity should be inciuded T�� � N��..� �A�J� �H�E1�� APS Joo # .��� Da[e: �' � �.5 ��i�f � ----------- � � AAU�ied Overlay type: � Asphalt Concrete Brick __-.s-� Protessional SCrViCes,tnC. Test hole#: .� 4verlay Thickness � n inches_ Utility type:� ,� (gas,water,etc.} Overlay layers: Utility Size: � inches Utility Materiai: F� Soil Cond.�"����'� �, fi� Ci "�! { �, Pipe Direction(circle one} Top of utility from grade: �� inches. E&W . ;�� � Bottom of utility From grade: �� inches. � SW&NE � SE&NW V�lidth of Structur�if necessary: inches. Additionaf utilities Found in same Test-Hole: E&W N & S SW & NE SE&NW Test hole# Utility Type: Tap: Bot: Size: Utility Material: Utility Configuration: ,�a Cr,•U /1�Q P r� � � ./��� � ., rc�ti ao �t�; .�� ve 2 '"'° �� � � y�;, ra r` �, i �K � ` �4 � � � F'� x fi � � 7 � Vacuum Crew: `�� �4 � �L. Lead: �� ,�, �� =' b'`TtF �[. si � 1/ Helper: (y��r�:� Notes: �s � �- _ � ___.__.___._ _._. 5ch�l cfr�U,��y �p 7- �- �'z d Sketch to include street name(s), North arrow, distance ta(2)permanent markers&distance to fog line or centeriine. ' Be sure to include a description of each permanent marker Any known building address,or side street address in thre vicinity should be inc(uded � T���� ���_� ��T� ����� ,� � AP� ,i�b ;� ,3'�U 1 L7ate:��' 1 q a e Y.,.,� ..�_.—__ � � �. appliC!! Overlay type: sphalt Concrete Brick PCO�e5Si0I1�7i � SeCviCes,lnc. Test hafe#:(�) Z Overl�y Thickness�_inches. Utility t�pe:�;f? tr (gas,water,eEc.} Overlay layers: Utility Size:�C�inches Utility MateriaL• ��',)� Sail Cond. ,��c�- a � ��` Pipe Direction(circie one} Top of utility from grade: � � 1` inches. E&W �t )�} Bottom of utiiity fram grade: "( � inches. C_.-�-'" SW &NE SE&NW V�/idYh of Structure if neeessary: €nches. Additional utilities found in same Test-Hote: E &VV N & S SW& NE SE& NW Test hole# Utility Type: Top. Bot: Size: Utility Matet'ia1: Utility Configuration: I � h � �� i� Vacuum Crew: � r� � �,�} �ya Lead: �l�l Y �>��` ( C e Helper: ���L�� �G�,nS p` i+�y���� tf� � _�.� � r.. Notes: �� -���o � ,.�2� � l ��l �� � �, � l�' �,�� � � � � Sketch to include street name(s), No�th arrow,distance to(2)permanent markers&distance to fog line or centerline. Be sure to indude a description of each permanent marker Any known building address,or side street address in tne vicinity should be included TEST� N��.� i:��T�A SHE�T � � � AP5 �ot� # �� � Dat�:�• ��� ! �� � � '�- } - -------- — ������;�` +� dpplied Overiay type: sphal Concrete Brick Proiessionai v� Serv�ces,IriC. Test hole#: � � Overlay Thickness__�____inches. Utility type: 1-�Zv II � .�� (gas,water,etc.) 'I Overlay layers: Utility Size:� L�inches Utility Material:---�W� Soil Cond. �,C ' �� 2 �. � Pipe Oirection{circle one) Top of utility from grade: J � inches. E&W r� &S� Bottom of utility fram grade: i''�� inches. 5W&NE SE&NW Width of Structure if necessary: inches. Additional utilities found in same Test-Hole: E&W N &S SW& NE SE& NW Test hoie# Utility Type: Top. Bot: Size: Utility Material: Utility Configuration: � 5 , IV � Vacuum Crew: S Lead: �ru� "�� � � �3 Neiper: �l��t �L+.�?�5 � p h�r�,���r r �.QL Notes: 0 � �✓�,5 � 3 ��� � � �s . � /�� � �Q � � � Sketch to include street name(s), North arrow, distance to(2)permanent markers&distance to fog line or centerline. Be sure to include a description of each permanent marker Any known building address,or side street address in the vicinity should be inciuded ���'�..�" I ��'�{,��...� ��+,�'�t ����� � � 7..,�:,�': AP� Job # .�� � .___ D�te: �"'��' �-/ �.�>.. ;, w �3�� � �lpplie� Overtay type: A;s �oncrete Brick Prolesstonai � t� 3ervtCes,lnc. Test hole#:� S Overiay Thickness�inches. Utility type: u� � (gas,water,etc.} Overlay layers: Utility Size: �a inches Utility Material: �` �� Soil Cond. �� �� Pipe Direction(circle one) Top of utility€rom grade: �v1 inches. � t� "� N &S Bottom of utii€ty fram grade: �` � inches. SW&NE SE&NUV Width of Structure if necessary: inches. Additional utliities foun8 in same Test-Hole: E &W fV &S SW&(VE SE & NW Test hole# UtEtity Type: Top: Bot: Size: Utiiity Material: Utility Configuration: � . � 1 � � �+ ;� f �„� ' Vacuum Crew: �y`�'`�"j'6"` , � � 5�"' , Lead: }�,lt��" �l1Wt�'` � ~ Z3� I�� Helper: f'11�1tL� L�t�}s �� �� � �� � c� � , �, n `"�'' 3 � I Notes: � � � Q � � I �� �-��2 �� I �� � I Sketch to include streeE name(s), North arrow, distance to(2)permanent markers& distance to fog line or centerline. Be sure to include a description of each permanent marker Any known building address, or side street address in the vicinity should be included � d �T��T ���� �ATA SN�ET aP� ,1ob# ,��� 1 C7ate: - � - �` �� ��„��;t �, �1ppliCd Overiay type: s h Concrete Brick Pro�essional ServiCes,lnc. Test hale#: � �'' Overlay Thickness�_inches. Utility type: �{�U �� (gas,water,etc.) Overlay layers: Utility Size: � U inches Utility Material: �.k- Sail Cond. ��'C�- � t���, r Pipe Direction(circie one) Top of uti(ity from grade: � -t inches. E&W t yt1 / 'I b.. �: N S Bottom of utility from grade: 4 inches. SW&NE SE&NW Width of Structure if necessary: inches. Additionai utilities found in same Test-Hole: E&.W N & S SW & NE SE & NW Test hole# Utility Type: Top: Bot: Size: Utility Material: Utility Configuration: � � N -: � r 5 C � �y`���.k Vacuum Crew: � Lead: ��1�� �t��� � � ; . w�� � � �- Helper: �t��� �'�[��ni� �"' �ti � Notes: � � ( � � ��"� +ut+1#no lu � ..�'��2 I Sketch to include street narne(s}, No�th arrow, distance to(2)permanent markers&distance to fog line or centerline. Be sure to include a description of each permanent marker Any known building address,or side streek address in the vicinity should be included T��T �-IC��.� �RT,� ���� � �1�'� Job # �''�✓p � Dat�: �' �� � � ( �����+` AppllC� Overlay type: sphal Concrete Brick Protessional .� �t serv�ces,[nC. Test hole#: � � Overlay Thickness_���inches. Utility type: ��'' �( (gas,water,etc.) Overlay layers: Utility Size: �V inches Utility Material:_��- Soil Cond. ��`+'� � t � � t(���" y� Pipe Direction(circle one} Top of utility from grade: �� inches. r� E8W j� � Bottom of utility from grade: J � inches. SW&NE SE&N�V Nlidth of Structure if necessary: inches. Additional utilities found in same Test-Hole: E 8�W N &S SW & NE SE & NW Test hole� Utility Type: Top Bot: Size: Utility Mat�rial: Utility ConFguration: ( N I ( t3 + Vacuum Crew: -�` ' � � ti� � Lead: 4�11�'tT t�wt" � �� g�� ��� �i � I t �'y}i�` � Helper: 1�Y�C{� ��Ur�? '� -- � � ,� I �� ' ��, Notes: � i� � ___ ____ .�._ '��,� — � � ��� ���� � c . c� � r��2 �� I Skefch to include street name(s), North arrow, distance to(2}permanent markers&distanc to fog line or centerline. Be sure to inciude a description of each permanent marker Any known building address,or side street address in the vicinity should be inclucfed D c�ty of ,�Y o � ptb r� y�� O ��;T� GEOTECHNICAL REPORT i Renton Sunset Stormwater Retrofit / LID Project Geotechnical Data and Recommendations Report Prepared for City of Renton August 2012 CH2MHILL P.O. Box 91500 Bellevue,WA 98009-2050 � ����� � °� �s�f� r a4 �� , , '� � � �� � � � rn � , � �o `� .t� R . a�1a� o/ `�,> c�� �crs�t�� �� s�'I otvR� ��� This Report has been prepared under the direction of a registered professional engineer RENTON SUNSEf STORMWATER RETROFIT�LID PROJECT GEOTECHNICAL DATA AND RECOMMENOATIONS REPORT Table of Contents TABLEOF CONTENTS .............................................................................................I INTRODUCTION ....................................................................................................... 1 1.1 Authorization...........................................................................................................................................1 1.2 Purpose and Scope of Work...................................................................................................................1 1.3 Project Information.................................................................................................................................1 TOPOGRAPHIC AND GEOLOGIC CONDITIONS....................................................3 2.1 General Physiography.............................................................................................................................3 2.2 Regional Geology.....................................................................................................................................3 2.3 Near-Surface Soil Conditions.................................................................................................................3 EXISTING GEOTECHNICAL INFORMATION ..........................................................5 SUBSURFACE EXPLORATION PROGRAM............................................................6 4.1 General.....................................................................................................................................................6 4.2 Boring Explorations................................................................................................................................6 4.3 Test Pit Explorations...............................................................................................................................6 4.4 Infiltration Tests......................................................................................................................................7 4.5 Soil Classification....................................................................................................................................7 4.6 Laboratory Testing.................................................................................................................................7 RESULTS OF THE FIELD EXPLORATION..............................................................9 5.1 Subsurface Conditions............................................................................................................................9 5.2 Groundwater Conditions......................................................................................................................10 INFILTRATION AND HYDRAULIC CONDUCTIVITY ............................................. 12 6.1 Field Test Values...................................................................................................................................12 RENTON SUNSET STORMWATER RETROFIT�LID PROIECT GEOTECHNICAL DATA AND RECOMMENDATIONS REPORT 6.2 Correlations to D�o Values....................................................................................................................13 6.3 Design Infiltration Values.....................................................................................................................13 6.4 Design Hydraulic Conductivity Values...............................................................................................14 CONCLUSIONS AND RECOMMENDATIONS ....................................................... 15 LIMITATIONS.......................................................................................................... 17 REFERENCES ........................................................................................................ 18 FIGURES................................................................................................................. 19 RENTON SUNSEf STORMWATER RETROFIT�LID PROJECT GEOTECHNICAL DATA AND RECOMMENDATIONS REPORT SECTION 1 Introduction This Geotechnical Data and Recommendations Report summarizes the results of a geotechnical investigation conducted by CH2M HILL for the City of Renton Sunset Stormwater Retrofit/ LID project in Renton,Washington. The report also recommends infiltration values based on lab testing. 1.1 Authorization This Geotechnical Data and Recommendations Report was prepared under the terms of the contract between CH2M HILL and City of Renton. The contract authorizes CH2M HILL to provide geotechnical engineering services associated with the stormwater retrofit project in accordance with the agreement between City of Renton and CH2M HILL. 1.2 Purpose and Scope of Work The purpose of this Geotechnical Data and Recommendations Report is to document subsurface soil information for the design of the Project.The scope of work includes the following activiiies: • Review existing,published geologic and near-surface soils information for the project area, • Drilling 10 exploratory borings, • Excavate 2 test pits, • Perform infiltration tests in 2 borings and 2 test pits • Visually inspect,classify,and log soil samples and siratigraphy during the exploration • Provide infiliration estimates for design,and • Prepare this Geotechnical Data and Recommendations Report to summarize these tasks. 1.3 Project Information The City of Renton completed and adopted the Sunset Community Plan and Planned Action Environmental Impact Statement,which included the adoption of the Sunset Area Surface Water Master Plan.The Sunset Area Surface Water Master Plan identifies areas where green connection improvements could be made at locations that fit with existing and planned future land use in the area,and the construction of a sub-regional storm water infiltration facility. The green connection stormwater improvements consist of constructing rain gardens and LID pervious concrete sidewalks primarily along Harrington Avenue NE. The sub-regional stormwater infiltration facility consists of constructing an infiltration/flow � RENTON SUNSET STORMWATER REfROFIT�LID PROIECT GEOTECHNICAL DATA AND RECOMMENDATIONS REPORT control facility with a rain garden storm water facility providing water quality ireatment and pretreatment. These improvements will retrofit existing storm systems in the area to reduce the quantity and improve the quality of stormwater runoff specifically reduction in total suspended solids and fecal coliform loading,from the existing and future land use within the Sunset Community Plan Area which discharge to Johns Creek and Lake Washington. A portion of the project site is located within Aquifer Protection Area(APA)Zone 2.Water quality treatment is required in this area if the infiltration rate is greater than 2.4 inches per hour. 2 RENTON SUNSEf STORMWATER RETROFIT�LID PROJECT GEOTECHNICAL DATA AND RECOMMENDATIONS REPORT SECTION 2 Topographic and Geologic Conditions The project area is found in Renton,Washington and is located in Section 4,Township 23 North, Range 5 East. The project location is shown in Figure 1. This section summarizes the topographic and geologic conditions of the project site based on published geologic and near-surface soils information. 2.1 General Physiography The Renton Sunset Stormwater Retrofit/ LID project is located in Renton,Washington in King County. The City of Renton straddles the southeast shore of Lake Washington. The project site is located along Harrington Avenue NE near Sunset Boulevard, an upland area a little more than 300 feet above Lake Washington.The stormwater retrofit project includes an area owned by the Renton Housing Authority.The site gradually decreases in elevation from the north to the south. 2.2 Regional Geology The geologic units in the immediate project vicinity,based on a Geologic Map (Washington State Department of Natural Resources,2012)is Vashon Glacial Outwash(Qgo)and Vashon Glacial Till (Qgt).The site is mapped as till in the northern section and outwash in the south (Figure 2),though our exploration indicated a slightly more complex distribution,which is discussed in Section 5. Vashon Glacial Outwash. Chiefly consists of stratified sand, gravel,and cobbles with minor silt and clay interbeds deposited in delta,ice-contact,beach, and meltwater environments (Dragovich,2002). Saturated hydraulic conductivity is generally moderate to high. Vashon Glacial Till. A highly compacted mixture of clay,silt,sand, gravel,and boulders deposited by glacial ice (Dragovich,2002). Saturated hydraulic conductivity is generally low. 2.3 Near-Surface Soil Conditions Surficial soils for the project study area were mapped by the USDA Soil Conservation Service (SCS),now referred to as the Natural Resources Conservation Service(NRCS). Typically, the NRCS maps depict conditions within 5 feet of the ground surface,and usually do not indicate representative conditions at greater depths. The surficial soils mapped by NRCS(2012) in the project area consist of Indianola loamy fine sand (InC),Urban land,Ur, Arents Alderwood material (AmC),and Ragnar-Indianola association(RdC).These and adjacent soil units are mapped in Figure 3. Indianola loamy fine sand consists of somewhat excessively drained soils with the parent material being glacial drift. The material is classified with a high capability to transmit water 3 II RENTON SUNSET STORMWATER REfROFIT�LIO PROJECT GEOTECHNICAL DATA AND RECOMMENDATIONS REPORT (Ksat)with values ranging from 1.98 to 5.95 in/hr.The typical profile is loamy fine sand from 0 to 30 inches underlain by sand to 60 inches. Urban land consists of fill material placed for development. Arents,Alderwood material consists of moderately drained material from basal till. The material is classified with a very low to moderately low capability to transmit water (Ksat) with values ranging from 0.00 to 0.06 in/hr.The typical profile is gravelly sandy loam to very gravelly sandy loam to a depth of 60 inches. Ragnar-Indianola association material consists of a combination of somewhat excessively , drained to well drained material formed from glacial outwash and glacial drift.The material is classified with a high capability to transmit water(Ksat)with values ranging from 1.98 to 5.95 in/hr. The typical profile is fine sandy loam and loamy fine sand to a depth of approximately 30 inches underlain by sand and loamy sand to 60 inches. The surficial soils mapped by the NRCS are fairly consistent to the soils encountered during the field explorations. Borings throughout the project site encountered material described as silty sand in the surficial soils,which would correspond to the sandy loam and loamy sand of the NRCS soils described above. The soil encountered was typically finer in the area mapped as Arents,Alderwood material;whereas,typically slightly coarser in the areas mapped as Indianola loamy fine sand and Ragnar-Indianola. However, the majority of the surficial soils encountered throughout the project site contained primarily fine sand with estimated 15 to 30 percent material passing the number 200 sieve. Groundwater found within the project site is well below the surficial soils described in the NRCS.This would account somewhat for the soil units being described by the NRCS as "moderately drained" up to"excessively drained" because the ability of the material to hold water is not influenced by a shallow groundwater table. Field infiltration tests and infiltration correlations based on grain-size show that the surficial soils are most likely not"excessively drained". Further discussion on the infiltration characteristics of the soils are discussed in a later section. 4 RENTON SUNSET STORMWATER RETROFIT�LID PROJECT GEOTECHNICAL DATA AND RECOMMENDATIONS REPORT SECTION 3 Existing Geotechnical Information Two existing geotechnical reports were available for review before the field exploration.The reports entitled Report of Geotechnical Investigation Proposed Residential Development Edmonds and Glennwood Ave (Soil and Environmental Engineers Inc,2011)and Planned Playground Area, Early Childhood Learning Center(Associated Earth Sciences Inc,2011) are included in Attachment B.The reports included boring logs and test pits located near the project limits. Existing borings and test pits from the existing geotechnical information are shown on Figure 1. I 5 RENTON SUNSEf STORMWATER REfROFIT�LID PROJECT GEOTECHNICAL DATA AND RECOMMENDATIONS REGORT SECTION 4 Subsurface Exploration Program �I Borings and test pits were excavated to provide information on subsurface conditions within the project area.This section summarizes the exploration program,including the methods and the soil description/classification method used during the exploration activities. A summary of the results for the subsurface exploration program is provided in Section 4. 4.1 General Explorations were performed by subcontractors under the oversight of CH2M HILL geotechnical engineering staff.The exploration locations were determined in the field based on the proposed facility locations,equipment access, utility interference,and topographical features. The subsurface exploration locations are shown on Figure 1. Boring and test pit logs are found in Appendix A. 4.2 Boring Explorations Borings for this project were drilled from May 29,2012 to June 1,2012 at the locations shown in Figure 1. Geotechnical drilling services for the Project were provided by Gregory Drilling,of Redmond,WA under the oversight of CH2M HILL geotechnical staff. Soil drilling was accomplished using an S-inch,outside-diameter,hollow-stem auger system with a truck-mounted Central Mine Equipment(CME) 75 drill rig. Utility locates were made by CH2M HILL before work was conducted. Borings were drilled between 15.7 feet and 21.5 feet. Borings were drilled at proposed rain garden locations and possible sites for the infiltration facility in the Renton Housing Authority. Representative disturbed soil samples were obtained from each boring using Standard Penetration Test(SPT) methods.SPTs were generally taken at depths of 0, 1.5,3, 4.5,6, 7.5, 10,12.5,15, and 20 feet below ground surface. Samples were obtained by driving the SPT with an automatic-trip hammer and were performed in general accordance with ASTM D1586- Standard Penetration Test Method for Penetration Test and Split Barrel Sampling of Soils,except that sample liners were not used. Soil samples collected from the SPTs were visually logged and stored in watertight sample bags for laboratory testing. 4.3 Test Pit Explorations Two test pits were excavated on june 17,2012 by Northwest Excavating using a rubber track-mounted Bobcat 335 excavator with a 2-foot bucket. Excavation was overseen by CH2M HILL geotechnical staff. The test pits were excavated at possible locations of the infiltration facility located near the intersection of Harrington Ave NE and Sunset Lane NE as well as near the intersection of Sunset Lane NE and NE 10�St. Both test pit locations were excavated on Renton Housing s RENTON SUNSET STORMWATER REfROF1T�LID PROIECT GEOTECHNICAL DATA AND RECOMMENDATIONS REPORT Authority property. Specific objectives of the test pits included: (1) investigating the predominant,near-surface soil types, (2) performing infiltration tests, and (3) identifying the existence of subsurface conditions that would best fit the requirements needed for an infiltration facility. Test pits were excavated to 5 feet. 4.4 Infiltration Tests Infiliration tests were performed at two borings (B-1IT-12 and B-3IT-12) and two test pits (TP-1-12 and TP-2-12). The boring infiltration tests were performed by drilling a hole down to 4 feet below ground surface.The augers were removed from the hole and the hole was filled with water up to a depth of 3 feet above the bottom of the hole. Groundwater measurements were taken at regular intervals as it infiltrated into the hole. After approximately 2 hours,the hole was filled with water to 3 feet above the bottom of the hole.Water flow was adjusted to maintain a constant water height in the hole.The flow required to maintain the constant water height was then measured and recorded. , The test pit infiltration tests were performed following the guidelines recommended in the Seattle Public Utilities (SPU) Modified Pilot Infiltration Test(PIT) Method. The test pit was excavated to approximate dimensions of 5 feet long by 2 feet wide by 5 feet deep.The test pit was filled with water up to a depth of 3 feet above the bottom of the test pit.The test pit was filled using a hose with a screen on the bottom to prevent erosion on the bottom of the test pit. A flowmeter was used to measure flow rates. After filling the test pit with water,a constant water flow was maintained to keep the water height at a consistent depth. Once a constant flow rate was found, the water was turned off and water height measurements were taken as the water infiltrated into the test pit. 4.5 Soil Classification At each exploration location,the soil profile was visually classified in general accordance with ASTM D 2488- Standard Practice for Description and Identification of Soils (Visual-Manual Procedure). Details such as obstructions,identification of soil stratigraphy,and observation of groundwater seepage were also noted. Soil samples were collected from the explorations, visually logged,and stored in watertight sample bags for possible laboratory testing. Copies of the exploration logs summarizing visual field classifications,laboratory results, and test pit photos are included in Appendix A. 4.6 Laboratory Testing Laboratory index and strength testing was conducted on representative soil samples recovered from the field drilling and sampling program to characterize soil properties. Index tests were conducted to confirm the field visual classification of soils. Laboratory testing was performed by HWA Geosciences Inc. of Bothell,WA under subcontract to CH2M HILL. Laboratory tests consisted of the following: • ASTM D 2216 -Standard Test Method for Laboratory Determination of Water(Moisture) Content of Soil and Rock by Mass (Percent by Dry Mass) � RENTON SUNSET STORMWATER RETRDFIT�LID PROJECT GEOTECHNICAL DATA AND RECOMMENDATIONS REPORT • ASTM D 422—Standard Test Method for Particle-Size Analysis of Soils (Sieve and Hydrometer Analysis) • ASTM D 1557— Standard Test Methods for Laboratory Compaction Characteristics of Soil , Using Modified Effort (Modified Proctor) I • ASTM D 2434— Standard Test Method for Permeability of Granular Soils (Constant Head) ' Complete laboratory test results are available in Appendix A. e RENTON SUNSEf STORMWATER RETROFIT�LID PROJECT GEOTECHNICAL DATA AND RECOMMENDATIONS REPORT SECTION 5 Results of the Field Exploration This section summarizes the subsurface conditions based on the results of field exploration. The following subsections describe subsurface soil and groundwater conditions encountered in the exploratory borings and test pits. Boring and test pit locations are provided in Figure 1. The exploration logs provide detailed descriptions of the soils encountered in each boring and test pit and are found in Appendix A. Photographs taken during the test pit exploration are also provided in Appendix A. 5.1 Subsurface Conditions 5.1.1 Soil Unit 1 - Surface Soils The soil types encountered in the near surface soils (Soil Unit 1)were loose to dense silty sand (SM), silty sand with gravel(SM),silt with sand (ML),and poorly graded sand (SP). The predominant soil type encountered in Soil Unit 1 was silty sand or silty sand with gravel. The soils typically contained fine to medium sand with 15 to 30 percent non-plastic fines. Gravel content varied from 0 to 20 percent. Neither cobbles nor boulders were observed in this soil unit.Soil Unit 1 appears to be a combination of weathered till and fill material (fill material was typically encountered directly below the pavement).This generally coincides with the NRCS soil map and the geology map as shown in Figures 2 and 3,respectively. In the northern portion of the project from approximately NE 16�St to a few hundred feet north of NE 12�St, the soil was loose to medium dense from the ground surface to a depth of approximately 6 feet where it transitioned to medium dense to dense material that extended to the bottom of the borings at approximately 20 feet(borings B-1IT-12 and B-2- 12). N-values in the upper 6 feet ranged from 3 to 25,and from 6 to 20 feet in depth N- values ranged from 23 to 45. From a few hundred feet north of NE 12�St and then south to approximately NE 12�St, Soil Unit 1 was dense throughout the depth of the boring(approximately 20 feet)with N- values from 29 to 55 (B-3IT-12). From NE 12th St south to NE 10�St as well as along the west side of Harrington Avenue between NE 10�St and Sunset Boulevard,Soil Unit 1 was encountered from the surface until depths between 1.0 and 7.5 feet,overlying till.The soils were loose to dense with N- values ranging from 7 to 35 (B-4-12, B-5-12, B-6-12,B-8-12,and TP-1-12). Along the east side of Harrington Avenue between NE 10�St and Sunset Boulevard,Soil Unit 1 was encountered up to a depth of 20 feet.The soil was loose to medium dense to 10 feet with N-values ranging from 3 to 14. Below 10 feet,the soil was medium dense to dense with N-values ranging from 27 to 51.The fines content in the upper 10 feet was slightly higher than found in other borings ranging in content from 20 to 50 percent(B-10-12 and TP-2-12). s RENTON SUNSET STORMWATER RETROFI?�LID PROJECT GEOTECHNICAL DATA AND RECOMMENDATIONS REPORT South of Sunset Boulevard,the Soil Unit 1 depth increased as the project moves south. Boring B-11-12 encountered till at 10 feet while boring B-12-12 encountered till at 20 feet. Soil Unit 1 in this area were very loose to dense in the upper 10 feet with N-values ranging from 1 to 36. Below 10 feet in boring B-12-12,N-values ranged from 18 to 30. 5.1.2 Soil Unit 2-Glacially Overconsolidated Till Glacially overconsolidated till(Soil Unit 2)was encountered at various depths underlying the Soil Unit 1. Soil Unit 2 was encountered at a depth betw�een 1.0 and 7.5 feet between NE 12w St and NE 10��St as well as on the west side of Harrington Avenue between NE 10�St and Sunset Boulevard. South of Sunset Boulevard,Soil Unit 2 was encountered at 10 feet and 20 feet in borings B-11-12 and B-12-12, respectively. Soil Unit 2 typically consisted of silty sand (SM) or silty sand with gravel (SM) with non- plastic fines content between 15 and 30 percent.Soil Unit 2 is very dense and is manifested by SPT N-values greater than 50. Cobbles and boulders are commonly found in this unit. Boring B-6-12 encountered a boulder at 19 feet where drilling could no longer advance.Two auger teeth were broken in B-4-12 at 15 feet due to the difficulty in drilling in this very dense layer. 5.2 Groundwater Conditions Piezometers were not installed for monitoring groundwater levels. A dry drilling method using hollow stem augers were used in order to more easily identify groundwater in the samples or on the drilling equipment. Groundw�ater was noted on the boring logs when encountered. Typically, thin perched layers ranging between 1 inch and 6 inches were observed in the samples.Groundwater was encountered in two borings,B-10-12 and B-12- 12, at 20 feet and 15 feet,respectively. Table 1 lists groundwater observations made during the explorations. �o RENTON SUNSET STORMWATER REfROF1T�LID PROJECT GEOTECHNICAL DATA AND RECOMMENDATIONS REPORT TABLE 1 Groundwater Observations during Explorations Boring Groundwater Observation B-11T-12 4-inch perched zone at 8 feet B-2-12 2-inch perched zone at 8.5 feet B-31T-12 Not encountered B-4-12 Not encountered B-5-12 Not encountered B-6-12 Not encountered B-8-12 1-inch perched zone at 15.5 feet B-10-12 Groundwater at 20 feet B-11-12 Not encountered B-12-12 6-inch perched zone at 12.5 feet; groundwater at 15 feet. 11 RENTON SUNSEf STORMWATER RETROFIT�LID PROJECT GEOTECHNICAL DATA AND RECOMMENDATIONS REPORT SECTION 6 Infiltration and Hydraulic Conductivity , Borings and test pits were excavated to provide information to determine design infiltration values for the design of the rain gardens and infiltration facility.Two field tests were performed in borings and two field tests performed in test pits to estimate infiltration values. Permeability testing was performed in the laboratory on two samples to estimate hydraulic conductivity. Design infiltration values were calculated using both field tests and correlations to Dlo values (particle diameter corresponding to 10% finer on the gradation curve)were also used to estimate infiltration rates and hydraulic conductivity). 6.1 Field Test Values The first infiltration estimation was performed using field tests per the modified PIT method as outlined in the SPU Stormwater Manual (2009).The modified PIT method is meant to be performed in test pits,but for the project, this methodology was applied as well for the infiltration tests performed in the borings. Also,the modified PIT procedure calls for a long infiltration test up to a minimum of 17 hours. Due to time restraints,the time to complete one test was approximately 3 hours for the test pits and 2.5 hours for the borings. Borings were drilled to a depth of 4 feet and test pits excavated to a depth of 5 feet to best represent soil conditions at the bottom of the rain gardens and infiltration facility. Infiltration rates for the field tests were calculated based on two measurements: (1) the flow required to maintain a constant head 3 feet above the bottom of the test pit/boring and(2) the water height differential over a certain period of time without water flow into the test pit/boring.The first measurement using a constant head flow was converted to infiltration rates by dividing the flow by the surface area of the bottom of the test pit/boring. The second measurement using a falling head was converted to infiltration rates by dividing the water height differential by the time interval. It was assumed that the last recorded time interval was the infiltration rate.These two measurements,constant head and falling head, were averaged to determine the field infiltration rate. Table 2 shows the uncorrected infiltration rates at each field test boring location. TABLE 2 Field Test Infiltration Rates per Boring Uncorrected Infiltration Rate' Boring (inlhr) B-1 IT-12 12.9 B-31T-12 5.1 TP-1-12 0.8 TP-2-12 10.7 1. Infiltration rates shown are as tested values with no correction factor applied. 12 � � RENTON SUNSET STORMWATER REfROF1T�LID PROJECT GEOTECHNICAL DATA AND RECOMMENDATIONS REPORT The modified PIT method is a short-term condition and needs to be divided by a correction factor to be considered the long-term design infiltration rate.The SPU Stormwater Manual recommends correction factors based on site variability, degree of long-term maintenance, and degree of influent control. A correction factor of 8 was assumed for the infiltration tests accounting for site variability as well as the inconsistencies of applying the modified PIT procedures in a boring rather than a test pit.This correction factor assumes the following correction factors as defined in the SPU Stormwater Manual(Table E-1): • Site variability factor,CFy=4 • Long Term Maintenance factor,CFm=4 • Degree of Influent Control factor,CFi= 0. The correction factors were determined based on site and project conditions. The long term maintenance factor (CFm) may be adjusted if a consistent long-term maintenance plan is specified.The degree of influent control factor(CFi)was determined to be zero assuming that the rain gardens will control the influent into the native soils. 6.2 Correlations to D�o Values The second method for obtaining infiltration rates were based off a correlation in the WSDOT Highway Runoff Manual(2011) for ponds showing infiltration rates as a function of Dlo in western Washington.The WSDOT Highway Runoff Manual provides upper bound and lower bound infiltration values.The averages of these values were assumed for the correlation. Gradation curves were exirapolated to determine the Dlo value. One hydrometer was performed which showed a Dlo value of 0.009 mm. The hydrometer sample was considered a typical sample of Soil Unit 1.The laboratory testing for gradation samples were focused on depths between 3 and 7.5 feet to best approximate the soils that will be infiltrating water from the rain gardens and infiltration facility. 6.3 Design Infiltration Values Table 3 below shows the ranges and recommended design infiltration values for Soil Units 1 and 2 as described earlier. The infiltration test performed in Soil Unit 2 showed very small infiltration values. The flow meter used for this test could not measure the small flows required to maintain the constant head. As shown in the table below, the infiltration rate for areas in glacial till (Soil Unit 2) should be assumed as less than 0.1 inches/hour. Figure 4 shows the approximate limits of shallow till. The till is considered shallow if it was encountered at 5 feet below ground or higher. If the facilities will be designed for easy maintenance or influent control to limit siltation or bio-buildup,the composite correction factor could be decreased slightly and the design infiltration rate for Soil Unit 1 increased to the low-to mid-range as determined from the Highway Runoff Manual. The recommended design infiltration rate should not be increased in the till (Soil Unit 2);we do not believe that Highway Runoff Manual correlations were meant for these materials and their saturated permeability is very low. ', 13 RENTON SUNSET STORM WATER RETROFIT�LID PROJECT GEOTECHNICAL DATA AND RECOMMENDATIONS REPORT TABLE 3 Desiqn Infiltration Values Uncorrected Field Corrected Field WSDOT Highway Design Test per Modified Test per Modified Runoff Manual Infiltration ' Soil Unit Pit Method Pit Method' correlation(2011)2 Values3 (in/hr) (in/hr) (in/hr) (inlhr) SoilUnit1 - 5.1to12.7 0.6to1.6 1.1to1.9 1.2 Surficial Soil Soil Unit 2- 0.8 0.1 1.3 0.1 Till 1. Correction factor of 8 applied to measured values in field. 2. The average of the upper bound and lower bound values as shown in Figure 4-15 of the WSDOT Highway Runoff Manual (2011). 3. Design infiltration values for long term design include the correction factors. 6.4 Design Hydraulic Conductivity Values As a lower bound check on infiltration rates determined by agency guidelines,which are discussed in the section above, saturated hydraulic conductivity was determined by laboratory testing and the Hazen(1930) formula. Permeability laboratory testing was performed per ASTM D2434 on two samples. One sample was a bucket sample taken at 4.5 feet at TP-2-12.The other sample was a composite sample between similar soil types throughout the project between depths of 4.5 feet and 7.5 feet.The samples were compacted to a dry density of 90% of the modified proctor. Reported hydraulic conductivity values per the permeability testing are shown in Table 3. The Hazen(1930) formula is an empirical relationship that correlates Dlo gradation values to hydraulic conductivity.The formula requires a constant that varies between 1.0 to 1.5. A value of 1.0 was chosen for the constant for this correlation.Values obtained using the Hazen(1930)formula are shown in Table 3 below. TABLE 3 Hydraulic Conductivity Values,k Permeability Laboratory Test Hazen(1930) Design Hyd�aulic Soil Unit Composite Sample/TP-2-12 Formula� Conductivity, k (cm/sec) (cm/sec) (cmisec) Soil Unit 1 -Surficial 4.6x10-'/2.9x10-3 1.Ox10-sto 2.5x10-3 1.Ox10-3to 1.Ox10-5 Soil Soil Unit 2-Till - 6.4x10-'to 1.6x10-5 1.Ox10-5 to 1.Ox10�6 1. The constant for the Hazen (1930)formula is assumed to be 1.0. 14 RENTON SUNSET STORMWATER REfROF1T�LID PROJECT GEOTECHNICAL DATA AND RECOMMENDATIONS REPORT SECTION 7 Conclusions and Recommendations The following geotechnical recommendations for the Renton Sunset Stormwater Retrofit/LID Project: • The proposed rain gardens are feasible in areas where the surface water will be infiltrated into Soil Unit 1. • The proposed rain gardens in areas where surface water will be infiltrated into the glacially overconsolidated till (Soil Unit 2) will present challenges as the till has very low infiltration rates. Rain gardens may be feasible if the till is overexcavated and replaced with a granular material to increase the water holding capacity of the rain garden while water infiltrates into the till. • The current proposed infiltration facility location is shown near the intersection of Harrington Ave SE and Glennwood Ave NE. As currently proposed,the infiltration facility would be founded in the glacially overconsolidated till unit.We would recommend the facility be moved to the east near the intersection of NE 10�St and Sunset Lane NE. The top of the glacially overconsolidated till unit is deeper at this location which would allow for infiltration to occur into Soil Unit 1. • The following general preliminary design recommendations apply to stormwater conveyance pipes up to 24 inches in diameter placed within 3 to 10 feet of the existing ground surface;these recommendations should be verified as appropriate for the final design configuration and external loads by a qualified geotechnical engineer: - Pipe bedding and pipe zone backfill material should consist of Gravel Backfill for Pipe Zone Bedding per Section 9-03.12(3) of the Washington State Department of Transportation(WSDOT)Standard Specifications (2012). The bedding should be at least 6 inches thick and the pipe zone should extend at least 6 inches above the pipe.The material excavated from the trench is generally too high in fines to allow easy and consistent compaction around pipes. - Gravel borrow material per WSDOT Standard Specification 9-03.14(1) should be used as trench backfill above the pipe zone where the pipes are beneath roadways or sidewalks. Where pipes are located outside of a 2V:1H downward projection from the roadway shoulders or sidewalks,material from the irench excavation may be used for trench zone backfill. - Pipe zone material should be worked carefully under the pipe haunches with hand tamping bars and compacted thoroughly. Pipe zone material should be placed in 6-inch lifts evenly on both sides of the pipe and compacted to 90 percent relative compaction per standard proctor(ASTM D698). � 15 RENTON SUNSET STORMWATER REfROFIT�LID PROJECT GEOTECHNICAL DATA AND RECOMMENDATIONS REPORT — Trench backfill above the pipe zone should be compacted to at least 90 percent relative compaction in 6 inch maximum lifts. Only hand operated plate or pad compactors should be used 3 feet of cover has been placed over the pipe. — A design modulus of soil reaction(E') of 1,000 psi may be used if the material � and compaction requirements are followed as discussed above. 16 RENTON SUNSEf STORMWATER RETROFIT�LID PROJECT GEOTECHNICAL DATA AND RECOMMENDATIONS REPORT SECTION 8 Limitations This report has been prepared for the exclusive use of the CH2M HILL design team and City of Renton for specific application to the Renton Sunset Stormwater Retrofit/ LID Project,in accordance with generally accepted geotechnical engineering practice. No other warranty,express or implied,is made. Any information contained in this report is based on collected data, geologic reports, and subsurface explorations conducted for this project. The boring logs and related information depict subsurface conditions only at the specific locations and times indicated and only to the depths penetrated.Subsurface conditions and water levels at other locations may differ from conditions occurring at these indicated locations. They do not necessarily reflect strata variations that may exist between such locations.The passage of time may result in a change in the conditions at these locations. If variations in subsurface condition from those described and presented are noted during construction,recommendations in this report must be re-evaluated. In the event that any changes in the nature, design, or location of the facilities are planned, the conclusions and recommendations contained in this report should not be considered valid unless the changes are reviewed and conclusions of this report modified or verified in writing by CH2M HILL. CH2M HILL is not responsible for any claims, damages, or liability associated with interpretation of subsurface data or reuse of the subsurface data or engineering analyses without the express written authorization of CH2M HILL. �� RENTON SUNSET STORMWATER RETROFIT�LID PROJECT GEOTECHNICAL DATA AND RECOMMENDATIONS REPORT SECTION 8 References �� Associated Earth Sciences Inc. 2011. Planned Playground Area, Early Childhood Learning Center. Memorandum prepared for Renton School District. November 9. ASTM.Annual Book of ASTM Standards. American Society for Testing and Materials. Section Four-Construction.Volume 04.08-Soil and Rock (I): D 420-D 5779. Revisions issued annually. Dragovich,J.D, et al. 2002. Geologic Map of Washington-Northwest Quadrant. Washington State Department of Natural Resources,Geologic Map GM-50. Hazen,A. 1930. "Water Supply." American Civil Engineers Handbook. New York. NRCS 2007. Web Soil Survey. Natural Resources Conservation Service. Web Soil Survey Release 1.1, accessed August 2011. http://websoilsurve,y.nres.usda.gov/a�/WebSoilSurvey.aspx Seattle Public Utiliiies (SPU). 2009. Stormwater Manual,Vo13 Stormwater Flow Control and Water Treatment Technical Requirements Manual. November. Soil and Environmental Engineers Inc. 2011. Report of Geotechnical Investigation Proposed Residential Development Edmonds and Glennwood Ave. Prepared for Renton Housing Authority.January 10. Washington State Department of Transportation(WSDOT). 2012. Standard Specifications for Road, Bridge, and Municipal Construction. M 41-10. Washington State Departrnent of Transportation(WSDOT). 2011. Highway Runoff Manual. M 31-16.03. November. Washington State Department of Natural Resources.2012. "Washington Interactive Geology Map". Accessed July 2012. https://foriress.wa.gov/dnr/geology/?Site=wi�m. 18 RENTON SUNSEf STORMWATER RETROFIT�LID PROJECT GEOTECHNICAL DATA AND RECOMMENDATIONS REPORT Figures 19 � �.�„�„ �_�"�cs g.ws, ,� ��� � .�,: ,_ �.� .+! �� �r �� �� '� &� a� . 1 :�� " ��A � ��� �. E 8 �a ' �� ���",� � �* E��a _B g ":-r �� �. ���"� ! �'�' �G,: �'�--- �EB 10 �:��,' �� ..�.,.� �����` � ���`"»�� "� �� �. � � , ��B ii °r� � N � �"' , EB 13 �EB 12 � �° ,�:��.�. �,.. . � .. �y=+�° '� c8 3 � � .� �� �±».�, �� CE w t i'. p^�-r a� �.�f� ti ti 1 � . EB 6 ,a, . "�.�, ��ry„mc.l 5' � ,�� d.#.ax9 . � yG ��.�P `.r—- � „ � ' yy{ k w�F� 1 �M � '�4 � �., F �=r �t ���i f� �� � ,�Ee a -' P �a a��� _ t�r � �+ < iut< 'p�1� , EB-� {8 '� �Eeq�5 �' � � � � 5� .++ � i�'���{ � °i.F �� � °� sR" ��� � � �k`� R � �'C' '"�' � � � � +a�-��T �2'` L.� � ^` � . � � $,^. . � � � � EB 1 � �> , '„�,e e�.. � Y�,F��&.��� .��t �+�� S� ��'. y�"°',�"�". �d��� �s c =r,� �'�� �, � .o �k �'Kf a. �% � �� �`�s �, �p,R �,r� y 'y�*'�"� - � 1"� ,�a��nt+��� �a r ��,��S��^. � �`�'� � x a �4►-p r �.�i �{ 'f`". ��'� R r ��� �����. _�� ...�+����� �`"}� ,��+i:.:+►.e,�'k� �' ' ' � � fr� �.., F�'� �° �""� e� �,� -�. E a� °� � "`��.' ��i�''? �'q�a+�� �� •��4��+R ,��•�, '�"r'� � �� `r�'d^�5����. �^ �iR� . '���x �+.�'..k 4:k �e.. � ��, � �,Y' j " k� � � q� ��e �� �1i'Y �'�,�, '�� � � .. � �a gIk�*� i ��'�l�1.. � t +S'°a*'' A�� p,��y� ?� r� S�W � �q. �c � � �� C s '� �r�q��l �� .4 ��" ik . � � y,��.�-� ���, .�y �.���/ il�m�r ;� My �.*�� � ��� � ��� `� �°� r�� .r.4�. � x �"� �� � � ` _ .���� j""r tni�3�y��c � ��� `i�'���� `!. '� �_� a-��� '� -- "�,��°"'. � �� ��' � H 3I I 12 -^.ra. y, } .j�, n;��#; «t�"' !k ,� �;,� a.� , '� �I �t§� ��' -. � � z: � � ��i `� � � ' _ ,y i t;�,. /�P y �� y ��'� � �,�4 �� ,���. �-" ::.F �� aa �(`� .�mr ,a ,�.� -� � ' e,` iI. ww a ' r�- � � ^�- .. � ��"�z.' � ,� �;"y,��..` � �' `� �'"�g �'�c ` �.��� '"; +�+.� � �} aa. , 4 r .,fi"'' ,����";ar,� � � , �.£�. � P 2 {�:�.+�'dg44� �,/,�' ���'T ��" '� ,�.. � � �4" �' TP-3 ��!"�^' '�!. �' �� rA>� �" �' � � �� � P 5 �,,q �� E� t � �a� . '�"" v '�;. �,�`�..,�.� � P4 ! ,�.�w � --, s y� r" � ,�"� � d � � � �&� � B � 7 tF �x� � , �a' `.r,� - 1r .�� , �R� : ���� , �+'�`@M+".'� (� 7 �2� ��� � 'Pi 11 �2�� � -+ro �'� r� e�e ��� i � , �.� � 4 �. �� ,t ,.. � t � L � ,� .� ,� ,� : �..., s�r� :�= �� ��i � ��+�� ; { ��`�.� �_.f � �, _� _ � , �. , � 1� � ��E, ,12 �• �TP212 .�� � � '�� � �� M ,,,,„,.•.. �.� ,- � � ,��� �t"'° � �T�f 1��� � !�*"'�B 10 12 �' I ��, ��jS`"��,�p �� ��� e� y f� ��'i� A �� A � �,et �F 'C � B 8 12 �.� �t � "�� �y� �, � , �������� �� -.'Z �� �� �R �I �"��.. � ��: � � S t��,� i �� � �,� � �' ��� � , { ,�� � � �� � � �" ' �` . ;� t� ; : , � ' `:� '` �� e>,�� � �r � , �,� � o��� a�y � � 'C �''::��= n� ,��� r�� � �,,'`'�+��r�� $'° •. +.��� $^� :�p �,.��t ,,.c�.� R^ '�',�;F. '+ �'�'�` ��"�� �.y . �:' � ix.+.6 „� t a : ,ed.� � µ. � .�I � � ..•� �, a � �;�e. 4 )_ 4 . �- �',!. � �� � '�. �� � `'�. _4 '� �2� � B-11 12�. . ' .a�� � r�.lr r.e s�� ��1 `�''" >�'�" ,��y�' �� �*�,lF����k��:"��� � "F . 3�� :..; � �b�e�a ����j( �.�°� ��"�� �� � u � � '�LL�� �� � �_"� ��� � � � � �� � y� � � � A .�.F � � � . , � �'A� '� � '. .��� �•k �� � . � ,y� - �„d R + � a� a �� . ;f�R�'"�F�,�. .0 ��r �� u � �r r B 12 12 a�" a�� ;t� �*�, t ^�' -.��f�� ��.�„�� �J'� .� � l.r� 1�'"�'"� �� #�.�'''�" �.,`n� f P�V� �� • �. e. �rs � � [ g �� �a ;Y �r�� �� � � ',,���. . ��,... k:f '�.,� .p U`�"�^ .�. if,,. "', .._ �,� y q j�'p.R. +y�,, �������SF. '� '�. �', y���..��`t� �,..� � ��, �.�C ���"'.�"• i,..:� � tl�r; � "k �r> z ��;� �� �f 4 ,� �.�:. e,, L.�.r i .� r ��,� ���"�� ,. .,��� ����:�� .",{�'�� . .y�„�ZR�:'���. �� � `A �: : � � ����� ; "�'� .�.�.�.��.. ".4'_ �:��� ,�, . . �._���` ba. �; 's.�'""� �..s . �i i .. s ,�.;,, Legend Figure 1 • Boring drilled for Boring Map project. Renton Sunset Stormwater • Existing boring. Retrofit / LID Project DRAFT Geotechnical Data and Recommendations Report Reference: WSDOT DNR (2012) � � �-.. . , i � , � � ��y ��` �� � � ,�, �� �, �. ��, � � � � ��`,`` � `�.. , ;� lf .��f� � i,3� ,�'��.�.-� t ��c\,1 � � � `��' �� q �W' � 4 �� S � ��`'. 1 ��� ��� z� 1������ � . ---l--�'-K Qa Qyo •.,`_�_, -y,,� '�` ��``� () 4ti . N Q9P�/ �v�� �. ��� —=-----� \ #f Evc t `,.�•�-�`"`". �-' " ``� � �'_-., `"---�� �_ ,, �r _ -----� ,-�_� ,:- ; � , �, ��� � �_ ,� �' •..� t ______---�...,==� ' 4 Approx Project Area .` Qgpc �; �` �� � Qgt r ��� � � �. � -- ` , ��1 ---....\.. . 1 , � � . . � � Qgt �� . � 1 , � �� Qga � /�"�-a, � � �'y ��-``-.,�- -----f , -� �t Qgt {-------------------------� c- 1 � � � ------, `� 1� r 1 � �� \ � Qp •�,` Qa �� � ` ��j � `\ � 1�� 1 � Q90 `,, � i ��� �-� � � : � � �' � � . � , � ;--� �--, ��� .�'�, � � '` Geology Symbols Figure 2 Qgt - Glacial Till Evc(t) - Tukwila Formation Geology Map Qgo - Glacial Outwash Qp - Peat Renton Sunset Stormwater Retrofit / LID Qa - Alluvium Qgpc - Glacial Drift Project Qga - Advance Glacial Outwash DRAFT Geotechnical Data and Recommendations Report • - 1 , ._ � � .. � ��.e n. ; _. �,���_ :. �� ��is�r,s� � ; isenPi � "��'��,� � u O N ' � fi' � 18th St . 10 18th 3t a � �" '�� � 77th PI � 18th St x � � 11th P� � � d 17th PI � ���� � , ;.. ' ." ¢ �,�k� �:;`�, °' � � M ¢' � ` � 17th St ��"_�' 5 m m 1rOl� � � .�. " m Q 16th St � � 151h PI � ��,_���, a m a 2 'E,�'� �'� ;� Q c 6 m �j m a m o a A'��� 15th St �c °1 � E m � �' Q ...� .. w ��a � � � x ° � 14th St a ' < < '� .r, .g^` '� 1D � � �� ��'� 14th St 13th PI N �� < �'.n �� t ��9� � 13th St �13th St ^ �r o � a . Q 1 �.aa� � o o a � � � � � � .,.� �12th St yc� c' c m 0 Q N � Q 0 J c � o� 11th PI v� . -��m . � .... ��> c� Q� .. �. Q � t ,y� ., �� m �: m v ��11ih Ct � 111h PI pc ;:� $ 'r� � . < � ' Pe� f �� � � 111h St . m y y0 � y�c 10th PI ,,. � �� �m O 10lhCt � ym�v dP i > Q � ,c � 10th PI �� .. �a Q a m . �. `70th St � ` h �� c Z � < 10th Ln. v z � f , m � m x : o.. sm PI ��v ' ioin st � - sth PI 'r y y _ Q . Q ' ��-. 9th St '._�. � . U v v m � o �.,. 9th St � ' ,..�� � . ;: .' � , : . .� .� I II � �� � � � Q ���ti� ��: @ 1;:�. -„ >� �y Ur N L' 8tli PI �� Q `���� � f� m; U . 4' 0 � BfhSt �� a . o '�.. ��� c5 9�`P\ ,'�� BthSt�. �� a � � x � Z.�`' .. m -�" ., .: �.,�'.. Q E v �: w: : ,�j 6 ,;. ., - � c .� �� ` , . s �. � � �: ��sr m ; a sm c�� m s'�Pi u` � d , � m x �,:� :�.�z �� w a' S �' C 6 � �� 3�n �'� �m Q� % 71h PI � ,. �,q �"� � aa�� ., �. 6th PI '� , � n o '� Qe� . ooaG a ��61h PI " � �.���� � � i I �� 6th Ct. ;,G�e� . Q� ' m � �� � . y,, �.� "a' _ � ,� Ii W� sti,st� d 6v�S� " g .,,q�Bronson Way �� ',`�'B� '�: c m � � Olym �a � � x m P Ave i.,,� � � ,< � � V. _. _ � � � . '�� � � • � •' •�� • . ' . • •. i. ,.;� ' �.> ..� n � • � � •' •�• • • �. �„ *+ 1 1 •� •�� . • . • • �. ��..: ,: � 1 1 ' � •' ��� • � 1 • . • � � � � �• � � • � •. ' • • • . �• �.� • . � . • • • � • •. � 1 � � ' • � . • • • . • ' • • � �.,q �w� r'T°� i �` �, ,�, . `<�; 1 � '� �� !"� r t L� q � �' f "'�`ae , � � t� ! e�+��� F `�(.`�` tr'"� ��/ � � ���°'�� a�,��r'� a � � � �'i`".r =-����R� �' �,� n �a �,:, �� �� ����� '�a�., r � � �`� � � �' �� �` �"3��, �,�._� N k;`���`�r-=�� �*��; � �, �,� �� , � r ' �, � .�� ��� �� "`- �� � � . � � �'�`�k {' .� .'�' � � �i �� :,t k* -V '�"'�" � 1; '�.'s'M—`ry�€I"' .,���'y�+� �� ��. m . . . �, ,Ip} 9 g �' ��� -' .ar' ;e*�" ����_;,�!�...,/r'; j w � ���� �" , � r* � J�r y �'d r ' . 1 ;�,a .�^'�+i * - C s . �� �'''� �B 11T 12�� �� : � � �- - `Existing geotechnic� � � , �� �-��''"�� 7dl not encountered ^'�' ��� s ;information. � , * �,� � �.,4 � .,.��, � � � � ..� y" Till-5 to 10 '� � � k.��.�� ' yy. �*���,�� '' a` ��;r �' � s�$"�v� ��,�F` A�'�=�� �"�,� ��r r a ., „' � � �� � �` a- _� ; ��'X' ,�` - �- +� �;` } � �'��_ �".'"»�4�i `�: d �� ����� s §�� �-�r �.�� � � .r��, � �i '�� ��� ���� �� 6 � � � ` ��* �q,` l d.+�`d � � �� 3 ;�" p1� A7vF bw i� ��. qP �� �' �'-� � �yr" •�� S�. �'�►", ,��.+w� �, ,��.�r� -�� � �. a�pp�r � `' � .w �d . � ���k �..� � � � � �? 'k 3,, y;.i+. u"",,�°� s �' . �r �„+�,; �enc��unte�eU� � �' '� � ��' a �� �,,� � «' t� � � ���r�^�t��... �+3�� � : f� �"r � .,... .y�� �� �. �:. .� c �rt !�. .�� ,� ",Z"' a�' �, T a.. �.r -.., �:� �e�. � �- }� �,,�'p+st R "�, _;:"' � �, �! �i��� i ,� € t, «R��,�,. � , . � � #, �°' �� � ��w r + ax.�' !Y .�.�:h&„ � {.., � A ,.� .�Q ,�� �(.��� � "; �' �� B 31 T 12 �� t �:.�- �� � a,_ ' '� �, � a ,I� '''�` �,� � Till not encountered �1� �;��`e. ��� `�����.���W" ���'� F �, r e ''� . ��i � �`.� �„` '" ���--� " , o„� �r ��""'��p�r,.�^ � �`� r� ` �3 ��' � �, k � �,r� 3¢ .. e� ,( .m� .�.Q�`" � � �. � Rst�� j �� �. 7¢�� , � � .«" ...,....Mf RT !� � . � R�{�R � ^n: �.�,tA '��S1 �_,.,t��� '� i��A �'»1•—• n � ..,p �� ����r' �,''�1 �„�a�+�.yt. � t! 4� a. .� --3, L w.. � k.w,'0� �,� �f.yM� .� �t._. Existinggeotechnical ; �� �"� _�' � � > �� < ��' � E �; �° c � � � _ � � � , � ' �. information. � �` �:�i�ill �4 5'°'�"�;°,�� � � ,� �� �� � a Till-3 to 4' � � ��$� � ',� ��«�t.: "�� �, � �°� ,�a,��� � � � .� � ':r � f..:�'��r f . � ,�4 �. k �—w � �- � �12 � � a ,� �, �� � �� � -� 5 �� , ��, ��� , � � � ��� � � �� ��� � p y 1T"° , �f s w b� e ( �r� ,' � , �-' �` �� �t' ` B-6-12 ,� �� `: � s , "�� �' �` o-� �_. � ��� T�II�4.5 � TP 2 12 ��� , ������ ��� ��;" �" �"� % ��� �"�.�,'�' } , �� �"� i �� �' �5 ����,� y� �1"P 1-12 � �r �' � , kt � ,, �t� � � �-��� ill 1 � ��- ,, .:+. � " �'�'� � �;> � °�NotO ncountere � � �'� °' �'�?� v�� � �+ �. � "�° ,�" � � �� ; ;` �"'B 8 �2 `k� � '�^ �P�' �u a4��.� t � ��' i � 'a�� �' � 1ill t , �� �,z , x� �.,�� ��< � � �. �, c ��r � � .� �"�' �'�'° „� �-� ��� � �4 �� �' � �. � r �� ^w,s �. � /�' � �� �.t� ,� � .. u ��� � d r, � + �.9�`^ �� �" :.� �� `� ` �' � � � �� `r` �"_ r Af �;-�- �� '� �' � .-{<� � �, r`� rF i�. � ,�,. �' � s�� � � � a , r �j -�.�� _,� , �` r � _� �r� ; � B-1Y1 12 6 � � a «„k � ���� ,�,�. � e� r e , °�'';;��,�;�,� . �' Till-10 ��,��'��F `u�'� �.,.. "t � : �" Y� f: � � � I ��� � �� ��,r '� :�� t r ' ,� 3s � �- � � , �� � � t � � � �a� ��� � -a �"r m � �� � � � �,' �B 12 12 �;���,< �� � ��� �� ? , ����rr,; � � '�Tfll 20 �```, � �' F s �� Y ;` � ���y��e4� n � _ _ ���� ,.t,i::'"�����ar � � � �� • �..» 'S� }� � f �* � ��y�.yI� ��'�W �/ h� ���„a '.,�.� .r�. �" . �J: � �yp.'°`�'M+R �y.v� �,;.f��t �'��,. — � 4. ", � � '� •. � .�" �� . .. �'Y : ' # �' " �� �'�� �1M 1, ' ��-` „�.m . � � '��� .� � . � � �_- � ._ . ,�t'�°�`� � . �" '� ..::��,� '.�..���''�=` �'y�, Figure 4 Estimated area where till is Shallow Till Locations between 1 and 5 feet below tne ground sur�ace. Renton Sunset Stormwater Retrofit / LID Project DRAFT Geotechnical Data and Recommendations Report Appendix A Boring Logs Laboratory Test Results Test Pit Photos PROJECT NUMBER: BORING NUMBER: SHEE7 CH2MHILL 437060.03.31.10 B-11T-12 � °F 2 SOIL BORING LOG PROJECT:Renton Sunset Stormwater RetrofiULID Project LOCATION: NE 16th St&Harrington Ave.WB Lane. ELEVATION: DRILLING CONTRACTOR: Gregory Drilling Inc.,Redmond,Washington I DRILLING METHOD AND EQUIPMENT: CME 75 truck-mounted rig,140-Ib auto-hammer with 30-inch drop,hollow stem auger. I WATER LEVELS: Perched at 8' START: 5/29/2012 END:5/29/2012 LOGGER: T.Valentine ' S7ANDARD SOIL DESCRIPTION COMMENTS �x x } Q PENETRATION �� m v Q w � TEST RESULTS SOIL NAME,COLOR,MOISTURE CONTENT,RELATIVE DENSITY DEPTH OF CASING,DRILLING RATE, � � � a m w OR CONSISTENCV,SOIL STRUCTURE,MINERALOGY DRILLING FLUID LOSS,TESTS,AND w � � w �j 6"-6"-6"-6" INSTRUMENTATION o�n ? � z � 0 0 0-0.2':ASPHALT PAVEMENT(2"). Begin drilling with hollow stem auger. 0.2-0.6':SILTY SAND WITH GRAVEL(SM1,brown,dry, 8" SS-1 16-4-3 loose,fine to coarse sand,estimated 20-30%fine to coarse ��) gravel,estimated 15-25%non-plastic fines. 0.6-0.9':SILTY SAND(SM),brown,dry,loose,fine sand, 1.5 estimated 25-35%non-olastic fines.trace oraanics. 1.5-1.7':SILTY SAND(SMI,same as above. , 1.7-2.0':SILTY SAND WITH GRAVEL(SMI,brownish gray, 6" SS-2 2�3-3 dry,loose,fine to medium sand,estimated 15-20%non-plasti (6) fines. 3 SILTY SAND WITH GRAVEL.SM,brown,moist,very loose, See SS-3 laboratory test results. , fine to medium sand,non-plastic fines,fine gravel. 6" I SS-3 �2� 13) 4.5 I , SILTY SAND(SM),grayish brown slightly moist,medium 5 i dense,fine to medium sand,estimated 15-25%non-plastic 14" SS-4 6-5-� fines,trace fine gravel,iron oxide in bottom 4",homogeneous. (12) 6 , 'I SILTY SAND(SM),similar to above except dense,estimated I 20-30%non-plastic fines. 16" ' SS-5 10-15-20 (35) 7.5 7.5-8.5':SILTY SAND(SMI,similar to above except wet from 8.2-8.5'.(SS-6A) Perched water at approximately 8'. 78" , SS-6 13-14-16 g.5-9.0':SILT WITH SAND(ML),grayish brown,moist,hard, (30) non to low plasticity fines,estimated 15-20%fine sand.(SS- 6B) 9 10 10 SILTY SAND(SMI,grayish brown,moist,dense,fine to �i medium sand,estimated 2535%non to low plasticity fines. 18" , SS-7 10-19-24 (43) 11.5 12.5 SILTY SAND(SMI,similar to above except trace fine gravel. 18" SS-8 12-14-23 (37) 14 15 PROJECT NUMBER: BORING NUMBER: SHEET CH2M H 1 LL 437060.03.31.10 B-1 IT-12 2 oF z SOIL BORING LOG PROJECT:Renton Sunset Stormwater Retrofit/LID Project LOCATION: NE 16th St&Harrington Ave.WB Lane. ELEVATION: DRILLING CONTRACTOR: Gregory Drilling Inc.,Redmond,Washington DRILLING METHOD AND EQUIPMENT: CME 75 truck-mounted rig,140-Ib auto-hammer with 30-inch drop,hollow stem auger. WATER LEVELS: Perched at 8' START: 5/29/2012 END:5/29/2012 LOGGER: T.Valentine 3 � STANDARD SOIL DESCRIPTION COMMENTS �x � y Q PENETRATION — m v Q w � TEST RESULTS DEPTH OF CASING,DRILLING R.4TE, SOIL NAME,COLOR,MOISTURE CONTENT,RELATIVE DENSITY � LL W O m w OR CONSISTENCY,SOIL STRUCTURE,MINERALOGY DRILLING FLUID LOSS,TESTS,AND w� � w �y 6"-6"-6"-6" INSTRUMENTATION �vJ ? K 2 H 15 15 POORLY GRADED SAND/WELL GRADED SAND SP( ISWI,brownish gray,moist,medium dense,fine to coarse 18" SS-9 �0-12-15 sand,trace non-plastic fines,homogeneous. �z�) 16S 20 20 POORLY GRADED SAND 1 WELL GRADED SAND 'i SP/SW,same as above. i 18" SS-10 16-24-21 � (45) 21.5 I! Bottom of hole at 21.5'. Abandoned hole with bentonite. Infiltration Test Drill new hole—5'from sampled hole. Bottom of hole at 4',Hole diameter 9". 11:04 Begin fill with water. 11:05 End Fill,Water to 3'above bottom of hole. 11:14 Water at 2'from bottom. 11:40 Water at 1'6"from bottom. 12:57 Water at 1'2"from bottom.Fill up water to 3'from bottom.Hold water flow 25 to maintain constant head. I13:10 Measure flow using 1 ga�lon I bucket. ' 13:20 End test.Estimated flow is—0.10 gal/min. I I 30 PROJECT NUMBER: BORING NUMBER: SHEET CH2MHILL 437060.03.31.10 B-2-12 � oF z SOIL BORING LOG PROJECT:Renton Sunset Stormwater RetrofiULID Project LOCATION: Harrington Ave between 16th St and 12th St,SB Lane ' ELEVATION: DRILLING CONTRACTOR: Gregory Drilling Inc.,Redmond,Washington DRILLING METHOD AND EQUIPMENT: CME 75 truck-mounted rig,140-Ib auto-hammer with 30-inch drop,hollow stem auger. WATER LEVELS: Perched at 8.5' START:5/29/2012 END:5/29/2012 LOGGER: T.Valentine I o STANDARD SOIL DESCRIPTION COMMENTS �x � } zQ PENETRATION m V Q w . � TEST RESULTS SOIL NAME,COLOR,MOISTURE CONTENT,RELATIVE DENSITY DEPTH OF CASING,DRILLING RATE, r LL � O ��� 0°w OR CONSISTENCY,SOIL STRUCTURE,MINERALOGY DRILLING FLUID LOSS,TESTS,AND w � � w �j 6"-6"-6"-6" INSTRUMENTATION orn Z � zr 0 0 , 0-0.2':ASPHALT PAVEMENT(2"1. Begin drilling with hollow stem auger. ' 0.2-0.7':SILTY SAND(SM),brown,dry,medium dense,fine 6" SS-1 5-5-6 to medium sand,estimated 15-25°/non-plastic fines,trace (11) fine gravel,one coarse 1.5"diameter gravel. 1.5 1.5-1.8':SILTY SAND(SMI,similar to above except loose. 1.8-2.7':SILTY SAND(SMI,tan,dry,loose,fine to medium 15" ' SS-2 2-33 sand,estimated 20-30%non-plastic fines. I �6) 3 SILTY SAND.SM,tan to grayish brown,dry,medium dense, See SS-3 laboratory test results. fine to medium sand,non-plastic fines,trace fine gravel. 14" SS-3 2-5-6 (11) 4.5 � , SILTY SAND(SMI,grayish brown,moist,medium dense,fine 5 to medium sand,estimated 20-30%slightly plastic fines,trace 15" SS-4 �'10-15 fine gravel,fines are non-plastic in upper 3". (25) 6 SILTY SAND WITH GRAVEL(SMI,same as above. 15" SS-5 10-13-17 �30) 7.5 li ', SILTY SAND ISMI,grayish brown.moist,wet from 8.2-8.4', fine to medium sand,fine sand in bottom 2",estimated 15- Perched water at approximately 8.5'. 14" SS-6 10-12-15 25%slightly plastic fines,estimated 25-35%fines in bottom �27) 2". 9 10 10 POORLY GRADED SAND/WELL-GRADED SAND SP( ISW1,grayish brown,moist,medium dense,fne to coarse 18" , SS-7 11-11-12 sand,estimated 5%non-plastic fines,one fne subrounded �23) gravel. 11.5 12.5 POORLY GRADED SAND/WELL-GRADED SAND SPISW,same as above. 18" SS-8 9-14-18 (32) 14 15 PROJECT NUMBER: BORING NUMBER: SHEET CH2MHILL 437060.03.31.10 8-2-12 z oF s SOIL BORING LOG PROJECT:Renton Sunset Stormwater RetrofULID Project LOCATION: Harrington Ave between 16th St and 12th St,SB Lane ELEVATION: DRILLING CONTRACTOR: Gregory Drilling Inc.,Redmond,Washington DRILLING METHOD AND EQUIPMENT: CME 75 truck-mounted rig,140-Ib auto-hammer with 30-inch drop,hollow stem auger. WATER LEVELS: Perched at 8.5' START: 5/29/2012 END:5/29l2012 LOGGER: T.Valentine STANDnRo SOIL DESCRIPTION COMMENTS �x � y Q PENETRATION �-- m v Q W � TEST RESULTS DEPTH OF CASING,DRILLING R.4TE, SOIL NAME,COLOR,MOISTURE CONTENT,RELATIVE DENSITY �LL w O °� w OR CONSISTENCY,SOIL STRUCTURE,MINERALOGY DRILLING FLUID LOSS,TESTS,AND Q� Z � Z F 6"-6"-6"-6" INSTRUMENTATION 15 15 POORLY GRADED SAND/WELL-GRADED SAND SP( /SWI,same as above. 18" ' gg_g 11-19-23 (42) 16.5 20 20 � POORLY GRADED SAND 1 WEIL GRADED SAND ' SP( /SWI,same as above. 14" SS-10 �5-20-25 (45) 21.5 Bottom of hole at 21.5'. Abandoned hole with bentonite. 25 30 PROJECT NUMBER: BORING NUMBER: SHEET lGH2MHI�..I.. 437060.03.31.10 B-31T-12 � oF 2 SOIL BORING LOG PROJECT:Renton Sunset Stormwater RetrofULID Project LOCATION: Harrington Ave between 16th St and 12th St,SB Lane ELEVATION: DRILLING CONTRACTOR: Gregory Drilling Inc.,Redmond,Washington DRILLING METHOD AND EQUIPMENT: CME 75 truck-mounted rig,140-Ib auto-hammerwith 30-inch drop,hollow stem auger. WATER LEVELS: Not Encountered START:5/30/2012 END:5/30/2012 LOGGER: T.Valentine � � S7ANDARD SOIL DESCRIPTION COMMENTS �x x y '� ¢ PENETRATION � TEST RESULTS DEPTH OF CASING,DRILLWG RATE, m v Q w � SOIL NAME,COLOR,MOISTURE CONTENT,RELATIVE DENSITY 2 ¢ > > w DRILLING FLUID LOSS,TESTS,AND � LL � O m w OR CONSISTENCY,SOIL STRUCTURE,MINERALOGY w � � w >> 6"-6"-6"-6" INSTRUMENTATION ❑ cn Z � z � 0 0 0-0.2':ASPHALT PAVEMENT(2"1. Begin drilling with hollow stem auger. 0.2-1.7':SILTY SAND WITH GRAVE�(SMI,brown,dry, 17" SS-1 12-13-16 medium dense,fine to medium sand,estimated 15-25%non- �29) plastic fnes,estimated 15-20%fine gravel. 1.5 I SILTY SAND(SM),grayish brown,dry,dense,fine to medium ' sand,estimated 15-25%non-plastic fines,trace fine gravel, 17" SS-2 9-�8-23 iron oxide staining at 2.5'. (41) 3 3-3.8':SILTY SAND(SMI,same as above.(SS-3A) 3.8-4.4':POORLY GRADED SAND I WELL GRADED SAND 17" SS-3 15-24-26 SP/SW,grayish brown,dry,dense,fine to coarse sand,trac (50) non-plastic fines.(SS-36) 4.5 j SILTY SAND.SM,grayish brown,dry,dense,fine to medium See SS-4 laboratory test results. 5 , sand,estimated 15-20%non-plastic fines,trace fine gravel, I 17" SS-4 12-�9-�4 one coarse subangulargravel,from 4.5-5'fines increase with (33) depth with poorly graded sand with silt at 4.5'. 6 SILTY SAND(SM),grayish brown,dry,bottom 2"moist, � dense,fine to medium sand,esimated 15-25%non-plastic 17" II SS-5 �1-78-�� fines,trace fne gravel,trace iron oxide staining. � (35) 7.5 SILTY SAND(SMI,similar to above except fine to coarse sand. 18" I gg-g 10-19-16 (35) 9 10 10 ' WELL-GRADED SAND WITH SAND(SW-SM),grayish ' brown,moist,dense,fine to coarse sand,estimated 5-15% �8„ SS� 8-14-20 non-plastic fines,estimated 10%fine gravel,less than 5% (34) fines in bottom 3". 11.5 I� 12.5 WELL-GRADED SAND(SW),grayish brown,moist,dense, fine to coarse sand,estimated 5%non-plastic fines,trace fine 18" SS-8 8-19-20 gravel. (39) 14 15 PROJECT NUMBER: BORING NUMBER: SHEET CH2MHIL.L 437060.03.31.10 B-31T-12 2 oF z SOIL BORING LOG PROJECT:Renton Sunset Stormwater RetrofiULID Project LOCATION: Harrington Ave between 16th St and 12th St,SB Lane ELEVATION: DRILLING CONTR,4CTOR: Gregory Drilling Inc.,Redmond,Washington DRILLING METHOD AND EQUIPMENT: CME 75 truck-mounted rig,140-Ib auto-hammer with 30-inch drop,hollow stem auger. WATER LEVELS: Perched at 8.5' START: 5/30/2012 END:5/30/2012 LOGGER: T.Valentine STANDARD SOIL DESCRIPTION COMMENTS �x' � y � Q PENETRATION --- m v Q W � TEST RESULTS DEPTH OF CASING,DRILLING R,4TE, SOIL NAME,COLOR,MOISTURE CONTENT,RELATIVE DENSITY a� � O � w OR CONSISTENCY,SOIL STRUCTURE,MINER4LOGY DRILLING FLUID LOSS,TESTS,AND w� � w � j 6"-6"-6"-6" INSTRUMENTATION o�n ? � z � 15 15 WELL-GRADED SAND(SW),same as above. 18" ' SS-9 15-22-20 (42) 16.5 20 20 WELL GRADED SAND ISW),same as above. 18" �, SS-10 11-18-37 i (55) 21.5 Bottom of hole at 21.5'. Abandoned hole with bentonite. ' Infiltration Test Drill new hole-5'from sampled hole. Bottom of hole at 4',Hole diameter 9" ' 929 Filled with water to 3'above bottom !I of hole. 9:58 Water dropped to 2'10". I10:13 Water dropped to 2'9". 10:29 Water dropped to 2'8.5" 10:47 Water dropped to 2'8". 25 11:34 Water dropped to 2'7".Fill to 3' above bottom of hole and maintain flow to keep constant head. 12:03 End test.Flow estimated at-0.04 gal/min. 30 PROJECT NUMBER: BORING NUMBER: SHEET CH2MHILL 437060.03.31.10 B-4-12 � oF z SOIL BORING LOG PROJECT:Renton Sunset Stormwater RetrofiULID Project LOCATION: Sunset Ln west of Harrington Ave. ELEVATION: DRILLING CONTRACTOR: Gregory Drilling Inc.,Redmond,Washington DRILLING METHOD AND EQUIPMENT: CME 75 truck-mounted rig,140-Ib auto-hammer with 30-inch drop,hollow stem auger. WATER LEVELS: Not Encountered START:5/31/2012 END:5/31/2012 LOGGER: T.Valentine STANDARD SOIL DESCRIPTION COMMENTS �x � } z PENETRATION � � TEST RESULTS DEPTH OF CASING,DRILLING RATE, °7 U ¢ W � SOIL NAME,COLOR,MOISTURE CONTENT,RELATIVE DENSITY r LL � O � m w OR CONSISTENCY,SOIL STRUCTURE,MINER4LOGY DRILLING FLUID LOSS,TESTS,AND w � � w '� �j 6"-6"-6"-6" INSTRUMENTATION o �n ? � z � 0 0 0-0.3':ASPHALT PAVEMENT(3"). Begin drilling with hollow stem auger. 0.3-1.5':SILTY SAND(SM),dark brown,dry,medium dense, 14" SS-1 12-12-10 fine to medium sand,estimated 10-15°/fine gravel,estimated �Zz) 15-20%non-plastic fines. 1.5 SILTY SAND(SM),dark brown,dry,loose,fine to medium Poor recovery. sand,estimated 15-25%non-plastic fines,trace fine gravel. 2" SS-2 5-4-3 ��) 3 SILTY SAND(SM),dark brown,moist,medium dense,fine to Coarse gravel lodged in shoe. medium sand,estimated 10-15%fne to coarse gravel, 9" SS-3 2-7-19 esimated 15-25%non-plastic fines,iron oxide staining �26) throughout. 4.5 ', SILTY SAND.SM,dark brown,moist,very dense,fine to See SS-4 laboratory test results. 5 ', medium sand,non-plastic fines,fne angular to subrounded 18" SS-4 13-ZS-38 9ravel. (66) 6 SILTY SAND(SMI,same as above. 11" SS-5 19-50/5" (50/5") 7.5 SILTY SAND(SMI,same as above. 11" I' SS-6 40-50/4„ (50/4") 9 10 10 SILTY SAND(SMI,same as above. 12" II SS-7 17-50/6„ (50/6") 11.5 12.5 SILTY SAND(SM),similar to above except fine to coarse Lost 2 auger teeth drilling from 12.5-15'. sand. 15" SS-8 �'30-50/4" (80/10") 14 15 PROJECT NUMBER: BORING NUMBER: SHEET 437060.03.31.10 B-4-12 z oF 2 CH2MHIl.L SOIL BORING LOG PROJECT:Renton Sunset Stormwater RetrofiULID Project LOCATION: Sunset Ln west of Harrington Ave. ELEVATION: DRILLING CONTRACTOR: Gregory Drilling Inc.,Redmond,Washington DRILLING METHOD AND EQUIPMENT: CME 75 truck-mounted rig,140-Ib auto-hammerwith 30-inch drop,hollow stem auger. WATER LEVELS: Not Encountered START: 5/31/2012 END:5/31/2012 LOGGER: T.Valentine 3 � o STANDARD SOIL DESCRIPTION COMMENTS �x � y Q PENETRATION m V Q W � � TEST RESULTS DEPTH OF CASING,DRILLING R,4TE, SOIL NAME,COLOR,MOISTURE CONTENT,RELATIVE DENSITY = a � � W DRILLING FLUID LOSS,TESTS,AND �LL W � m w OR CONSISTENCV,SOIL STRUCTURE,MINERALOGY o v�i ~ � Z r g 6 g g INSTRUMENTATION z 15 15 SILTY SAND(SM),same as above. 9" SS-9 37-50/2.' (50/2") 16.5 Bottom of hole at 15.7'. Abandoned hole with bentonite. � 20 �I '! 25 30 PROJECT NUMBER: BORING NUMBER: SHEET CH2MHILL 437060.03.31.10 B-5-12 � oF 2 4 ° SOIL BORING LOG PROJECT:Renton Sunset Stormwater RetrofULID Project LOCATION: Harrington Ave ELEVATION: DRILLING CONTRACTOR: Gregory Drilling Inc.,Redmond,Washington DRILLING METHOD AND EQUIPMENT: CME 75 truck-mounted rig,140-Ib auto-hammer with 30-inch drop,hollow stem auger. WATER LEVELS: Not Encountered START:5/31/2012 END:5/31/2012 LOGGER: T.Valentine STANDARD SOIL DESCRIPTION COMMENTS �� x y Q PENETRATION TEST RESULTS DEPTH OF CASING,DRILLING RATE, m v Q w � � SOIL NAME,COLOR,MOISTURE CONTENT,RELATIVE DENSITY �LL � � 00 w ��- OR CONSISTENCY,SOIL STRUCTURE,MINERALOGY ORILLING FLUID LOSS,TESTS,AND w� � w � j 6"-6"-6"-6" INSTRUMENTATION o�n Z � z � 0 0 0-0.3':ASPHALT PAVEMENT(3"). Begin drilling with hollow stem auger. 0.3-1.8':SILTY SAND(SMI,grayish brown,moist,medium 18" SS-1 6-8-8 dense,tine to medium sand,estimated 20-30%non-plastic ', (16) fines,estimated 10-15°/fine to coarse gravel,iron oxide ! staining throughout. 1.5 ' SILTY SANO(SM),dark brown,moist,medium dense,fine to Coarse gravel lodged in shoe. coarse sand,estimated 15-25%non-plastic fines,estimated 10" ' SS-2 5-8-15 10-15%fine to coarse gravel,iron oxide staining. (p3) 3 I SILTY SAND.SM,grayish brown,moist,medium dense,fine See SS-3 laboratory test results. to medium sand,non-plastic f nes,fine subangular gravel. 8" ' SS-3 5-10-12 I �22) 4.5 ' , SILTY SAND(SM),same as above. 5 I 18" SS-4 7-11-18 �z9) 6 ' , SILTY SAND(SM),similar to above except dense. 18" SS-5 �0-17-18 (35) 7.5 SILTY SAND WITH GRAVEL(SM),similarto above except estimated 15-25%fine to coarse subrounded to angular 18" ' SS-6 25-37-38 gravel. (75) 9 10_ 10 ' SILTY SAND(SM),similar to above except estimated 10-15% fine gravel. 12" � SS-7 z1-50/6" (50/6") 11.5 12.5 SILTY SAND ISMI,same as above. 17" SS-8 27-32-50/4" (82/10") 14 I 15 PROJECT NUMBER: BORING NUMBER: SHEET CH2MHILL 437060.03.31.10 B-5-12 z oF z SOIL BORING LOG PROJECT:Renton Sunset Stormwater RetrofiULID Project LOCATION: Harrington Ave ELEVATION: DRILLING CONTRACTOR: Gregory Drilling Inc.,Redmond,Washington DRILLING METHOD AND EQUIPMENT: CME 75 truck-mounted rig,140-Ib auto-hammer with 30-inch drop,hollow stem auger. WATER LEVELS: Not Encountered START: 5/31/2012 END:5/31/2012 LOGGER: T.Valentine 3 � STANDARD SOIL DESCRIPTION COMMENTS �x x } Q PENETRATION = Q j j W TEST RESULTS SOIL NAME,COLOR,MOISTURE CONTENT,RELATIVE DENSITY DEPTH OF CASING,DRILLING RATE, � m w OR CONSISTENCY,SOIL STRUCTURE,MINER4LOGV DRILLING FLUID LOSS,TESTS,AND w j � o j } 6"-6"-6"-6" INSTRUMENTATION ocn ? � zr 15 15 SILTY SAND(SM),same as above. 12" SS-9 21-50/6" (50/6") 16.5 17 Very hard drilling at 17'. SILTY SAND WITH GRAVEL(SMI,reddish brown,dry,very dense,fne to medium sand,estimated 25-35%fine to coarse 3" SS-10 50/4" subangular gravel,estimated 15-20%non-plastic fines. (50/4") 18.5 20 Bottom of hole at 17.3'. Abandoned hole with bentonite. i i �I � i 25 � 30 PROJECT NUMBER: BORING NUMBER: SHEET CH2MHILL 437060.03.31.10 B-6-12 � oF z - SOIL BORING LOG PROJECT:Renton Sunset Stormwater RetrofiULID Project LOCATION: Glennwood Ave&Harrington Ave,South parking lane ELEVATION: DRILLING CONTRACTOR: Gregory Drilling Inc.,Redmond,Washington DRILLING METHOD AND EQUIPMENT: CME 75 truck-mounted rig,140-Ib auto-hammer with 30-inch drop,hollow stem auger. WATER LEVELS: Not Encountered START:5/31/2012 END:5/31/2012 LOGGER: T.Valentine � o STANDARD SOIL DESCRIPTION COMMENTS �r � j Q PENETRATION � �� �-� TEST RESULTS DEPTH OF CASING,DRILLING RATE, 0°U a W � SOIL NAME,COLOR,MOISTURE CONTENT,RELATIVE DENSITY �LL � O m w �- OR CONSISTENCV,SOIL STRUCTURE,MINERALOGY DRILLWG FLUID LOSS,TESTS,AND w� � w �y 6"-6"-6"-6" INSTRUMENTATION o�n ? � z � 0 0 0•0.3':ASPHALT PAVEMENT(3"1. Begin drilling with hollow stem auger. 0.3-1.0':SILTY SAND WITH GRAVEL(SM1,dark brown,dry, 18" SS-1 11-15-14 medium dense,fine to coarse sand,estimated 20-30%fine to �29) coarse gravel,estimated 15-20%non-plastic fines. 1.0-1.8':SILTY SAND(SM),tan,dry,medium dense,fine ��5 sand.estimated 15-25%non-olastic fines. SILTY SAND(SMI,alternating grayish brown and tan,dry, ', medium dense,fine sand,estimated 15-25%non-plastic fines, 14" SS-2 6-12-10 trace fine gravel. �2z) 3 SILTY SAND(SM),grayish brown,moist,dense,fine sand, , one coarse subangular gravel,angular gravels at 6"from 16" SS-3 8�17-18 bottom,estimated 15-25%non-plastic fines,bottom 4"is fine (35) to medium sand. 4.5 SILTY SAND.SM,grayish brown,moist,very dense,grades See SS-4 laboratory test results. 5 from fine to medium sand to fine sand in top 6",non-plastic 18" SS-4 26-37-46 fines,fine to coarse subrounded gravel. , (83) 6 � SILT'Y SAND WITH GRAVEL(SM),similar to above except estimated 15-25%fine to coarse subrounded to subangular 17" SS-5 ZZ'47-50/5" gravel. (97/11") 7.5 ' SILTY SAND(SM1,similar to above except estimated 10-15% fine gravel. 6" SS-6 25-50/2" (50/2") 9 10 10 SILTY SAND(SMI,same as above. Very hard drilling. 12" , SS-7 42-50/5" (50/5") 11.5 12.5 SILTY SAND(SM),same as above. 3" SS 8 50/6" (50/6") 14 15 PROJECT NUMBER: BORING NUMBER: SHEET 437060.03.31.10 B-6-12 z oF s CH2MHILL SOIL BORING LOG PROJECT:Renton Sunset Stormwater RetrofiULID Project LOCATION: Glennwood Ave&Harrington Ave,South parking lane ELEVATION: DRILLING CONTRACTOR: Gregory Drilling Inc.,Redmond,Washington DRILLING METHOD AND EQUIPMENT: CME 75 truck-mounted rig,140-Ib auto-hammer with 30-inch drop,hollow stem auger. WATER LEVELS: Not Encountered START: 5/31/2012 END:5/31/2012 LOGGER: T.Valentine 3 c o STANDARD SOIL DESCRIPTION COMMENTS �x � y Q PENETRATION --�—� m v Q W � TEST RESULTS DEPTH OF CASING,DRILLING RATE, SOIL NAME,COLOR,MOISTURE CONTENT,RELATIVE DENSITY �LL � O m DRILLING FLUID LOSS,TESTS,AND w OR CONSISTENCY,SOIL STRUCTURE,MINERALOGV O� � � Z F 6"-6"-6"-6" INSTRUMENTATION z 15 15 SILTY SAND(SM),same as above. 10" SS-9 39-50/4" (50/4") 16.5 II Boulder at 19'.Cannot drill through. Bottom of hole at 19'. Abandoned hole with bentonite. I 20 25 i 30 PROJECT NUMBER: BORING NUMBER: SHEET �H2M H�LL 437060.03.31.10 B-8-12 � oF 2 SOIL BORING LOG PROJECT:Renton Sunset Stortnwater RetrofiULID Project LOCATION: Sunset Ln west of Harrington Ave ELEVATION: DRILLING CONTRACTOR: Gregory Drilling Inc.,Redmond,Washington DRI�LING METHOD AND EQUIPMENT: CME 75 truck-mounted rig,140-Ib auto-hammer with 30-inch drop,hollow stem auger. WATER LEVELS: Perched at 15.5' START:5/31/2012 END:5/31/2012 LOGGER: T.Valentine ' 3 � STANDARD SOIL DESCRIPTION COMMENTS �x x j. Q PENETRATION �� TEST RESULTS DEPTH OF CASING,DRILLWG RATE, 00 u ¢ W '� � SOIL NAME,COLOR,MOISTURE CONTENT,RELATIVE DENSITY x ¢ > > � w DRILLING FLUID LOSS,TESTS,AND F- LL � O m w OR CONSISTENCY,SOIL STRUCTURE,MINERALOGY w � � w � y 6"-6"-6"-6" INSTRUMENTATION ofn Z � z � 0 0 0-0.3':ASPHALT PAVEMENT(3"1. Begin drilling with hollow stem auger. 0.3-1.5':SILTY SAND WITH GRAVEL(SMI,dark brown,dry, 15" �I SS-1 9'12-15 medium dense,flne to medium sand,estimated 15-25%non- �27) plastic fnes,estimated 15-20%fine to coarse subangular gravel,top 4"contains more gravel. 1.5 SILTY SAND(SMI,grayish brown,dry,very dense,fine to medium sand,estimated 15-25%non-plastic fines,estimated �$" �I SS_z 9'23-z8 10-15%subrounded to subangular,dean sand lens from 1.9- �5�) 2.0'. 3 POORLY GRADED SAND WITH SILT(SP-SM),grayish I brown,dry,very dense,fine to medium sand,estimated 5- 15" �I SS-3 19-32-37 15%non-plastic fines,estimated 10-15%fine subrounded to _ �69) subangular gravel. 4.5 SILTY SAND WITH GRAVEL(SM),grayish brown,dry to 5 moist,very dense,fine to medium sand,estimated 15-20% 15" SS-4 ZZ'34-37 non-plastic fines in top,bottom 2"is 25-35%fines with fine , (��) sand,estimated 15-25%fine to coarse subangular to ', subrounded gravel. 6 SILTY SAND WITH GRAVEL.SM,grayish brown,moist,very See SS-5 laboratory test results. dense,fine to medium sand,non-plastic fines,fine gravel. 12" SS-5 �6-50/6" � (50/6") 7.5 8.5 SILTY SAND WITH GRAVEL(SM),same as above. 12" I SS-6 35-50/6" , (50/6") 10 10 ' 12.5 SILTY SAND(SMI,grayish brown,moist,very dense,fine sand,estimated 35-45%non-plastic fines,estimated 5-15% 12" SS-7 26-50/6" fine angular to subangular graveL (50/6") 14 15 PROJECT NUMBER: BORING NUMBER: SHEET 437060.03.31.10 8-8-12 z oF z CH2MHfLL. SOIL BORING LOG PROJECT:Renton Sunset Stormwater RetrofiULID Project LOCATION: Sunset Ln west of Harrington Ave ELEVATION: DRILLING CONTRACTOR: Gregory Drilling Inc.,Redmond,Washington DRILLING METHOD AND EQUIPMENT: CME 75 truck-mounted rig,140-Ib auto-hammer with 30-inch drop,hollow stem auger. WATER LEVELS: Not Encountered START: 5/31/2012 END:5/31/2012 LOGGER: T.Valentine 3 � o S7ANDARO SOIL DESCRIPTION COMMENTS �� � j zQ PENETRATION m v Q W � TEST RESULTS DEPTH OF CASING,DRILLING RATE, SOIL NAME,COLOR,MO�STURE CONTENT,RELATIVE DENSITY F LL � O m DRILLING FLUID LOSS,TESTS,AND w OR CONSISTENCY,SOIL STRUCTURE,MINERALOGY w � � w �j 6"-6"-6"-6" INSTRUMENTATION o fn Z � z �- 15 15 SILTY SAND(SMI,grayish brown,moist to wet,wet from 15. 15.5',very dense,fine sand from 15 to 15.5',fine to medium 11" SS-8 Z8-50/5" sand from 15.5 to 15.9',estimated 35-45%non-plastic fines Perched water at 15.5'. (50/5") from 15-15.5',estimated 15-25%non-plastic fines from 15.5- 15.9',estimated 5-15%fine gravel. 16.5 20 20 ' SILTY SAND(SM),grayish brown,moist,very dense,fine , � sand from 20-20.8',fine to medium sand from 20.8-21.4', , � 20-34-37 estimated 25-35%non-plastic fines from 20-20.8',estimated ' 17" SS-9 j ���) 10-15%non-plastic fines from 20.8-21.4',estimated 10-15% fine to coarse gravel.. 21.5 I' Bottom of hole at 21.5'. Abandoned hole with bentonite. 25 I 30 PROJECT NUMBER: BORING NUMBER: SHEET CH2MNILL 437060.03.31.10 B-10-12 � oF 2 SOIL BORING LOG PROJECT:Renton Sunset Stormwater RetrofiULID Project LOCATION: Sunset Ln&NE 10th St ELEVATION: DRILLING CONTRACTOR: Gregory Drilling Inc.,Redmond,Washington DRILLING METHOD AND EQUIPMENT: CME 75 truck-mounted rig,140-Ib auto-hammer with 30-inch drop,hollow stem auger. WATER LEVELS: 20' START:6/1/2012 END:6/1/2012 LOGGER: T.Valentine 3 � STANDARD SOIL DESCRIPTION COMMENTS � r � y �� Q PENETRATION � � w W � � TEST RESULTS DEPTH OF CASING,DRILLING RATE, °�c� Q w � SOIL NAME,COLOR,MOISTURE CONTENT,RELATIVE DENSITY �LL � O � °� w OR CONSISTENCY,SOIL STRUCTURE,MINERALOGY DRILLING FLUID LOSS,TESTS,AND w� � w � y 6"-6"-6"-6" INSTRUMENTATION ocn ? � z � 0 0 0-0.2':ASPHALT PAVEMENT(2.5"1. Begin drilling with hollow stem auger. 0.2-1.6':SILTY SAND(SMI,dark brown and tan,dry,medium 14" I SS-1 9-7-4 dense,fine sand,estimated 15-25%non-plastic fines,gravels i (11) in upper 3",heavy iron oxide staining in boriom 3". 1.5 SILTY SAND(SMI,dark brown from 1.5-1.9',tan from 1.9- 2.4',dry,very loose,fine sand,estimated 2030%non-plastic 11" � SS-2 4-2-� fines,trace fine gravel,some glass shards. ' (3) 3 33.8':SILTY SAND(SMI,tan,dry to moist,very loose,fine sand,estimated 20-30%non-plastic fines,iron oxide staining 14" SS-3 4-2-2 throughout.(SS-3A) I (4) 3.8-4.2':POORLY GRADED SAND WITH SILT(SP-SMI, grayish brown,dry to moist,very loose,fine to medium sand, 4.5 estimated 10-15%non-olastic fines.(SS-381 ' SILTY SAND,SM,tan in top,grayish brown in bottom 4",dry See SS-4 laboratory test results. 5 to moist,medium dense,fine to medium sand,non-plastic 16" SS-4 4-8-8 fines,iron oxide staining throughout. (16) 6 'I SILTY SAND.SM,gray with iron oxide staining,moist, See SS-5 laboratory test results. medium dense,fine to coarse sand,low plasticity fines, 16" ' SS-5 3-5�8 bottom 4"is sandy silt with non-plastic fines,1"thick sand �13) interbeds spaced approximately 3 to 4"apart. 7.5 , SILTY SAND,SM,grayish brown,moist,medium dense,fine See SS-6 laboratory test results. � to coarse sand,trace f ne gravel. 17" SS-6 3-5-9 (14) 9 10 10 SILTY SAND(SM),grayish brown,moist,very dense,fine to coarse sand,estimated 15%non-plastic fines,trace fine 14" ! SS-7 9-18-33 gravel. i (51) 11.5 I 12.5 SILTY SAND(SMI,similar to above except dense,estimated , 10-15%fnegravel. 15" SS-8 8-16-16 (32) 14 15 PROJECT NUMBER: BORING NUMBER: SHEE7 437060.03.31.10 B-10-12 z oF z CH2MHILL - SOIL BORING LOG PROJECT:Renton Sunset Stormwater RetrofiULID Project LOCATION: Sunset Ln&NE 10th St ELEVATION: DRILLING CONTRACTOR: Gregory Drilling Inc.,Redmond,Washington DRILLING METHOD AND EQUIPMENT: CME 75 truck-mounted rig,140-Ib auto-hammer with 30-inch drop,hollow stem auger. WATER LEVELS: 20' START: 6/1/2012 END:6/1/2012 LOGGER: T.Valentine 3 c o STANDARD SOIL DESCRIPTION COMMENTS �x � j Q PENETRATION - — m V j ; W TEST RESULTS DEPTH OF CASING,DRILLING RATE, SOIL NAME,COLOR,MOISTURE CONTENT,RELATIVE DENSITY DRILLING FLUID LOSS,TESTS,AND �LL w � m w OR CONSISTENCY,SOIL STRUCTURE,MINERALOGY Q � Z � Z F 6"-6"-6"-6" INSTRUMENTATION 15 15 SILTY SAND(SM1,similar to above except medium dense, clean sand lens,from 15.5 to 15.7'. 13" gg_g 7-13-14 �2�) 16.5 20 20 SILTY GRAVEL WITH SAND(GMI,greenish gray,wet,very Angular gravel lodged in shoe. dense,fine to coarse subrounded to angular gravel,estimated Sample is wet. 5" SS-10 19-50/2" 20-30%fine to coarse sand,estimated 15-25%low plasticity (50/2") fines. 21.5 � Bottom of hole at 20.8'. Abandoned hole with bentonite. 25 I 30 PROJECT NUMBER: BORING NUMBER: SHEET CH2MHILL 437060.03.31.10 B-11-12 � oF z SOIL BORING LOG PROJECT:Renton Sunset Stormwater RetrofiULID Project LOCATION: Harrington Ave,South of Sunset Blvd ELEVATION: DRILLING CONTRACTOR: Gregory Drilling Inc.,Redmond,Washington DRILLING METHOD AND EQUIPMENT: CME 75 truck-mounted rig,140-Ib auto-hammer with 30-inch drop,hollow stem auger. WATER LEVELS: Not Encountered START:5/30/2012 END:5/30/2012 LOGGER: T.Valentine 3 � � STANDARD SOIL DESCRIPTION COMMENTS �x � } Q PENETRATION � ����� � TEST RESULTS DEPTH OF CASING,DRILLING RATE, m v ¢ w � SOIL NAME,COLOR,MOISTURE CONTENT,RELATIVE DENSITY x ¢ > > w DRILLING FLUID LOSS,TESTS,AND � LL � O 00 w OR CONSISTENCY,SOIL STRUCTURE,MINERALOGY a � W U � a INSTRUMENTATION w � � w > > 6„6„6„_6„ o�n ? � z � 0 0 0•0.6':ASPHALT PAVEMENT(7"). Begin drilling with hollow stem auger. 0.6-1.8':SILTY SAND(SM),reddish brown,dry,loose,fine to 14" , SS-1 4-5-4 medium sand,estimated 15-25°/non-plastic fines,estimated �, (9) 5-10%finegravel. 1.5 SILTY SAND(SM),similar to above except tan,medium dense. 15" ' SS-2 3-4-17 (21) 3 ' SILTY SAND(SM),gray,dry,dense,fine to medium sand, ' non-plastic fines,fine to coarse gravel. 18" �'i gg 3 9-17-17 I (34) 4.5 I SILTY SAND.SM,same as above. See SS-4 laboratory test resuits. 5 16" I SS-4 11-17-19 I (36) 6 ' SILTY SAND(SMI,similar to above except crushed gravel from 6.8-7'. 18" SS-5 6-24-36 , (60) 7.5 ! SILTY SAND(SM),brownish gray,moist,medium dense,fine to medium sand,estimated 25-35%non-plastic fines, 16" SS-6 9-9-a estimated 10-15%fine to coarse gravel,trace iron oxide ���) staining in top. 9 10 10 ', SILTY SAND WITH GRAVEL(SMI,brownish gray,dry,very I dense,fine to coarse sand,estimated 20-30%fine to coarse 12" SS-7 19-50/6" subangular gravel,estimated 15-20%non-plastic fines. (50/6") 11.5 ' 12.5 SILTY SAND(SM),similar to above excepl fine to medium sand,estimated 10-15%fine gravel. 6" iSS-8 50/6" I (50/6") 14 15 PROJECT NUMBER: BORING NUMBER: SHEET 437060.03.31.10 B-11-12 2 oF z CH2MHILL SOIL BORING LOG PROJECT:Renton Sunset Stormwater RetrofiULID Project LOCATION: Harrington Ave,South of Sunset Blvd ELEVATION: DRILLING CONTRACTOR: Gregory Drilling Inc.,Redmond,Washington DRILLING METHOD AND EQUIPMENT: CME 75 truck-mounted rig,140-Ib auto-hammer with 30-inch drop,hollow stem auger. WATER LEVELS: Not Encountered START: 5/30/2012 END:5/30/2012 LOGGER: T.Valentine STANDARD SOIL DESCRIPTION COMMENTS �x � j ? PENETRATION m v Q W � TEST RESULTS DEPTH OF CASING,DRILLING RATE, SOIL NAME,COLOR,MOISTURE CONTENT,RELATIVE DENSITV �LL W O °�w OR CONSISTENCY,SOIL STRUCTURE,MINERALOGY DRILLING FLUID LOSS,TESTS,AND w � F- w �j 6"-6"-6"-6" INSTRUMENTATION ❑ v� ? � z � 15 15 SILTY SAND(SMI,same as above. 5" SS-9 50/5" (50/5") 16.5 20 20 ! SILTY SAND(SM),same as above. 5" ' SS-10 50/6„ (50/6") 21.5 Bottom of hole at 20.5'. Abandoned hole with bentonite. 25 30 PROJECT NUMBER: BORING NUMBER: SHEET CH2M H 1 L.L 437060.03.31.10 B-12-12 � oF 2 ' � SOIL BORING LOG PROJECT:Renton Sunset Stormwater RetrofiULID Project LOCATION: Harrington Ave,North of 12th St ELEVATION: DRILLING CONTRACTOR: Gregory Drilling Inc.,Redmond,Washington DRILLING METHOD AND EQUIPMENT: CME 75 truck-mounted rig,140-Ib auto-hammer with 30-inch drop,hollow stem auger. WATER LEVELS: Groundwater at 15'.Perched at 12.5'. START: 5/30/2012 END:5/30/2012 LOGGER: T.Valentine 3 � ' STANDARD SOIL DESCRIPTION COMMENTS 0 x � y � z PENETRATION � TEST RESULTS DEPTH OF CASING,DRILLING RATE, 0°U a W � SOIL NAME,COLOR,MOISTURE CONTENT,RELATIVE DENSITV r LL � O m w OR CONSISTENCY,SOIL STRUCTURE,MINERALOGY DRILLING FLUID LOSS,TESTS,AND w� ~ w � j 6"-6"-6"-6" INSTRUMENTATION ❑�n Z � z � 0 0 0-0.3':ASPHALT PAVEMENT(3"). Begin drilling with hollow stem auger. 0.6-1.5':SILTY SAND(SM),tan,dry,medium dense,fine to 14" SS-1 14-9-� medium sand,estimated 20-30%non-plastic fines,estimated �16) 5-10%fne gravel,trace organics. 1.5 , POORLY GRADED SAND WITH SILT(SP-SM),tan,dry, ' loose,fine to medium sand,estimated 10-15%non-plastic 12" SS-2 5-4-4 fines. �8) 3 j SILTY SAND(SM),tan,dry,loose,fine sand,estimated 15- ' 25%non-plastic fines,trace fine gravel. 17" I SS-3 2-2-3 (5) 4.5 ' SILTY SAND.SM,similar to above except moist,no gravel. 5 I 16" I SS-4 2 2 2 ' (q) 6 SILTY SAND.SM,similar to above except top 2"is dark See SS-5 laboratory test results. brown. 12" SS-5 ��� 1�) 7.5 ' SILTY SAND(SM),tan,moist,loose,fine sand,estimated 15- 25%non-plastic fnes,trace iron oxide staining in bottom 2". 18" SS-6 1-3-6 �9) 9 10 10 SILTY SAND(SMI,tan,moist,medium dense,fine sand in upper 2",fine to medium sand below,estimated 15-25%non- 18" SS-7 4-7-11 plastic fines,fine gravel in bottom 4",iron oxide staining �18) throughout. 11.5 Driller reports:gravel at 11.5'. � 12.5 SILTY SAND(SMI,tan to dark brown,12.5-13'is wet,13-14' Perched water at 12.5'. is moist,medium dense,fine to coarse sand in upper 6",fine 18" ', SS-8 8-13-�� to medium sand below,from 13-13.2'is sandy silt lens , (30) estimated 15-25%non-plastic fines throughout. 14 15 PROJECT NUMBER: BORING NUMBER: SHEET CH2MHILL 437060.03.31.10 B-12-12 z oF s SOIL BORING LOG PROJECT:Renton Sunset Stormwater RetrofiULID Project LOCATION: Harrington Ave,North of 12th St ELEVATION: DRILLING CONTRACTOR: Gregory Drilling Inc.,Redmond,Washington DRILLING METHOD AND EQUIPMENT: CME 75 truck-mounted rig,140-Ib auto-hammerwith 30-inch drop,hollow stem auger. WATER LEVELS: Perched water at 12.5' START: 5/30/2012 END:5/30/2012 LOGGER: T.Valentine 3 � � STANDARD SOIL DESCRIPTION COMMENTS �x � j zQ PENETRATION ---�� m v Q W � TEST RESULTS DEPTH OF CASING,DRILLING RATE, SOI�NAME,COLOR,MOISTURE CONTENT,RELATIVE DENSITY a� W � �w OR CONSISTENCY,SOIL STRUCTURE,MINERALOGY DRILLING FLUID LOSS,TESTS,AND w � � w �j 6"-6"-6"-6" INSTRUMENTATION o �n ? � z � 15 15 SILTY SAND(SMI,grayish brown,wet,medium dense,fine t Groundwater at 15'. coarse sand,,alternating 2"lenses of silty sand and poorly 18" , SS-9 �-11-10 graded sand with silt,iron oxide staining,estimated 20-30% I �21) non-plastic fines,estimated 5-10%fine gravel. 16.5 20 20 II I SILTY SAND(SMI,grayish brown,wet,very dense,fine to � coarse sand,estimated 10-15%fine to coarse gravel, j 17" ' SS-10 22'33-38 estimated 25-35%non-plastic fines. ' (��) 21.5 ; Bottom of hole at 21.5'. Abandoned hole with bentonite. � 25 � 30 PROJECT NUMBER: Test Pit Number: SHEET GH2MHILL 437060.03.31.10 TP-1-12 � oF � Test Pit Log PROJECT:Renton Sunset Stormwater RetrofiULID Project LOCATION: SW corner of Glennwood and Harrington Ave ELEVATION: CONTRACTOR: NW Excavating EXCAVATION EQUIPMENT:Bobcat 335-2'Wide bucket with teeth DATE EXCAVATED: 6/14/2012 LOGGER: T.Valentine WATER LEVELS: Not Encountered LENGTH: 5 ft WIDTH: 2.4 ft DEPTH:5 ft SOIL DESCRIPTION COMMENTS W DIFFICULTY IN EXCAVATION,RUNNING GRAVEL CONDITION, � 3 Q W SOIL NAME,COLOR,MOISTURE CONTENT,RELATIVE DENSITY COLLAPSE OF WALLS,SAND HEAVE,DEBRIS ENCOUNTERED, O � } OR CONSISTENCY,SOIL STRUCTURE,MINERALOGY WATER SEEPAGE,GRADATIONAL CONTACTS,TESTS, w�N � INSTRUMENTATION � 0 Surface is grass. Begin excavating at 8:15 am.Orientation is north/south. SILTY SAND(SM),dry,loose,fine to medium sand,estimated 25-35% no�lasticfnes,roots._________________ 1 SILTY SAND WITH GRAVEL(SMI,brownish gray,dry,very dense, fine to medium sand,estimated 15-25%non-plastic fines,estimated 15 Z 25%fine to coarse subrounded gravel up to 5"in diameter.(TILL) Difficulty excavating in till. 3 GB-1 4 5 --- --- Bottom of test pit at 5'. Side walls standing vertical. Test pit is dry. 6 Infiltration Test: West wall collapsed while draining water after infiltration test. Hose with screen at bottom placed in bottom of hole.Flow meter used to measure flow. 8:53 Begin filling of test pit with water. � 9:25 End fill.Water at 3'above bottom of test pit.244 gallons to fill test pit. 9:45 Water at 2.9'above bottom of test pit. 9:55 Filled with water back up to 3'above bottom of test pit.Try to 8 maintain constant flow rate. 10:55 Shut off water.Water infiltrating too slow to be able to get an accurate flow reading(<0.01 gal/min).Water at 3.2'above bottom of 9 test pit. 11:40 Water at 3.1'above bottom of test pit. 12:00 Water at 3.06'above bottom of test pit.End test.Pump water out of hole. 10 11 12 13 14 15 PROJECT NUMBER: Test Pit Number: SHEET 437060.03.31.10 TP-2-12 � oF � CH2MHILL Test Pit Log PROJECT:Renton Sunset Stormwater RetrofiULID Project LOCATION: 80'west 8 50'south of Sunset Ln and NE 10th St ELEVATION: CONTRACTOR: NW Excavating EXCAVATION EQUIPMENT:Bobcat 335-2'Wide bucket with teeth DATE EXCAVATED: 6/14/2012 LOGGER: T.Valentine WATER LEVELS: Not Encountered LENGTH: 5 ft WIDTH: 2.1 ft DEPTH:5 k SOIL DESCRIPTION COMMENTS w DIFFICULTY IN EXCAVATION,RUNNING GRAVEL CONDITION, �Q W SOIL NAME,COLOR,MOISTURE CONTENT,RELATIVE DENSITY COLLAPSE OF WALLS,SAND HEAVE,DEBRIS ENCOUNTERED, O� � OR CONSISTENCY,SOIL STRUCTURE,MINERALOGY WATER SEEPAGE,GRADATIONAL CONTACTS,TESTS, m v�i # INSTRUMENTATION 0 Surface is grass. Orientation of test pit is easUwest. SILTY SAND(SMI,brown,dry,loose,fine sand,estimated 20-30% non�- lastic f nes,roots throughout_____________ 1 SANDY SILT.ML,brown and grayish brown,dry,firm,non-plastic fines,fne to medium sand,siltwith sand interbedded in thin layers throughout. 2 Stiff to Very Stiff 3 4_ GB-1 See GB-1 laboratory test results. 5 Bottom of test pit at 5'. Side walls standing vertical. � Test pit is dry. 6 Infiltration Test West wall collapsed after infiltration test. Hose with screen at bottom placed in bottom of hole.Flow meter used to measure Flow. 13:05 Begin fill of test pit. � 13:15 Fill test pit to 3'above bottom of test pit.236 gallons to fill test pit. 13:17 Trying to maintain constant flow rate. 14:05 Begin flow of 1.7 gal/min. 14:30 Constant flow of 1.7 gal/min maintaining water depth.Stop 8 constant flow test. 14:34 Remove hose.Water at 3.0'above bottom of test pit. 14:49 Water at 2.68'above bottom of test pit. 9 15:04 Water at 2.44'above bottom of test pit. 15:19 Water at 2.24'above bottom of test pit. 15:34 Water at 2.08 above bottom of test pit. 15:44 Water at 2.0'above bottom of test pit.End test.Begin to pump �p out water. 15:55 Completed pumping water out of test pit. 11 12 I 13 14 15 F�� wT � ✓' � ]I�WA�EC�SCIENCE5IN�. , July 5,2012 HWA Project No.2012-026-23 Task 200 CH2M Hill, Inc. 1100 I 12t"Avenue NE, Suite 400 � Bellevue, Washington 98004 Attention: Tadd Valentine, P.E. J Subject: Materials Laboratory Report Soiis Index Testing Renton Sunset Project#437060-2000 Dear Mt•. Valentine; As requested, HW� GeoSciences Inc. (HWA)performed laboratory testing for the subject project. Herein we present ihe results of our laboratory analyses, which are summarized on the attached Figures. The laboratory testing program was performed in general accordance with your instructions and appropriate ASTM Standards as outlined below. SAtvtPLE InFoxM,�Ttotv: The samples were delivered to IIWA by CH2M I�i11 personnel on June 21,2012. The samples were in sealed plastic bags, and one 5-gal bucket. Several samples were mixed together, as requested by the client, to make a composite sample for hydraulic conductivity testing. MOISTLIRF,CONTENT OF SOIL: The moisture content of selected soil samples (percent by dry mass}was determined in general accordance with ASTM D 2216. The results are shown on Figures 1-5. PARTICLE SIZE ANALYSIS OP'SOILS: The selected samples were tested to detei7nine the particle size distribution in general accordance with ASTM D422. Most of the samples were tested using only sieve analysis; one sample was tested using both sieve and hydrometer analysis. The test results are summarized on the attached Particle Size Analysis of Soils reports, Figures 1 througli 5, which also pt•ovide information regarding the classification of the samples and the moisture content at the time of testing. LABORATORY COMPACTION CHARACTGRISTICS OF SOIL(PROCTOR TEST): Two samples were selected for one-point tests at the"as-received" moisture content, in general accordance with ASTM D 1 S57 (Moclified Proctor) Method B. `1 he test was performed on the �1z'���h t�r���s�: St,s�� �j�� portion of the sample passing 3/8-inch, as required by the test procedure. E3�,tt�k�a>wA���z�.`r«ao •r�a, 4?�.7r�.�zo�; ���c: �z;.���.z��x� �„z.������.«�, July 5,2012 HWA Project No.2012-026-23 The maximum dry density and the"as-received"moisture content were not corrected for the amount of oversize material because the sample was to be used in permeability testing without the oversized material. The test results are summarized in the following table. Table 1. One-Point Modi�ed Proctor Test Results ASTM D 1557 Sample ID Wet Density Moisture Content Dry Density c % c Composite Sample 140.5 11.2 126.4 TP-2-12 GB-1 119.4 22.0 97.9 PERMEABILITY OF GRANULAR SOILS(CONSTANT HEAD METHOD�: The coefficient of permeability (also commonly referred to as hydraulic conductivity) of the material was measured in general accordance with method ASTM D2434. The sample was placed in the test apparatus in five lifts. Each lift was compacted in order to achieve an overall final soil dry density of approximately 90% of the value obtained in the One-Point Modified Proctor test(see above). The samples were vacuum saturated and ran until4 consecutive readings were within�25%of the average. The results are summarized on the attached hydraulic Conductivity Test Reports, Figures 6 and 7. O • O Lab Report 2 HWA GeoSciences Inc. July 5,2012 HWA Project No.2012-026-23 C�.,osu�: Experience has shown that test values on soil and other natural materials vary with each representative sample. As such,HWA has no knowledge as to the extent and quantity of material the tested samples may represent. HWA also makes no warranty as to how representative either the samples tested or the test results obtained are to actual field conditions. It is a well established fact that sampling methods present varying degrees of disturbance that affect sample representativeness. ' No copy should be made of this report except in its entirety. We appreciate the opportunity to provide laboratory testing services on this project. Should you have any questions or comments, or if we may be of further service,please call. Sincerely, HWA GEOSCIENCES INC. r 1 ��� '�� Harold Benny George Minassian,Ph.D., P.E. Materials Laboratory Manager Geotechnical Engineer Attachments: Figures 1-5 Particle Size Analysis of Soils Figures 6-7 Hydraulic Conductivity Test Report Lab Report 3 HWA GeoSciences Inc. GRAVEL SAN D SI LT CLAY Coarse Fine Coarse Medium Fine U.S. STANDARD SIEVE SIZES 3/4" 3" 1-1/2" ' S/8" 3/8" #4 #10 #20 #40 #60 #100 #200 � � � � � 100 I II I I I I � 90 I I I I i I I I i I I I I I I I I I I I I I I I I I H $� I I I I I I I I I = I I I I I I I I I I � 70 W I I I I 1 I I I I I 2 I I I I I I I I I p}p 60 I I I I I I I I I � I I I I I I I I I I W 50 I I I I I I I I I I Z I I I I I I I I � I I I i I I I I I I— 40 I I I I I I I 1 I I Z I I I I I I I I I I W I I I I I I I I I I V 30 � I I I I I I I I I I d I I I I I I I I I 1 20 I I I I I I I I I I I I I I I I I 1 I 10 I I I I I I I I i I 1 I I I I I I I I I 0 50 10 5 1 0.5 0.1 0.05 0.01 0.005 0.001 0.0005 GRAIN SIZE IN MILLIMETERS SYMBO SAMPLE DEPTH(ft) CLASSIFICATION OF SOIL-ASTM D2487 Group Symbol and Name %MC LL p� p� Gravel Sand Fi�nes • B-10-12 SS-4 4.5-6.0 (SM)Light olive brown,silty SAND 12 0.7 81.0 18.2 ■ B-10-12 SS-5 6.0-7.5 (SM)Olive brown,silty SAND 19 2.7 50.7 46.6 � B-10-12 SS-6 7.5-9.0 (SM)Olive brown,silty SAND 15 6.5 55.0 38.4 � PARTICLE-SIZE ANALYSIS � Labratory Testing for CH2MHILL OF SOILS � �AGEDS�EN�S�1�. Renton Sunset METHOD ASTM D422 PROJECT NO.: ZO�Z-O2F� TZOO FIGURE: � HWAGRSZ 2012-026 T200.GPJ 629/12 v-.� GRAVEL SAND SILT CLAY Coarse Fine Coarse Medium Fine U.S. STANDARD SIEVE SIZES 3/4" 3" 1-1/2" ' 5/8" 3/8" #4 #10 #20 #40 #60 #100 #200 � � � � � 100� I I I I I I I I i I I I I I I 90 I I I I I I I I i I I I I I I I I H 80 I I I I I I I I I = I I I I I I I I I I � �o w I I I I I I I I I � I I I I I I I i I � 60 � I I I I I I I I m I I I I I I I I 1 I W 50 � I I I I I I I I I Z I II I I I I I � I I I I I I I I I i t— 40 I I I I I I 1 I I Z I I I I I I I I I W I I I I I I I I � v 30 a� I I I I I I i I I � � � � � � i � �o I I I I I I I I I I 1 I I I I I I I I 10 - I I I I I I I I I i I I I I I I I I I I 0 50 10 5 1 0.5 0.1 0.05 0.01 0.005 0.001 0.0005 GRAIN SIZE IN MILLIMETERS SYMBO SAMPLE DEPTH(ft) CLASSIFICATION OF SOIL-ASTM D2487 Group Symbol and Name %MC LL PL p� Gra vel Sa nd Fi�nes • B-11-12 SS-4 4.5-6.0 (SM)Olive brown,silty SAND 6 10.6 68.5 20.9 ■ B-12-12 SS-5 6.0-7.5 (SM)Dark yellowish brown,silty SAND 11 1.1 81.7 17.2 ♦ B-11T-12 SS-3 3.0-4.5 (SM)Dark brown,silty SAND with gravel 12 21.7 62.2 16.1 � PARTICLE-SIZE ANALYSIS � Labratory Testing for CH2MHILL OF SOILS � �1�GE0$CIENCES INC. Renton Sunset METHOD ASTM D422 PROJECT NO.: ZO�Z-OZ6 TZOO FIGURE: 2 HWAGRSZ 2012-026T200.GPJ 6/29/12 G RAVEL SAND SI LT CLAY Coarse Fine Coarse Medium Fine U.S. STANDARD SIEVE SIZES 3/4" 3" 1-1/2" 5/8" 3/8" #4 #10 #20 #40 #60 #100 #200 � � I � � � � � �oo I I I I 1 I I I I i I 1 1 I 90 I I i I i I I I i I I i I I I I I I 80 = I I i I I I I I I I I I I I I I I I I I � 70 W I I I I I I I I I � I I I I I I I I 1 p}p 60 I I I I I I I I I 1 � I I I I I I I I I I W 50 I I I I I I I I I 1 z I I I I I I I I I 1 � I I I I I I I I I F— 40 � I I I I I I I I z I I I I I I I I I W I I I I I I I I I U 30 � I I I I I I I I I a I I I i I I I I I 20 � � � � i i i � i i � � i i i i i i i � 10 I i I I I I I I I I I I I I I I I I I 1 0 50 10 5 1 0.5 0.1 0.05 0.01 0.005 0.001 0.0005 GRAIN SIZE IN MILLIMETERS SYMBO SAMPLE DEPTH(ft) CLASSIFICATION OF SOIL-ASTM D2487 Group Symbol and Name %MC LL p� p� Gra vel Sand Fio es • B-2-12 SS-3 3.0-4.5 (SM)Oiive brown,silty SAND 11 10.0 68.2 21.8 ■ B-31T-12 SS-4 4.5-6.0 (SM)Olive brown,silty SAND 8 11.4 63.4 25.1 � 8-4-12 SS-4 4.5-6.0 (SM)Olive brown,silty SAND 9 1�.3 63.5 26.3 �� PARTICLE-SIZE ANALYSIS Labratory Testing for CH2MHILL OF SOILS �AGE�S�N�ES�N�. Renton Sunset METHOD ASTM D422 PROJECT NO.: ZO�Z-O2E� TZOO FIGURE: 3 HWAGRSZ 2012-026 T200.GPJ 6129/12 GRAVEL SAND SILT CLAY Coarse Fine Coarse Medium Fine U.S. STANDARD SIEVE SIZES 3/4" 3" 1-1/2" ' S/8" 3/8" #4 #10 #20 #40 #60 #100 #200 � � � � � 100 I I I I I I I i I I i I I so I I I I I I I I I I I I I I I I 80 = I I I I I I I I I I I I I I I I I � �o W I I I I I I I I I � I I I I I I I I m so I I I I 1 I I I I I � I I I I I I I I I I w so I I I I i I I I I Z I I I I I I I I I � I I I I I I I I I I— 40 I I I I I I I I I Z I I I I I 1 I I I W i I I I I I I I I I V 30 � I I I I I I I I I a I I I I I i i I I I 20 I i I I I I I I I I I I I I I I I I I I 10 I i I I I I I I I I I i I I I I I I I I 0 50 10 5 1 0.5 0.1 0.05 0.01 0.005 0.001 0.0005 GRAIN SIZE IN MILLIMETERS SYMBO SAMPLE DEPTH(ft) CLASSIFICATION OF SOIL-ASTM D2487 Group Symbol and Name %MC LL PL p� Gravel Sand Fi�nes • B-5-12 SS-3 3.0-4.5 (SM)Olive brown,silty SAND 11 8.6 51.2 40.2 ■ B-6-12 SS-4 4.5-6.0 (SM)Olive brown,silty SAND 9 11.4 59.5 29.1 � B-8-12 SS-5 6.0-7.5 (SM)Olive brown,silty SAND with gravel 7 15.4 58.7 25.9 PARTICLE-SIZE ANALYSIS � Labratory Testing for CH2MHILL OF SOILS HWAGEOSCIENCES INC. Renton Sunset METHOD ASTM D422 PROJECT NO.: ZO�2-026 TZOO FIGURE: 4 HWAGRSZ 2012-026 T200.GPJ 6Y191�2 GRAVEL SAN D SI LT CLAY Coarse Fine Coarse Medium Fine U.S. STANDARD SIEVE SIZES 3/4" 3" 1-1/2" � 5�8" 3/8" #4 #10 #20 #40 #60 #100 #200 . � 100 I I I I I I I I I I I i I I 1 I I 1 90 I I I I I I I I I I I I I I I 1 I I 80 = I I I I I I I I I I I I I I I I I I I � 70 � I I I I I I I I I I I I I I I I I I I I m 60 I I I I I I I I I I � I I I I I I I I I W 50 I I i I I I I I I z I I I I I I I I I I � I I I I I I I I I I F— 40 I 1 I I I I I I I I Z I 1 I I I I I I I I w I 1 I I I I I I I 1 v 30 � I I I I I I I I 1 I W � I I I I I I I I I I 20 I I I I I I I I I I I I i I I I I I I I 10 I I I I I I I I I i ' I I I I I I I I I 1 ' 0 50 10 5 1 0.5 0.1 0.05 0.01 0.005 0.001 0.0005 GRAIN SIZE IN MILLIMETERS SYMBO SAMPLE DEPTH(ft) CLASSIFICATION OF SOIL-ASTM D2487 Group Symbol and Name %MC LL PL PI Gravel Sand Fi�nes • TP-2-12 GB-1 4.5-4.6 (ML)Olive brown,sandy SILT 22 0.4 47.2 52.4 PARTICLE-SIZE ANALYSIS �� Labratory Testing for CH2MHILL OF SOILS �1�GE�SCIENCESINC. Renton Sunset METHOD ASTM D422 PROJECT NO.: 2O�2-026 TZOO FIGURE: �J HWAGRSZ 2012-026T200.GPJ 6/29/12 Hydraulic Conductivity (a.k.a. Permeability) Test Report ��, Method ASTM D2434 HWAGEOSCIENCES INC. Project: Renton Sunset Client: CH2M Hill Project number: 2012-026 Assumed Specific Gravily 2.65 Maximum Gradient 1.2 Date: 7/5/2012 Initial Sample Area(cm2) 81.03 Initial wei unit wt.(pc� 126.1 Technician: HB Initial Sample Length{cm) 10.83 Initial dry unit wt.(pc� 113.6 Sample number: Composite Initial Sample Volume(cc) 877.8 (nitial void ratio 0.456 I Sample depth: 4.5-7.5 Initial moisture(%) 11.0 Initial porosity 0.313 , Sample description: Gray silty SAND with gravel(SM) Maximum Running %Deviation Hydraulic Average of from Average Conductiviry 4 Readings (should be less Run No. (cm/s) (iNhr) (cmis) than 25°/a) 1 3.9E-04 0.6 n.a. 2 3.2E-04 0.4 n.a. 3 2.9E-04 0.4 n.a. 4 4.6E-04 0.7 3.7E-04 27.0% 5 4.6E-04 0.7 3.8E-04 24.4% 6 4.7E-04 0.7 42E-04 31.2% 7 4.6E-04 0.7 4.6E-04 1.0% Final 4.5E-04 0.6 4.6E-04 2.6°/a ---_ - _ _ _ ------------ - --- _- -- l Hydraulic Conductivity Effluent Volume(ml) I � 0 200 400 600 800 1000 1200 li ' 1.0E-01 i __ __- -- -- -- __ - - ---- � ___ ---- i _ _._. . _ .- _ _. _ - � _- I , _ _ _T_ __.__._I - -- _. - __.. --- I i i - - -- -. ' I -r __ , 1 , _ _ -- __ __ _f_ �-__ � : ,.oe_o2 _ __._ _ __ _'- -- -------- ; -- -._ _.__ � - - -- r. .-T .._...._ __ I , y ..__.- -__...__ .._......._.. _._...___._ . � _ E -�- --- -- I � - - - - -_._. -. �, � _-� ...-- -__ __-_ - -- - - - I I 's I �- ---- -- --- - _..___. ---.._._ __ � ' I �� -o __.. ._. . - c -_ - -----.....__..._. ,___ I , � I I 1.0E-03 � - -I�_ ._ _ _ ---- �--�-r- _ � _. - _ _ _ _r -- - __ � -- -_ _ _- --- �- - -- - I -- } � � _ .- __ .._ ._ l _. .._ � _... . i . ..: _ __. ..- --.....___. � - __ ... _...._... ', _._ -- --......_-.._ ---. __ ' -- - ' '�. . i ... .�----_ ... I � ___ . _ '�. ._. ... __--._- -_..- --_. ..----; r_.._-_.___ . I % 1.0E-04 I I I I _-- - -� i Reviewed by: Figure e Hydraulic Conductivity (a.k.a. Permeability) Test Report i7''nT.\ Method ASTM D2434 V�� HWAGEOSCIENCES INC. Project: Ftenton sunsei Client: CH2M Hill Project number: 2012-026 Assumed Specific Gravity 2.65 Maximum Gradient 0.5 Date: 7/5/2012 Initial Sample Area(cm2) 81.03 Initial wet unit wt.(pc� 108.9 Technician: HB Initial Sample Length(cm) 10.66 Initiai dry unit wt.(pc� 88.5 Sample number: TP-2-12 GB-1 Initial Sampie Volume(cc) 864.2 Initial void ratio 0.869 Sample depth: 4.5 Initial moisture(%) 23.0 initial porosity 0.465 Sample description: Olive brown sandy SILT(ML) Maximum Running %Deviation Hydraulic Average of from Average Conductivity 4 Readings (should be less Run No. (cm/s) (in/hr) (cm/s) than 25%) 1 3.4E-03 4.8 n.a. 2 2.9E-03 4.1 n.a. � 3 2.9E-03 4.1 n.a. � 4 2.5E-03 4.0 3.0E-03 12.9% 5 3.1 E-03 4.3 2.9E-03 5.0% Final 3.0E-03 4.2 2.9E-03 4.8% _ _ _ -- -- -- __ _ _..� Hydrauiic Conductivity i i I Effiuent Volume(ml) , 0 100 200 300 400 500 600 700 S00 900 ' 1.0E-01 _ _ ---- - - �, _. __ _ _ __ .._ -�----�.-. . . '_ -'____ ._'__ , ._._ ..._ _"_ -_ '_'- �- ._ _ - __ i.T.. -- �-- - i - - ------ _{._ �.___ , � --~ � i � � , �.oe-oz -- - 1._ � _-L__ ' ; ' _ _- -- - _ _. _ ,., _ _ � - - _ _ N � __ .- ... - _ . _......._.___ __. _._.. ` .._�-_._ -_ '-._ - .....__- , � _- _ _" '_'"_" -__ ..__ ._- � U -- - � ; ...._ _._ ._. _..._ �'v _.._.__.. _.. _ I __-_ _._ -.._ __ .__ _ -. . _ .._ _. . ..._ j .. . .. I . �,.�-. ._-�-..__-_ ._L- U � _.._...__ '- . _ ' I 7 , � � 'O - _-. _...._. '. _ .- _ C , _ '-_.. _ _._ O I, � V I_ --.__ I� _.. 1.0E-03 - - t- __-�-_-._�: - - -- � ' -_ �_ -. __ � . � _._.. -� , _ - , - __ __. _ � __... _..._ ...._ __ _ - � ----�--�- � , ,. , , . - - - _ ; _ _ � __ _ _ � � � ' ' 1.0E-04 ' _ - -_ - -- --- -- -- --- --_ , Reviewed by: Figure 7 Test Pit Photos "�' �' �� ' '��' ! +'�"��' ��� Beginning excavation at TP-1-12 t '���� a,r, '.�� +�. , 4�`4 A�� � s r.�, '�'s 1� "7� � A. �6 � m 3 w 'Ks. � &� k � �,� �"Y 4`P,w ��dtP—'.Q � � � +r .. . t� . , ¢�� ;� �, � � .,_. 3 ,-..:B. , . � .� �� -_ �.., :, ,,. � � . . .. ,� -...--. �._.. Y. . .-,. .. �,p �._. - ' . .'���„�� � �,�,� r � „ ^� � � �� d Ld�' � '�,°� d"`y ' ' +� y � �",�i ,.�^� TP-1'1L ���( -"i� ���" �"�b, n� �`��i� ���'� k��E^`., i . �ti., . .. e,, #Sa e.. � �3'".. .��w � ` �a s� �x � � Y�.'W N �.:*R, F„ e�.. � '��l. 4 ' 4 . ��'vy4 .',�'R 1� . � t ., M1 R � ^� m ,'..`�'*,� ' . '" � °: 1 �� P1i�� � ��+� » � u`k,, . . d ��✓�� € `� ��� �� y�vKt z r �.-�� 4 < .x � �,. �'4 :0. SP ���FQ�; . „,w'�"` �l �F .„,,,� � �d ��.v� ` � P�„'; "A , '�-� �d ty��•j�� '� ,��.� a ����� . .� �„� �S �' �'�: � yp : �� ��� �P �� �br�� �t �y,� . �A"�� � �' a r �', 7 `�.„,„�^�. .v. �M���;�e > � �* � k � q rk � F� � � ,�;,� ���� �� `� ��..� ,�„ �`�. _' t t z� aP �� : m��` ., � �,K � a ��,.j� �� � J�rt � , P"f° t� ' °� � '�s t"i�4 �� �J i�� i i�4��''�"'*� 'u " ��y,; � �» €' �` 2�rt 3?,�° a � F� i�, 4 �Ii'��� y�.,:'���,�� �� .+� t� � � s ,`�'a� Y���'� ��+'� �4m*. . E d�� � �:, f � . : 'S � �a = � �rS.� . � .�F, S'� &:�,��.",q +�"�: 6�g�� �k�aAa � ��{ 1 ' �u��' Y 3 "y p ( �F � t'��Y .u4. �`; �p^ g «�; 4>� �r ay�d�,Jf �. i�x ._ r. �� � ��..,�"�� � )y���`� '�0'� :rq� ° 'E�. +.����'�� . 9 & � . s�� '� ," ;.°�s °.�. ��r" r i4� �` � ' ` . �t , m ,.. �' "r' ��'uz��� .. . �"°�a� ���,' , � ��dP ,, zd " db �r� � ,�;aa; 8<p �`� �" '' y � ��,,q t,�?+,.',�-��. . �� �*. �p, '�`� y �^� ,t *,y�` ,� ��i I���I�i'y���yi� t��t+��rd��}:415����f�`'�'��s' . � �a i{ �'� A a � ,� I �k�ii2.�'1 t r��.�1.�tii�rv t"ri� ,� . �.`'� �,'� - �� �� ., ,� � ��> ,�. � ��, � TP-1-12 � ° � .. ;�� � , � ��`�� w ° � �. � �a����.,�,-• .�, � .,.,� .�'~`:,� � , ,�� �,,,,r^�'�"`�`�`� wa`.`�.d� `°�?'� " $�"�`'i,���F� � ry '. � ' °"�` �... � � F�=� � ` � `,�: �� � �" ���� �r� �� ���a � � ,�` ::� � a. . � �, '.:,C '�.,+� .�." �"""�,� .°� Y - � �� �'� � �'� 3 f n�`l; ' � � �P � � � � �. �#d` w� . e r � . �A�,`, s '�1K�S � � .! �" ,`��. "3,� € e g � � ` .;���" x:.,, #�, �� 4# •d rs '^�i�;� . ..� w ' ! `� � ^�a. t� �' � ��x��"(1 �� y'��.. i � . � � .r ce �, � �," "�. " t� � 6�k E�' a�e � � t ti.k a?3in r, a.t�6f�d' "�` �L�" �rv"`` N` :�=` . �� . .� ...' y��. t . ,. i�„'��.�p. .� �yJ�T ,. � .�. .�!G y,^�w` . :.�°i.. �h.. ' 3�,r ,%.w. � "� a � t �. '��� �'�t��,��,^;a^ ' ' '��' �. A.� a�§.� � �a ��,�� � �� � �- ���3., � ,�d�,^,�t�� � �. `.�+� �i�a � . �' t�:a'" `� ,p-�� i �' ,�� � t::.�•.ik'Ct.{65,sqfl;+�� '� �t,�� " �. i� , :l� � }� � wy: .. .:h ,.}b �"hS. . � p- 5 i vV � rt 1 d f �� � ��'� s S�� +s:t. "` "� � } � Y�" t ; � �,x�'+��+a u°� �� � � �.,`.,a ' � � �.� �'�`w '� �« '¢�" x� '*�. r � ., t�3 '� ; w- �I ���« :�'d�Y^���. 'cr�s C°'�'„� , ;„.. . . �;�'i��:' . � "'+4. �,m, .,;i'� ,� �+ . . -..R�` ,� � &;'�� � ' ,; . � Excavated material from TP-1-12 �x� �� ,;,�, � �;w�a , � .>r��, a.,i� � � ��� � `�� ° � � �� �� � ,�. .;w�., .�:.��.""- � � E � ��« ,. ����y�a'.�: � �u � �, � < ,� .. „ �""'� k y �u..��� . , �: �"' +e„ � ? '�_ '�� • � s �, � .� ,, � . � '����� �k� �� x * e!, � �; - � �� . 1a �,°. �r� ' : . � ^�,���� �. �r � ,�, rwa a . � � � . �,� x ;� .�.� ,.': , . ., � �r� � t r '""��y'�w ��'#�a� � . °4�.�+-� . �' '� �".. � : �` ` �^� • � � � - � s� , � ��w k y . � �� t'�' �o��PC �a. �� . "�p �a+ J1q =, �"W . , � � '� � '� �'�, ` �� �" ": » '"w"`" T x r. � � �l` "4 y,'� �, ��,.. �pu�°�^ r . t � s �`�.P` � � h"' �" ' ""�'" ��" • � au� ��� � k �t> ✓ �,�� �"'� r.y.�j,��. y�' � .9'�,��"� . ���'� �. �.4� „ � � °j*FP Ur '`^ ..''� �s . �,`��p,� �.��,� _�,. �,°51 ��4, _,�#W"`�'� `;. �vy V � �, �•""• ��� 4.y,. .y, `;� �� ,�h,. .,���� .�,.r.. � .e`'��tb•w,y'^� :IF� '�L� � c ��'"M1 M.. µ:q w �4. r � � � r .- a � . ;� °" �S-+�* w,A�,�,� �*��"'4.�,. � � "m. �;��� ��« � � F� `��� ���� Infiltration test setup at TP-1-12. "'�`",„�` * �»��" � "� 'b e�.! p ,,d���� � �� , Similar setup at TP-2-12. p � �'•�� ��� ,� aC � �,. n�„`" . 1y� w�'ky �! `� .�g,qt� 4 ���yw'� �" 'w�� �`' � .. , 6 "i + �^'#�'� x . �,,,9"' l� W �"�' i . 9 , . "��„� ���... G°�S .. „yy�'��.,_Y„$ f� � �� � �w�� ,.-��a� '�.� °P. �s�: i` � �r � �a %.. ���•,, � � :.<�� "� � �� .�� �� � �� �� .� ��� µk� ....���`� �x' ° 's w � x� - �w . � ,� . �� �, d , �, 7x �; �� r ,��, �� .,I� �N � ; ;� � ��'. e 4 n �. � �3�X�dP �,=wu ,. A �� y �. r•�'� `,�r ' �a � �B �'r �y, '. r,y � � ., g� '" pk � 1�„h** � ' ��T�' +, , .;y � t�.+�A`�'e .� � � �.�. �7�" � � x.' � 4 "'^ �• r'" ,�,� > Y` - ,z r�ti1 kpb�,<, "m � .,,m � { a �tl� "� ',� n„'�, qy�. .. �,` A�,��„ �� �`�.r�k l cr�..��, � �"� , �� 9'& �. ' ` .�+ �"� , „FY`:` `� . Mk � �k ,W' �r +^"�� "w.j.�h� �„��'� .. �? �p 6 �� '��' ad, .. �`"'., p s y.�. �; .� ��� �"=8s �qw� .+� ..rP�� .. 7 j ` f. �� 'w+,: �° � .s �-0" !r �k � � �,.e . "';`�" /r s rc a �, a �„ r ,tiY°^6"�" �. � �� �:,�"'�'� �� �� . t � ro�; �` y '�'� :M'".,c.v . 3 � ,�3 +�,y'�w.. „y<. ��' * e' �� �'.r ���,* ,� , »� vy t.� �. � §� �s' �a Ir�� .S' 6.. ��S' .. �Y.�Fc a � '�,�;��', .t`,�►.p� �°w °•, a�' ;1 k- "_� .�w�`' . w 1,....�.��. . , � Infiltration test at TP-1-12. �. .��,n �` .a ,� . ``�°`� � '' ' ��� � :€rp � , �rr8€'4'� a "g��'�.a 3 'r„a � � r�"' '�^�r„�� �e�� � � Y�M. .'Jb '�'C �9 Y� � . . rt'�' rt"��'x� : ++�. . , `o �� �: , �W g N +a�� •, � �� .� �� a r �, �.��,�, .� �.: � „�"�',�` �w .�yy � rd�. �� �t .�-' ",�,'����� +��.� . � �% ��� ��*�aa ���� a � �� � �� p. .+�.:c:. ' ;�"�" ��"��'g[n�.,.9�. ,. `� � �. �{�* � � �a� �'�r �"� '! ��,�,�:. ° r�"' ������� � i.: r�`�� > � s . �y�. .x""�+ .. :.i �t � � ���}& k �,i � � "������"�� !,��aTM' _' �. �� "t'� �:.�� l � �, ��.�� � �z�= s � � �,. ,�a � � �� ` �'"` Begin excavating at TP-2-12. ---- '� ' ,3� �����.!,. — . . , x= - �_ s : `' ���, �� ��,,� �-� � �� ;a;�"�' �£ r ���,. � F � � �� , ��, � � � . .� �� �.,�. _ � .��, �,�..,�� �� ,..�.�.�,�.w� .r.���.� � � 5,,a�� k;� � ;� $�r • � �� ��.. �. sMC �`rv'��.`J� i� .. v"' .�.t. .. �, _. . ..�. :.a� r�.. .>,;<? y .� ` y,�"+Vi ».�»�,`;s4i.+ ' .��� ��: ,. ;, ,�t " ,, ����'�, ���'„ ������.. e�t »,:n: ,ih., 1 � `:,� ��+�,� ��'�.� ��y��� ��y$.��,�,,^y��w. '��'�� A- `� �g �� TP-2-12. ��'' e�, t k�•� � y�,��tb�'a:riq� �y&. ,� h � 4. k � .. '�'�1��� ����J„ ,�w'i ^�$.'� 1# '�i'c�. ��4 {4� k �,Y GN,t � e{°W '7--+.y� '°"'' �°!b 1P� .C. YI. ..,dsC a .a .., r �; x •, . ��� �`�.. �i��9 wi��79� �' �f �� : �^..'::� ° .., . ",�� "���� � �„`,� ��� a6�s��„w ��3 � '�'� � � .5 +.*!�,�p, x `°y �+. � �� '� *ar ��# '�s�"� �w.e�a ➢� ,,. � �a-� r".„. .. �,.�, �M q������_ �att ; ,,��'�, �' . � � -,�$d«,;�^ "�#'�' J # .��`" � `��. ��° "*� � �, , ,� � `� f � , . *F d � � �,. I�� �� ^X - �; ,� � ,�, � � � .�, ��� ' � .�� �� s � � . �� �'�'�'� ` �� ` .w�e � � , `� P �° 7 1 4,�a N. �i � , g 6.g ,r. '��`5� �}=Ap;•• P��d � � U�� '� �� ',4' r ¢ � .#` #� � �. .,�.`S" {� i�i,',y� i!�� w � �m 3��: � , � r��� �� a ,., � �,�� � � ��.� r,, '�� , r <i� ; x. �. � � � '�`��,s��dk �il p > '�i � � ;��'�' �,`;� �� 4 � �� k � � �c � . � a� ,� e. E �'s�� g a � ;� .a� � „�r �aaw � a n� i'� °'d°�'. a� �s� �t r u3=���� e � a �� � � ��ra�.��' � �� i���'�`���t���� n �"�„�,', ` } ,� � �h nP R . 'y. ";. IFi E �<44��� '�� . ':n �q,,, �4`• F' $ {�' 1 ' �� � s � �v� ° ��.�°{ �a � A � n r.. �t�.� ���n � � �.. ��Srt �91 1 y y ,� �„ 4 � `S' � " ''�° ^."'7� �, g yP'"���+ ll"� � . � ,��Z�"�� ` -.�}�. .. ��:�'x'�..�:x,�x. 4 6 ^:'�T 3°�'A,Cd",p ,�'�.�'.t,( .. , � � ��°��`. '� ��'��" ,�" �` � � � TP-2-12. � ;� � � � ` ��� �� � �� � ���� , �.'m� ,�,� r � �. � � � � �, ��.� rS! 4 q {�# .. �9� ��^"�.• ��yyr ���^Y Y � '�. � �t�`# Y �i N S.n . ,.a�A 4 h n� � r #Ff�.4r�t��.� a�.' �i r;�'�r'k�;�Y-'�d p�,�m� g� �� � � �;t;�i� R� ,�� .�?° � '#`� s . � �, ' {r�, �, ��+. � �;� �,yes <,� �t, , aTa" Cx�;+ I .� „�' �#`�. 1 �, x. ^yg g F�� *" '. ,.� � '°� �r � ^5�-" 3� t? r5� x3 @°' �" ��r�„' '� " � �±; . . .�{' . , � "',.� �, P . y� � , � � �"�. �,� rk �!? � �3 �a''� `�s � , � ,. , 4g���RR�'�i�"� ����y e�s.� �� ��� �� }4 �� �' >. �k `��,�eq'+��°�f � P ,r , , "% . a� � b :fi� � � � ��`,:, � �"�.� �, 81.� a'" "`� � .,,,,�� �� �� *�m: �,m ' � r,� � .. � � ;¢{�{r� ��U y r4 !' �-'a \, !� v�X, P,�a i��Pe�,st� �� v<< a ad �'`; a... � � � " ">.��„r p�� •a ���i. '�h' �'r A'> ��;:'f`+5�$°g. . . a� �..�4��{�� tt � � ��� ���^ `. � �"4. ����4��.`�� f;�;��., e � e''�°'w'`�'�=_ '�" � �'� � �` , �>e�� '� . fi� � n'� ��M '�+�y i SRi,q,� $, ,. . Y . ..t .. �'§. ..xr , �. .a ekMi�;�.. ��eR..k: � �°"-�,,�""`" ���;�� ��e `� �� TP-2-12. � . � .� . �,,=a�+� . . , w , �, ,'a, �5 a�. .� �9a. � �M �P � , ,� �-,�,.F �. , �'. � �� � � ., .. . , � ,. �. �.��� e �r�; �.� *� y� a „�.. �., •�+: 4 �1+a � ' �� ��' � �, �,,� .� ,. �� � D.�'�"'`�" �°`t� ' r �. � },�"� r, . �, ... q� � � ���w _: � q � s i.R iC. � . Y TM�� t�� + ��� � �:� �� 4 : � � •� ��� aeS ; �� i Y y ' `��E'�� 4Y"$ . . ; °»„� '�+,�j' ��. g �,�5, 1� '" �y 1 SV"b f 3Mi „�'„� ,� r;�;�." �„��� p� '.�.6s a�. .. ,ai.�... wd �,`, �b �"�i`�. '� ! �'�:�_ � _�k UIJ��� � �.' � _ •`t� . � ma. ,� `�,� � � ���;�, ��,, � � ��� �` ' � �'�� � �i � � �, �� :�"1r e >�r,� � �W' � � ���^*` �.s r„�.R M f�„ � x� #"�P �`I�' '��, h.4�., ��"��''s t s� p" &^ �,� �. � :� y.� � `t ���' �j �"�.0....� �' �:: � `"„^,tq'"R" ����¢ Y�"� , '� }'� S . � `� ��"" a '�y ��864�' .d..b„� . � � ,�� "8 � �N .�W.d, 3. ; �:- `Z�"` � �� f , ��,;r�" ���� �a:. ..�*..� ,,.-ra.x'�3. � � - � �.¢ �`��`�` �as��,� �14 �. i ystu��;�`���,'��.�*��4 R�°'r �� ,�. a a r� < �. $"� � a� � �, `�r° ���° �; . .�,��, �q '�,- � a� '�d � .9�'�w � . T �" � � `A�n . ^ . � v « <i`:\=L, , r .. ..,� ,d~�_'xm. , . � < �".L .:.. ����. �� Excavated material from TP-2-12. ����,.. < � ,��� � € �, �,n��� a����W � ��x �.r :��� � , �� � r�,�_ f . . ... . �,, r g.,�..�:a�- � � . . .. � . �� � 'A� �:6qa�yj 5�4�,:,*� r. "h��� , .. � « , < < �,, . �y,r., � w*�^, +. � 4,. -� . . �. � � �,�'" ,. _. w, � �� ��;.�, � � � �'� W, .� ��� ±N �� ��a,, . F�P.'�` , �' .� . ..�. �� � tE �� �� �. .. �� .. .. � �� � �<. � .. ��� �� � ��;� �'� ,� �� � ,.'+�� � N . �",��� � _ � ki.;�` �.��,��~: �r' �, :� ,�, �,, ��< b .S � h ' � . � �` y� � n d{"c"� iP4^ '�3'. '+y.�y 8¢ .e �_� � �������5� � ;���.��+� , ��� ��� .�''�� ��� �� � ��i . ..�`.�.�#,.v, ..�aPr. �"a�':. . ..�,' <. . �?�"�a.a"h.�"�. . ,� �'.�. . �k. :w.4.;:a� �'����� �r�� � Water in TP-2-12 immediately �� F ; �"' � ,, "� „,,� �`,. �� w �;;��.� before pumping. a +� � �,���' �"3�' � ,��. w . �€+.. . �, p �. �' "'�"�,. � �'"f�i.� , ` wa.w � . ���+° :C 3 R $" � �^"&,� �N�" q�p i T .+h'C � �y .� ��' " �,gy R t' � "a` 4��. ro$�' .: � � .���.a". u ' +r�s �.a �; �s�a� � ae�s �,�, � �„` ; P..� �'�Y�, . a , k���� � ""�a� a� � � � r�� � � ;, y v s�z; 4 "" � � �� °t� � �• ���.. �.� �� , � . �=�� S�. .,< .� ��� ''� \`; �a� ' �, .z l,a , � . �� � , a ,�'�,, � '� �.. ' ,�.i 5 ��'� ' . ^�=d '� .4d .�"r.. S{�113 �.�'� E9�` . �, � � �� ��y��. 4 ti �� . '� � s . R . �`' 'y t"��x `,� d �e�,� . � ��� � .�i ��kt � ; .� �� �4�. � � ' :n� �„ "�3 � �� a�� � �� ���jjj� �� Mx�; f �,`3� �f � � �� �r� � .. �v' � � � W �'3Y.P�r i�. ��"> � n����4 � '°�'� . , �. �}� .. ,. ,��� ��, ,. 'y c��'� � 4�,¢�� ��' ... e , `��,.4� ;6r� �p u�q`,�„ ��.: �- "' y.� 'e,` �`" �'� ,. a s"';. . .P%H"�5 F� �W",t�.°B4 .... rie ��a�.�.nt��n�L.k .. Renton Sunset Stormwater Retrofit/ LID Project Geotechnical Data and Recommendations Report Appendix B Appendix B contains information to previous geotechnical reports outside of the project area. A copy of Appendix B can be provided on request. Contact project manager to request. � City of �,�Y o � �, r.� a � � � ��NTo� SURVEY CONTROL AND MONUMENTS also see City of Renton Special Provisions Section 1 -11 Renton Surveying Standards TABLE OF CONTENTS SECTION I SURVEY CONTROL NETWORK DESCRIPTION..................................i SURVEYING STANDARDS ............................................................1-11-1 MONUMENT CASE&COVER STANDARD PLAN.......................H031 SECTION II MAPS,DESCRIPTIONS &VALUES Section Index Map...............................................................................Index Section Township Range Page I 13 T23N R4E WM..................................................................F2 14 'I'23N R4E WM..........................................................:.......Fl 24 T23N R4E WM..................................................................G2 25 T23N R4E WM..................................................................H2 36 T23N R4E WM...................................................................I2 5 T22N RSE WIv1...................................................................J4 6 T22N RSE WM...................................................................JS 3 T24N RSE WM..................................................................D6 4 T23N RSE WM..................................................................DS 5 T23N RSE WM..................................................................D4 7 T23N RSE WM..................................................................E3 8 T23N RSE VJIv1..................................................................E4 9 T23N RSE WM..................................................................ES 10 T23N RSE WM..................................................................E6 11 T23N RSE WIvI..................................................................E7 14 T23N RSE WM..................................................................F7 15 T23N RSE WM..................................................................F6 16 T23N RSE WM..................................................................FS 17 T23N RSE WM..................................................................F4 18 T23N RSE WIv1..................................................................F3 19 T23N RSE WM..................................................................G3 20 T23N RSE WIvI....:.............................................................G4 21 T23N RSE WM..................................................................GS 22 T23N RSE WM ...G6 ' 29 T23N RSE WM..................................................................H4 � 30 T23N RSE WM..................................................................H3 : 31 T23N RSE WM...................................................................I3 32 T23N RSE WM...................................................................I4 29 T24N RSE WIv1..................................................................B4 31 T24N RSE WM..................................................................C3 32 T24N RSE WM..................................................................C4 TS_SERVER//SYS2\MnPS\83m\controllscn.doc Table of Contents 2 May 2000 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 PlaiuungBuilding/Public Works Department and several private surveying firms working for the city. The purpose of this network is to provide an accessible common datum for a11 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. The committee developed the standards, specifications and phasing for all ensuing work. All survey work meets the requirements specified by the Federal Geodetic Control Colmn.ittee 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. T'he 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 Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards c� Specifications for Using GPS Relative Positioning Techniques dated August l, 1989. This phase established NAD 1983/1991, Washington State Plane, 2nd Order, lst Class, northing and easting values for 122 monuments in and TS_SERVER//SYS2lMA_PS\$3mlcontrollscn.doc 1 2 May 2000 around the City. Four NAD 1983/1991 National Geodetic 5urvey (NGS) high precision geodetic network (HPGl� monuments (BROWN, PT B 1962, HAFF and MUD MTI� � 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 adjustment software. This phase established NAVD 1988, 3rd Order, lst 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 j 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 in the fmal adjustment (NGS Archive Numbers SY0232, SY0162, SY0163 and SY0617) and provided substantial agreement(less than or equal to Smm)with 5 others. The Ciry, in 1995, will have reference points set for all Survey Control Network street centerline monuments not currently referenced. Over the next several years monuments in need of upgrade will be reset as part of an ongoing maintenance program or where capital improvement projects would likely disturb them. 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 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 l. shows the grid scale factors for each minute of latitude in the Renton area identified above. Please note that the relative accuracy for the grid scale factors is approxirnately 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 sutveys covering less than 1.5 miles. TS_SERVEIU/SYS2�MAPS\33m\convol�scn.doc ii 2 May 2000 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' S807452.516 30.88355 1.00001659 47°26' S805599.504 30.88353 1.00001310 47° 27' S803746.492 30.88352 1.00000970 47° 28' S801893.480 30.88351 1.00000638 47°29' S800040.470 30.88350 1.00000315 47° 30' S798187.460 30.88349 1.00000000 47° 31' S796334.450 30.88349 0.99999693 47° 32' S794481.441 30.88349 0.99999395 47°33' S792628.431 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 Rentan Elevation Sea Level � Feet Factor Sea Level 1.0000000 500 0.9999761 1000 0.9999522 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 monurrient locations, descriptions or values are either misleading or inconect. 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 conections are made. TS_SERVER//SYS2�MAPS183m\controllscn.doc iii 2 M3y 2000 �: � � . � NOTES • RISER RING DIMENSIONS . APPROXIM/jTE 1. Dimensions may vary according to manufacturer. q >>rz. Z, 3, WEIGHT3 ,(size) 2. Basa to be placed on a well compacted foundation. cASE 6o Les � 3. Monument case to ba installed by contractor. CovER t 9 LBS ' 4, See WSDOT Standard Plan A-10.20 for Monument(brass disc)type to place In TOTAL 79 Les 2"O.D.galvanized pipe. � 4 5 8" R. �3 8" DIAM, � , p• � �� �n � CONCRETE BASE ' � :�p• •••� , o , I � � ••�' • • I �� , I I i" DIAM. r� �p � N 'D D . ' ,' � 1 8" R'3 1 4� R. � , '' ' ,� , D 37 8° R. 33 4' R. ° < ' � ��e •�,• � SECTION A '._' '�'. —p�-,'D � COVER � •D . p L. . .D t� �e' • 5 1 4' R. D. . :�p 4 3 4" R. 1 2' ��, � - D, ,� �` . I . .� •D � n � �II D I D -7— . ' •D • D I I —� n ' 1 3/4' PLAN VIEW I �- - m . ACP Class B, or as approved by I - the Engineer. p I 4 R "� 1'-6` R. '� � I �" 3 4" 5 3/4'R � M SECTI ON ' � ' ' ' o�' ' CASE p ' . . Z • ��p. � • • � ' ' a ��.'p . I �� �•� < ��� 'D I D, � � � ' � � / . � ' � ' / . . . ' . • . . , . . . •Z . . . . � . . ! \�� � �11,% . ;1i ;'�,: . � CONCRE7E BASE `\���I11 `1'1` :�•�.•; � 10 1 2' DIAM. SAND�1 ' i� � i 9 7 2' DIAM. ISOMETRIC UNDISNRBE� SOIL 1 � �'��'�� ' i '�•' a GROUT � � 16" � 2'0.�.GALVANIZED ',i1 ��I� I A � � STEEIPIPE-NOl'E4 A ,J�L � sEcnoN O -i— P � ��8. INSTALLATIOP! a" DIAA�. � � 9" DIAM. � 4^ I SECTION SEC710N OF LETTER RISER RING �2Y o STD. PLAN - .113 � + °� + PUBLIC WORKS �I�Bd6JMEPi'7' �AS� �'' � DEPARTMENT AR+lD �O'0/�R �1, 2009 �'NT� � S , � � ': I � .'__''—_._...._" ' . �'L''I / �f� '� . . ����i j ±rl;: � 4�^e� _{:: ��`,_� 1. The Brass Disc shalf be TYPE 2 will be fumished by the Contractor. � `�? � 2. The text in ihe shaded area(see TOP VIEW)shall be 3/i 6"high and will be � '`� �O �O�( � stamped by the Contractor prior to satting the cap. Only the asslgned identification '," '� rs and u b �,,,.�' ' D O�y�n n n D �16, lette n m ers approved bY the CitV are to be piaced on the Brass Disc. �` U V W • � �I •" """ """"" "' ' """7""•. 3. The hole shall be 32"minimum in depth or 6"below the deepest recorded frost line. �,. � = va•ouua.auruHMawc :_ 514• All loose material shall be removed from the bottom of the hole so that the concrete - OR CHI5EIED'X' " �' (TO BEPLACEOAT� . :H is placed on firm undisturbed earth. . . � .AC7UAL POINn � I - j4. The iop of the concrete shall be troweled smooth and ihe 8rass Disc set in the �' �� center with top flush and(evel. The top of the monument may be recessed or ` I�. G�'°' "� '" �' '� protruding,depending on conditions. ��IP�.11f�:�00�) ,[�`�1G°a�i)�' � ' �'4 0 �'"{�`` �d �" �/ 5. The Brass Disc shall be roiated so it can be read whfle the observer is facing north. . ,,� . . �^��u��3���:�:�� /�� 6, When the concrete is.set,cover the entira monument with moist earth and leave for � � t\/I 0�\ three days. �V� \ � , �,� 7. To replace a Public Land Survey System(PLSS)comer,consult a Ilcensed � TOP VIEW Professionai Land Surveyor(PLS). :�` � . BRASS DISC n'PE 2 : ' ;I I I � • . „ blB' �� I� 3• ---��1I fYJ2' � r 9/61' _� �I 1 �R r tla' � ' / �' 1 I / � / � / ra�is- uar—{ ' �/ � / / , � 11e. � �/ � ��e. —� ��e'y I / / SECTION OF GROOVE ��g. I� FOR 1A'LETTEAS - �,�� 11B'---I 1/B' 311G'--I f- � . '� O � {--1f32' . '�'; 7IJ2' 1 � Jl4' / ;I' ' A I . � I' / r»e� SEGTION OF GRDOVE ' � 1 FDR31t6LEl"fERS I I � � / /�/ � �J ' `ve• :, �; o , �i! � f �.,;� � � �,. . Ifil BOTTOM VIEW �L � / �' SECTION VIEW O a 1.S`� '. � . • � .,,' - ,;;'. { I d. 1 � r.�: ili', . � ; �; t I. 1 I }; I �. ! 1 ;�� i� _�: �� a. "�� ,:.� ���; �; � �- � _ ,1 a I — _ a��4 I��� . . . �.. F R;:. ;f I City of Renton SURVEY MONUMENT DISG STD. PLAN =1131� �:� .�I Public Works Department TYPE 2 per WSDOT S7D PLAN A 10 20,00 � r� .��`, a�: August 2013 �� ------�.�— �� "'� '���'�����;i 18 T24N R5E t7�24N��� 16 T24N R5E __.,.,;. — 15 T24N R5E 14 T24N R5E 13 T24N R5E . � __ � ' .: j �� � x � / A=�� .; ��� A3 �. A5 � A6 A7 A8 23 T24N � �:i `t<F+:E �9 T24N R5E 1t��2� 5E 21 T24N R5E s �774N R5E 23 T24N RSE 24 T24N R5E >> <t sr :...�— � �2 B :::: _ B5 B6 _ _: � B7 B8 26 T 21tt�i€�4� ��.. R4E 30 T24N . ` 4 28 T24N R5E = 7 T24N R5E 26 T24N R5E 25 T24N R5E � i ' � � �� � ��� J 4 mms ,�y9 4 C6 C7 C8 35 T24N R4 '(-�q(1lt4� 34"f'24iV R5__; ( 32 T24 R5 5E R5E 35 T24N R5E 36 T24N R5E� - -:-�i.c*� ,�nT�e- - `� � j 4 D �� �� .. : � D8 : 2 T23N R4E 1 T23N R4E �q��__::_:::` 23N 5E 4 T2 E 3 R 2 T23N R5E 1 T23N R5E � !� � � < t 1 2 � �5 � 7 E8 T 3 4E 12 T23N E O 7p3N 5E 8 �R5 9 T23N E 10 T N � R5E 12�3N R5E g*4 �yd� 4 k' �i �* �� �� 5 6 7 F8 � �� � 14 T23N R E �g,7g3�R T23N R5E 16 T2 E 1 T23N R5E 14 T23N R5E 13 T23N R5E e $a �u,�vwr Rmla V91aq 0 � u5� 3 � � Q%�� � , � � �, 2 N ° 'n 4 3 R4E � 23N 5E 20 T23 E 21 T23 22 T23N RSE 23 T23N R5E 24 T23N R5E ,k iw s��a�. a � � L � a � E b iceu n ` � � g � N s, 51 5 H5 6 H7 H8 T2 N R4E Z3 R4E 30 3 5E 29 23N 5E ± 8rZ�1� 5E 26 T23N R5E 25 T23N R5 c: ���s� s� s� � -- sr� n s� e =_- y I2� � I I_ f 7 I� �-�-- 35 T23 E = 36 T23N R4E 37 T2 R5E 32 T23hj SE 33 T23N R 34 T23N SE 35 T23N ==-- 36 T23N R5E eurtgiaurP =----=-------==i- -_- 1 J2 _ � J ��====�-:. J5 �� � ==-=--=-=======-==-===- == = -- _____--__-.___� T22N R4E �T22N R4E 2 R5E 5E qc�0flhl R5E 3 T2 R5E 2 T22N R5E :5 i���`' �ITY �F RENTO� SUR�/EY CORITROL �IET�,�V��K . MONUMENTS & BENCHMARKS INDEX 9 T1.3N RSE NW L4 _ : -j 3 I . ? ; � .� 1 ��� _ . 3 ..zat'r ; ...- ... )_ . . . . " j . _. ._. , a _ � _ ( _ ; ' � r j; , , � � ; � /� � �� , I ; , i � _ , � � ' i ; , � , `� � � � � j i � � � � i j t � ' 6�+�-�j ' � �_.�t 2635� ' � �� � - _� 3 J 8 , � , -- , �� -''�'" _� � -2452}�' �� _ t903 1576 , , (�''���� ; � _ � #761L_2_�!+611 ; -� i � - �_ - - + 321 3, ' 23 j , �i l - -�� ''� �16t3 �,_ _ _ ,36�490� � ��' _130+ — : ,�� —_�, � i � � + -- r �� , + . i �� ,__.�,._ -+� G_ : :� E _ +�/', +262 280+ _ t i� ' �f f � ' ` . �� 3 � ,_ � � �i� ,�,,� ,��t�+37 ; 1 7 r.-2629 � _ `zas �-_� ` ; _ •:-� � a I�S1', �__�--��s�; �2 f2 + �----�454_.� �t`� �..�— ' ,�� +7� �_ ?i +t401f 781 +t~` � /`:��,i'++� t67i, +99 , , � '�+�� ,__ � � � "� 7t3 � �� �. 34 � �\ , - : , : - � ; ; o , ; --. 1 �� ` __ � � 1 ���6�0 � J :��.�± ,� �-�� ' �; � � ------ �_ � � � �y j+� , �� \�f� � , �9 712 1603�t3p 504t ; i 8, � - -�,- - �,; , P� 1 . . � - _s � '�' �. �.j � �'�-- . \ + . . . t ! `� � � #_ , ; , +a���,; _ -"�_ �,', �+.2_+,2 5+3 1 �..!_t : ) ``".� . / �. -� � � ����� �4--a` �' � t, � `� � I ��3�4 � � y � 2 a s7 i � � g����a #� C"`j � ''" 1 ' �+!_"'-� 780� '` '': .' _ _�+ �'r+-----'.'? ��_. r85 ` _ � � � i j}'��' f t 51 � � a : l��, � � �`�`'� +2'a� 3,2�a� ) �l.`1 � �`' `�"- �i � �T',J /j //`� �� /�` E • � �• Y �rl�� f LJ �\�// � / ��{ .� ..� � ��.'� � ��J /J '� �/ �! .-' - � 1� 456 �`f�?J � �li �9� � �315+t2429��s'`�, ,t� , ��,,.r '..�� �_ _ � i - - +42457.�°.3 f � t--�: � -� ` . s ; € '`--�'2428 '88 `j i i - j+`572 `c�,z i `--i' t , -_ ; ,; �.+�_ �.; .' l�� — - � i �! � Ba ° , -, a � 3 �I �± - - � -., .313 - - _ _ .f r` i t t � � ! 1 x _-as+t: ,` �+�_� i� � ; I # i i ! �,� j -�=; : ( iZ � � _ -ti- �5� T� , i � �� ��i ; +96 � en � a�31 6 � _�-�..-w. g�Lf%' �� i 'e--"'�1 3�� 450 �--� I � ----�, . �t� i ! � �i � . .� � � ap ' ` � � - ----- ��� r�—�� ' . �+' �' r". � � •_ .♦ � -��-�� i � � ' r � � ' �� ; _ ��..,-� � �3 � '��.484 , �� 182 609 r � t �t =. � �� , �- - - . _ R� �tt818 #1299 `��We.� � t,� j i - .i. i24�3 `�-- ' ; _ y ; � ,'`.•±2�9�. _ _ __ �--+( G ` -2 + l}. ; �------ --_�;2466 � � , ' ; i-- s : ; ��. _ 306+ 310+ 2462 517t '`-,-_ t .2459 ' : • � i li , � _ t C� i i i � ��(—} i 467 _ i i _ ___— j � i+l1444 _ '^ 7 ;4� t i '`tiy,24`58 �� t +r __. � � ! i� 3�i 3 3 -'i #! .. ._� f - . \T�.S�4� �1, __—_ : i T . � � � � _ �{ � � t ' � _.._= v •11 t �_I } E �� j � ` ��_ *:'+i ; - 1 ._. _ „i ., � p ,�� i. i Y ' 24 � � . 3 j # .. 1£ 'i ;��'=a � �t 215r 9 � ; ° � . � �� .+ . - i+''1410 '�i ; I ...:�' .�_� _�� � � � 33t' �_.. .�.., _ � ; � ; � 1 - It1542 s '. 3-• , � j' 1 �� C� __ , : � ' , - i . �� ; r."—'• ;,.> > '`� ` f i� ��' r�. _� � � '15' l � --- - - f _ � , . �� ` -' -� - � � � \ ; ' — � 4�. �' �` # _^' � Q''{ f `�,, - � 2556;#}g4 �. f_, j ! _._��, �v ,��'' �i 1 '� 608 �, ��2160� +144t:�. > :�a j t; f; � �t�F2_161 t 2146 ; ? �.t'�645� _/ . � � . � , ..._- i . � —. � I £ �"_'.��"tie �� F . t3� t f ' : �:� �� � I i'.��+ �� #2t62 _ �+6'�6 �i _ ,- ; j �` i:.E .tis�j'' 2t66 ! t� E�� �_� � ' '�-.t;97 � �_ ___ � �.�— ----'�,/``��__A- �`` � ,'t;2 t 63 ; ! ; --= +' ; i !t 154 t -. : __; ,719 � ______�_�� . 12 � � - � z,ss+ 2f4 .� s � �,�; � �: ���: 4�:_ � �15 � i �,a �- �� , 12 1418:647 ,+L_ •"'� - 1,�= 1'• ____�� !/�-+ �n i-� 1302 t +1318 (X�Y1 L/� �' ,_ ' �;2634� '��`--- �.; ���I ,- —�� — =+ +,5841� 3 6 � � t i � ,1317 ( � i -� : � Fs • 16 TZ3N RSE NW L4 LEGEND CITY OF RENTON 1111 � Morizonrd 8� verticd SURVEY CONTROL NETWORK 2222 MONUMENTS & BENCHMARKS � t�=«�rd o�► •O�" o TECHNICAL SERVICES 3�3 verticd OrJy • PLANNINGBUII.DING/PUBLIC WORKS OE/14/00 ♦°°"-'° Morwment ___ R�t� E 5 � ,4�� �� GtY Umih �:�� 9 T23N R5E SW 1/4 SECTION 9 T23N R5E W.M. 28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters 57 NW Corner 9 T23N RSE Location: Found a 3"flat brass disc with"X" and a punch mark on a concrete post monument down 0.5'at the constructed intersection of NE 12th Street& Edmonds Avenue NE. Monument: 3 IN BRASS DISC W/ [X] & PUNCH ON CONC MON, IN CASE, DN. 0.5' NORTHING: 56830.947 EASTING: 398127.629 ELEVATION: 99.496 102 Location: Found PK nail in a 4"x 4"concrete post in a 10" monument case at the intersection of Monroe Ave NE and NE 10th St. Monument: PK NAIL IN 4 IN X 4 IN CONC. POST IN MON. CASE NORTHING: 56310.104 EASTING: 398904.401 ELEVATION: 159 NW Corner 10 T23N RSE Location_ Found a 1-1/2"flat brass disc with a punch mark on a 4"x4"concrete post monument down 0.6' in a monument case at the constructed intersection of NE 12th St�eet& Union Avenue NE. Monument: 1-1/2 IN DISC W/PUNCH ON 4 IN CONC MON, IN CASE, DN. 0.6' ' NORTHING: EASTING: ELEVATION: 126.782 E5-1 � SECTION 9 T23N R5E W.M. 28-Apr-00 Horizontai: NAD 1983/91 Meters Vertical: NAVD 1988 Meters 398 W 1/4 Corner 9 T23N RSE Location: Found a 3/8"copper plug and a punch mark on a 4"x4"concrete post monument down 0.4' in a monument case in the constructed centerline of Edmonds Avenue NE in front of house number 801 Monument: 3/8 IN CU PLUG &PUNCH ON 4 IN X 4 IN CONC MON, IN CASE, DN. 0.4' NORTHING: 56022.410 EASTING: 398113.614 ELEVATION: 86.894 6�2 NW Corner 16 T23N RSE 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 72� j Location: Found a copper tack in lead on a 4"x4" concrete post monument down 0.9' in �, a monument case in the constructed centerline of NE 7th Place(to the east) 3' I east of the constructed centerline of Monroe Avenue NE. Monument: LEAD &CU TK ON 4 INX4 IN CONC MON, IN CASE, DN. 0.9' NORTHING: EASTING: ELEVATION: 116.312 � E5-2 SECTION 9 T23N R5E W.M. 28-Apr-00 Horizontal: NAD 1983191 Meters Vertical: NAVD 1988 Meters $O6 Location: Found 2"disc with punch mark on a 4"x 4"concrete monument case at intersection of NE 10th St. and Union Ave NE Monument: 2 IN BRASS, PUNCHED DISC ON 4 IN X 4 IN POST 0.25' BELOW RIM OF 10 IN MON. CASE NORTHING: 56389.156 EASTING: 399705.708 ELEVATION: 1502 N 1/4 Corner 16 T23N RSE 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. 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 '� 1503 NW Corner 15 T23N RSE Location: Found a 1/8"copper pin in a concrete post monument down 0.7' in a 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 E5-3 � � SECTION 9 T23N R5E W.M. 28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters 1843 Location: Found a 1/8" brass pin in a 4"x4"concrete post monument(with broken edges)down 1.1' in a monument case at the constructed intersection of NE 12th Street& Monroe Avenue NE (to the north). Monument: 1/8 IN BRASS PIN ON CONC MON, IN CASE, DN. 1.1' NORTHING: 56815.122 EASTING: 398957.514 ELEVATION: 129.585 1848 Location: Found a 11/2"flat brass disc with a punch mark on a 4"x4"concrete post monument down 0.4' in a monument case at the constructed intersection of NE 8th Court& Union Avenue NE. Monument: 1-1/2 IN BRASS DISC W/PUNCH ON 4 INX4 IN CONC MON, IN CASE, DN. 0.4' �, NORTHING: 55989.266 EASTING: 399708.634 ELEVATION: 125.359 1889 Location: Set PK nail 225 feet east of intersection Northeast 10th Street and Olympia Avenue Northeast. Monument: PK NAIL IN AERIAL PHOTO PANEL NORTHING: 56303.414 EASTING: 399170.187 ELEVATION: 130.434 �� E5-4 SECTION 9 T23N R5E W.M. � 28-Apr-DO Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters 1894 Location: Found 6"monument case at intersection of NE Sunset Bivd. and Union Ave NE Monument: MON. IN CASE NORTHING: 56890.539 EASTING: 399704.559 ELEVATION: 1933 Location: Top of S.W. bolt of traffic signal base in N.W. quadrant of intersection of Sunset Blvd. N.E. and Edmonds Avenue N.E. Monument: SW BOLT TRAF. SIGNAL BASE NORTHING: EASTING: ELEVATION: 86.203 � 1936 Location: Top of copper tack set in concrete monument at intersection of N.E. 4th Street and Jefferson Avenue N.E. Monument: COPPER TACK SET IN CONC MON NORTHING: EASTING: ELEVATION: 99.483 E5-5 � �► �� WashingtonState Geographic Services Department of Trensportation � - � * Report of Survey Mark Designation: IS17164 T.R.S: 23N, 5E, 8 ACCOUNTS INFORMATION Monument ID: 5275 Corner Code: BOOK PROJECT INVOICE NGS Pid: State Route: 227 XL1546 23-01050 State: WASHINGTON Mile Post: County: KING Station: Region: NW Offset: Nearest Town: RENTON Owner: GS USGS Quad: RENTON Bearing: M TO REACH THE STATION FROM NORTHBOUND SR 405 TAKE , � � �" ` �',� K EXIT#4 TO SR 900 WEST, FOLLOW SR 900 FOR 0.05 MILES TO � �• ��� � ����� �� �' � ����, ��°'� ��� SUNSET BLVD N. GO NE 0.2 MILES ALONG SUNSET BLVD N TO � `��;�>`. �� ���`�"� � � � THE INTERSECTION WITH NE 3RD STREET,THEN EAST 0.5 �� �.�,-'� �� , � '�� "�'�=,� � � MILES ALONG NE 3RD ST TO EDMONDS AVE NE. GO NORTH 0.7 - w � ���������w,, �� ,�„ ', � " �;� �� � MILES ALONG EDMONDS AVE NE TO MARK. IT IS LOCATED W ,�,'�r,, ,r. ��� - � � ''" � .�� � � . . �, THE APPROXIMATE CENTERLINE OF EDMONDS AVE NE AT �� .`�' �'�"��� � �-�-�� ''��, � ��� _ � ��..���,. _� � ADDRESS#800,29.4 METERS @ 200 DEGREES FROM A SIGN �=��"��.��.=� ��� ° � � - � 'HIGHLANDS NEIGHBORHOOD CENTER',21.2 METERS @ 325 DEGREES FROM A FIRE HYDRANT, 14.9 METERS @ 10 DEGREES"= '"'�wriy�,� ` "'�-_. FROM A TELEPHONE RISER AND 14J METERS @ 135 DEGREES � � �'� ���wwwa���""` - �� FROM A POWER POLE WITH A LUMINAIRE AND A r�"` M�y� TRANSFORMER. THE MARK IS A COPPER PLUG WITH A PUNCH : ��-'�_'� MARK SET IN A 4 X 4 INCH CONCRETE MONUMENT,27 CM BELOW THE GROUND SURFACE AND UNDER A CASE AND qa COVER. (23-5-G9) ��'���� �;�>�� �x� � �� � ���� ��x�� � ,��,W:�s,esti'a'`§ � �, v��� �::�'�}u+�a[�t�"��� �@{ �� ��� ; "p P n �, xtiar�.s,"�€4 Y � t i�i,v,ii�jl�� � �l � d t4"�Ciys���i i'rt�1!{(.�1�"�IE��{���'(i1� i �6 ,�� �,M,i�,�,� - t /l�r!!�� �., , Survey Control Datum: NAD 83/91 Date: 02/02/2002 Lat: 47 29 44.978175 N Long: 122 11 08.106735 W Ellips: 64.012 (M) 210.013 (USFt) Geoid: -22.892 (M) Washington State Plane Zone: North Northing Easting Scale Comb Factor Conv Angle 56022.394 (M) 183800.138 (USFt) 398113.612 (M) 1306144.409 (USFt) 1.00000078 0.99999073 -1 00 24.4 Ortho: Date: 02/02/2002 Survey Info Accuracy Network Method Datum: NAVD 88 Horizontal 2 CM SECONDARY GPS Elevation: 86.904 (M) 285.118 (USFt) Ellips 5 CM GPS Ortho 5 CM SECONDARY GPS ; History Recovered On Recovered By Action Condition ' 9/9/9999 UNKNOWN MONUMENTED 2/2/2002 GEOGRAPHIC SERVICES GOOD �' Report of Survey Mark 5/10/2017 1:04:26 PM Page 1 of 1 ' Designation: IS17164 � c�ty of �,�Y � a � �, O ♦ y + '��'N�L��' SURVEY CONTROL AND MONUMENTS SURVEY MONUMENT REMOVAL OR DESTRUCTION WAC 332-120 Information and Details also see City of Renton Special Provisions Section 1 -11 Renton Surveying Standards Chapter 332-120 WAC SURVEY MONUMENTS—REMOVAL OR DESTRUCTION WAC 332-120-010 Authority. The department of natural resources, in accordance with RCW 58.24.030 and 58.24.040 (1) and (8), prescribes the following regulations concerning the removal or destruction of survey monuments and the perpetuation of survey points. [Statutory Autharity: RCW 58.24.040(8). WSR 94-06-034 (Order 617), § 332-120-010, filed 2/25/94, effective 3/28/94; Order 131, § 332-120-010, filed 3/1/72, effective 4/7/72.] WAC 332-120-020 Definitions. The following definitions shall apply to this chapter: Department: The department of natural resources. 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, 36.86.0_SU, 47.36.010 or 58.09.O90. Geodetic control point: Points established to mark horizontal or vertical control positions that are part of the National Geodetic Survey Network. Land boundary survey corner: A point on the boundary of any easement, right of way, lot, tract, or 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. Land corner record: The record of corner information form as prescribed by the department of natural resources pursuant to chapter 58.09 RCW. Land surveyor: Any person authorized to practice the profession of land surveying under the provisions of chapter 18.43 RCW. Local control point: Points established to mark horizontal or vertical control positions that are part of a permanent government control network other than the National Geodetic Survey network. 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. Removal or destruction: The physical disturbance or covering of a monument such that the survey point is no longer visible or readily accessible. 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. Survey Recording Act: The law as established and designated in chapter 58.09 RCW. [Statutory Authority: RCW 5824.040(8). WSR 94-06-034 (Order 617), § 332-120-020, filed 2/25/94, effective 3/28/94; Order 131, § 332-120-020, filed 3/1/72, effective 4/7/72.] WAC 332-120-030 Applicability. (1)No survey monument shall be removed ar destroyed before a permit is obtained as j required by this chapter. I (2) Any person, corporation, association, department, ar 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 governmental agency or others performing 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 government 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. 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. [Statutory Authority: RCW 58.24.040(8). WSR 94-06-034 (Order 617), § 332-120-030, filed 2/25/94, effective 3/28/94; Order 131, § 332-120-030, filed 3/1/72, effective 4/7/�2.] 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, prior to removal or destruction. See WAC 332-130-070(2), land boundary survey standards. An applicant may request a variance from this referencing requirement by so noting in the applicant information section on the permit and providing the justification on the back of the form. The department shall note whether the variance is approved or not approved and shall provide the reason for not approving the request. [Statutory Authority: Chapter 58.24 RCW. WSR OS-13-104, § 332-120-040, filed 6/17/O5, effective 7/18/O5. Statutory Authority: RCW 58.24.040(8). WSR 94-06-034(Order 617), § 332-120-040, filed 2/25/94, effective 3/28/94; Order 131, § 332-120-040, filed 3/1/72, effective 4/7/72.] 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. 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 fifteen days of the verbal authorization. (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. [Statutory Authority: RCW 58.24.040(8). WSR 94-06-034(Order 617), § 332-120-050, filed 2/25/94, effective 3/28/94; Order 131, § 332-120-050, filed 3/1/72, effective 4/7/72.] 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 preexisting monument. (2) Land boundary survey monumentation required by this chapter shall meet the requirements of the RCW 58.09.120 and 58.09.130. ', (3) After completion of the remonumentation, the land surveyar or engineer shall complete the report form required by this chapter and forward it to the department. I (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. ��, [Statutory Autharity: RCW 5�.24.040(8). WSR 94-06-034 (Order 617), § 332-120-060, filed 2/25/94, I effective 3/28/94.] ' WAC 332-120-070 Application/permit form. All applications must be completed on forms provided by the department and following i instructions provided by the department. Completed applications shall be filed at the department. 'i [Statutory Authority: RCW 58.24.030, 58.24.040, 58.09.050, and 58.17.160. WSR 10-09-011, § 332-120- � 070, filed 4/9/10, effective 5/10/10. Statutory Authority: RCW 58.24.040(8). WSR 94-06-034(Order 617), § 332-120-070, filed 2/25/94, effective 3/28/94.] ,, APPLICATION FOR PERMIT PERMIT NO. You are hereby authorized to remove or destroy TO REMOVE OR DESTROY thedescribedsurveymonument(s) A SURVEY MONUMENT AUTHORIZING SIGNATURE/DATE (DNR or Other Authorizinq Aqency) APPLICANT INFORMATION: NAME: TELEPHONE NO: DATE: COMPANY OR AGENCY NAME AND ADDRESS: I estimate that this work will be finished by(date) I request a variance from the requiremeM 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: 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 1/4-1/4 2)ADDITIONAL IDENTIFIER:(e.g.,BLM designation forthe comer,street intersection,plat name,block,lot,etc.) MONUMENT INFORMATION:Describe:3)the monumenUaccessories found marking the position, 4)the temporary references set to remonument the position(include coordinates when applicable),and 5)the permanent monument(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 2/94 by the Public Land Survey Office,Dept.of Natural Resources,pursuant to RCW 5824.040(8).) I J COMPLETION REPORT FOR MONUMENT REMOVAL OR DESTRUCTION (TO BE COMPLETED AND SENT TO THE DNR AFTER THE WORK�S DONE.) _I have perpetuated the position(s)as per the detail shown on the application form. , SEAUSIGNATURE/DATE SIGNED OR I was unable to fulfill the plan as shown on the application form.Below is the detail 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.) SEALISIGNATUREIDATE SIGNED � � C�tiy of ��Y o � o� �, O � � • ��NTo� SITE PHOTOS � i :, ____--------- � r„-_,:. Harrington Ave NE and NE 8th " -- , . St. intersection. ` �'� {, � 'Y_-k'ib.. :r �� `".� k#�Y _.... •. _ =,"'aiKc�R��^ . 't. s,. � ,S X� Looking south towards NE 7in � � �� � ".' ��� St. ��' �� '�E ; �., } & � � �k��� ' � � � ,� �`"�`�.�,.,� ..,'�t��s, N,��,�. �'.Y,° ��e _ ��+� e:� " " ,� ,a: � w. w. 9 ��,..:� �ro., x�s; a ,. .. ,�,�.�.�., � . ,�a�xiw+� � - ,a',r t-'' . ,' ���� l �n�t I { . 1 . " ti�!" �� �� t � � ��� � ��j � ����������r3���� ��� � � ��,,,,� +� ��F�� u � ��-I ��°, ��'�t �,9��`C }�. � �?�,�� x&���Vh �ir�� � i�� �, �r ° � qN'''=��y m�,.YgaiS'f�`+J�',� ��� � . . . �p�����1�`y �.' .. � . _ _ . � .. .. 4i°�` b w Intersection of Harrington Ave NE and NE 8th St. Looking north towards NE 8`� Place. , , '� wF q� �U�Q i v {SP,�,i�lr�`��i _.._ ,�• , ��f; � . + � � � � � ' �� � , u� Ib�t� s� ���� `' h"��'� •�� "�h� i , ,�4 _ � � ��° ,'P��!�� n�r �€ E ,� v�.3J v�SL� ��e� -�x- Harrington Ave NE Green Connections Stormwater Retrofit Project — Phase II Site Pictures Description Site Picture .� �:. �r ,, � ` �„ � ��.. �� �� t � , ��� �� Intersection of Harrington Ave `� �'� �v �.� "�� -�.. A �- NE and NE 7t�St � .. � �� ��� ; � � � � � r � ..� �� �� 6 d�h � .�z�'� �'.`, � � .} Looking east on NE 7t�St. ` y�;� ��� �� ' '�' ° � � : � � rE r�. � x d � . �,'i�p ��a-� ''�` "��,�a;�'�• 4�° - ,..,... ;�' k^�''�a��`' ��i„y�. �., �w+x'-i`� �. 8�b, '$y:..et'R%�y tw' E C :d: .� ^ g�'*�c u Kp'• ;..:ih+: N R^' Harrington Ave NE at NE 7th St � Looking north towards NE 8th + St. ;-,.�" - � p � y N . � � 1� I3 �•a 1 �IVI�II���I�III�q��C�i����uall�� �'' �� il ,�'�:�� `^�> � � ���. : •,r?� u.. � . ��y�� ... � �r��.: �1. M � � � y� �. � . ` �'�,�,'`'a.�'a;. p..� Harrington Ave NE and NE g`n Street. Looking South towards NE 7tn . ___ _.__— � __—_ __ Z . ___ .____-- —__ Street ,� l— ^ �. 1�� �� �i II�i��jT���,,,�'��,� ; ��i�� '�� �� �� ;� Y� Intersection of NE 8th St. and Harrington Ave. NE. Looking north towards NE 8th PI. �;��, rs ___ .�� � "��. , � � �`{�. ���s, ����,,;�q . , — �. _ _____ — Approximate Sta 141+50. � -- --- ----- _ _ .,. __ — -_ _____ . _____ _---- _ . <�_ _ ._ _--. .� �,..� *.`�y Looking west towards � �.� -;;` Highlands Elementary School � �``.. � " ' Entrance. � �� � �. �� ���i�� v.�h �. '"��� °>� � � `'����' +'iG��u� �'�� ��, ��� �, ��` ��� ,�.��,�~ ,���k � ���xK � ,., , �' �.�.� iw��� � `�� � .wm_. , �-*;� �-� ^ _. ��_ ._. m •� p� ��:�. .w:,- _ -��.�_. � �,Y d f� -...�.� Intersection of NE 8`h Place II and Harrington Ave NE. I � `, i Lookin west towards � \ ,�'' _ . _. g � ��_ _ Harrington Ave NE � � �° ���;� ;� � � � �., x �", :, � "����°� : x,� �, ��� ,c � ��� � w ��� �����. �� � .�. F ��� � � � �a.�� � _ ,�.� l:n � ,����� �����;�6 �� .�. �^...�i:'>"s V9�3.t' .. . � . �� �¢nk w . . �('",�* �t� . ' � ,,��. 2w�P�d � ��� h� �`��'. � t q q. � s '�� '�° b�`(';;`i 4 ' . "y.*.;e:�'s �;��r � ,�G�I€., D c�ty of �,�Y � o � �� O � � � ��,N�o� STAN DARD D ETAI LS �,� _.w_-_ "BAND-tT BRACKET" NOTES OR APPROVED �, DIMENSIONS FOR THE PARTS USED TO A55EM6LE TNE SASE EClUAL � C�NNECTIONS ARE iNTENTiONALLY N�T SHOWN. BASE CONNECTIdNS ARE PATENTED, MANU�'ACTURED PROOUC7S THAT ARE IN COMPLIANCE WITH NCHRP 350 CRASH TEST 3" CRITERIA. THE BASE CONNECTIdN DETAILS ARE SNOWN ON TNIS PLAN ONIY TO ILLUSTRATE HOW THE PARTS ARE ASSEMBLEO. � 2. A 2" {IN) POST WITH A 2 1/4'� (IN) PSSF ANCHQR OR A 2 1/4" {IN) P05T WITH A 2 7/2" (iN) PSST ANCHOR MAY BE SUHST�TUTED. SEE CONTRACT PLANS. 3 3. PERFQRA7ED SOUARE STEEL POST SHAl.L MEET THE REOU'REMENTS OF WS00T STANDARD SPECIFICATION 9-06. 4 USE ONE.Y BASE CONNECfiION MANUFACTURER SUPPUEO HARDWARE THAT MEETS THE REQUIREMENTS OF WSDOT STANDARD SPECIFICATIONS 9-06 AND 9-28. MOUNTING ON EXISTING METAL POLE OR LUMINAIRE /� EOCE OF TRAVEIED / ROADWAY 90' 30'---� 4" MIN. T I EOGE OF I FOR REF�ECTOR�ZED S�GNS: MOUNT ' FACING 3'(degree� OUTWARD IF SIGN GALVANIZED BOLT WITH �S WITHIN 30 FEET OF ROAOWAY GAIVANIZED waSHERs. SIGN FACE ORIENTATION TA P T � ME l OS z � . . o e �� s e 1— a • • o T P F AN H R t`- SIGN POSF � e � � � IOWER SQUAR Z� � � � TUBE} �� • • . . }o o� o . , � FINISNED � � r� " , o i a UN � � • ^O LINE : v Pp5�SUP OiRT ..._.__ORi 3/SIN�(IN} FLANGB�OLT SHOUIDER BOLT iMTH NUT AND WASNERS ^� 2 REOUIRED (TYP.) ` Z ' ' BOLT STOP W � ' IGN POST `a >` TYPE ST-4 SIGN SUPPORT i �'�`I • LQWEft SIGN P05T SUPPORT � 2 25" (IN), 7-GAGE. HOT-DIP GA�V., 1N-9" HEAVY—DUTY ANCHOR IAM. COMMERCIAI CONCREtE MOUNTING ON METAL POST I SIGN MOUNTING ON SINGLE STD. PLAN- 129 I *�* PUBLIC WORKS METAL POST APPROVED: /�(' DEPARTMENT (ADOPTED} (�-� Z� ,V _._,._�_..__..__..__ _w... DATE � i � N Y � m PIPE ALLOWANCES ' z � ......_ ;MAXIMUM i FRAME AND VANED GRATE P�PE MATERIAL DIA ETER! REINFORCEOOR � �Z.�� PLAIN CONCRETE ALL METAL PIPE 15' ,�; 3p. qA �' CPSSP+t {STD.SPEC.9�C520) tZ� S• SOtID WAIL WC 5 (STD.SPEC.9-05.12(1)) 15� PROF1'�E WA�L PVC 15. 6'OR 12' (STD.SPEC.305.12(2)) �r� �� �+F�CORRUGATED POLYETHYLENE STORM SEWER PIPE ONE R3 BAR HOOP FOR 6'HEIGHT TWO R3 BAR HQOPS FOR 12'HEIGHT RECTANGULAR ADJUSTMENT SECTION ,��,��61 �SF�c 2�. �S��N� ��rFe� NOTES �.R� � 1. As acceptable aRemaUves to the rebar shown in the PRECAST BASE ����`' � � SECTION,fibers{placed accorc![ng to the Standard Specfications),or n wire mesh having a minimum area of 0.12 square inches per foot shall be used wfth the minimum required rebar shown in the ALTERNATIVE e PRECAST BASE SECTION. Wire mesh shali not be placed in the #3 BAR EACH CORNER � k�OCkOUlS. Z 2. The knockout diameter shall not be greater than 20'. Knockouts shail � i have a wall thickness of 2"minimum to 2.5"maximum. Provide a 1.5" N minimum gap belween the knockout wall and the outside of ihe pipe. After the pipe is installed,fili the gap with joint morfar in accordance n3 enR eo,cH Si�c wRh Standard Spedfication 9-04.3. 3. The maximum depth from the finished grade to the lowest pipe invert shall be 5'. a3 BaR EnCM wnv P' 4. The irame and grate must be installed with the flange down. PRECAST BASE SECTION 5. The Precast Base Section may have a rounded floor,and the walis 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. 7. All pickup holes shall be grouted full afler the basin has been placed. 8. All grade rings and cas6ngs shall be set in mortar in accordance with Standard Spec�cation 9-04.3. I � #3 BAR EACH CORNER � 18'MIN. i 7 #3 BAR HOOP � i ! � SEE NOTE t ALTERNATIVE PRECA3T BASE 8ECTION �Y�O ' STD. PLAN — 200.00 �r \ PUBLIc woRKs CATCH BASIN TYPE 1 � �\�,� DEPARTMENT � � � FNTO ' � hiARCH 2O08 � PIPE ALLOWANCES 3 N � M/WMUM PIPE NU►TERlAL INSIDE > DIAMETER � REiNFORCEDOR 18. � PLAW CONCRETE ❑ �— FRAME AND VANED GRATE ALL METAL PIPE 2r CPSSP* 1B' (STD.SPEC.9L5.20� � �• SOTD.P C�.9-05.12{7)) 2t� ,Lp• 10. � PROFILE WALLPVG 2�. 5 S� (STD.SPEC.9-05.12(2j) *CORRUGATED POLYETHYLENE STORM SEWER PIPE s•oR�z• NOTES 1. As acceptable akematives to lhe rebar shown in the PRECAST BASE SECTION,fibers(placed according to the Standard Spec'rficaUons),or ONE#3 BAR HOOP FOR 6'HEIGHT wfre mesh having a minimum area of 0.12 square inches per foot shall TWO#3 BAR HOOPS FOR 12"HElGHT be used with the minimum required rebar shown in the ALTERNATIVE PRECAST BASE SECTION. Wire mesh shall�ot be placed ln the RECTANGULAR ADJUSTMENT SECTION knockouts. 2. The knockout diameter shail not be greater than 26". Knockouis shall have a wa11 thickness of 2"minimum to 2.5"maximum. Provide a 1.5" minimum gap between the knockout wail and the outside of the pipe. 00 3e• After the pipe is installed,fill the gap with joint mortar in accordance Ze 20• with Standard 5peciflcaGon 9-04.3. e 8� • 3. The maximum deplh from the finished grade to the lowest pipe invert shall be 5'. 4. The frame and grate must be installed with the flange down. 6' 5. The Precast Base Sec@on may have a rounded floor,and the walls may be sloped at a rate of 1:24 or steeper. rno»3 snR 6. The opening shall be measured at the top of the precast base section. HOOPS REDUCING SECTION 7. All pickup holes shall be grouted full after the basfn has been placed. 8. All grade rings and castings shail be set in mortar in accordance with ��tp Standard Spec�cation 9A4.3. e� ���� #3 BAR HOOP �3 8AR EACH CORNER ,5.�"S�6l /S�cF?8, 18'MIN. Lc�E•�'a� ' �oT�s/ / � � � � � I #3 8AR � i EACH CORNER #3 BAR EACH SIOE , N .j . 1 a it3 BAR EACH WAY SEE NOTE 1 PRECAST BASE SECTION ALTERNATIVE PRECAST BASE 8ECTION �:Y�� STD. PLAN - 200.10 .� PUBLIC WORKS CATCH BASIN TYPE 1L ;\�`■��� DEPARTMENT ~--- �N,�p � MARCH 2O08 � � g CATCH 9ASIN FFtAME AND VANED GRATE(DETAIL 204.00) > � , HANDHO�D � �i � N' �� RECTANGULARADJU5TMENTSECTION OR CIRCULAR ADJUSTMENT SECTION w tO � �---GROUT,TYPiCAI(SEE NOTE 5) U __..._ Z ,_� —FLAT SLAB TOP Zj �� o . O LL <a•.st•.sa•.n•,at•oa ee � � MORTAR(TYP.) . b � STEPSOR � UDDEFt �o i� a � o •...� � 2 MORTAR FILLET e � � � REMFORCING STEEL(TVG.} �'�� � N Iy 1Z• GMVElB1GKFlLLFOR PIPE 20NE BECDING � T �e. SEPARATEBASE INTEGRALBASE CAST-IN-PLACE PRECAST WITH RISER 'D'RING 42' GRAVEL&1CKFILI FOR 6�— •' � • • ��• . • .. PIPE ZONE BEDDIN6 _ ._._...___._ . ......... ......._ .. .. ....._....._._ SEPARATEBASE CATCH BASIN DIMENS10N3 PRECAST CATCH MAXIMUM MINIMUM BASE REINFORCING STEEL BASIN WALL BASE KNOCKOUT DlSTANCE �nZ1R.INEACHDIFECTION j DIAMETER THICKNESS THiGKNESS S�ZE BETYVEEN KNOCKOUTS SEPARATE BASE INTEGRAL BASE� 48' 4" 6' 36' B' 0.23 0.15 i ! 5q� 4.5' 8' 42" 8' 0.19 0.19 � --f gp^ 5' 8' 48" 8' 0.25 0.25 7p- 6' 8' 60' 12• 0.35 024 84" 8' 12" T2" 1T 0.39 Q.29 gg^ 8' 12" 84" 12' 0.39 0.29� NOTES PIPE ALLOWANCES J �� No steps are required when height is 4�Of 18SS. CATCH PIPE MATERIAL WITH MAXIMUM IN51DE UtAMEfER BASIN ALL p ..S�C� PR�FCIL� 2. The bottom of the precast catch basin may be sloped to facilitate deaning. oiAM�ER ONCRETE M�A� CPSSP WALL WALL ! — --._. _ _.—' . I a. The rectangular frame and grate must be installed with the flange down. as• za• ao• 2a� 2�• 30� �i The frame may be cast into the adjustment secGon. sa• 30• 3a� ao� 2� 3s I� a. Knockouts shall have a wall thickness of 2"minimum to 2.5"maximum. Provide 60� as• az• as• as- az• �i ---... _____ ___ --- a 1.5"minimum gap between the knockout wall and the outside of the pipe. Atter �2• oz� 5a� a2• 3s� ae• the pipe is installed,fill the gap with joint mortar in accorclance with Standard �, �, �, �, 3g, 48, I Specificatlon 9-04.3. I 96' 60' T2' 60' 36" 48' 5• All grade rings,n5@YS,and castings shall be set in mortar in accoMance with tG`Cortugaled Polyethy�ene Stortn Sewer Pipe(Std.Spec.9-05.20� I Standard Specification 9-04.3. C�sm.sPe�.e•os.�z�i�� ��(Std.Spec.9-05.12(2j) ', �/.��.� "� PUBLIC WORKS CATCH BASIN TYPE 2 � STD. PLAN_=201.00 ' \�'��J DEPARTMENT �� �NqO � MARCH 2O06 '� � � Y C � ��� � FRAME ANC VANED GRATE � �SEE NOTE� CIEAN SURPACE AND BOTTOM AREA. � /� PROVIOE UNIFORM CONTACL � ,/ - — THE 3URfACE AREA OP THE BASE 9ECTION MU9T BE GRWTEO TO THE BOTTOM AREA OF THE � nausrMe►trsecnoN. ADJUSTMENTSECTION _ _ _ r� � BASE SECTION NOTES 1. THE COVER OR GRATING OF A CATCH BASIN SHALL NOT BE GROUTED TO FINAL GRADE UNTIL THE FINAI ELEVATION OF THE PAVEMENT, GUTTER,DiTCH,OR SIDEWALK IN WHICH 17 IS TO BE PLACED HAS BEEN ESTABLISHED,ANO UNTIL PERMISSION THEREAFTER!S GIVEN BY TFIE ENGINEER TO GROUT IN PLACE IN ACCORDANCE WITH APWA STANDARD SPECIFICATION 7-05.3. 2. 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 BR�G<S PRiOR TO PLACEMENT. 4. THE USE OF BRICI<S IS PERMITTED WHERE THE BRICKS ARE STAGGERED TO CREATE A RUNNING BOND OR Ya BOND. 5. ADJUSTMENT SECTION SHALL BE GROUTEO WATERTIGHT TO THE BOTTOM AREA OF THE ADJUSTMENT SECTION WITH NONS!IRINK GROUT fi. GROU fING BETWEEN ADJUSTMENT SECTION SHALL BE WAI ER I IGH I. 7. GROUT IS TO BE NON-SHRINK TYPE GROUT MEETING THE RFC]UIREMEN7S OF ASTM 157 PER APWA STANDARD SPECIFICATION 9 20.3 FOR MAXIMUM PERCENT DRY SHRWKAGE.THE MINIMUM COMPRGSSIVE STRENGTH SHALL 8E 4,000 PSI AT 7 DAY PER APWA STANDARD SPECIFICATION 9 20.3 8. PICK/LIFTING HOLES ARE TO BE GROUTED WATER T1GNT PUHLIC WORKS CATCH BASfN INSTALLATION STD. PLAH - 202.00 DEPARTMENT MARCH 2O08 5 1t2' � 1"R LEVEL % HOO� 3 � � t"MIN. m 1:7 MIN. 6 '�, � 6PENING HEIGHT '�, � 4'MIN. 0 � TOP OF GRATE SEE NOTE 3 FFUME DETAIL SECTION OA CATCH BASIN cT {=0.58'} 29'MIN. =3' (-0.25'J t'MIN. 20114' GRATE� TVP. � z ��, o ..._ � � d SEENOTE4 � =3q-(W�pESIOE) � tv� (TYP.) �� CATCH BASIN TYPE 1 SEE NOTE 2 mP'� .�"- f { =40'(WIOE SIDE) iv �4 �'•'I � •�� CATCk BASINTYPE 1L .� I o ���� �� SEENOTEI TOP VIEW SECTION O FRAME DETAIL NOTES 1. The asymmetry of the Combinatlon Iniet shall be considered when calculating the offset distance for the catch basin. See SECTION A. 2. The dimensfons of the Frame and Hood may vary slighUy 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 fasteni�g the Sa(ety Bar/Debris Guard Rod MATCH 70P OF HOOD ���,,.-' to the Hood may vary. The Hood may Indude castlng lugs. The top TQ TOP OF CUR6(iYP.) �r,% of the Hood may be cast with a pattem. t+000 �� 3. Attach the Hood to the Frame with two 3/4"x 2"hex head bolts,nuts, and oversize washers. The washers shall have dlameters adequate SAFETVIBAR�DE8Rt5 GUAR� to assure full bearing across the slots. sa••za"VANED GRATE q. yyhen bolt-down grates are specified in the contract,provide hvo �'A F�ME holes in the frame that are vertically aligned with the grate siots. ' Tap each hole to accept a 5/8"x-11 NC x 2"allen head cap screw. Location of bolt-down holes varies among different manufacturers. See BOLT-DOWN UETAIL 5• Only ducGle iron Vaned Grates shall be used. �� 6. This plan is intended to show the Installatlon details of a manufac- tured product. It is not the intent of this plan to show the speafic �SOMETRIC VIEW details necessary to fabricate the castings shown on this drawing. ��� � 1 , S'I'D. PLAN - 205.00 �1��� PUBLIC WORKS OPEN CURB FACE � ��J DEPARTMENT FRAME AND GRATE � MARCH 2O08 �'ivz INSTALLATION DETAIL _._..______.�..�.----291l4' ........ _ .._._._ ...� � �_ _ � � � > m "-_-_.. --..__. .... � ...-- S _..._._. _..___ 5 BOLT-DOWN HOLE(fYP.) -518"-11 NC,SEE DETAIL d NOTE 2 � � �� A N � � ...,.,_.__ �_.._. ..._.. ....___._..m...^_.�,.___..__ ... . .."'_._.._—_'"—__'"—'_'_............... TOP NOTES � This frame is designed to accommodate 20"x 24"grates or covers z, Provide two holes in the irame that a�e vertically aligned with t he grate or cover slots. Tap each hole to accept _ 4�ra• __—___. � a 5/B"-11 NC x 2"allen head cap screw. Location of bolt down holes varies among d'rfferent e manufacturers. s.Refer to Standard SpeaficaGon 9-05.15(2)for additiona� � ����� � requirements. __/ SECTION � RECESSED AIIEN HEAD CAP SCREW � te, 5/8'-11NCx2' � 3t4' ca�re ISOMETRIC VIEW c ; < 1 5/' Fa�e� � � 2 t/2' SEGTION DETAIL O BOLT-DOWNzDETA1L �r~�� STD. PLAN — 204.00 �'(■•.��r PUBLIc woRKs RECTANGULAR FRAME �\i��$ DEPARTMENT MARCH 2O08 �jVTO 24• r � N � _ _-------- � � �_ � � W i N j: _.__"___ _"'__"-'_'"...."_...__..�.' 1 � � � �BOLT-DOWN SLOT-SEE N a DETAIL AND NOTE 1 , 1 I ' 2tl2"DW .H �E 20 I L7C� A i n�"�7G'�"'�`> F.'! J o�pQo� 4 4 4 n G�G�"�4�4�' G`�C'���>�C>�� G� _,�C>�G��vC� t^i 4 C'� C"i C? B TOP SECTION � NOTES �� Provide two slots In the cover that are ver�cally aligned with the holes in the frame.Location of bolt-down slots varies among different manufact�rers. �� 4 3!4' 1 1!2" �. Alternative reinfordng designs are acceptable In N lieu of the rib design. � ____ ___ _ ____ __ —T a. Refer to 5tandard Speclflcadon 9•05.15(2)for additlonat �T— . '{ requirements —�- �� 39'R-SEE NOTE 2 a. For Frame details,see City of Renton SECTION �n Standard Plan 204.00. �_—T Y 3 il2' 0��Ly' ,a; 000��oQ�o ( ���o��o��'o��'�`'`'o ��4' �ra^ ���0�0����0���0 4� �� �3N'DiM.HOLE � 1114' OLY��G�D�Q�O��Q�����Q�����1��LI 112' 12'UTAM.HANDLE ��p�G�O �O�Op�O��p�O�� ������D��O��O�� EECTION O 51 ����vO���������� �� ISOMETRIC BOLT•DOWN SLOT DETAIL SEE NOTE 1 �/��V'� PUBLIC WORKS RECTANGULAR SOLID � STD. PLAN - 204.10 ����� DEPARTMENT METAL COVER MARGH 2O08 N I � , �, � _ .�m__�__��_ _ - � nno,e .. m 3 � �SL07-SEE DEfAIL 3• 5' o t AND NOTE t n � y � 5. _ �_. � 5' 2D w � 5 O _ 5 �j _ �� �� � � ^ 4i 5 ___.._.__.__._ . 3' ....--- .._.._.._.. �UTFALL Tp $TREAM� DUMP NO PDi,iUTANT ........ ...... .' __'. ___....... .__....._ � TOP SECTION �s 24' � 7 OR 8 E�UAI SPACES ._, ..,_ ....... . f ._.. .....� � �IRECTkON OF FLOW '�e �- ---- .".,._._'"'""'� 1 SECTION � i � 314' .-{^.^ . 1 1l4' 5JE� BOLT-DOWN SLOT�ETAIL ��` SEE NOTE 1 '� � NOTES �,,r'`�I �- Provide two sbts in ihe grate that are verticalfy aligned � wkh the holes In the f�ame.LocaUon of bolt-down slots varies among different manufacturers. ISOMETRIC 2.Refer to Standard Spedficatlon 9-05.15(2)for addidonal requirements. 3 Unless otherwise specifled,vaned grates shall be used with standard frame in ihe travel way,gutter or shoulder.vaned grates shalf not be located within crossroads.Use vaned grates along roiled curbs. ��'�`�� STD. PLAN - 204.20 '(���,� PUBLIC WORKS RECTANGULAR �= 1 DEPARTMENT VANED GRATE �j�:TO MARCH 2O08 _ ___ _ - . _ __ _ _ __ _ _ _�J � 1 Y i G MOIj 1 m �',•l � ��SLOT-SEE DEfAIL � � AND NOTE 1 �° 4 � � N A � Cn b N �� N �` J � � 4 LL 1A f� OUT�ALL TQ STf2EA p�MP N� POLLUTANT B TOP SECTION Os I 24" � 4 EQUP.�SPACES � �PACE� �� �— SECTION O � E 3ra• 1 1/4" �� ����� �,Y/�f� BOLT-DOWN SLOT DETAIL �`� . SEE NOTE t ��Y NOTES Provide two slots in the grate that are vertically aligned �. with the holes in the trame.Locatlon of bolt-down slots varies among different manufacturers. ISOMETRIC z. Refer to Standard Speciflcatlon 9-05.15(2)for additional requirements. 3. Use only on sags and vertical curbs locations. 4•Unless otherwise specifled,vaned grates shaU be used with standard frame fn the travel way,gutter or shoulder.vaned grates shall not be located wlthin crossroads.Use vaned grates along rolled curbs. * � STD. PLAN - 204.30 � � PUBLIC WORKS RECTANGULAR BI-DIRECTIONAL � DEPARTMENT VANED GRATE '�'�N,�p MARCH 2O08 � _ � � �..... ... ......,_.. ...__...._.,.. ...._.__�4' _._ ..._.. .. .._„_� � F . -' ..___. __'__".V. _�_ __......___. _�-�_ .� 3 � � � � m �SLOT-SEE DETAIi. � AND NOTE 1 � ❑ U 0 � � Q 2� ``` � � 1' IN�jTYP.) W � � N h = N t W � Q Z } C O Z � 7 O � � � OUTFALL TO STREAM� DU P NO POLLUTANT � TOP - �e'(9mm}RECESSED LETfERING NOTES � Provide two slots in the grate that are vertically aligned with the holes in the frame. Location of bolt-down slots varies among di8erent manufacturers. z. Refer to Standard Specification 9-05.15(2)for additiona!requirements. 3 The thidcness of the grate shaU�ot exceed 1 5/8". a Unless othenxlse speGfled,vaned grates shall be used with standard frame '�--�------* in the Vavel way,gutter or shoulder.vaned grates shall not be located � within crossroads.Use vaned grates along rolled curbs. E � . �-` � .___. _ t va' �q _ U � a � Dp BOLT-DOWN SLOT DETAIL ISOMETRIC SEE NOTE 7 Y STD. PLAN - 204.40 ,----,o vli 1, PUBLIC WORKS RECTANGULAR ���i'� DEPARTMENT HERRINGBONE GRATE 'N,�p MARCH 2O08 1R'(13mm]LETTERING -- BOITHOIES-3PLCS E�UAL�V SPACED120' �����TS _ �q f� APART ON 23 1t16"(586mmj DIA B.C. p x a.iraivw f ae�ucco � � T��3 ti� ti� a Y RENTON �- C AHEAD OF THECURVE O : � t : �5 ♦ DRAIN ---��(i)P(25mm) DIAPICKHOLE COVER BOTTOM VIEW � — 1 1t4'�32mmj LETTERING PLAN VIEW _._. __ 25'DIl� (3)BLT SOC.�ALIEN HEAO) [fi35mm� __.. .___..__. �. r�_1 1.5 5 �z5mm� RU88ER WASHER 3/4' � !— �79mmj I I 8��y� 2 1i2' t t— [222mm) � I�mm] 7YP COVER SECTI�N VIEW EON BOLTING DETAIL 26 112'DIA j.�—.._...------.-. '----"�... �673mm� 25 7/4'DIA (�1�j 11116' �27mmj tla'(6mm)DIA tdEOPRENE GASKET � �4� 6� [8mmj- 1 it16' � [152mm] ��� �27mm� `�B' J 23 3(B'DIA CL OPEN I � [tfimmj (594mm� ' � 118'� ' � � (3mmj i f 27 5i16'DIA � I if8' [694mmj —� (R3mm] � E ;� _ save'oia !_ _ GASKET GROOVE DETAIL (as�mmJ NOTES FRAME SECTION VIEW ALL COVERS SHALL BE LOCKING LID PER EASTJOROAN tRON JJORKS ING No.37l7Ct OR APPROVEO EOUAL. �Y STD. PLAN — 204.50 �'%�'� PUBLIC WORKS STORM ROUND FRAME AND COVER ���' �� DEPARTMENT �NT� MARCH 2O08 #6 BARS�7"SPAGNG _,. ___...... 12'(TYP.) __� 20'x 24', � � 24'DIAM..48'OIAM. - _� � � OR 54"DIAM.HIX.E - " Y{TYP,) � - � � 12 -... .__. -jj �i �12'MAX. I ��.._. ���' 84"or 96"FLAT SLAB TOP �Z• PREFABRICATED LADDER v. ��y #5 BARS�6'SPAC�NG 12'M . 20'x 24", _-� 24'DIAM.,48'DIAM. � OR 54'DIAM.HOIE �o Z"tr'►'• I-- TYPICAL ORIENTATION --� �� -j— FOR ACCESS AND STEPS – �o . � �r M1N. STEP 2 1f2'MAX. 72"FLAT SLAB TOP �� -- p4 BARS�6'SPACENG ,:� �� m N � Q 20'x 24'OR - 24•DIAM.HOLE � _�.';-� L �-2•�nP.� _ ��I I � �a^n+nN. , m �1'MIN. z�n•aux. ECCENTRIC CONE SECTION 48",54",or 60"FLAT SLAB TOP gAys �p. 34' 5 �� � ��6'OR 17 ��_ �� � � � �QONE tf3 BAR HOOP � 'I'� ONE#3 BAR HOOP FOR G �� 4' TWO N3 BAR HOOPS FOR 12'�' s' CIRCULAR ADJUSTMENT SECTION RECTANGULAR ADJUSTMENT SECTION 1.0 As an acceptable altemative to rebar,wire mesh having a ' minimum area of 0.1 Z square inches per foot may be used for adjustment sections. I p Y�o�, STD. PLAN - 204.60 I j�g\ PUBLIC WORKS MISCELLANEOUS DETAILS FOR '�'`R,1' DEPARTMENT DRAINAGE STRUCTURES �N:t MARCH 2O08 � JOINTS IN FlLTER FABRIC SHALL BE SPUCEO � AT POSTS USE STAPLES,WIRE RINGS,OR EOUIVALENTTOATTACH FABWC TO POSTS ��BY i4 Ge.WIRE OR � EQUIV/iLENT�IF STANDARD ...._...__._..., � STRENGTH FABRIC USEO _.._. ....._....... � 8 FILTER FABRIC I� . ' � � ' Z � � ( � � f ; � __ ��=_i T ^ __ .�_ _ �!I!AI I I- I 6((;i r—�� . z� —�,��'���lII 111�-1� .L:=r�il;_i11��������1�r=�;�1� �+ _�s �—1l1=1i'=1lI —: . — � _ ; _ �. -}� - - - --- - � �- - - �� ,_ �'� ''. , �` �-� � ( �E,i 1=�i ;� 8"MA%. �"" MINIMUM 4'M4'TRENCH '�' �..._� . � , � BACKFILI TRENCH WITH �` '� "- .. �_ �, POST SPACING MAY BE INCREASEC �� , ����� � TO 8'IF WIRE BACKING IS USED I �. 2•x4•WOOD POSTS,STEEL FENCE POSTS,RE&4R OR E(]UIVALENT NOTES 1. CONDITION OF USE 1.1. SILT FENCE MAY BE USED DOWNSLOPE OF ALL DISTURBED AREAS. 1.2. SILT FENCE IS NOT INTEN�ED TO TREAT CONCENTRATED F�OWS,NOR IS INTENDED TO TREAT SUBSTANTIAL AMOUNTS QF OVERLANO PLOW. ANY CONCENTRATED FLOW MOST BE CONVEYED THROUGH THE DRAINAGE SYSTEM TO A SEDIMENT TRAP OR POND. 2. DESIGN AN�INSTALLATION SPECIFICATIONS 2.1. THE GEOTEXTIIE USED MOST MET THE STANDARD LISTED BELLOW.A COPY OF THE MANUFACTURER'S FABRIC SPECIFICATIONS MOST 6E AVAILABLE ON S�TE. aos(nsmm�a�si� �-100 SIEV E SRE(D.66A.LSMMj fOR SILT FlLM SO�10051EVESRE 0.3PO.15MM FOROTHENFABRICS WATERPEIiMITTiVRY ASfMD491 0.025EC"-1MNIMUM GRABTENS�LESTRENCHT(ASTMD4632) ��S.MN.iOREXTAASTRENGHFABRIC ]DO LAS.MN.FOR STANQ4R0 STRENGM fABRIC GRABTENSILEELONGATION 0.STMD4632 30%MA%. UITRAVI0U11ERE515fANCE ASTMD4355 70XflrHN. 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 FIELO 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 6 INCHES OF THE S1LT FENCE IS WELL BURtED AND SECURE IN A TRENCH THAT STAB�LIZES THE FENCE AND DOES NOT ALLOW WATER TO BYPASS OR UNDERMINE THE SILT FENCE. 3. MAINTENANGE STANOARD3 3.1. ANY DAMAGE SHALL BE REPAIR IMMEOIATELY. 3.2. IF CONCENTRATED FLOES ARE EVIDEM UPHILL OD THE FENCE,THEY MUST BE INTERCEPTED AND CONVEYED TO A SE�IMENT TRAP OR POND. 3.3. IT 15 IMPORTANT TO CHECK THE UPHILL SIDE OF THE FENCE FOR SIGNS OF THE FENCE CLOGGING AND ACTlNG AS A BARRIER TO FLOW AND THEN CAUSfNG CHANNELIZATION OF FLOWS PARALLEL TO THE FENCE.IF THIS OCCURS,REPLACE THE FENCE OR REMOVED THE TRAP SEDIMENT. 3.4. SEDIMENT MOST 8E REMOVED WHEN SEDIMENT IS 6 INCHES HIGH. 3.5. IF THE FILTER FABRIC(GEOTEXTILE)HAS DETERIORATED DUE TO ULTRAVIOLET BREAKDOWN,IT SHALL BE REPLACED. � PUBLIC WORI<S SILT FENCE �• p� — 214.00 � � � DEPARTMENT N,� '$ MARCH 2O08 � � � O,D. limfts o/P�PB W(see nate 4) .� . N C.D. compaction ' ^ 9'maz., .'ma limft of plpe mna z 3 �..�:.�. �7±7..�..af-aH.. Deddm9 c ,�f- �F.. 1'-0• material o for 11exi6te P�Pe(� nale 6} � JI/ �0.15 O.D.min. m 0.0. Iimks of plpe compaction .—..--"T.0.65 O.D.min. � foundatlon � lavel a gravel backfill �,,,\g�vel backflll far fw pl0e bedd�ng toundatiaru when spacfied •A=4"mi�.27"I.D.and undar B'min.,over 2T I.Q. A.Metal and Conarete Ptpe Bedding for Flexlble Pipe span - sP� span 3'm� ,,,a,� I ,,,a,� , Flexlble Pipe NOTES: 1. Provide un(form supporl under bartels. ','�-0 2. Hand tamp under haunches. � 3. Compact bedding material to 95%ma�c.density;directly a� over pipe,hand tamp only. •` o.�s�se mi�. 4. See"Excavation and Preparailon oiTrench"In sankary � sewers sectlon of ihe slandard WSDOTtAPWA sm�cs oi p�pe speciiicatlons tor Vench width"W"and trenching compan;o� �es rise mm. opUons. The pipe zone wlll be the actual Vench wldth. The minimum concrete width shali he'I z I.D.=18'. gravel backfdl s'"""@����<<0f 5. Trench backflN shall contortn to"Backfilling Sewer tor pipa bedding foundatl�s when specMed Trenches"In the sanitary sewers sectlon of the WSDOTIAPWA standard speclHcatlons,except that rocks or lumps larger than 1"per toot oi pipe diameter B. Pipe- A�ch InstallaUon shall not be used In the backflll material. 6. See"Bedding Material for Flexlble Pipe"In aggregates sectlon of the WSDOT/APWA standard speclflcaqons for the maledal specificatlons. Rfgid Pipe NOTES: t. Pipe compactlon Ilmits shown on this pian are for plpe construction in an embankment For p(pe consVuction In a trench,the horizontal Umits of the pipe compactlon zone shall be the wa(Is af the trench. 2. All steel and aiuminum ptpe and pipe-arches shali be installed In accordance with deslgn A. 3. Concrete plpe wlth elliptical relnforcement shall be � Backflli materlai placed ln 0.5'loose layers and Installed in accordance with design A. compacted to 95°/a maxlmum density. 4. Concrete pipe,plain or with dreular reinforoement,shall be Inslalled wlth deslgn A. � Method B or C compadion(WSDOT/APWA} 5. O.D.Is equal to the outside dlameter of a pipe or the standard speclfications.) outside span of pipe-arch. The dimenslons shown as O.D.with 3'maximum shall be O.D.untfl O.D.equals 3';at whlch polnt 3'shall be used. • 1'-0"for dlameters 12•through 42"and spans through Min.dlst. 50". 2'-0"tor diameters greater than 42'and spans Pipe SiZe between greater than 50^. barrels circular pipe 12"to 24" 12" conc.,LCPE,CMP 30"to 96" diam./2 (diameter) 102"to 180" 48" pipe-arch 18"to 36" 12" meta!only 43"to 142" span/3 (span) 148"to 199" 48" Y STD. PLAN — 220.00 �'..�j�\ PUBLIC WORKS i PIPE COMPACTION _--_.___ ____,.__�.. '���� DEPARTMENT DESIGN AND BACKPILL � MARCH 2O08 J - FACE OF CURB ;, ,6V . CEMENT CONCRETE L .,>> it2"R. I '� �.R ;--SIOEWALK RAMP c� ; B 1t2" { j { � OR tANDING VARIES �...__. � 61r2" � 1' FROAA �� 6'TOO p 1 t2'R, -�� �� �,- 1�,R -1:24 �.} � �c • • , . , �m;`'��� ��� 1l2'R. ` ROADWAY 1 � '� � C�__ 3!B"PREMOLDEO I c , I f r JOINT FILLER I �� o• • � � ° ' `�.� CEMENT CONCRETE ' , . , ,� ' �o �� PEDESTRIAN CURB $___ �( AT S(OEWAIK RAMPS AND LANDWGS ' �. _ 1''s. ' '�� - FACE OF ADJACEM'CURS CEMENT CONCRETE �~ 6172�° _..__.- � TRAFFIC CURB AND GUTTER '� ;,, �-SEE�EPRESSEpCURBDETAiITHISSHEET FACE OF ADJACENT CURB � �'Z4 fr TOP OF �'�� FLUSH WRH GUTTER � � .-1" tJ2"R. ROAOWAY PANATSlDEWALK Z- , o �,��___ � � RAti1P ENTRANCE , o ` F \ �:�� � ��' �.Z4 0 • q .L i ► + ' •a �� TOP Of o � • • � 1 � 1!2"R. , ROADWAY � � j_. % 1 -6 � �..._ �.. 71 .• >.� •� �D • {` ► DEPRESSED CURB SECTION ° a + � � 'D AT RESIDEPITtAL DRIVEWAYS ONLY. � }� FOR COMMERCiAI DRlVEWAYS SEE STD PtAN 104.2 � •6" i DEPRESSED CURB SECTION FnceoFcuRe AT SIpEWAf.I(RAMpS �-- 61l2" ; ;45 1�2', 4 1" tr2"R ?___..��� 1,R I � FACE Of ADJACENT CURB I-- ? � TOP OF ,. ° 'G '� ROADWAY '`�„� GUTTER SURFACE— , �,_ ` Q! y . . y 1__ � 1"R. � � , , i . . . p i 81J4" �v b 'a '.R D. b . ,4 _ � v. CEMENT CONGRETE , ' � TRAFFIC CURB '�� � � o > DEPRESSED CURB DETAIL AT RES�6ENTIAL OR COMMERCIAL DRIVEWAYS ANO ALLEYS GENERALNOTES t. See standard pians 142 and tUt 1 for wrb expanstcm and contraction jolnt spacing 2. Notused. 3 Fw Oapressed Monoilthlc Qdveway Curb 6 GuHer SecUon see Slaadard Plan 104 2 � PUBLIC WORKS sTD- pLAN — 101 ;��;' DEPARThtENT CEMENT CONCRETE CURBS PR 'ED � r Gre Zimmermaq Publ(c WorksAdmioistntor �p,,,,.-�SEENQIE2 4/B'R % 5/8"0 DUMMY JOINT O�Np�p � �` Z� - U'._ _ � 2' - 0' b � r' � , � ' ► i � 3/8' PP.EMaiOED JO1N?FILLER {lYP)---'��r�r I I � CE�IT CONCRETE L+— _ _ _ --�J �,,,�„a�„ � � � PLAIV VIEW � �� �c�ITF.ALINE� 6 1 2" t 3' 5 1 2' 1" �I.UB') FRAhE AND ORATE-NQf ltl:t.UO� i/2" R -� ,-I' R. f...ROAOWAY f T MICURB AND OVIT6tB10 I1HA f BLOPE f . ° J" �n !� 'I+�+OF �� ��-t' R � �� , RMOWAY .� . � N O •, f �. . • p % �_____ _........_ � 9 0 0 ' D ' D C • 9 • �����H���i�.V� ►� 0 '��II CUFB ANO GIITT93 BIG�IaI e' ,.�. GTCN 81191N-NOT WClJJO� o.• • IN CViffi Md7 OUT16t Bld tIB11 � D ♦ �, 0 t f � ,..�_ !/ r r SEC110N OA ''� f ,�.' i GENERAv t40TES: ✓ t. The InteM of thts design ks bo faciitats the removal -`" of a catch bssin with minimal di�urbanoa of tha curb. 2. The expanslon Johis ot the .,r.� �-.�.��'��- ed�ece�,t s�dewa�k ena�i .� ..� -� I be adjusted tio be� I �'� ! Hne wlih fhese arb -' e�ans�on�oints. ,�' I I l f� I I I J �'�, � iso��ic v�Ew � , � CLMeNT CONCReTL° CURB �• �N — 101.1 � � + PUBLIC woRKs INSTAL.LATION AT PRO D: DEPARTMENT CATCH BA81N8 DA r-+r ,.o Isee cwrrw+cn R�U OItiG �fl'` .t� 12`fl7N:fi„��'P4 j ��� CURB NO7 INCLUOED IN 810 ITEM- � i- 1 5X._..,._ �• .t.ft}.• �',.:, • M• �� u.._.� SEEfW5EDE0GE Y8��:P"tiPREAIOLDEd ~�:.�.. 1��0� SIOEW.W( OETNI-THIS SNEET 101NT FR.IEft µ���T ANN. (SEECONTR4CT1 SlOAES trz'Pta�R,(rvRl W1TH RAISED E06E _� `� .F�� � i5Y ��NO?WCIUpEDIt#EIDITEM- P.` �o __., ,. ,.__ �� . .., �� , �,r;; �*t�-+S �H� 4 ��'''''� "" '3 •.�1"�.�f n._� 36�pN�.PREMOLUEB .��_,FP1!$HEO GRAOE t'(W;OELOW JOINT FILLEiI � ��" TOP OF CONCRETE S:fRFACE 2'-0' SiOEWAt1t ADJACENTTOCURB �._o. �, 0, MIN. —�SEECONTFAC� RW dNG 1R'QN)R(TYP.j CURB N071NC1U0E01N 8101TEM- �,2.Q& �� 15'A � .`��'. ,�m��,'�jt. . . 318�(�1 ��'+."�.7i"".._.�..�' BW06E OR PEOESTRNN PREMOIDEO WALL OR&RRRIER FLULIttG JOINT FIiLER I ADJACENT TO CURB � atinwea-s� sroEwux lstFEr Fl�E s�oaes '' COMflACTPLANS tSEECOMRACn WALLORBAAWER� ' ' � i.��M�,R{TYP.} .. . .. ..� f l J5 a � � CURH NOIINCLUOED IN BIO ITEM- L._ SIOEWAL3C 1 5'K 1– w., � t 111 � � a'^�- 1f2�i1 �:R VERTILALWALL- y!'IINIPR6MOtAED •'~' �'.�� ��*�j:i �...� SEE DETNL JOIN'i FLLER(fYP.� ��• ♦ M a..-.2..s+.i._! ADJACENT TO CURB AND RAIUNG OR WALL 37°prt�PRE�OEo JOINT FlLIER • SIOEWAIJ( BUFFERSTPoP �SE£CAMMCT) (SEE NOTE 10� �n.pN�q SIDEWALK ADJACENT TO WALL DETA3L � �� �g'� ISii,MfN CURB NOt INi.l.l10E01N B101TQM- 6 �...... ,� . r•!� t � • �;� l IEVEL .-� �r2�IIN}R. FM715HE0 GMDE 1'[N{BELOW TOP OF CONCfiETE - SURFACE POR PIANTING�FUJSH IF PAYEO • � b ��I� ..�.� A�,IACENT TO BUFFER STRIP ¢`'� � � ���a '•�'!�� ' d� BROOUED PINISH =--.�.�j,- '-L.}• '• "� 1"WIOE SAtOOTM �, �,.� y .� .'�� �... ' TROWELEDPERtMETEH �,r`jED EDGE DEI�AIL 1� t' � ERTENDSIOEWALKTiWt8VER5E A�.O� ���' `,� '�e� 10tNTS TO INCLUOE RAt3ED E1}GE G � '" r'""�-, �``� '; 4•.0' �� ���w�,� ., � �cFr+arcoecRerecuae -,1,..,� iCURBI�NDGIlTTER6HDWN.i �" , a.�"``„w,;.°'R>. �. .u� . , N6TINCLIIDEOINBWfTEM ,�•• '` � ' for NOTES see STD PLAN 104.2. � '' "� ����� ��: �,� Paved surfaces must comply wilh `°� �� � � � STD PLAN 102.'f as app6cabie � � ��- `, � ' `�,""- �`. � � are � t�e•To n� G .. ��'' � '``• ` *� �`' COKTMCTIQNJOIHT � � - �� piSIDEWAL)(OAiIY � � o . .. -. � .' .�.�_�. .�� �� �� ,�a�...�. �� '1",;� �EXPAN310N.lOIMINBOiIi ' :� •%�, r0��� .,• ' '��J�t0�: ,� -�,.`w .�� kti � �� . t� �` �� .. CUR8AN041QEWAIK{SE[STDlW/1011 � ' . � �Q . �..�• q . S/� �.: �.,�:. � � -r._... _.-s:._►'- �-� ...a.......w........J...,1' !..� � �'r ..�``~ JOINT AND FINISH �o���a 5 �~ OETAIL - ,E. EXPANSION JOINT +C)CONTRACTION JOINT %� � PUBLIC `YORKS CEMENT CONCRETE STD. PLAN - 102 '���i� DEPARTMENT SIDEWALK pP�� ��� 6rcga Zimmerman,Pubiic Works AdrniotstnWr � _ � � � DRIVEWAYS SHALL BE PAVED TO THE EDGE OF R4W PRIpR TO INSTALLATION OF TNE � ��`Sj,NGRQ� CONSTRUCTION ENTRANCE TO AVpID ,,,.�� DAMAGING OF ThiE ROADWAY IT I5 RECOMMENDED THAT THE R=25'MIN. �� ENTRANCE 6E CROWNED SO THAT RUNOFF DRA1N5 OFF THE PAD � ,Q7, ��i / INSTALL DRIVEWAY CUIVERT IF THERE IS A ROADSIDE�ITCH PRESENT,AS PER CITY ROAD STANDARDS 4'-8'OUARRY SPALLS �� GEOTEXTIIE � - �S� �5 `R 12'MIN.THICKNESS -�„ \,�_� PROVIDE FULI WIDTH OF NOTE$ � INGRESStEGRESS AREA 1. CONDITION OF USE 1.1. CONSTRUCTION ENTRANCE SHALL BE STABILIZED WHEREVER TRAFFIC WILL BE LEAVING A CONSTRUCTION SITE AND TRAVELING ON PAVED ROADS OR OTHER PAVED AREAS WlTHIN 1,000 FEET OF THE StTE. GRABTENSILESTREBNGTH(ASTMD4751� 200PSIMIN. GRAB TENSILE EtONGATION(ASTM D4632} 3096 MAX. MULLEN BURSTSTRENGTH ASTM0378fr80A QOQPSI MIN. A05(ASTM D4751) 20-45(U.S.STANDARD SIEVE SIZE 2. DESIGN AND INSTALLATION SPECIFICATiONS 2.1. HOG FUEL(WOOD BASED MULCH)MAY BE SU6STITUTED FOR OR COMBINED WITH QUARRY SPALLS fN ARES THAT WILL BOT BE USED FOR PERMANENT ROADS.HOG FUEL IS NOT RECOMMENDED FOR ENTRANCE STABILIZATION IN URBAN AREAS.THE INSPECTOR MAY AT ANY TIME REQUIRE THE USE OF QUARRY SPALLS IF THE HOG FUEL 15 NOT PREVENTING SEDIMENT FROM BEING TRACKED ONTO PAVEMENT OR IF THE HQG FUEL IS BEING CARRIED ONTO PAVEMENT. 2.2. FENCING SHALL BE INSTALLED AS NECESSARY TO RESTRICT TRAFFIC TO 7HE CONSTRUCTION ENTRANCE. 2.3. WHENEVER POSSIBLE,THE ENTRANCE SHAIL BE CONSTRUCTED ON A FIRM,COMPACTED SUBGRADE.THIS CAN SUBSTANTIALLY INCREASE THE EFFECTIVENESS OF THE PAD AND REOUCE THE NEED FOR MAINTENANCE. 3. MAINTENANCE STANDARDS 3.7. QUARRY SPALLS SHALL BE ADDEO IF THE PAD IS NO LONGER IN ACCORDANCE WITH THE SPECIFICATIONS. 3.2. IF THE ENTRANCE IS NOT PREVENTING SEDIMENT BEING TRACKED ONTO PAVEMENT,THEN ALTERNATIVE MEASURES TO KEEP THE STREETS FREE OF SEDIMENT SHALL BE USED.THIS MAY INCIUDE STREET SWEEPING,AN INCREASE IN THE DIMENSIONS OF THE ENTRANCE,OR THE INSTALLATION OF THE WHEEL WASH.IF WASHING IS USED,IT SHALL BE DONE ON AN AREA COVERED WITH CRUSHED ROCK,AND WASHED WATER SHRLL DRAIN TO A SEDIMENT TRAP OR POND. 3.3. ANY SEDiMENT THAT IS TRACKED ONTO PAVEMENT SHALL BE REMOVED IMMEDIATELY BY SWEEPING.THE SEDIMENT COLLECTED BY SWEEPING SHALL BE REMOVED OR STABILlZED ON SITE.THE PAVEMENT SHALL NOT BE CLEANED BY WASHING DOWN THE STREET, EXCEPT WHEN SWEEPING IS INEFFECTIVE AND THERE IS A THREAT TO PUBLIC SAFETY.IF IT NECESSARY TO WASH THE STREETS,A SMAL�SUMP MUST BE CONDUC7ED.THE SEDIMENT WOULD THEN BE WASHED INTO THE SUMP WHERE IT CAN BE CONTROLLED AND DISCHARGED APPROPRIATELY. 3.4. ANY QUARftY SPALLS THAT ARE LOOSENED FROM THE PAD AND END UP ON THE ROADWAY SHALL BE REMOVED IMMEDIATELY. 3.5. IF VEHICLES ARE ENTERING OR EXITING THE SITES AT POIWTS OTHER THAN THE CONSTRUCTION ENTRANCE(5),FENCING SHALL BE INSTALLED TO CONTROL TRAFFIC. -� � STD. PLAN — 215.10 ����1 PUBLIc wORKs i STABILI2ED +li J� DEPARTMENT CONSTRUCTION ENTRANCE FN,t� MARCH 2O0B 5'MAX. � DRAINAGE GRATE � TRIM � --- .__...�.. r GRATEFRAME m S ' o . e d 6 p SEDIMENT AND DEBRIS a �. OVERFLOW BYPA55 . v . -,�a-'s'^��.-iat p, r.;i„� •D o �'zF�h>;y BEIOW INLET GRATE DEVICE �`� FILTERED ( WATER I E i I il i ______.... _ � o . o i ' n ' e ; . . . j � p � • p � � p � � ' i SECTION VIEW ��, DRAlNAGE GRATE -RECTANGULAR GRATE SHOWN -RETRIEVAI SYSTEM{TYP.) i c_"z_...__..:. � ._�' _ '�'zy Q -�'=�.,..,' _�,+--`''J..� �-"` /� BELOW INLET GRATE DEVICE OVERFLOW BYPASS(7YP.) ISOMETRIC VIEW NOTES L Size the 8elow INet Grale Device(81GD)for the storm water strucWre Il wlil service. 2. The BIGD shall have a built-In high-8ow relief system(overfiow bypass). 3. The retrteval system must allow removai oi the BIGD without spilling the collected materiai. 4. PeAorm malntenance In accordance with Standard Speclflcation&01,3(15). Y ����`��.{, 3TD. PLAN — 216.30 �� �� PUBLtc woRKs CATCH BASIN FILTER 1 DEPARTMENT -___..___ ---- �N MARCH 2O08 A q i PLAN VIE� T _ wA�a � VALVE BOX �ID WITH EARS IN DIRECTION OF � 2" SQUARE WATER MAIN AND WORD OPERATING N�JT "WATER" CAST INTO IT 12" MIN. _ 18" MAX. 4° CONCRETE COLLAR FOR 12, VALVES IN PAVED AREAS 4-1/4" DIA. 1/8' MIN. THICKNESS SEE DETAiL `\� 2 PIECE CAST IRON VALVE 80X, RICH—SEATTLE TYPE OR OLYMPIC FOUNORY 1" STEEL LENGTH AS REQUIRED �./ 1/8" MIN. THICKNESS � 2-1/4" INSIDE MEASUREMENT , 2—t/4" DEPTH 6 f VALVE OPERATiNG NUT SECTION A—A EXTENSION �� V�V� OPERATION NUT EXTEN510N NOTE: `��4�- EXTENSIONS ARE REQUIRED WHEN VA�VE NUT / IS MORE THAN THREE (3) FEET BELOW 3�� FINISHED GRADE. EXTENSIONS ARt TO BE A 38" MIN. M'N{MUM OF ONE (1) FOOT LONG. ONLY ONE WIDTH EXTENS'ON TO BE USED PER VAI.VE. �VJH'��E POST NOTE: ALL EXTENSlQNS ARE TO BE MADE 62�� OF STEEL, S!ZED AS NQTED, AND FAINTED —I -1 W�TH TWO COATS 0� METAL PAINT. �_i�I t�l IG ,I-117�� �� =ill. 24�. VALVE MARKER N07ES: VALVE MARKERS SHALI BE EQUA� ?0 CARSONITE UTILITY MARKER VALVE MARKER POST TO BE USED FOR ALL VALVE MARKER PQST UAIN �INE VA�VES OUTSIDE PAV�D AREAS ��Y � ! ' PL'BLIC wORKS i VALVE BOX, MARKER 8� OPERATING �' p� — �a0.1 + � � E-- ----_.._._--_ . �__ DEPARTMEtiT NUT EXTENSION �'� o + � MARCH 2O10 � l l � . � \ � - �.. � �___.... .:••-. `� t 1-1/4' BEND 22-1/2' BEND 45' BEND , . " � 6, ,} . . . .. . �=e�j��� � CAP � � 90' BEND TEE THRUST BLOCK SEARING AREA IN SOUARE FEET (SEE NOTES) FOR HOR20NTAL AND DOWNWARO VERTICA� BENUS i 5�� FIRM SILT OR � � �� COMPACT SANO COMPACT SAND & CRAVEI ; FIRM SILTY SAND 90' 45'BENO 11 1/4' 90' 45'BEND 11 1/4' 90' 45'BENO � 11 1 J4' F1T11NG BEND TEE CAP OR P�UG k 22 1/2' BEND TEE CAP OR PLUG k 22 7/2' 9END TtiE CAP OR PLUG 6c 22 iJ2' BEND BENO BEND N 4" 7.0 4.2 4.2 1.7 2.9 2J 2.1 1.0 2.2 1.6 1.6 7.0 N 6 13.3 9.4 9.4 3.8 6.7 4.7 4.7 1.9 5.0 3.5 3.5 1.� w 8" 23.3 16.7 16.7 6J i1J 8.4 8.4 3.4 8.8 6.3 6.3 2.5 a i 2" 53.0 37.5 37.5 15.0 26.5 18.8 18.8 7.5 20.0 14.0 14.0 5.6 a AREAS CALCUTATED ON 300 PS� TEST PRESSURE. 3'-0" A11N. COVER FOR WATERMAIN LES$ TNAN 12'. 4'-0" MIN. COVER fOR WATERMAIN 12" OR GREATER. MAX. HEIGHT OF TNRUST BLOCK (FT) = 0.5 x DEPTH OF ?RENCH MIN. HElGHT OF THRUST BIOCK (FT) = O.D. PiPf' + 1.0' �� .._.._..�_..._ w........... __. _.... ��� �� //� � . �..�-�� �� ^�� _ �` � _ , ���. . , __--__ ��, ;� � 8 �• � � a . �. . % a ,� �` � , �,,i i e �8�� \ /V�,S� AREASREFER�TOETH� ........__.. ._..._......_y„r ���� fACE OF BI.00K MEASURED iN SOIJARf FEET -""�"-"'-"" NOTES: �. I.00ATiON AND SIZE OF BIOCKING fOR PIPE LARGER THAN 12"OIAMETER AN� fOR SOII TYPES DIFFERENi THAN SHOWN SHALI BE DE�ERMINED 6Y 1HE ENGkNEER. 2. ALL BLOCKING SHALL BE POURED �N PLACE AGA!NS7 UND+STURBED NAT�VE GROUND 3. AlL POURED iHRUST BLOCKS SHALL BE BACICF��ED AF1ER IAIN. 7 DAY, PRESSURE iEST1NG SHAIL OCCUR APTER CONCRETE HAS REACNED NOM�NA:. COMPRESSIVE STRENGiH. 4. ALL BIOCKING SHALI BE CONCRETE C: 5 (1-�/z') 5. BLOCKING AGAINST RT11NG5 SHALL BEAR AvA`�NST TiE GREATEST FRTTING SURFACE AREA POSSIBIE, BUT SHALL N0T COVER OR ENCl.OSE BELL ENDS, JO-NT BO�TS OR GLANDS REASONABIE ACCESS TO 80LTS AND GLANpS SHA�L 8E PRONDED. `�Y CONCRETE BLOCKING FOR STD. PLAN - 930.2 �'.•�� PUBLIC WORKS � i�`► * DEPARTMENT HORIZONTAL AND DOWNWARD ��'NT�� VERTICAL BENDS MARCH 2O10 SHACKLE ROL'5 i� TYCE A BLOCKING (fYP) R FOR ti i/s' & 22iJ2' VERTICAL BENDS VB 5 d l _--- _ z a W b OZ W � � � m y � = yal LL Y � U,� O O{/1 � mW � C� U Qv� O�� � W U K d Q� ' C7.7m �W �t/�4 L:.(�,7U � Q 2 TURNBUCKl.ES �� a ! F o �c� w 4� o Q Z o� w � � �p � ¢� ~U ��. SHREAE} 6" a. � � o cn n. � a Zv o �w i 4" 300 1 t i a 8 Z - 3/4 �B � 22i i 12 2+fa 4 _ - . - ---- ._ _ . __ ___ _.__ 6" 30Q 22i�2 �27 3�4 3/4 24 � � � � ° \j 8�� 300 22�� 2 43 3i- a/� 24 a 40 ° ��' llt a 64 4 t 4 a Q d a d d \,,� t 2" 300 22� z 125 5 � 36 a i / _—_ a c � __ �`'_ � , � Q . ,'� � R = INSIpf RADEt;S OF SHACKLE R0� BFNO o , d d ° � � w i o :\ o cn� Q .ti w � b C G '` � Q � ° c e n a � � i � ', o ` o SHACKLE RODS o °d a �j (TYP) — R C° � ° a a �r ! d / ' c `�\'�.� i R � a Q Q Q `�f _--- i 1 � a e � t ac a ... __ --- i —� �� S � 2 TURNBUCKLES ,r v TYPE A THREAD 6"— 0.19•S �1 t - — e � --__ �. a ° d c ,�\ ": Q �: d tl rj� Q d d d \. � n d �` O Q � \.�\ _ O a � �; � O �; G d A 4 ` W d � C Q �,. _...... _...__. ._._.___...�,__...._ .. ._...._....._..._. C �� a a � m TYPE B B�OCKING ° 4 ?� - � � FOR 45' VERTICAL BENDS ° e Ca ° r F�' ____ --- — VB d � N d � Q i 2 a � �4 a 6 f Z ' O w � p �'"p C� W J a d ,Q ��.,` � Z t11 ` � N �'' W N �"Y �j U^ �W [.1 n 4 p a f�� + Otn � � m� �U U a d;tn �w�n a a a . \ j Nc=i Qa i, �� �m p� Noc_zi oZ� a 4 d � Q d �� ', in� � ( �p pc� w o�Z =oZ n ° a d r/ y � � Z � f_U G d � �� f � � { > �QU � Q � a � � /1� I Z � � W a d Q. O O d .�! I 4 � 27� 3 ° d � �j�� j.._6� 300 � 45 64 4 3/4 20 a ° a p a /' . 1 _ o d °� a 4 a �.;'/,. 1 ^ t._. 3C a ___.-------____� i --- 5 TYPE 8 +� � PUBLIC WORKS CONCRETE BLO�INGS OR VERTICAL STD. PLAN — 330.3 �` DEPARTMENT N,� MARCH 2O10 TOP SECTION VIEW � Nar ro sc� h±e' _� b I e n m � �\^:,��������/'q\\�,��\'., • p sD � e \\/�\�1�,.,�[��`]�.cr.1_+. r'�..'i.r'�./�ti ',,...... _ b a s> i I � f D ----- e I ' -���a�i,��i�`��i, ° ����y������`i���'. ��������� � ����������� /\/�\/� • ����/��/% \�%\ e o• \��`\��� � /� . /��\�\/��\,/�\/).��'�/��///`/ ..����•f�'�\�_.._._"" ...__ __. .._......._.,.��ZT'C,'�/�y'�,,\ \/ . ����� /i�����!�� SIDE SEC110N VIEW � �.�/%�!/. ,��� 6' NaT io SCALE � NDI57URBED EAR7H� ��g•� "� 3'(IIN. 3/4'CORTfN CONTiNU0U5 0 �, THREAD RODS INSTALLED ' S1M11ETPoCALL�ARWND PIPE � • �, TO►(ATCH 80LT MOLES > a � ''�. (SEE 7ABLE BELO� � '� � D q j ___._.._....,._...._. ( �. /,\//\//\//\//\/��/�\._......_. s , ,\�f������%�_.,_. �i�����.�\�/���� Z p ��/���j /�� \\\r �� ' T��� OEADIAAN ANCHOR SCHE�U4E 3�� �^ � � > �D LINE Slg 'A' 'B' 'C' 'D' RODS 6 2'-0' i'—Q' 1'-6' 1'-0' 2 �9� 6� 8" 2'—�� 1�-6� ��-6� 1�-6� 2 10' 2'-6' 1'-6' 1'-6' 1'-6' 2 12' 2'-6' 2'-0' 1'—B' 1'-6' 4 "B• •�• �• iN. Aw �N. 16' 3'-0' 2'•5' 2'•0' 1'•6' 4 —� ♦ � /4 R�M AT 8'ON CENTER � I I ° O^0 Qjp�DARD NOOKS s D o � °e I i NOTES• U � � d ° 6 b � a . � t. CONCRETE SHALL 3000 P.5.1.READY INX POURED IN PUCE ( 2 REINFORCm BARS SHALL BE DEFORAIm BMS AND 71E0 � I I TOGE7HER. 3. FORAIWORK AT PACE OF ANCMOR WALL$AWST BE Q . b .... ..e. . ' BACKFlLL AT FACE OF ANCHOR WALL 11USf BE t PACiED TO e � 05X 1/AX ORY DENSITY B/�.SFD ASTIA D1657 PRIOR TO � e e e � e FEINSTATING SERVICE OF iHE WAIER 4AIN. � a _ ��__.a �J n P � � 9 e 4 e o , > s E��vAnav v��w NOT i0 SCALE �Y �� '` PUHLIC WORKS CONCRETE DEADMAN BLOCK STD PLAN - 330.4 � �•`,� DEPARTMENT NSARCH 2O16 �'(VT� D c�ty of tY U� �� � � � , O �',t,N.�O$ CONSTRUCTION PLANS Reduced 11 x 17 CITY OF RENTON SUNSET COMMUNITY LOW IMPACT DEVELOPMENT RETROFIT GREEN CONNECTI4N : HARRINGTON AVENUE NE PHASE II B ETW E E N N E 8T H P L AN D N E 7T H ST 2 017 LIST OF DRAWINGS 1 G-1 COVER SHEET 2 G-2 ABBREVIATIONS/LEGEND/GENERAL NOTES 3 G-3 SURVEY CONTROL/NOTES 4 G-4 TESC GENERAL NOTES 5 C-1 SITE PREPARATION AND TESC P�AN FUNDED IN PART BY THE WASHINGTON STATE DEPARTMENT OF ECOLOGY 6 c-2 SITEPLAN 7 C-3 DRAINAGE PROFILE 8- 10 C-4-C-6 DETAILS 11 C-7 TYPICAL ROADWAY SECTION 12- 13 C-8-C-9 PAVING PLAN Mq�' Greek 14- 15 C-10-C-11 PAVING DETAILS N 3oTH sT ��� WPY 16- 18 C-12-C-14 INTERSECTION DETAILS z T 24 N ��� gSjN 19 L-1 PLANTING PLAN ?�� 5� 20-21 L-2-L-3 PLANTING SCHEDULE, NOTES&DETAILS T 23 N � rvE 2�rH sr �� 22-23 W-1 -W-2 WATER PLAN -- �� 24 W-3 WATER PLAN GENERAL NOTES / �� �'ms� — w . � � W Z ' z 1 �--;----�I____, �_. o� �`, � � z NE i 2rH sr ( �'T�i l ; • ��,�JI i �� i,.i i.� „"+ I �- � \ � �.� � a Q N l_� ��};r--�–' f ��,�L' I _ �� • 1-1 \ � N� w � rv+�i'�f�y�������� � �; S Z � ��� /// / ��� Z w w � / � � z o �_ � � � o �.�� � � / � o � �, �� �� Q � a � ��1, � / i �' � � � �� � �, � i� �- ,��;�,(� a NE 16TH ST � �!` �1J�, F � � � � ��` � - y � gLVD � �,; Yl'�y ,`� �_ \ • �t� ,r�., ~--, ��/ + � � � _ � � 4B5 z J� _�� � < > � `� � J'-- , • � r� a NE 12TH ST �}H� _ � � � ' 1��/�"_ - z �--i s � � /� l � � G� �.^ �R �PR� ��Q z . � w 9 —� � Ji�,�_ , -� NE � � Z � � — � �___ � z t-...; _ � � � o� Q O J`J � w ��%^ Z., t � � �.�� � � i � � 90J0�� ro 8 NE x � � a �-= t SET �; � �`�1 ° o ' - � � _ ;� �7_� � a � o PROJECT � w z � �, 9m0 w NE to z . � � 'I{ _ LOCATION �, s �> ��,z� z Z, Z a .' n � � �� __ z o m a�=o ¢ _ I �, � �, �m� z PROJECT —C-1 �� _t �" � w � w LOCATION � �� • /_ q = _ � STH ST z Q z a =l�_ � � � ♦ Z � l�F c NE ��N �-�.j�t E _ � � z z z ➢ >rNx Sj � ; --- V7 w p i — ;� LOCATION MAP VICINITY MAP SITE PLAN SHEET LAYOUT � NOT 70 SIALE NOT TO SCALE NOi TO SCALE Q7,i�W�h' G,� E ,� h � � � RecoMnneNoeo "�" ��ns N�1Eo "°�"°' i• ,_ �;I j Y O� HARRINGTON AVENUE NE PHASE II M os os n FOR APPROVAL yp� �� J.STICK �� �, B0°"� i1i�� ev �' "lJ °""'"�.wi�soN =�` RENTON SUNSET COMMUNITY-GREEN CONNECTION oaK f � 1 se Br � � � •ma.cr+uNc �� � ai�n�;�,g/Bund�ng/PubGc Works Dept. C�VER SHEET �Ci—� � � N0. REVISION BY DATE APPR """LO"0N0L E�T- � ��D.ATCHISON 1 �24 �EGEND ABBREVIATIONS GENERA� NOTES NOTES EXISTING PROPOSED DESCRIPTION AP ANG�E POINT 1. ALL WORK SHALL BE PERFORMED IN ACCORDANCE WITH STATE, LOCAL AND FEDERAL PERMITS. 1. ALL SIGNS SHALL BE MOUNTED ON NEW POSTS UNLESS OTHERWISE APPROX APPROXIMATE SPECIFIED. 2. ALL WORK AND MATERIALS SHAL� BE IN ACCORDANCE WITH THE CITY OF RENTON STANDARDS RIGHT OF WAY BLDG BUILDING AND SPECIFICATIONS AND WASHINGTON STATE DEPARTMENT OF TRANSPORTATION "STANDARD 2.BOTTOM OF LOWEST SIGN SHALL BE AT LEAST 7.0' ABOVE FINISH GKAUE. -- - -- EASEMENT BOT BOTTOM SPECIFICATIONS FOR ROAD, BRIDGF, AND MUMCIPAL CONSTRUCTION," 2016 AND AS AMENDED FOR 2 OR MORE SIGNS, BOTTOM OF LOWEST SIGN SHALL BE AT LEAST BY CITY OF RENTON SUPPLEMENTAL SPECIFICATIONS AND THE CONTRACT SPECIAL PROVISIONS. 6.0' ABOVE FINISH GRADE - '_ - CONTOUR INTERVAL CB CATCH BASIN CONTOUR INDEX CPEP CORRUGATED POLYETHYLENE PIPE 3. ALL WORK WITHIN THE SITE SHALL BE SUBJECT TO THE WSPECTION OF THE CITY ENGINEER 3. SIGNS SHOULD BE MOUNTED ON POST IN A WAY THAT THE OUTSIDE EDGE � CENTER LINE OR DESIGNATED REPRESENTATNE. SHALL BE AT LEAST 24" FROM THE PROJECTION OF THE FACE OF CURB. BUILDING EDGE CMP CORRUGATED METAL PIPE BUILDING OVERHANG COM COMMON 4. PRIOR TO BEGINNING CONSTRUCTION, THE CONTRACTOR SHALL MEET WITH THE CITY ENGINEER 4. PAINTING. THE FACE AND EDGES OF THE 1/2 WCH PLYWOOD SIGN BOARD COMM COMMUNICATION FOR A PRE-CONSTRUCTION MEETING. --- -- -- -- EDGE OF PAVEMENT COMP COMPACTED SHALL HAVE ONE PRIME COAT AND TWO COATS OF EXTERIOR ENAMEL. CONC CONCRETE 5. A COPY OF THESE APPROVED PLANS AND PROJECT SPECIFICATIONS MUST BE ON THE SITE THE POSTS, BRACES AND BACK OF SIGN BOARD SHALL HAVE ONE COAT - - - - - LANE LWE CTRL CONTROL WHENEVER CONSTRUCTION IS IN PROGRESS. OF PRIMER AND EXTERIOR ENAMEL THE BACKGROUND COLOR IS WHITE. -- c ----- � FENCE LWE CSBC CRUSHED SURFACING BASE COURSE 5. LETTER TYPES. THE LETTER TYPE SHALL BE SOLID HELVETICA MEDIUM -- - FENCE LWE 6. PRIOR TO ANY SITE CONSTRUCTION THAT INCLUDES CLEARING OR GRADING, THE SITE EXCEPT THE LOGO WHICH WI�L BE PROVIDED BY THE CITY. ALL LETTERS DEPT. DEPARTMENT CONSTRUCTION LIMITS SHALL BE LOCATED AND IDENTIFIED BY THE CONTRACTOR'S PROJECT AND NUMBERS WILL BE BIACK. ` �" _ � � ^ ^ RETAINING WALL DIA DIAMETER SURVEYOR AND APPROVED BY THE CITY. A - UNDERGROUND CABLE-N LWE D/W DRIVEWAY 6. LETTER SIZE. 4° LETTERS ARE 1/2" WIDE; 3" LETTERS ARE 3/8" WIDE; -"----�'"���"""" DWG DRAWING 7. TEMPORARY EROSION AND SEDIMENT CONTROL FACILITIES SHALL BE CONSTRUCTED PRIOR TO �, __ �_ „ __ UNDERGROUND COMMUNICATION LWE ANY GRADWG OR EXTENSNE LAND CLEARING IN ACCORDANCE WITH APPROVED TEMPORARY � LETTERS ARE 1/4" WIDE. -----P--- OVERHEAD ELECTRICAL LINE E EASTING EROSION AND SEDIMENT CONTROL PLAN. THESE FACILITIES MUST BE SATISFACTORY MAINTAWED E�EC ELECTRICAL UNTIL CONSTRUCTION AND LANDSCAPING IS COMPLETED AND THE POTENTIAL FOR ON-SITE -- - ----- - �_- UNDERGROUND ELECTRICAL LINE ELEV/EL ELEVATION EROSION HAS PASSED. EOP EDGE OF PAVEMENT --80 -----�r- UNDERGROUND FIBER OPTIC LINE ESC EROSION AND SEDIMENTATION CONTROL g. PUBLIC STREETS SHALL BE CLEANED ONCE PER DAY OR AS DIRECTED BY THE CITY. y�z -----c -- UNDERGROUND NATURAL GAS LINE EXIST/EX EXISTING FLUSHING STREETS WITH WATER WILL NOT BE AL�OWED. $U�52�CINIIR1Ufllfy LOW ImPaCt D2VCIOpmCOf RB�fOFf G�2e� COM2Cj10�: --- —� UNDERGROUND SANITARY SEWER LINE FT FEET 9. LOCATIONS OF EXISTING UTILITIES ARE APPROXIMATE THE CONTRACTOR SHALL BE HOffI09f00 AVCfl�2 NE - -so UNDERGROUND STORM DRAIN LINE RESPONSIBLE FOR VERIFYING THE LOCATIONS OF EXISTING UTILITIES PRIOR TO CONSTRUCTION. 1��C4LOG 1�II5(1fOJ�Cf IS(unded ifl Odff by lhe �- . ,� UNDERGROUND WATER LINE GALV GALVANIZED UTILITIES SHOWN ARE FOR THE PURPOSE OF ASSISTING THE CONTRACTOR W LOCATING SAID WOSI1109�00 S�Ot2 DepOfff1120I 0(ECOIO9y � ` GPS GLOBAL POSITIONING SYSTEM UTILITIES. CONTRACTOR SHALL CONTACT UNDERGROUND UTILITIES LOCATION CENTER FUt�aG: CONTROL POINT (MISCELLANEOUS) GV GATE VALVE (1-800-424-5555) 48 HOURS PRIOR TO BEGINNWG OF CONSTRUCTION AND OBTAIN ON-SITE DEPARTMENT OF ECOLOGY GRANT: ffi675,000 q' " UTILITY LOCATIONS. CITY OF RENTON SURFACE WATER UTILITY SHARE: $225000 CONTROL POWT (OTHER) HORIZ HORIZONTAL TOTAL: $900,000 GATE POST 10. CGNTRACTOR SHALL COMPLY WITH ALL OTHER NECESSARY PERMITS AND REQUIREMENTS BY PRO]ECT MANAGER:BETH TAN,425-430-7247,Blan�rentonxa.gov ID INSIDE DIAMETER THE CITY OF RENTON. SEE APPROVED PERMITS AND PERMIT REQUIREMENTS IN PROJECT SPECIAL CON51'RUCTION CONTRACT AMOUNT:(awarded anieunt) -�� � SINGLE POST SIGN IE INVERT E�EVATION PROVISIONS. SCHEDUI.E (m�nth/y ar to month/year) - DOUBLE POST SIGN LF LWEAL FOOT 1L CONTRACTOR SHALL BE RESPONSIBLE FOR PREPARATION OF TRAFFIC CONTROL PIANS. CONTRACTOR � MAILBOX LP LOW POINT SHAL� SUBMIT PLANS TO ENGINEER FOR APPROVAL PRIOR TO IMPLEMENTATION. 1'0"-� 4'x8'1/2"EXTERIOR PLYWOOD BOREHOLE LT LEFT, LIGHTING JUNCTION BOX (SMOOTH BOTH SIDES,ABX) 12. DRAINAGE STRUCTURES AND RELATED DETAILS SHALL CONFORM TO CITY OF RENTON STANDARD 2"X4"DIAGONALBRACE COMMUNICATION MANHOLE MAX MAXIMUM DETAILS. DF STD&BTR,TYP �'�"ABOVE ROADWAY SANITARY SEWER MANHOLE M N MINNMUME 13. FOR CATCH BASIN AT THE CURB, THE OFFSETS SHOWN ON PLANS ARE TO THE FACE OF CURB. 4"X4"X12'VERTICAL POSTS (MIN) _ o STORM DRAIN CATCH BASIN MISC. MISCELLANEOUS FOR STRUCTURES AT THE BIORETENTION SWALE, THE OFFSETS ARE TO THE CENTER OF GRATE. TREATED,TYP MON. MONUMENT O S70RM DRAIN MANHOLE OR 14. ALL PIPE TRENCH BACKFILL SHALL BE IMPGRTED TRENCH BACKFILL UNLESS THE NATNE SOIL IS i � � CATCH BASIN TYPE 2 N NORTHING SUITABLE FOR BACKFILL AND APPROVED BY THE ENGWEER. i � NAVD NORTH AMERICAN VERTICAL DATUM i COMMUNICATION UTILITY PEDESTAL NGVD NATIONAL GEODETIC VERTICAL DATUM 15. FOR STORM DRAIN CROSSING OF UTILITIES WHERE THERE IS LESS THAN 1'-0" VERTICA� � '� ` GUY ANCHGR N0. NUMBER CLEARANCE BETWEEN PIPES, PLACE 1' X 1' X 4" STYRENE FORM BETWEEN PIPES. 3'0" GUY POLE NTS NOT TO SCALE 16. BEDDING FOR STORM SEWER PIPE SHALL BE PER CITY OF RENTON STANDARD PLAN 220.00 >= LIGHT POLE WITH ONE ARM OC ON CENTER "PIPE COMPACTION DESIGN AND BACKFILL°. - POWER POLE OHW ORDINARY HIGH WATER 17. ABANDON OR REMOVE EXISTING WATER LINE AFTER THE NEW WATER LINE IS INSTALLED AND IN SERVICE. --'-- - LIGHT POLE WITH NO ARM PC POINT OF CURVATURE � PROP PROPOSED PROJECT SIGN � ELECTRICAL JUNCTION BOX PT POINT OF TERMINA� :�-- E�E�TR'�^� P^"E� BOX R RAoi�s S ECTI 0�l I N D I CATO R D ETAI� I N D I CATO R D ETAI L � ._ FBER JUNCTION BOX REF REFERENCE NTS TYP - GAS VALVE REWF REINFORCEMENT DRAWING ON WHICH SECTION IS CUT (C-1): DRAWING ON WHICH DETAIL IS REFERENCED (C-1): CATCH BASIN ROW RIGHT OF WAY RT RIGHT TRAFFIC JUNCTION BOX SECTION LETTER DETAIL NUMBER P �- FIRE HYGRANT SD STORM DRAIN � � � ; SDCB STORM DRAIN CATCH BASIN C_5 C-5 - FIRE DEPARTMENT CONNECTOR SDMH STORM DRAIN MANHOLE DRAWING REFERENCE NUMBER WATER VALVE PIV SS SANITARY SEWER ON WHICH SECTION APPEARS ONAWIH CHR DE AEN APPEARSER STA STATION i �� WATER VALVE STD STANDARD . � WATER METER T TOWNSHIP DRAWING ON WHICH SECTION APPEARS (C-5): DRAWING ON WHICH DETAIL IS APPEARS (C-5): TREE TJB TELEPHONE JUNCTION BOX I M TESC TEMPORARY EROSION AND SEDIMENT CONTROL SECTION SECTION LETTER DETAIL �DETAIL NUMBER BUSH TYP TYPICAL A 1 � STUMP UTIL UTILITY SCALE �-� SCALE C-1 � o WATER PRESSURE REDUCTION VALVE UNDGND UNDERGROUND E � REDUCER DRAWING REFERENCE DRAWING REFERENCE VERT VERTICAL NUMBER ON WHICH NUMBER ON WHICH � W WATER LWE SECTION IS CUT DErAIL IS REFERENCED WM WATER METER DRAINAGE STRUCTURE ID: 'i WSDOT WASHINGTON STATE DEPT. OF TRANSPORTATION X-Y y VJ��L iNA��E�=� �J��FACE ELEVATION �DRAINAGE STRUCTURE ID a WV VALVE �y�� � SITE PLAN SHEET NUMBER E �� �'N/n �`- �^�� �^� o5/OS/2o�7 " ( �REGOMMENDED � �,,,,�, N�A ,., �� t� CI TY OF FOR naaRova� � � sncK � 9 � HARRINGTON AVENUE NE PHASE II II�I ■III�III�• f av i Yl """"'�.wi�soN � `° R EN TON SUNSET COMMUNITY-GREEN CONNECTION `m� t � 1 JM m 6 eV � � "R.cHUNc � ^*^+_�� `� 'i=����n9/�u�id��9/P�b�ic works oept ABBREVIATIONS 1 LEGEND 1 GENERAL NOTES G-2 r � N0. REVISION BY OATE APPR � �`"""`°"°'N0L° "'- � ���D.nTCHisON \� 2 �24 F�ORIZONTAL AND �ERTICA� CONTRO� RIGHT OF WA'�' RE�ERENCES PD�NT �� NQRTH�NG EAST�NCi ELEV DESCRIPTIONS 1. PLAT OF RENTON HIGHLANDS, VOL 046/034, REC. NG. 19490415�893039 CH2O2 183143.207 1306731.897 296.084 SET PK NAIL, 16' S. OF CL INTX FOR NE 7TH ST & FERNDALE PL NE 2 CORRECTED PLAT OF RENTON HIGHLANDS N0. 2, VOL 057/092, REC. N0. 195608084719044 CH2O3 183106.613 1307112.277 302.323 FND 2" BRASS CAP, IN MON CASE, CHISE�ED "+", CL INTX FOR NE 7TH ST & HARRINGTON AVE NE CH2O4 183757.807 1307123.623 312072 FND TACK IN LEAD, IN MON CASE (DN +/- 1.0'), CL WTX FGR HARRINGTON AVE NE & NE 8TH PL 3. PLAT OF FAIRVIEW TERRACE, VOL 060/065, REC. NG. 195807304927153 CH2O5 184136.465 1307130.531 319.423 FND 2" BRASS CAP, IN MON CASE, WITH PUNCH MARK, CL INTX FOR HARRINGTON AVE NE & NE 9TH ST 4. RECORD OF SURVEY, VOL 004/033, REC. N0. 7502250403 CH2O6 184631.978 1307152.623 331.097 SET PK NAIL, 12' E. OF CL FOR HARRINGTON AVE NE � S. END OF DRIVEWAY ENTRANCE TO KFC RESTAURANT 5. RECORD OF SURVEY, VOL 086/251, REC. N0. 9204309015 IS17164 183800.138 1306144.409 285.118 FND 3/8" COPPER PLUG W/PUNCH, SET W CONC, IN MON CASE & COVER (DN +/- 1.1') 400' N. OF NE 7TH ST, OPPOSITE HOUSE � 800 EDMONDS AVE 6. RECORD OF SURVEY, VOL 158/239-239A, REC. N0. 20030319900005 7. RECORD OF SURVEY, VOL 161/142, REC. N0. 20030714900002 8. RECORD OF SURVEY, VOL 161/143, REC. N0. 20030714900003 9. RECORD OF SURVEY, VOL 239/127, REC. N0. 20080123900006 10. RECORD OF SURVEY, VOL 185/180-181, REC. N0. 20050422900002 11. RECORD OF SURVEY, VOL 236/100, REC. N0. 20071203900009 SURVE�/ C�NTR�L NOTES. 12 RECORD OF SURVEY, VOL 246/234, REC. N0. 20080513900002 1. HORIZONTAL DATUM IS NAD 83/91. HORIZONTAL COORDINATES SHOWN HEREIN ARE WASHWGTON STATE PLANE COORDINATE SYSTEM, 13. RECORD OF SURVEY, VOL 257/279-280, REC. N0. 20081217900012 NORTH ZONE, U.S. SURVEY FEET. 14. KING COUNTY ASSESSOR'S MAP, NW 09-23-G5 2. VERTICAL DATUM IS NAVD88, FEET. PROJECT BENCHMARK: "IS17164", FND 3/8" COPPER PLUG W/PUNCH, SET W CONC, IN MON 15. KING COUNTY ASSESSOR'S MAP, SW 09-23-05 CASE & COVER (DN +/- 1.1') 400' N. OF NE 7TH ST, OPPOSITE HOUSE � 800 EDMONDS AVE, EL=285.118'. 3. SURVEY CONTROL AS SHOWN HEREON, IS FOR CONSTRUCTION PURPOSES ONLY. CH2M HILL HOLDS ALL BACKGROUND DATA AND RECORDS USED IN CA�CULATIONS FOR ROADWAY CENTERLINES, CONSTRUCTION CENTERLWES, AND DERIVATION OF VALUES FOR LISTED SURVEY CONTROL POINTS, AS LISTED IN THIS PIAN SET. NO OTHER ACCURACIES OR RENDERINGS OF BOUNDARY OR RGADWAY DATA IS IMPUED OR PGRTRAYED, AND IS NOT COVERED UNDER THE CURRENT CONTRACT FOR THIS WORK. 4. NOT ALL ROADWAY MONUMENTATION MAY FIT EXACTLY WITH THE CALCULATED RENDERINGS OF ROADWAY AND/OR CONSTRUCTION CENTERLINES. IN THESE CASES THE DIMENSIONS FROM WHICH IT IS ESTIMATED THAT THEIR POSITIONS DIFFER FROM CALCULATED ARE SHOWN ON INDIVIDUAL SHEETS HEREIN. 5. NOT ALL SURVEY CONTROL POINTS SHOWN HEREIN ARE PERMANENT IN NATURE. THEY ARE SHOWN IN THIS MANNER TO ASSIST WITH INTERVISIBI�ITY FOR CONSTRUCTION PURPOSES. 6. IT WILL BE THE RESPONSIBILITY OF THE CONTRACTOR TO PRESERVE ALL EXISTING RIGHT OF WAY MONUMENTATION, AS SHOWN ON THE INDIVIDUAL SHEETS. IN ACCORDANCE WITH RCW 58.24.040(8), NO CADASTRAL OR GEODEfIC SURVEY MONUMENT MAY BE DISTURBED WITHOUT A VALID PERMIT TO REMOVE OR DESTROY A SURVEY MONUMENT, ISSUED BY THE WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES. PERMIT APPLICATIONS CAN BE OBTAWED BY CA�LING THE PUBLIC LAND SURVEY OFFICE AT (360) 902-1194. THE PERMIT APPLICATION MUST BE STAMPED BY A REGISTERED WASHINGTON STATE LAND SURVEYOR. SEE SPEC PRovisioN ,-o�.s. H LINE: CONSTRUCTION CENTER�INE A�IGNMENT 7. BASIS OF BEARING: CENTERLWE FOR HARRINGTON AVE NE: S 01'00'S6"W. - ---- --- 8. BASIS OF POSITION: FND MIC, CL INTX FOR NE 9TH ST & HARRINGTON AVE NE. COORDINATES CURVE DATA g. FiE�o SURVEY PERFORMEo FEe, zoi4. coNTouR iNTERVA�: i FooT. CURVE N0. DESCRIPTION STATION NORTHING EASTING DELTA RADIUS TANGENT LENGTH POB 133+07.15 184602.126 1307138J84 P 0 E 1 52.22.62 182686.959 1 307104.838 � i � n � i _I E i �i � �.+�w�u � E � �� g6 f su G.eRGOKS � ^uw OS/OS/ZO1J I�RECOMMENDED I �� AS NGTED ""'" 1°91 ti � C I T Y O� FOR nPaRovn� � � G. BROOKS ' HARRWGTON AVENUE NE PHASE II "'°�°°' s III��I�• � ev �� °�"""'�.wi�soN � v ;; =LL R EN TON SUNSET COMMUNITY-GREEN CONNECTION . m s I gY o� �`�c ROYAK �� Piai;����/e��id�,�q/P�br� works oePt. SURVEY CONTROL/NOTES �G-3 r L NO. REVISION BY OATE APPR � """"COAqN"" �--.� "'. � G. BROOKS 3 a24 TEMPORARY__EROSION/SEDJMENT CONTROL (TESC) GENERA� NOTES___ _ _ _ _ __ _ _ _ __ __ _ __ __ _ ___ __ ____ GENERAL REQUIREMENTS BMPs INSTALLATION, MAINTENANCE, AND DISCHARGES BMPs WSTALLATION, MAWTENANCE, AND DISCHARGES (CONTINUED) 1. THE ESC FACILITIES SHOWN ON THIS PLAN MUST BE CONSTRUCTED PRIOR TO OR IN 1. INLET PROTECTION SHALL BE INSTALLED IN ANY ROAD OR PARKING LOT DRAINAGE 12. IF ANY PART(S) OF THE CLEARING LIMIT BOUNDARY OR TEMPORARY EROSION/SED�MEN7q?i0N CONJUNCTION WITH ALL CLEARING AND GRADING ACTIVITIES IN SUCH A MANNER AS SYSTEM WLETS, EXISTING OR NEWLY INSTALLED, WHICH ARE LIKELY TO RECEIVE CONTROL MEASURE(S) IS/ARE DAMAGED, IT SHALL BE REPAIRED IMMEDIATELY. TO ENSURE THAT SEDIMENT— LADEN WATER DOES NOT ENTER THE DRAINAGE RUNOFF FROM THE DISTURBED AREAS DURING CONSTRUCTION. INLET PROTECTION SYSTEM OR VIOLATE APPLICABLE WATER QUALITY STANDARDS. WHEREVER POSSBLE, SHOWN ON THE TESC PIANS ARE APPROXIMATE LOCATIONS. THE CONTRACTOR SHALL 13. ALL PROPERTIES ADJACENT TO THE PROJECT SITE SHALL BE PROTECTED FROM SEDIMENT MAINTAIN NATURAL VEGETATION FOR SILT CONTROL. ADD INLET PROTECTION AS NECESSARY TO A�L CATCH BASWS THAT RECENE STORM DEPOSITION AND RUNOFF. WATER RUNOFF WITHIN THE PROJECT AREA AND THAT MAY OR MAY NOT BE SHOWN ON 2 THE ESC FACILITIES SHOWN ON THIS PLAN ARE THE MINIMUM REQUIREMENTS FOR THE TESC PLANS. 14. DO NOT FLUSH CONCRETE 8Y—PRODUCTS INTO THE STORM ANTICIPATED SITE CONDITIONS. DURING THE CONSTRUCTION PERIOD, THESE ESC DRAINAGE SYSTEM. IF EXPOSED AGGREGATE 6 FLUSHED �NTO THE STORM SYSTEM, IT COULD FACILITIES SHA�L BE UPGRADED (EG., ADDITIONAL SUMPS, RELOCATION OF HIGH 2. AT NO TIME SHALL MORE THAN 1 FOOT OF SEDIMENT BE ALLOWED TO ACCUMULATE MEAN RE—CLEANING THE ENTiRE DOWNSTREAM STORM SYS7EM. OR POSSIBLv RE—LAYING VISIBILITY FENCE AND ADDITIONAL BERMS, ETC.) AS NEEDED FOR UNEXPECTED WITHIN A CATCH BASIN. ALL CATCH BASWS AND CONVEYANCE �WES SHALL BE THE STORM LWE. STORM EVENTS. ADDITIONALLY, MORE ESC FACILITIES MAY BE REQUIRED TO CLEANED AT THE COMPLETION OF THE PROJECT. THE CLEANING OPERATION SHALL ENSURE COMPLETE SILTATION CONTROL THEREFORE, DURING THE COURSE OF NOT FLUSH SEDIMENT—LADEN WATER INTO THE DOWNSTREAM SYSTEM. 15. THE CONTRACTOR SHALL NOT DiSCHARGE TURBID WATER GENERATED FROM CONSTRUCTiON CONSTRUCTION IT SHALL BE THE OBLIGATION AND RESPONSIBILITY OF THE CONTRACTOR ACTIVITIES, DIRECTLY TO ANY STREAMS, STORM WATER SYSTEM WLETS, OR DRAINAGE DITCHES TO ADDRESS ANY NEW CONDITIONS THAT MAY BE CREATED BY HIS ACTIVITIES AND TO 3. THE CONTRACTOR SHALL NOT CONVEY RUNOFF TO THE BIORETENTION SWALE GRADING IN ACCORDANCE WITH THE GENERAL PERMIT. PROVIDE ADDITIONAL FACILITIES OVER AND ABOVE THE MINIMUM REQUIREMENTS AS MAY UNTIL THE PROJECT SITE DRAINING TO THE BIORETENTION AREA HAS BEEN STABILIZED BE NEEDED. AND AUTHORIZATION IS GNEN BY THE ENGINEER. PRIOR TO THE AREA BEING 16. THE CONTRACTOR SHALL NOT DISCHARGE ANY CLEANING SOLVENTS OR CHEMICALS UTILIZED STABILIZED AND BIORETENTION SWALES BEING PLANTED, RUNOFF SNALL BE PREVENTED FOR TOOL OR EQUIPMENT CLEANING TO THE GROUND. REFUELWG OF EQUIPMENT SHA�L BE 3. THE ESC FACILITIES SHALL BE INSPECTED BY THE PERMITTEE/CONTRACTOR DAILY FROM ENTERING THE BIORETENTION SWALES. CONDUCTED AWAY FROM THE DRAINAGE FAGLITIES AND DONE IN SUCH A MANNER AS TO DURING NON—RAINFAL� PERIODS, EVERY HOUR (WORKING HOURS) OR EVERY EIGHT PREVENT SPILLS FROM ENTERING THE GROUNDWATER OR WATER BODIES (INCLUDING WEiLANDS). HOURS (NON—WORKING HOURS) DURING A RAWFALL EVENT AND AT THE END OF 4. ALL DENUDED SOILS MUST BE STABILIZED WITN AN APPROVED TESC METHOD SPILLS SHOULD BE PREVENTED FROM HITTING THE GROUND PER CSWPPP. EVERY RAWFALL, AND MAINTAINED AS NECESSARY TO ENSURE THEIR CONTINUED (E.G. SEEDING, MULCHWG, PLASTIC COVERING, CRUSHED ROCK) WITHW THE FOLLOWING FUNCTIONING. IN ADDITION, TEMPORARY SILTATION PONDS AND ALL TEMPGRARY TIMELINES: U. THE CONTRACTOR SHALL SET ASIDE A SEPARATE AREA FOR THE WASH—OUT OF CONSTRUCTION SILTATION CONTROLS SHALL BE MAINTAWED IN A SATISFACTORY CONDITION UNTIL SUCH A. MAY t TO SEPTEMBER 30 — SOILS MUST BE STABILIZED WITHIN 7 DAYS OF EQUIPMENT AND TOOLS. TIME THAT CLEARING AND/OR CONSTRUCTION IS COMPLETED, PERMANENT DRAINAGE GRADWG. FACILITIES ARE OPERATIONAL, AND THE POTENTIAL FOR EROSION HAS PASSED. B. OCTOBER t TO APRIL 30 — SOILS MUST BE STABILIZED WITHIN 2 DAYS OF 18. THE CONTRACTOR SHALL PROPERLY DISPOSE OF ALL CONSTRUCTION DEBRIS IN AN APPROVED WRITTEN RECORDS SHALL BE KEPT DOCUMENTING THE REVIEWS OF THE ESC GRAOING. AND PERMITTED IANDFILL FACILITY. FACI�ITIES. C. STABILIZE SOILS AT THE END OF THE WORKDAY PRIOR TO A WEEKEND, � HOUDAY, OR PREDICTED RAIN EVENT. 19. CONTRACTOR SHALL VERIFY THE FEASIBILIlY, OBTAIN AN INDUSTRIAL WASTE DISCHARGE 4. THE ESC FACILITIES ON INACTIVE SITES SHALL BE INSPECTED AND MAWTAINED AUTHORIZATION PERMIT AND SEEK APPROVA� FROM THE CITY OF RENTON UTILITY DISTRICT A MINIMUM OF ONCE A MONTH OR WITHIN 48 HOURS FOLLOWING A STORM EVENL 5. WHERE SEEDING FOR TEMPORARY EROSION CONTROL IS USED, FAST GERMINATING PRIOR TO DISCHARGE OF ANY CONSTRUCTION RUNOFF TO THE SANITARv SEwER. GRASSES SHALL BE APPLIED AT AN APPRGPRIATE RATE (EXAMPLE: ANNUAL OR 5. THE ENGWEER HAS THE AUTHORITY TO HALT CONSTRUCTION IF EROSION CONTROLS PERENNIAL RYE APPLIED AT APPROXIMATELY 80 POUNDS PER ACRE). ARE NOT MAINTAINED PROPERLY OR IF A VIOLATION HAS NOT BEEN CORRECTED. SEQUENCE OF CONSTRUCTION THE CONTRACTOR SHALL BEAR ALL RISK AND ALL COSTS OF ANY WORK DELAYS 6. WHERE STRAW MULCH IS USED FOR TEMPORARY EROSION CONTROL, IT SHALL BE THE TYPICAL CONSTRUCTION SEQUENCE SHALL BE AS FOLLOWS CAUSED 8Y THESE ACTIONS. APPLIED AT A MINIMUM THICKNESS OF 2", AND BE CERTIFIED WEED FREE. A. CONDUCT PRE—CONSTRUCTION MEETING. 7. ALL WORK AND MATERIALS SHALL BE IN ACCORDANCE WITH CITY OF RENTON B. POS7 SIGN WITH NAME AND PHONE NUMBER OF TESC SUFERVISOR. STANDARDS AND SPECIFICATIONS. 8. THE ESC FACILITIES SHALL BE CONSTRUCTED IN ACCORDANCE WITH THE DETAILS ON C. INSTALL CATCH BASIN IN�ET PROTECTION. THE APPROVED PLANS. LOCATIONS MAY BE MOVED TO SUIT FIELD CONDITIUNS, SUBJECT TO APPROVAL BY THE ENGINEER AND THE CITY OF RENTON INSPECTOR. D. INSTALL PERIMETER PROTECT!ON (HIGH VISIBILITI' FENCE, ETC.). 9. A COPY OF THE APPROVED EROSION CONTROL PLANS MUST BE ON THE JOB SITE E. CLEAR AND GRUB THE SITE. WHENEVER CONSTRUCTION IS IN PROGRESS. F. INSTALL NEW WATER LWE, CONNECT TO EXISTING. 10. CLEARING LIMITS SHALL BE DELWEATED WITH A HIGH VISIBILITY FENCE. G. REMOVE EXISTING WATER LWE. 11. OFF—SITE STREETS MUST BE KEPT CLEAN AT ALL TIMES. IF DIRT OR MUD IS H. WSTALL NEW STORM DRAIN AND BIORETENTION SWALE. DEPOSITED ON THE PUBLIC STREET SYSTEM, THE STREET SHALL BE IMMEDIATELY CLEANED WITH POWER SWEEPER OR OTHER EQUIPMENT. ALL VEHICLES SHALL LEAVE �, CONSTRUCT ROADWAY IMPROVEMENTS, WCLUDING NEW SIDEWALK. THE SITE BY WAY OF THE CONSTRUCTION ENTRANCE AND SHALL BE CLEANED OF ALL DIRT THAT WOULD BE DEPGSITED ON THE PUBLIC STREETS. J. MAINTAW EROSION CONTROL MEASURES IN ACCORDANCE WITH PI1�NS AND MANUFACTURER'S RECOMMENDATIONS. K. RELOCATE EROSION CONTROL MEASURES OR INSTALL NEW MEASURES SO THAT AS SITE CONDITIONS CHANGE, THE EROSION AND SEDIMENT CONTROL IS ALWAYS IN ACCORDANCE WITH THE CITY TESC MINIMUM REQUIREMENTS. z �. STABILIZE ALL AREAS THAT REACH FINAL GRADE WITHIN 7 DAYS. U M. SEED OR SOD ANY AREAS TO REMAIN UNWORKED FOR MORE THAN 30 DAYS. u � N. UPON COMPLETION OF THE PROJECT ALL DISTURBED AREAS MUST BE STABILIZFD AND BEST MANAGEMENT PRACTICES �E APPLIED TO REMOVAL GF CONTROLS IF APPROPRIATE. i t. E i ai s " �n w.c� E ��°��`�``'�� yn RECOMMENDED ����A nwVD,9 nss� 05�05�2017 FOR APPROVAL "�" � Ci 1 Y OF HARRINGTON AVENUE NE PHASE II °�°" -� °�`�`� ST"K R E N TO N • av _ _ � 9 °""""'� wi�soN ����� � SUNSET COMMUNITY-GREEN CONNECTION � �� ! `�, K � � .� � � �I■���m, � ��{}� `"`DR c,,,,Nc �� P� ��,9��„'�iar �/P�br� wo�ks eEPt TESC GENERAL NOTES �G-4 r ( Bv I �*"t N0. REVISION BY DATE APPR "^^�� s"""C0R°N0L �*- � �tD.ATCHISON ��\._'� 4 �24 ._..�..,._ 1- ``,`. '. _✓ �� ��: � - — -- — —.�-z-_� SITE PREPARATION CONSTRUCTION NOTES 8 3 2 ; --- �� ��� t I ��.� 820 806 802 �i REMovE ExisTiNc rREE i j � 2 PROTECT EXISTING TREE 14 ` � � `��� _ � ❑ $ '+ 2 13 CHAIN LINK ❑3 SAWCUT ANGLE POINT AND/OR APPROXIMATE REMOVAL LIMITS. _ ' --� '+� �� � 15102 LF q WOOD FENCE!� 4 ,' t EX ROW � ' i FENCE 1 � REMOVE EXISTING CURB, GUTTER, SIDEWALK TO THE NEAREST __�_,� _a _�� � `�� �� ti 25 LF 60 LF � EXPANSION JOWT, AS DIRECTED BY THE ENGINEER s " , ��_�__ __ ��-� . � � 16 x3 5 �' �2 1 = �4 REMOVE EXISTING FENCE ' . F= _ _r ,�' _,...`�ll 1/l -� lll IU lll = f u ;j� � �.: � � � X3 - Ill lIl-, K y��_�= � � �5 REMOVE OR ABANDON EXISTING UTILITY €- � _ � . � _ � � ; I � 13 LF 15 � ' m �6 REMOVE EXISTING CURB AND GUTTER � _� _ � ;; � _ - _ �` W z:, � y � �� �� -�� - �- - w �7 REMOVE EXISTING DRAINAGE PIPE � - - - � � � � �� ��_ ��� ��� ��� � ��� � �8 REMOVE EXISTWG DRAINAGE STRUCTURE 1 . � - � � � - - . a ��141+00 � 6 '� `�� -�� - _ ... �' " � �9 PRESERVE EXISTING J-BOX �^ � 4 � _...._._ ._.._�� _ ���^` '�' ` � 1 O REMOVE EXISTING WATER METER � t, � �- ' � - - - � ` �� � �� _ � REMOVE EXISTING ROCKERY WALL _ � �, � s � �,-' " „ �� � - ` �� in� - ur �-= i � ni -�-� m , -m �=�i� =nr m 11 ` ----ltt'=��It1- w 1 2 REMOVE EXISTWG SIGN • � , � � i �� �t- � � . J - p � `i. 'r �,� ,_;, � Z 13 PROTECT EXISTING SIGN - '< , ,- � _ �„ �� ,_ �� r` `„ , ` �' � � ,� � �' � � � r � � �� � � �� Z 14 PROTECT EXISTING FIRE HYDRANT _ . _y � � "`" ��7 81 �Fj' �jX�RQW t � - r� C� � � �� � �2 14 �� �� �j� ` � � t � �� , f�� � � � 15 ABANDON EXISTING WATER LINE ' ; � 2 � �� � � , � J J� 16 REMOVE EXISTING GATE VA�VE � ��` ` d. \ \ \ \ �3 � � � sEE NOTE 3 �;� \ V `< \ �, � . � ?ESC CONSTRUCTION NOTES '€ �.�w EX ROW � I � � ' � �.'i 1� INSTALL W�ET PROTECTION AT EXISTING CATCH BASWS � �: ; ' � �,= AND NEW CATCH BASIN�, PER CITY OF RENTON STANDARD I t . PLAN 216.80 �4; - � 2805 71 OA/71 OB =�� � ��. ,__w� s `,� �2, '" I � ; � i�: --�z'� _ _ _ 2�305 _ � ' 9 � =E � �� � - � 4 � �- NOTES - 2804 ' '— - � �- ; �— - ; � � r �� 8 � � �� _ , � � � � 8 '� � � � � � - � ! 1. PROTECT BIOREfENTION SWALE FROM CONSTRUCTION �� „ - � � 7 �� ��� � i � � II f STORM WATER RUNOFF � � > 13 � � _ � 55 L� �__' , � ; � " ; " `b �PROTECT�EXIS ING� • �'C^---• �', � � � i i E �aa.,s� 2 �� 12 � � O 7. - 2 � - � B i, 2 � �,� , � 2 N FOR EXISTING SIDEWALK AND PAVEMENT Q , � , � � � 25 LF ,% 11 � � , i�� �� �- EX RO .;�� ��f j :���� SEE PAVING PLA 6rt� OCKWALL ,' � � � / , REMOVAL LIMIT � �� � � � � 120 LF _,<'�1 2 W - _ _ , � EX ROW ; � , � ��; �. . w �` � ,��� .� � � 3. PROTECT EXISTING GATE AND GATE POSTS w r - �� � �-�. _ e ��5 _ _ � _ < < � 12;- {; �. - � -Lr _,�. , _ . _ Nt llF.� --..., _l!1 ,...... IlI 0%� , ��1[L-� ll1 /l1 � %Jl �� lll ��� n, -�� " '� '6 - 90 LF 15 43 LF � � ` -� f�� '�� �"��� x _ � '� � � ,�� � ; ,� �. � O 7 ��10 L�-� 80 LF 1 5 � � �e� �� �: ' — - � _„_ �_ � . �� � LEGEND � � � � � _ , , :,� � , + = i I � „ -.__ ;` �_ � _ �� XXX�CXXX�OOCXX)OC TO BE REMOVED ` � _ � ; �;� �>�� t�---� ; � _- - .- _ , - =t,rF= --- • • • • • • TO 8E ABANDONED ,. . , , � � - ,�_ � �„ -_, ,--,r��_ _ _. ,� ���_ __ ,��.��� - — - � � � .� ` - , � , � � '� ;� ! ��-= , j � i SAWCUT AND REMOVE EXISTING , , -- � i__ � ASPHALT CONCRETE PAVEMENT � � w _. _ .. ..� .. �,.._ 148+00 l � �- �--"' + {49+00 v z . __. � r —. . _ ,._�!�, � � �� „ I�'"i �i � ` � � �'� GRIND AND OVRLAY EXISTING � �,� �� � J_ _ ,, `1 f:r.�.�`_ -_ . _ _ -- �� ASPHALT CONCRETE PAVEMENT � U ��� �� >/� �" �`�-_- 7/! � 7D��� ` �i T—�p � �" `� � � � _�' ��� � � " '�'" SAWCUT AND REMOVE EXISTING � Q � � � . � � ;lll , lU ft! �u , !/F- '. lll t/l� � ��� � �'""��"`� `_ CEMENT CONCRETE SIDEWALK � � - 6 ",. �� t ' ` ' 'J �I� ,`�-�..-_ � - o � . ry y` 1 8 " '; � �_ ! ��� � �� �%� � ,, � � � �� -/// /// HIGH VISIBILITY FENCE 9 7 � 12 12 � � - . 1 6 _ � 12 �� � � _' '6 � � '12 � 1 � ), �' �-,. ' _ =•, -`� , _ � 1 6,Lt� __ _s �i- � � 7 1�5 LF� . . �ti� 152 LF ��E - � � ' "�' ` i � ❑ INLET PROTECTION :, ��.:t s � `_ < � t� 6 i '4� C �"�� .�i � � F- �, � i � e 1� EX ROW ��. ,- � � i nu�r-�� 1 3 k � • ��` a �_ EX ROW � ��_ _ � � � � � - 3 � _R��-, , � < ,�.}' l lt� t � � ° � � , �.r � ti � ~ �� I � zo �o o zo ao r t� � � [ —.. �J �'� �,� ��'�"" 2 2 � ^ ��� I N . ,.�8 F ^� � i.. �9,.r» � � — - � , � � I„- !� � SCALE W FEET _ _ --____---"" t�" �{I � , ��� i , � _ >_ � ____,.._..---� �, � � , - -. __. _ _____�" , � �? �� � ��r ___ _ __ . _ _ _ t 0 sEE No7E 3 -- , � __ , .,. , , , ; , � �. U I ��w E �,�°""'+�� , • a G. BROOKS ao RECOMMGNDED I �. �,� �AS NGTED ""'c�' �"" i: >} CI TY OF OS/OS/2017 FOR nPPRovn� , � ' s"c" � � � RENTON HARRINGTON AVENUE NE PHASE II � • ev ; � � "`""'�.wi�soN SUNSET COMMUNITY-GREEN CONNECTION �� os�s � � ��� �J'� ��anni�- aw�di� Public works oe t. SITE PREPARATION AND TESC PLAN �C-� \ �y �R-cNurvc y� 9i P r N0. REVISION BY DATE APPR D.ATCHISON �� E�� 5 ��24 � �.._ ��-,�� � .� � � � -� r -- — —�z-..�.�c SITE PLAN CONSTRUCTION NOTES R '� ' i '� w 4ti� ��V �- � �i ; 810RETENTION gO6 �O_! Ol INSTALL DRAINAGE PIPE, SEE NOTE 14 � �; SWALE E1 � 2O WSTALL DRAINAGE STRUCTURE 2 2 7 � 1 . � i 2-8 2 C-4 12 40 LF � -,' � �__ TCE 30 LF i SEE i TCE 3� WSTALL DRAIN BASW �34 , � � �, � , ��` 2-1 3 13 SEE h NOTE 3 , �-- - �` ; .. „�-_ 4 c� NOTE 6��-.� � '� , �W �4 CONNECT TO EXISTING PIPE�STRUCTURE � ., - t t � ... -� I F�� - -- �— ._... _ i i � - ' _ ,_" -' ` Vi __ . � � � e � � �--!"�'----' � /!l , L � . �� 8 '� _ - _ � _ � . � � --- �5 INSTALL INLET CURB CUT C-6 � _ z 8 _ 't � ,- � ���� �� �.,, _ — I __ �.. ._ � � `���,.,/,�� � �`�� �`� r� --'-" ; � _,- - � 6� INSTALL SIDE CURB CUT� � �_. � _ , -�._. - � �*. ,: . . :- '��� ' - _. p� /� -..� � ...-_ ti. . � - ,- . - _ , _- ,_ _ � ADJUST CATCH BASIN � _� _. "� � � _- __- _ .1 p� _ _ _ _ _ __________ __ � _ - -- --�. l 7 C 6 ° �--_.� - � � -- _ � �- �"� � � - �' �- � ADJUST UTILITIES CASTING AND METER BOX TO GRADE - ,--�_._�� -�, _ _ ��z �� _� -2--��` � �`� � _ � `"-: � �. ,�,--' � � � � �-- , __ __ � H-LINE \ ` �i �?�` E '' ~ � � 9 INSTALL MAIL BOX SUPPORT WITH BOkES _ _ _ � � 8 C`'�h�,r�i_�C...t�_��;a _,�� �` � _� � rr � �iai+oo � � _ __ . _._ � ° � i� 8 0 �� �42+Op`` 6 1 16 � 1 � 143+00 �� � ' � � � � � - � + 10 REMOVE AND RESET SIGN .._._..._...__.._.� -�'' j �_'` : -" 2-10 2 . '� � �4�4+00 j � _: -_.._ ->-w ._ ,_�- . � - - ,:__ _ �� ', _. -.,_ �- `-- - _. <'-�� �'� �� � �p � ��--�'-�� ��'�� --"-" - -"� �- - -- 1 1 INSTALL "SCHOOL X-ING" SIGN WITH ARROW, SEE NOTE 5 �v_ a.. �t _��,�_ � � �� '-�'� �t ��.-��._ - - � � -' - -- �_;�_� _ ` ' ' INSTALL CHAIN L1NK FENCE . '�_ � c i 12 i � v_ � ` � - _ .� --'- �.�w.,.�-- �v � � �,� _ � � ��_ 13 INSTALL WOOD FENCE ���rt __..'---�� '.._. . '� , � -Z ��~� c 4..4 Y � .._ -=', '�-r-._._ . _..-#- -'�`� .._ r �r�` J .,- �� �_. ��' ir-wL�'- �.^'- , � E , C �i- , r --� �� - �_ "' ` �--' 14 REMOVE AND RESET MONUMENT _____- �_ _, . � - Sf"7_�""_"_- --- -.,__-=-_--'�-�-- - � -c t �'-� �_� d_' �� �_ S 6 � � � =t � � � � � �� � i� � i� , ` � 15 INSTALL ROCKERY WALL, SEE NOTE 4 C-6 ; � `� i �- ` ,�� � 2� 2 11 � � r Q ----�� � �''V %� � i � I , � 16 RELOCATE WATER LWE, SEE WATER PLAN, DRAWING W-1 �� � � '��� , `�' � �- � � � n i i � � i r ficE 1 f � , � 11 � 8 10 .y. � nrE�c� s � � � 'V �y� \ � � 17 INSTALL "SCHOOL X-WG" SIGN WITH "AHEAD". SEE NOTE 12 ' ' � �'' �� �'" �f� �� �` ' �' 18 WSTALL STOP SIGN WITH POST 19 INSTALL GRAVITY BLOCK WALL, SEE NOTE 4 `--��- � sEE NOTE �s� � NOTES: .��� r=- EX ROW } � i ;�I I` I_ ,. �` ' 2HO�J 71 OA/710B � �� � -""��Z��� 1. SEE PAVING PLAN FOR NEW PAVEMENT, NEW SIDEWALK AND � a, � i �� �� < ' �E DRIVEWAYS. � �' ,� : c��i i„ 7 2805 6EE' � '2-19 2 4 SEE NOTE 11 '" : �., � �, ,d � ���' 4� NOTE 7I � `� � !� �I �; 'I ! 2-21�SEE NOTE 9 2. CONTRACTOR TO PROTECT AND PROVIDE SUPPORT DURING ' ; `��� � Cl� � '�, SE� NOTE 8 55 LF 19 280t} � �` � � �' � !� � CONSTRUCTION FOR ALL UTILITY CRGSSINGS. ; i � t � 4 �I TCE � � �-4�� 2 � � �I�� � 2�3 2 4 �46 15 B���F NOTE 4 . _ SEE � i"`�=� ,; ?� I � � ! r; ����� 3_ CHAIN LINK FENCE TYPE 3 PER WSDOT STANDARD PLAN 810RETENT10N- � - ' !� �' 1 r L-20.10-03 WITH WHITE SLATS MATCHING EXISTING. � SWAL� E2 �� p � '�< - /- �" NOTE 4 P� NOTE 13 18 , :, � , � I h� 1 w ' � �'" " Z �' � , `` ��' .' ` :�� �� � �-'.;- ;�1 �� � � � �fi t�� .,, 4. WSTALL ROCKERY WALL BETWEEN r � � � � C-4 ; , _ n �- -� i� � EX �ROW 'ti �` i i � `+., � � _ � � �� `� m � , �.:- - 2=i4 2 j A r" �,,-,;,�-- � c 3 ��2 5 : � \s ,....? �I�;� l � � ETWEEN � � � I �. ., � "'�' � "� Jf3f7�TENTI ` , � '8�� ���j �o-. � ,v?� �/ NSTALL GRAVITY B OCK�WALL B Q � `, '��� ; `� �'��.�..'--� �l' � �, � J I i:�,: a c � r t-r " ���EX ROW H 147+30 TO H 147+78 AND � : �. > ' ,_--- f,,� � r � f'1 �,:�.: �3 , �� � � _._� ' � _ ` ' : ' < --- - ----" � t � A �� ; ,i� G H 147+78, 30' LT TO H 147+78. 37' LT �I� w , , � � �. _ . . r W 8� ,--�� �, J ,. , ,�_.._ t .. : � -_ � ,� ._,_.�. y _ � `V - , __., �El S E,E�S � ��� -� tT � � ����"" ' --- ' �'' ��= � f� 5 OL CROSSWG ASSEMBLY S1 1 AND W16 7P r- , � �� �--- �� -- �� �ti� � �, At , INSTALL SCHO - - _ " ' ' '/ �� _ - �'.- PER MUTCD. _. I4 _ _ � o _- - `_ -, - �- _- � i �� -� - - __ ____ _ � _ _ � , - -� ,-. �+- ---- -�--- - � _ _ _ t `� ._ r _ , , b- "� _ f- � _� � _ _ � � � _f, ��_..� �'�_____�__ ,_._ �F`� " -;�-- `-�.F .:= 1 4 SEE��OT�` \\---�,; � � - �- --- - ' ` � � -- ,.�/ � �.,'>,__ . � � _ f' �+ � e _�_ � � _, , ,, I � � 6. INSTALL WOOD FENCE W KIND OF EXISTING. � ,.� -_� .s. _. . _ . --� � '� - � - - �4� � � - g -_ _ �, � ; _ �,,_ __�_. � 7 � ' � � �� ,e re -- _ 7. 48 LF 8" DI @ 6.58%. � `� ��- � � �`� ,, _,����..._.__ ..,_..._. . _ ..:__ _.._ - �.. .._ - - r � __j..�.�....�'.-.�'. 11 � 2-�2 2 1 '�t �F��{�i�� } n� � � :, � - � �, �,,,� - Q _ � ' , �,��� /�1� I�� 5 6 � � 2 9 � � �"�- , � � -� -- - - � � �c H-LWE � 16 � , C� � 8. 20 LF 12" DI Q OJ2� �. � � 11 6 145+Op � � � v - - _ �{t-;�� _ _ __ ��� �� i a "... �4 . 2-1 5 2 - t 46+00 . . .!147+Op i �...,`�-----'-i-�-^--�--- _ w � _ l 16 ' _--� � � _ ; 1 2 2-6 1 � 9. CB 2-21, CB TYPE IL - _-�='- � z , � � �r—` - y�� - -._ � � __ . _., - - - - - - _ - _ 8±�� � �� _J�49 H 147+84.03, 22.93' LT - M _� _ a � `a ; ;,�; - �, . ��`�- _ ; ; - - �� "74 � � r' - RIM EL = 302.19 � �� r, , � _...��<.� �� r .1 1 ,� _ - - � i�r s '�a _`_ -� - , > -Y �, s �-�-�� _ � ,< � _ � ��-, _ _ _ � U t _-. � y _ ���'IJ-' � '- _ ; - ; �- j�. __�_ ___. _. 10. 6.2 LF 12" CPEP � 8.709 � Q � _� �" ,', , il � � ----_ _ IE(IN = 298.21 r � � --, � � i � �� ,� - ��1�� .M?��_ � -� IE(OUT) = 297.67 � � - j - - �u �� _ ; � ��' ' -� , ' ' � —___ - � � � �, . � �� �_______� � __ . �o —_. \I�I�� e �_ �^ ._ � ,_� � T� �- _ _ _ �°_ -; � /� ^ ��- ,, , � ��`�' -�-�.�- SEE NOTE 1�3 ,` � � � . � ,�,, 2 2 ��6 _ � :. ., - � �i � if, � - 11. HB145+23.22�, 9�79�' LT � . ���/ � t �- � ' � j� �EX ROW RIM EL = 308.07 � �a � , "�' S"` ` ', ���� i : EX ROW ` ! � � ��� � �I I � 12. INSTAL� SCHOOL CROSSING ASSEMBLY 51-1 AND W16-9P. � � �-���� � �� � � � , , ._ � i � i � � ��_��_ ;' � `\ - � j 8 . L.-=--- � TCE �8 2 4 2-18 II� � 13. INSTALL EXISTING STREET NAME SIGN ON STOP SIGN POST. n �. `. �` _.�� - _ � ��`�' � :�r' I --L----�= —' �- s _ _ � � _'k� _� �� 18 ! ' ' 1 � ' 14. ING SANITARY SEWER DURING DRAINAGE PIPE �-_. , � _-------� , ; � i �1 I I ; PROTECT EXIST a ___ .--- � _ ' I( � (,;'/ 1 '� ,\ X 2 19 INSTALLATION. � -- ffk I i'"` ` ..._._..�__ . c (/� 'i r` . " � � ��' ' � , ; ' ; 15. REPLACE FRAME AND CIRCULAR GRATE WITH MH FRAME AND g �' COVER. ROTATE OPENING TO AVOID PEDESTRIAN RAMP. �,,yp ' � zo io o zo aa U �'{��w� --- E S4 � SCALEIN FEET t� a� n RECOMMENDED � ��G. BROGkS ���^^w^�wse�i��� b CITY OF OS/OS/20V 5�AS NGTED - FOR APPROVAL �. "�""�. sT'c" R EN TON HARRINGTON AVENUE NE PHASE II °°°°" s • av ____ I e °"""�,wasoN i G \ � SUNSET COMMUNITY-GREEN CONNECTION �.,,�� � ! � �� �,N 'll'�a+ By "`°R. cHUNc � ^'^"`�'�'E I P ao i'^9/Bullding/Public Works Dept. SITE PLAN C.-2 � — � , s�.��, � N0. REVISIGN BY DATE APPR 0.°"`D.nicHiSON �'� - 6 ��24 i , i ; , , I i I . I I ; - , , , i I ��T S: i � I : I 1. CB2-7 STATION OFFSET'IS TO CENTER OF S7RUCTURE. - — �— -� --- -- --- . —' — ---" ----- -2 CONTRACTORI TOEPROTECTSANDOPROVIDE TEMPORARY -- ' � �i SUPPORT DURING CONSTRUCTION. 320 �� I o I' r 3. CONTRACTOR TO PROTECT EXISTING WATER AND PROVIDE 320 - --- "!uivr-t - - <r,ro - ._..- --- -- - - � TEMPORARY SUPPORT DURING CONSTRUCTION � t0�O M r r., .�. �.�. .�. '. � —��Z.. N ..-I �.�. .�. .�.� �. . � . .�. �.. .�. .. .. . . . ... .. . . . .. �. -� g � � � i � � I ._ cv�n o o I ... �:. I . . .. �.. I� a'�w r�o � :�. -�. :�.: :�. �. j �o n� . _. .. .. .. . cX . I: .. . . . I . �.. �. . 315 .- �±W�n � . E ISTING.GR UND . �.�. .�. . o m li o. o . .�. �. �.: -. .. �vio � .�. �.�. .: ..: � � . � . .. .. .. .. .. . 31 5 - - - -._.. ..- -- --- -- --- - - --- — -- - n - - ---- - -- -� _._ . @��-l�.tf FiNISHED GRADE t- . �. : -� aw_M-.�� ... ..�.�. .::�.: ::'.:.... ��.�:..... �.�. .. : . N��� ... ..;_ .... ....�.... ... .. .Z�.�N... ... ... .... .... ::: ... . ,- -__ .. U S�w w�. .. ..... . .. .. . . m .��. ... ...... ..... .... . ... .... ....... . w c�11�.��. �.: .... ... ... �.:�.�. . m �.ioi.: .. �.�.:: �:�.. .�.:: ..... . ..... .. . . .. ��O . . . . . U =�'W. w . . . .. . .. fdy+J�� . . . . .. ��D�l�� . . .. . . . . _.._.___ . . .. . . . . .. .. I F-�W .. . ... . N0. OOQi .. .. .. . .. .. .. . 3�� . ... .�.. ..�. .�.. ... -___ I .�. �. .�.. ... -. .. �:. mm �11 I �. �.. -.-. .. ...' . � �il I,rn o�m . �. .. ..�. .�.�. .. �.�. �.�.�. _ _ ...-....._ _ _q� .. . ,_..._---___-. .. . : �. �.. w ��mNm -- -- - --- --- —T ---- --_...--- T—�m- � _��. ... ---- ---- .. .— — . ___ .. _ . . --�a�- -- --- - �� -_-- --- -- ...-- =�w 310 �W TER jEX i -.__._ -- - : N� �ii u n � �I I EX 1.5"� i{WATER i I � rr-___��_; Um=�www w �.- O �. �.�. :.. i I �._ GA �. . i: .. �.�. :�. .. I .� .. . . ... �: �.: .. _ .. . .....I . :�. :: .: :: :: : . 305 , � m 305 ---- ____---- — --- - - —'�� ""_- — ------ --- --- --- �t� s -- --- - __ - w --___ _--- __--- ---- -d- ----+ - - ----- ----_ cn �� . . . . .. . .. . Ep�� 1 1 %.:� .. .. . ... . . . . . ____� . .i. .. ... . . . ... . . . . . . . . .. . . . . .. . . .. .. . . .. . . .. . . .. . . . .. .. . . � . � �.. �� - . I .�E 140LF 18° CPEP � 1.72� . .. ..�. .�. . �. � �. . �. �. �.. . �.. w � EX 8" SSS .. . . . . . . . .. .. : .. . .. �. .. . . .. .. .. � .. . � �.: .� : .�. .�5 S _.: .. . _. . { . .. .. _ .. .. .. �.. . .. .. . .. . . 300 �� �.� .�. �.: �. �.�. .-. _ �- . .... . . .. . .. . . i---- .. t� ...�. 126LF�-18__CPE1z-� -.g3'r,-- . -- ,. --- --- ---:. ..-------- -- --.. .----- - -. Z _— - ...- - - ---- -- ---- - - -- - -_ .._.. ..---- ----- - . 300 : : : 15 5 I il � _ � ��� .. :.. 186LP l8" PEP�� i.. 7%�. U 295 � SAME S RUCTURE I ( � 295 -- — ----- - ---- t -- --- -- r- IEX - -- — -- - - - ----- — - _ -- - -- - - --- - - --- - --1EX - SAME S RUCTURE : ISS : �SSS � i 290 142 00 143 00 : 144I+00 ; 145 00 196 00 147 00 290 : � � � : : Q : i : SAME STRUCTURE � � I J � : � � � � >_ i — --_..: - -- --- �— ---- � - -- - - - -- - - - - � . . . . . NI�. . . . . . _..w� I . . . . . . . _ _ _ . . .�. .. . Z�rn Zd� . . W . �. w . . . . . . .. . . Z�. .. .. .. .. . . . .. . . .. . . . . . M � i� �.,.��.,�,i. � .. �.� .. Q . . . .. .. .. .. .. . . . . �. .: � ^�-I,--_� . o n�� .. 'N m"��cNv..� ... . ry w .. ' . 3�� " �i :� �J�. .:r- .�. J� �.: �J -. . �.� :�. -�. �._ .: -. �. .32� W . . . .. . .. .. Z�w � . . ._}.I�b�- �_II.wc�n II co.c� i _ . �O. i . Z rn � . . : .�. w �. .� . � .. .. . _ . . .3�� _ .__ �� -______ _____- � . I . I � _.__.._- -i�{�fl=—___-_ ___i� J � _� fi__Q�_i____ ' _ ____. _ _. _ __._ .... .. ' __--_ ______-_ —___ _ _' ' " _..._ _ . }� ---- 4p ___ r _-_o:J 0...__ �_ �_ -1_ �� _.. ,�Y_ ��.... _.q O �. �. Z �.r�.�. ... ... W Wa W��. . �. I a LJ I�Z �.. a} W���.I .�. .-.�. ��Q �. � �. N M�M '.� .� .�. w O� _ �M`� �.�. � LjI�� �. .. .-�. �.. �. � .�. Q . K .�... i '.. ..� UUU . m ^�I�� ..�1-�gWW�. ... . . .�U[p.�. . " N�II�O. O . �. .. QI�OW ZI.�-� Z�. �N�.�N K.Mpz3 . .-I ..�. .. �. J.�. �.J . . : :�: � U S� (n - CD . � . . � . ,. �. . .� rowa�.. . . , c�=�__ � �I . Nary.�rn � � � . . . 3�io � voo� �no - ��c�o i . . I . . w. . 31 5 w . ._.�.Z o�,.:. . Zw�o���.�. ..�.. ..m�`�`Nco . .. . .. ' .-.�. .Ek�STING GRO ND�... . .�... . �.c� .`r��it.U......�j.. �.. c� . ...-. �..�.�...I� �n.^. . `^°"�h0�� .c�.a .odMr``�i� .o`��'�n .� ......�.i .�. �. �. �... .� ..rn. �c�o . ..�.I�........ 31 5 -.�_._-� -- -z�� sEa _.._------ ..; ------ -- --.��.._. ___.__-_ .-- ---------------- ----- - �- --- ___-___._.� . .-- � - ----- --- -- - � - __------ �. I . . . . _._ ..,r�a�oo;---'-- --� - - ---�- � �- . ui _ -�s ln- 1 �o-co-cvco=� � _1 _ +�- -�- - ___-- --�-- . _.rn.i+_•r•s-' � . ....ro .n�^�.. cvO..r�i._.c0".... . .,ndlde� . .. .. Y .. ..... ..0 ._� w .. ..0 .. ..... 1 w . pqr ._ _. 1t*`ra�r�i-� �;cv�1+��t��-.- .. . .. . ... � -�"ci�i rnc�'-` � ... . ..r o � � �c�coo u.i ... . -=�i � � �. �- - ,j. � .�. �f7 ISHEQ-.GRA E�-... ... . .�.�- � - . ... . .. i a+�r�r7 c� .+ aoo-r�a f �000..v �.t J�N�.�.' .... ��`h . ..... � ��i����.z j�-cvZ >a �. . .... ,.,�cvN . . �„�v�� . .i�oam t� . . .. . . . IFINISHED G�2ADf . . . . `r� : '-. �nw '- .`o . �- �nw. . ( .. . � .a �. . . .N�.�.. p..r,�.�� p . .. W � c� � M-- c�o- m ro �� ��ornrnaia�.. .EXIS7IN I�I�a. � �� ��nnrn- f��o I. �t . . . . . . II.�o� .ZN .. � �•,i. . . ...... .. .. .. .. EX W SERVICE . . I .I II' II.II . . . I �co0 vU�r+�O fp. UW z � � w q,o� .�I w<<°it v a . '-�n `� .0 . . . g�. . . . . . - GROUN(y . . . mT�. �� m ��li q ii .mm... �li u:u� m .�� . . .. w� . . ... � ��`!"�,.�:a, � vr�o,�. oz . . N� M I � � .�..`Od+�c�N . a +�°N'�N...�.. �.�.N� II il'�II.� : �1 . . .... .... ... .(TO�.B �ABAND N ) ... I ..... . c�=�w . c� x�. ww�c�c��a �www. � .=�w��.� ... cn..... .... . -..o,.. � Z�.' . .. [,�h I � �� - W TER .. .. . ... ... �� . ... .. �. I .. . i. . -- -__ . ... .... . . a.11Oml. .Zco II col. �. Z. 3�� . .�.���u .�. ����w w ... . mmw.. ��W . 0 . ... ...: ..EX 2'�... ..... .�. .. �. ..... . ..� - ... ....i. .. . � ���... EXISTiN �GROl1ND ... .. . . .+ .orn Ir� a+ rnlll.�.m a.Q. �. �.: 31� --. .. __� H-*---- - -it++h ._..__.__ ___ _ i..L ---- � -- - --'--- ..-___ . _____ _---�---- - --- -- -------- - -.:.. _ .____ ___. � _-_�_ .__ -_- .1.._�- - - - --- - ----- ----- ------- 'm M�+� --- -- ------ _ .�:a7m � . ma�� � . . . �� y-� . . . E 6 b...WAT ft . . . . ! .. I ., . �. . �. . .. : i. . _...�. . _ . . ... ... �. . '� a� j i .�a'-'-' � �E. . .. � c�c� �:__ . c��..=�_w .�. . .�. . ... ..W 7ER O� GAS�.' . . . .. .. . . . . . . m � . ww w w� � wx�w wm. : .. � . .I �EX�6'0 �: a � . X 6 �� .�.:�.�. - .., �. � _. FIN4�NED GRAD � ���w'��" a��Ii .�m �w. � . : � . .-.. . : 32LF . . . AS :. . .-. .. . . c,> x� �Ic� �.x�w .c� �u� Q � FfNISHED GR DE - . ... ..� _. .: : .. . .. .. . . . . . -.: O � ...��i D �. I ... . --�..� . . ISNED 305 I EXISTING 12° DI 57LF 8' CPEP ' _ _ _~ 0 97%_ � � � � ~ -- - i s+�o�r�fl - �03� -- — --�- _ - _ - -� + __ __ ___ ___ - — � � a z - --� - --- - . . �8L i-}2•, DI � __ EXISIIN � RADE 305 .. .. .. .. .. .. .. .. �, �. �. . 1.43% i . .. .� 0 .� p� _g" . ..1lATER .�. i GROUN . . . . �_ EX 12 � 0 2 lF W TER c 6" p �. � � ---- .�.._ _ _-^__: . �.� .. � . .. . . . WATER� (T0�BE -���. 6" WhT�R : .�. .�. -72" �pEP�. . � ATER -.I�.I EX S"p�. .. . _. ., -__'� --^..� � . . . � I ABANi}ONED) � - � � �,gqq � GAS � - � EX h2" . . . . .I �.�. . � .. � �. �.�. �. . �. .. ; . . . . i . �. . I . . . . WAT�R� --- --� --- : . ,. 300 . .�. .+_ . . .. .. . .. .. . . .. -----14LF __. t�� 6F- ___. .:__- -- -- ---- - - - - - --- - -- B I � i 300 .. . . . . .-- -..._ __.. _ 12"�PEP��� --. .� -��— �-- �. .: .-. :� :. �. : -.� �.S� 1 J4%�. �.: � q�PEP �49LF 1g�.� CPEP �� ... ,.. .. _ _ . �. n ���. �. .� .. .. .. .. .�. :. .�. . . .,. . .� i 609, I� � 0.9 % �. � 12�Lf .�� . .. . . . . .. .. .. . . . . . . .�.... . . . . ..i. . . . . 12" C EP� ��'� . . � �, .. .... ..... . .. . . ... . .... ..... .... . .. . .. . . . . .. . ... . . . .. .� 2 % . . 0 295 � 5 0 295 --- - - ---- -- ---- ---- - - � �st�- —-- ---- - - ——-- - - '-- - - -- - -- - --- -- -- -- � - _ . -- �,� a _ _ _ i � �r' S4qP EX 6LF 18'� . . � �. . �� .�. ��. �.-. �. - -. �. �. ��.: ��.: �.� -�. .-. EX 6" GIS..�.' . . . 4 n r . . .. ... .. ... ... . .�. . .. ... .. . . �. -. . . .. .. .. ... . . . ... .. . 8"��WA R . . . a 290 148 00 : EX 30LF 12' � 290 -_- - -- ----___ � - ------ ---�-------- — -------- -- SAME STRUCTURE-- ------ ------- - � � j � s zs � 0 5 i o � ----- VE TICAL S ALE: — _ — -- --- -- -...,__ - - -- --- �� SCALE W�EET � I I I zo io o I zo � ao . � , i� ; I HaRfZONTAL, SCALE: , I y , ' ' , ' , �' , , I � SCAIE W EET I ` I a ___ . ---- --- ----- ---- __ _�-- - --------- — ; � � U ���DW��y� E � 4J C °c. seooKs - CITY OF �os�os/n m REcoMMENOEo �„� �r+s NurEo "�'"w'°�"" c: HARRINGTON AVENUE NE FOR APPROVAL ��- � �.STICK � R E N TO N o I��II�III�• av t�� °""" K. �oRENrsoN �,� ' SUNSET COMMUNITY-GREEN CONNECTION - �...�� � � � �� � s�s ° °m� �� � ��a�,���n e������� P�en� wo�ks o� t. DRAINAGE PROFILE C-3 R_cr+ur�c ,�„��,�„ � 9/ 9/ P r eY �' N0. REVISION BY DATE APPR �^>^�T�°� �"""°'"°'""" �-�- +"R*- ��� ° _.._ _______ �.nTCHiSON �. 7 24 s - - ----- -- ------ �--- ------ i ,I , Y Q DRAIN w 0 BASIN ID STATION OFFSET LT/RT RIM IE(IN) IE(OUT) o v� 2-1 142+50.21 20.00 LT 311.22 307.64 308.80 �e ",o."- e ". o . a . a 9, a '.a ', a ', a '. a �. a '. a . Z-3 144+94.52 Z�.� LT 3�7.2rJ 303.67 3O4.S3 � , ..•o , np , �q , �4 , �p , �p�, �4 , 4 , � , �4 , 4 • �4 , 4 ,��4 , 4�, �4 , v4 , �� , �4 . 2-5 147+49.26 20.00 LT 303.04 299.46 300.62 " - 8" DRAIN PIPE DRAIN BASIN, SEE NOTES t AND 7 - - - r CLEANOUT � ' 8" (PVC) DRAIN PIPE DRAIN BASIN �OCATION TAB��� sEE NorE 4 � Q, 8" UNDERDRAIN PIPE, �;� END OF SWALE SEE NOTE 3 �STATION, OFFSET 2 0.59 AND BOITOM ELEVATION -y� - - - - - - - - - - - - CATCH BASIN � WITH BEEHIVE GRATE, -STATION CALLOUT O o �o ,� o 0 0 �o SEE NOTE 2 AND 7 POINT A � C 3 � � � - - n � c-s o 0 0 0 0 0 0 o � -" _ o 0 0 0 0 0 o I I \ O O O O O O \ � ( \ I 0 o ANTI-SEEP COLLAR j BEGIN OF SWALE ; � � 4' WIDE X 8' THICK, SEE NOTE 6 STATION, OFFSET J a' °' Z M � o � � o THREADED END 2 L1 L2 CAP W/ ORIFICE. SEE� 1 FOR ORIFICE SIZE WLET CURB CUT � o o - o 0 C-6 STATION CALLOUT � POINT 8 CURB AND GUTTER �n SIDE CURB CUT C26 �c� (SWALE Et ONLY) � � Q i m i STATION CALLOUT 2 � ROADWAY � SIDE CURB CUT � (SWALE E1 ONLY)� C-6 STATION CALLOUT� BEGIN OF SWALE END OF SWALE P LAN SWALE SWALE INLET INLET BIORETENTION SWALE BOTTOM BOTTOM CURB CUT CURB CUT SIDE CURB SWALE ID STATION OFFSET LT/RT STATO PM OFFSET LT/RT Ll L2 W2 W1 SLOPE ELEVATION POINT A POINT B CUT D ETAI L �� E1 142+16.96 17.00 LT 142+50.96 17.00 LT 8.5 25.5 4.5 2.8 0.50% 310.47 -- -- 142+18.46 SCALE: NTS C-2 ; 142+47.46 = E2 144+75.27 17.00 LT 144+95.27 17.00 LT 5.0 15.0 4.5 3.6 0.50% 306.50 144+55.6 144+63.68 144+91J7 N�TES: - E3 147+30.01 ll.00 lT 147+50.01 17.00 LT SA 15.0 4.5 3.2 0.50% 30L29 147+10.3 147+18.40 147+46.51 t. DRAIN BASIN SHALL BE 18-INCH NYLOPLAST-ADS DRAIN BASIN WITH 12" SUMP AND 18" DIA. LOCKING COVER PEDESTRIAN H-10 OR APPRGVED EQUAL. � 2. BEEHNE GRATE SHALL BE OLYMPIC FOUNDRY FRAME AND GRATE SM60BH OR APPROVED EQUAL. BIORETENTION �WALE NOTES: � 3. UNDERDRAW SHALL BE SLOTTED, PVC PIPE SCHEDULE 40. SLOT DIMENSIONS ARE a � 0.064" WIDE X 1.00" LONG SPACED ALONG PIPE AT 0.3" ON CENTER. FOUR SLOTS PER RADIUS = TABLE � 1. FOR L1 AND L2, SEE SECTION C_5 AT 40°, 120°, 240°AND 320°. ` - ?. SWALE BOTTOM ELEVATION AT 4. CLEANOUT SHALL BE PER WSDOT STANDARD PLAN B-85.40-00, 8-INCH SEWER CLEANOUT 7 DOWNSTREAM END _� 5. FOR W1 AND W2, SEE BIORErENTION SWALE TABLE ON THIS SHEET. E 6. ANTI-SEEP COLLAR SHALL BE FORMED WITH CDF. � Z SEE��OR DETAILS. C-5 3i i � y�pw0 w E �*�a��, � �. s�� �RECOMMENDED N�A ��AS NGTED w° �G91 t: ,} CI TY OF OS/OS/2017 ^ FOR nPCRova� � ?� °`��_sncK � HARRINGTON AVENUE NE PHASE II s �ij�'I'�� ev ____ _ 9}j�,�p "�""�.Wi�SCN �____����� � ' ,, RENTON SUNSETCOMMUNITY-GREENCONNECTION $ a�" gy ��y� ���k_Cr+uNG � "T""`�""� �� � Fla-n�.ng�Building�Public Works Dept. pETQ��� � �,-4 � N0. REVISION BY DATE APPR "a"o.A7cra5oN ��� ��- g ��24 PRE–TREATMENT CELL TREATMENT CELL 6" 3'-9"MIN VARIES 3'-9"MIN 1' CLEANOUT L1 L2 6" SWALE BOTTOM PONDING ELEVATION AND 2 �SIDEWALK � _ (TYP) � STATION OFFSET M `2" MULCH � C-4 / i � 2 1 N � 9 6�. 4,. WIDE —� i f. j 3 OVERFLOW � PONDING 3 CONCRETE �� � ��� t f COLLAR 118" BIORETENTION SOIL — J1 � 1 L � 8" THICK COBBLES � �� 8" DRAIN PIPE TO CATCH BASIN � 3" WOODCHIP 3 MULCH LAYER 1 L_ � 18" BIORETENTION SOIL 3 �–MWERAL AGGREGATE � �\�� � TYPE 26 8" DRAIIJ PIPE � 8" UNDERDRAIN PIPE � DRAIN BASIN EX. WATER �1 ��� 8 UNDERDRAIN PIPE (SEE NOTE 1)� _ � � �CONSTRUCTION GEOTEXTILE FOR UNDERDRAIN N�TES: NOTES: 1. FOR L1 AND L2, SEE TABLE �24 1. CONTRACTOR TO LOCATE AND PROTECT BIORETENTION SWALE BIORETENTION SWALE EX'ST'"� wATER °"E. TYPICAL �ONGITUDINAL SECTION � TYPICA� SECTION � S�"�E: "TS �-Z SCALE N7S C-2 4" WIDE CONCRETE BEEHNE GRATE COLLAR 2" MULCH (SEE NOTE 1)� �SIDEWA�K 6" 3.75' VARIES 3.75' 1' y MIN � MIN 2�8 SIDE CURB CUT � 2 SIDEWALK SWALE BOTTOM C-6 ELEVATION AND 2 � SWATION SIDEWALK � STATION OFFSET C-4 I 3 � - - 18" BIORETENTIGN SGI� OFFSET � � � - z 1� 6.5 _ Z �� � _ � 3 �� °i� CATCH BASIN _�- DRAIN BASIN —�� m a 1� � 2" WOODCHIP TYPE II I � � 1 � MULCH IAYER 8'" THICK COBBLES 18° BIORETENTION SOIL STORM DRAIN 8" UNDERDRAIN PIPE 2" WOODCHIP 1 L_ � 8" THICK CGBBLES �� MULCH LAYER 3 � t8 6�MINERAL AGGREGATE CATCH BASIN 8" DRAIN PIPE 3 - }\ — TYPE 26 TYPE I 18" BIORETENTION SGIL u,I \\ / S" UNDERDRAIN PIPE THREADED END � / � CAP W/ ORIFICE i CONSTRUCTION GEOTEXTILE N FOR UNDERDRAIN - NOTES: �-- --- � 1. STATION CALLOUTS FOR CATCH BASINS AND DRAIN BASIN BIORETENTION SWALE E� N � IN BIORETENTION SWA�ES ARE TO CENTER OF GRATE S ECTI O N AT S I D E C U R B C UT E ` 2 SEE DRAINAGE PROFILES ON SHEET C-3 AND TABLES SCALC: NTS C-2 i UTILITIES SERVICE PIPE ON SHEET C 4 FOR DRAINAGE PIPES AND STRUCTURES "' ELEVATIONS. i 3. INSTALL CONCRETE COLLAR TO SECURE THE FRAME AND GRATE OVER THE DRAIN BASIN. i ; BIORETENTION SWALE TYPICA� BIORETENTION SWALE TYPICA� } SECTION AT SIDE CURB CUT B SECTION AT CATCH BASIN � E SCALE: NTS C-2 SCALE: NTS C-2J i si x i �w� E ��°�. � , __ __ _ , s�� �,E N/p ',�""ro ' OS/OS/Z017 � RECOMMENDED � ��� AS NOTEO "�,`�i° "°°' i: CI TY OF ^ � =oa naPRovn� � � °� � sucK � 'T HARRINGTON AVENUE NE PHASE II RENTON • I 3v ! ""'"�.wi�soN - � SUNSET COMMUNITY-GREEN CONNECTION m � L�_____� ���, � , s'" I gy ��� � � �R.cHurvc "'� ""`�� � Plann�ng/Buliding/Public Works Dept. DETAILS �C-5 r i__ � � N0. REVISION BY DATE APPR '�Pb'fD.ATCHISON �K�� E�: 9 ��.24 s° �_ PAY ITEM LI.MIT SAWCUT IF WITHW EXISTING PAVEMENT _ ----- ___ _----1 I_ _l__�2.._ �FCTIONI I I 1YF' _,. , c�r on4Dl " =Er,T n,'J r. .rr�. �g.2g' �' FOR PERMANENT PAVEMENT ��� — THICKNESS 1. PIPE ZONE BEDDING AND BACKFILL FOR STORM SEWERS SHALL BE IN STATION � . ACCORDANCE WITH CITY OF RENTON STANDARD PLAN 220.00 "PIPE CA��OUT CURB � COMPACTION DESIGN AND BACKFlLL". POINT A C-4 3" DEPRESSED - -_----'-- ---=--- 2 FOR STORM SEWER INVERT, DIAMETER, AND PIPE MATERIAL, SEE THE =III I=��� i i i i�i i i���� _IIII-III1 DRAINAGE PLANS AND PROFILES. — � iiii i�iii�i�ii ...�- ���������� � -- _ i i i i i i i i i i i NATNE BACKFILL MATERIALS AS APPROVED 3. FOR STORM SEWER CROSSING UNDER EXISTING WATER LINE, BACKFILL A � ` ���������� � i��������i i BY THE ENGWEER, OR IMPORTED TRENCH WITH CONTRGLLED DENSITY FILL FROM TOP OF STORM SEWER PIPE TG C � `� - _ iiiiiiii ii � ������� �� BACKFILL COMPACTED TO 95% MAX DENSITY TNE BOi70M OF WATER LWE. BACKFILL THE TRENCH WITH CONTROLLED � �i�i i i�i i i i DENSITY FILL FOR A TOTAL DISTANCE OF 6 FEET CENTERED ON THE � � i i�r�r�r i i�i�i�i i WATER LINE. iiiiii�iiii�i ���������� ��i i���i i i i 4. FOR 71'PICAL TRANSVERSE TRENCH IN THE ROADWAY, SEE CITY OF CURB ���������� GUTTER — i���i�������i RENTON STANDARD PLAN H032.1. PROJECTED FACE i i i i i i i i i i i STORM SEWER PIPE, SEE NOTE 2 OF CURB �- 5. ALL TRENCHES IN ROADWAY AREAS SHALL BE BACKFILLED AND P�A N TEMPORARY PATCHED WITN 2" MINIMUM HOT MIX ASPHALT AT THE END OF EACH WORK DAY. GRAVEL BACKFILL FOR PIPE 6. FINAL ASPHALT PATCH SHALL BE WSTALLED WITHIN 2 WEEKS OF FINAL STATION ZONE BEDDING OR BEDDING INSPECTION. �CURB CALLOUT MATERIAL FOR FLEXIB�E P�PE, POINT B SEE NOTE 1 7. FOLLOWING THE COMPLETION OF STORM AND WATER IMPROVEMENTS, AND SLOPE TO ALL RELATED IMPROVEMENTS, THE CONTRACTOR SHALL REMOVE ALL MATCH ROADWAY = EXISTING ASPHALT, SUBSTANDARD SUBGRADE MATERIAL, AND REPLACE IT � =!III=IIII_IIII WITH 6" SURFACING TOP COARSE AND 4" OF HOT MIX ASPHALT. I2" DROP , ... . .. ... ... . ., .,... ,.. .. � . 6" � �� 2 TYPICA� STORM SEWER TRENCH ,; EX'ST'"� ,z° S° CONSTRUCT 18" WIDE CHANNEL SECTION 3 WITH 3H:1V SIDE SLOPE AND 3" ! ' MINIMUM DEPTH �8" THICK SCALE: NTS �-� � � � OFFSETiED KNOCKOUT (TYP.) SECTION �oBe�Es A SCALE: NTS - IN�� I CURB CUT DETAI� � N — scn�E: NTs c-2 � _ PAY ITEM LIMIT � ��� --■�N�--� ' CURB � EXISTNG 18" SD I 12" SD `D I 1 18" SD CB TYPE 2, 48" DIA. � OFFSETTED KNOCKOUT (TYP.) T� CB2- 1 8 DETAIL � � �� ����� SCALE: 1"=2' C-2 i � � 1' I �1' 1' 1' I 1' �- \/��\��\�j 4�'��Ak� FINISHED GRADE IN I"I"I I'-'I"I ��/���� FRONT OF WALL GUTTER � m i - \ 12" SD 1 PLAN `-CB TYPE 2, 54" DIA. / 6 � r GRATE 12° MIN. THICKNESS OF ��j = � 2"-4" QUARRY SPALLS CURB (BEYOND) �� � _ w X . — �_ _ � �2 5� �� U w� I� � 5% 2" DROP gOTTOM OF SWALE �� � Y ao 6.5 GRAVEL BACKFILL FOR DRAWS ��' m � �� � � i o GUTiER� � ,j/ � W a 8" THICK COBBLES �A � ��� � S E CT I 0 N g ���%�%�%` �`y`��`� � SCALE: NTS - PERFORATED PIPE 6" MIN. \�/\y\\�// 'i NON-WOVEN GEOTEXTILE FOR KEYWAY � SIDE CURB CUT DETAIL 2 CB2- 1 3 DETAIL �4� �NOER�Rourvo oRniNncE ROCKERY WALL �� ; SCALE: NTS G-2 Srq�E: t"=2' C-2 SCALE NTS C-2 3i s i ���w� E � � 0 ,o ,__—— _..__.—- 4 sux.Erta vu�. a*E� RECOMMENDED � N�A AS NUrED �"`'"`�° �Y9 C: C I T Y O� O5/OS/201 7 FOR nPPRovn� �,; � °�"�. ST'c" ��' .�: � �EN TON HARRINGTON AVENUE NE PHASE II 'I�i1'�� ar °`"""� wi�soN SUNSET COMMUNITY-GREEN CONNECTION �•��s � � s.� eV ��,� .mR_c�uN� ��� �,� � Pia����,�/g���d�ng/P�er� wo�ks oept. DETAILS ��-6 N0. REVISION BY DATE APPR °"OVEo.n7cNisor+ E�- 10�24 s° H-LINE 30' � 30' w 1' S' �4' VARIES, 10' TO 9.5' 16' 6.0' 7.5' - -- ----- _- ��,, --- ------ - -i PERVIOUS CONCRETE BIORETENTION SWALE� LANE LANE PERVIOUS CONCRETE z SIDEWAL4�� J 3 SIDEWALK� OR PLANTER C-4,C-5 0.5' 1' 15' / L \ � C-10 �� � C-10 � 3�1 �U � 5% . LANE STRIPING Gv'� T - 1.5� 1 �� F���' _ 2% 2%_ _ 3' ., . ,.., o / - 0 3� F��C �'i���-��� ���i-��� �-����- I I I-I �I�_- I 6" HMA CL 1�2" PG 64-22 (TYP) - ���=-��� ���i-��� ������� EXISTING PARKING LOT 6" CSBC (TYP) CEMENT CONCRETE COMPACTED SUITABLE VARIES TRAFFIC CURB AND GUTTER, BASE MATERIAL �0' 125' PER WSDOT STANDARD 0.5' PLAN F-10.12-03 (TYP) �NE CONCRETE SIDEWALK �`�S 4 5� LANE STRIPING I L59 MAX �� I PERVIOUS CONCRETE 2%- 37 F��C SIDEWALK 2 � VARIES � 1.5% �-10 =���_ . ���-� ��'�1�--i11=111',-=�111�-� STA 1 41 +61 .68 TO STA 1 42+65.84 TYPICA� SECTION � STA 144+48.23 TO STA 145+43.40 �E"'ENT �o"�RETE sca�e NTs c-a,c-s STA 1 47+56.20 TO STA 1 47+89.38 PEDESTRIAN CURB, �� PER WSDOT STANDARD P�AN F-10.12-03 (TYP) 4�� �oMMER��A� HMA STA 1 41 +61 .68 TO STA 1 42+83.84 STA 1 44+55.59 TO STA 1 45+ 1 3. 1 3 STA 1 44+48.23 TO STA 1 45+97.57 STA 147+38.20 TO STA 147+89.38 H-LWE 30' � 30' w 1' S" 8' 16' VARIES, APPROX. 16' 6.0' 7.5' �� PERVIOUS CONCRETE PLANTER LANE PERVIOUS CONCRETE z SIDEWA�K � C 2 O 0.5 1' VARIES, 12.0' MAX VARIES, 11' MAX SIDEWAL� J I C-10 � 3'� CUT 1.5%_ LANE STRIPING 3� �vj 3� F��� • I _ z� 2�_ � � ��f, 3�� Fi�� ���'_-�I I'=1 I 1�=1��- - z" HMa a ��2" Pc 64-22 ��=�j�=1 I 1=1 I I= I I II I I� iOPSGIL, SEE � �I I-�I I- I I I-�I I I� �I I- �I I�COMPACTED SUITABLE i i BASE MATERIAL L-2 10' 125' CEMENT CONCRETE 6" HMA CL 1/2" PG 64-22 (TYP) LANE EXISTWG PARKING LOT TRAFFIC CURB AND GUTTER, PER WSDOT STANDARD 6" CSBC (TYP) VARtES, 6' MAX CONCRETE SIDEWALK GV� VARIES PLAN F-10.12-03 (TYP) 1.59 MAX 3'.� 0.5' LANE STRIPING 2% - - " 5' 3� F��C D - PERVIOUS CONCRETE � SIDEWA�K - I I I- j vnRiEs 1 5� �?a �I I I-I I� I I'� 1 I 1=1 STA 144+26.31 TO STA 144-�48.23 n `'I I�=i I I-1 I I,-=�I 1-- � CEMENT CONCRETE TYPICAL SECTION �B� P PEDESTRIAN CURB, PER WSDOT STANDARD SCALE: NTS C-8,C-9 ;' PLAN F-10.12-03 (TYP) �� � 4" �o"'"'ER�i^� "^^A STA 1 42+83.84 TO STA 1 44+48.23 � STA 1 44+ 1 9.85 TO STA 1 44+55.59 STl� 1 45+97.57 TO STA 1 47 + 38.2_0 ;, ; �,,o►w w.� E � ( � �� I RECOMMENDED �+`�'�i��9� � � ^ su N/a �� �"" OS 05 2017 � FOR APPROVAL . AS NGTED t: ,� CI�Y O F °'�`e. HoaN HARRINGTON AVENUE NE PHASE II • I ev ��� � °`"""�.wasoN `'� R EN TON SUNSET COMMUNITY-GREEN CONNECTION `�� ! a � \ ` �I•���I�e`^ 1r` �`"mE. EvnNs � { 1 'M P;o��i�g/e�ndrnq/P�bro works oept TYPICAL ROADWAY SECTION �C-7 � , eY - - __ �A �„E.cmw��. �. � __ N0. REVISIGN BY DATE APPR "°PP0°`o.nicHiSON ���� � 11 a-24 PAVING PLAN CONSTRUCTION NOTES p= � ,: H 142+50.7 , 10.00' LT �1 INSTALI PERVIOUS CONCRETE SIDEWALK, PER DETAIL C�i 0 -- __ PC -�■�-Z-���t H 144+32.61, 12.00' LT r � � � � � � � L � � � � � 1 H 142+56J5, 12.00' LT O2 INSTALL CEMENT CONCRETE SIDEWALK, PER WSDOT H 144+32.61 11.00' LT ' ' I I PRC H 142+68J5, 16.00' LT STANDARD PLAN F-30.10-03 ` H 144+19.85, 29.00' LT I PTH 142+83.84 9.00' LT BEGW 13 3O INSTALL CEMENT CONCRETE TRAFFIC CURB AND GUTTER, ' I � I 4'- � � H 144+19.85 29.50' LT PER WSOOT STANDARD PLAN F-10.12-03 , H 142+93.26 16.00' LT gEGIN i EX ROW i ( - � J D BIORETENTION O 14 O INSTALL DRIVEWAY ENTRANCE, PER DRNEWAY ENTRANCE AND � �. SWALE E1 iH 142+95.09, 12 00' LT H 143+6?1 J3, 1 6.00' LT _. _ _.__.__.._ _,_ r_ � CONNECTION TO SIDEWALK DETAIL� "`"�`� ���- � � r;,, � �� H 142+95.09, 9.00' LT Q C-10 __.__ ( � � � � � � � � � � � - - H 144+09.82, 16.00' LT ��� ' , � =� ' ; �CO OO EX RGW Q � O5 INSTALL PERPENDICULAR CURB RAMP TYPE A, PER WSDOT f t �, • _ _ _ U STANDARD PLAN F-40.15-03 � ,i- ,�, -_ _. � � ___- , , � t . - -- - --- -- -- __ ,c__.e.-._.: ` .,: .r . � � �. _.:r . = '� , in:.�, .,,� . _ - . W � .. , , � "....: x �� r.r �._ . - . � � , � K � .., " _ ` ' �,: � CURB C , SEE SITE PLAN FOR TYPE AND LOCATION -,- „ _ _:,_. __....� X I ` � _ --- � ti. - - -_� '� _ � 1 . � ' � O UT . ._ x;a _v a. _ �.- _..._. _,.�.».�* _-�___ --� � o�.. ,.. .._ . '__ _,,.. __ __ _ ' � �'' - �� » " � 4 w` . ' WSTALL FULL DEPTH HMA PAVEMENT, PER DETAILS ON - t ... � - '- -- -�� - � ,- 34' � � � SHEET C 7 ' � ': � ~ - ._ - _ � 40+00 � � � � �o. �-' -L E * � � � �8 INSTALL HOT MIX ASPHALT SIDEWALK TERMINAL, 20 ��' _�_ a �� , -,r'=�-'� _^O C _�.. _ . . � � t41+00 ' ---...__� -�._. .�2+00 . 6 . � ry� 14 0 3 4.. � . _ PER DETAI _ .. � �`�o. Q � c�t 1 � � � L � � -�. -- _ _ � � � � � � � �f _ -- _ _ _ _< - - - "_ � , �__ , . - _ � � `��-� � � '' � � ! ����'�+� S � INSTALL THERMOPLASTIC CROSSWALK, PER CITY OF RENTON ' ���-���� � ,������ ��_ `r? Z STANDARD PLAN 127 � � �_� ��������� � � - -- - -- - _ ���-____ �, � - ,�: � , � _� .� �� - �_ � � ���'`� � �� ;` � � _ ,;;ti � _ � - �- �� I 10 INSTALL STOP BAR, PER CITY OF RENTON STANDARD DETAIL � . , : ,��. . .- �, � � � � n ,_J � `� F �€x�W � � 1 fz�� � , � H008 `, > �� � � ss� � � � �H 142+83 84 11.00' T H 144�+26.31, 6.90' R7 � � � 11 INSTALL SINGLE SKIP YELLOW CENTER LINE, PER CITY OF __,_ _ � ` ` ' �� � .- � � � � �� BEGI�I��5 • /� ! 1H 144+28.31 -i 1.00� RT� RENTON S7ANDARD DETAIL H001 � T�'� � 1 f H' 142+83.84, 16.00 f2T ' H X44+Z6.31F` 16. ' R�' �' 12 INSTALL DOUBLE YELLOW CENTER LINE, PER CITY OF �� -��,- �PT . � ; P� i � t � � � RENTON STANDARD DETAIL H001 ` � � � � � � � � � � � � � � � � � �"'� "' H 142+83.84, fi�.50' R� �-I 144�6.30, 6.50' � T � �' PC142+65.84 1a.00' RT ENDO ; � Et�DO � < � 13 WSTALL CEMENT CONCRETE PEDESTRIAN CURB, PER WSDOT FGR IfJTERSECT10N DETAILS, SEE �_��-1 !� H 142+71.84. 12.00' RT gEGIN �' � '`-H 144 8.32, .00' RT STANDARD PLAN F-10.12-03 ;i PRC " �O , ,BEG� PR,C J '3 ` 14 INSTALL 4" HMA PAVEMENT, PER SHEET C-7 15 PLANE AND OVERLAY, PER DETAILS ON SHEET C-7 : : �g MAILBOX INSTALLATION TYPE 1 PER CITY OF RENTON STANDARD DETAIL H027, H028, AND H029 320 320 .. . . . � .�. �. �. �. �.�. �. �. �.� .... . . . . . EXISTIN � GRADE .� .�..�. .� ROPOSED RADE . . . . . ...... .. ... . . . . . . . .. .... . . . . 315 v 315 GENERA� NOTES - --- — : 1. SEE SITE PLANS AND LANDSCAPING PLANS FOR __.._._:� w .___ - w NON-PAVING ITEMS : � 310 : 310 . � LEGEND _ : _ : : � � P 305 : `— 305 FULL DEPTH HMA PAVEMENT � _ � : Z , ',:? PERVIOUS CONCRETE SIDEWALK s 300 J 300 i o co � m n cv o oa �o � �n o U , '. • CEMENT CONCRETE SIDEWALK/DRIVEWAY � PROP. LT. r� M rn co n o r� � o n r, o v ,. a a� , i o 0 0 0 � � � � � �Q ENTRANCE � FLOWLINE „� ,:� ,,� ,;� ;,� ,,� � � � � � �� 9 : : : 4" COMMERCIAL HMA PAVEMENT � , � CENTERLINE � a ao o � n o a, v a o ao r•� i. w � .. ... ..�.�. �.�.. ..�.�. .. �.�. . . . . . . .. � . � . . .N . . .p . ... � . . M . .. O .. . . .^ . . . ..M .. . ..� .. . ...� . .M )� N ri N .- .- � � o 0 0 0 0 o a o PLANE AND OVERLAY � � � � � � � � � . . . . . . .. . .. . . ... . . . p1 M . . M . .p1 . . M .. ..Y7 M � . M . .M .. r7 . M . M . . . M h M �f . . . . . . . . . . ....... . ... . . . . . . . . .. . . . . . . . . . . . . ... . . . . . . . _ . . . . . ... . . . . .� .�. ...� �. .O ....^ . ... .M �.. . � .�... ^ ... ..M .. . . O CUT LINE � PROP. RT. o : o o � � � � : � � � FLOWLINE : ` . . . . . .M . .M . ... M . �.� O . . . O . ...0 . ...0 ...0 . . O —__ __ __ FILL LINE ; 140+00 141+00 142+00 143+00 144+00 zo io o zo ao % ----+ U �,y��*C�''� r� � � SCALE IN FEET E �l��,�''1� •. � ( .__ _..__ . t s��o� � .�,ro�9� �'�� � � � G.BRGOKS C)TY OF � � ReeornrneNoeo � ' -20� � ��� � HARRINGTON AVENUE NE PHASE II os/os/zon .OR APPROVAI. � �B.HORN � R E N TO N I I i��I�• I BY """"�.wi�soN i i �,ti ;, SUNSET COMMUNITY-GREEN CONNECTION �� b'� � _ � ��E. EvnNs �� Plan.-I�ig�Brlding�Fublic Works Dept. pQ�/�(�f(�jp�Q�f ��,-8 r 8Y � cn m N0. REVISION BY DATE APPR '"PP°"o.n7cHi5oN �� � � �p�Z4 � � ' H 147+01.03, 6.50' LT i ' � ` � '�� I � I � � � PAVING PLAN CONSTRUCTION NOTES � H 147+01.03, 1200' ' � ' EX ROW-----_ � ��' ' p � , I H 145+86.03, 12.33 T H 147+10.32, 1 6. 0' LT ' j i 2 --�•r%��� � ,� _ 'C_C, - - -� � -« - � � - ` 1 INSTALL PERVIOUS CONCRETE SIDEWALK, PER DETAIL C-10 H 144+48.23 11.00' LT r - r � � PRC ' LT PC H 147+7.03. 29.76' LT 16 ��: -� � . _ O � H 144+55.59, 16.00' L•t.� I �" H 145+97,57 16.00' LT H 147+19.72, 6.50' LT . �' + , �� O2 INSTALL CEMENT CONCRETE SIDEWA�K, PER WSDOT PC I `" I / PT � � � � ��� � � - � STANDARD PLAN F-30.10-03 , _ � H 144+67.59, 12.00'-LT`- ., � � l H 145+97.51 12.00' LT � � � % ` 3 INSTALL CEMENT CONCRETE TRAFFIC CURB AND GUTTER, PR , � � I H 147+22.32 12.00'�T � � �; i � O PER WSDOT STANDARD PLAN F-10.12-03 � H 144+73.59 10.00' LT BIOR,�TENTIO�N� H 145+97.51 6.50' LT � 1 `� PRC , � PT � I SWAEE �2 � � = : � H 147+28.32, 40 OD �T, � � �'- , I �EX ROW . �4 INSTALL DRIVEWAY ENTRANCE, PER DRIVEWAY ENTRANCE AND C� I D � , , �Y � � PT ry" "� �.� � � � � 1 CONNECTION TO SIDEWALK DEfAI� � � r-- � �- � � � � � �.� _ ., � � � ; . I w , , - x� I Ex Row - � r `'�'" — W �� � 1 r,� � �- Q�oRETEr�ioN __ �t � c o , v� - � . � � .r � � ` � ��SWALE'E3���� s, _. _ _ i t �, � , / ` -_ ` O5 INSTALL PERPENDICULAR CURB RAMP TYPE A, PER WSDOT r � � '� k�.t - � - - '� -`� � � STANDARD PLAN F-40.15-03 ;,, '.'u� ,� . r ,. i . � ,. _ . 1 _ . � . > _ � � + - f _ -: __ � � � �, ' _ __ - .� + � _ - ��:� '=� � - � - �"' �n� '� . - � ��7�� ��- " ' ( - �; � �6 CURB CUT, SEE SITE PLAN FOR TYPE AND LOCATION � o�- � " �a _ i "� .'�.,, - ' -� _ '� � � �` � � _..- ' - � : �; � ��' --�-- - - � - �"� - - � � � � _ � `����,,,�,_,__� � INSTALL FULL DEPTH HMA PAVEMENT, PER DETAILS ON ,.. � � z �: . _� � _ � . ��` �-+� � Q `D �p-�� o � � _ -�_ _ ` - _ - - -� _ �`O - � � I � i��-� � � �•� � -- SHEET C-7 � � , - � I ,� _ _. _ _ - - � � -. , - �� � � w � � � � �_" o�- � '��- �4 �'� � H � � � 6 � � '� �� , �� � � � � �8 INSTALL HOT MIX ASPHALT SIDEWALK TERMINAL, Z o 105+00� � 46 0 - - � �_ PER DETAIL � , J �.. �. � � J _�_� � . .. �.. • _ o o� i 148+ 0 ''�-��` � � � _ 7+ 0 � -11 �� .�- � � _ - - ,-� _ - •- -- --� " � '-. . � -. . . � o � ���.' _ ( 149� Z _ N, ., . v ,� � � �y - C _ � � _I� � '� i . �_ "� .- . �. ` , °, �`- �? :•,..: �n - + �` (�"�` - _ - _ ._ O9 INSTALL THERMOPLASTIC CROSSWALK, PER CITY OF RENTON r ,: _ � � , � �; - ��� . � ':� � � �> - -' -`� �='r= � - '� -- - �-� STANDARD PLAN 127 Q ___,.. ���..a.�.. � co _�_'__ . _ �: � . �,_.��. . � . :."" .=�- ,� _ . --- � -- - - cO " _ ,r T �'�i "� ��,�-- - �._. � _____ ..,... _ �' � � '' � � � - �' � _' '���' " � ��< �� ', r ; li� � 10 INSTALL STOP BAR, PER CITY OF RENTON S7ANDARD DETAIL � . 4� ._� � � ,.; � , � � . �. w-:� H a�+�8.20 ��:�� � �... Hooa �+i4.�ti�o'�; 1 � � � � � _ � � � _ _ � .� � � � � � _ END �� ��_ p� � � � ��� '�� O ,` ' �I 147+ 8.20. 16.50' RT �`. } H 144+48.23 6:00' R7 ' � EX ROW : ` BEGIN 12 EN� _. �q� � � � � � � � J NTER LIN , PER CITY OF , � -' .., ; t END15 A I `; , H 147,+19J2, 2.00' RT � � � - �� � EX ROW 1t RENTON STANLARDIDETAILo001E E � L � � ` � BEGIN�2�_, � � �''t� r I 12 INSTALL DOUBLE YELLOW CENTER LWE, PER CITY OF H 144+44.32 10.00' RT � "` , — � N� .4-6+01.58 3243' RT �F R INT �SECTION DElAILS, SEE � RENTON STANDARD DETAIL H001 '�. N i T PT --� - ---� � 1 H EXISTING H 147+38.20 11.00' RT ,s ,� , - 'I C-14 FOR INTERSECTION DE1jqIL,6, SEE C-13 �H ,745�'93.87, 22.50' RT H 147+3820 2.00' RT �" "� � � �� �3 INSTALL CEMENT CONCRETE PEDESTRIAN CURD, PER WSDOT �``�" - - � � � � ' ' END "'� � �� !�� i STANDARD PLAN F-10.12-03 ,�y��� H�145+94J1 33.57' RT 15 # , ' f __�_�._.�� _.�._.�,.�,__----'- - .� 'i MPsTCH EXISTING H 147+50.20, 12.00' RT � ` C � i �' � PRC 3� F� � �I� E 14 INSTALL 4" HMA PAVEMENT, PER SHEET C-7 ,� H 145+92J9 2250' RT _ _ , � H 147+56.20 10.00' RT � �I � � �5 PLqNE AND OVERLAY, PER DETAILS ON SHEET C-7 PT .� ._.. i �. ��� �{'E t6 ST�A D�RD�DE�TAI L�027, H028.�A D�H029 F RENTON � 320 v : : 320 w : : : W � 315 0 315 GENERA� NOTES � + 1. SEE SITE PLANS AND LANDSCAPING PLANS FOR � : : N0N-PAVING ITEMS 310 � : 310 _ : ROPos�o Rn�E LEGEND W _ _ z : : J EXI TING � GR DE FULL DEPTH HMA PAVEMENT ; 305 = 305 � � a Q ': U � � ` ` PERVIOUS CONCRETE SIDEWALK a 300 : � 300 � � � o o � � � o � N •, : `� ' CEMENT CONCRETE SIDEWALK/DRIVEWFlY PROP. LT. f a " �. " • ENTRANCE j . � � . ^ . � . . . . . .. .. . ..� . � ..� . � � . � . � . M . . ... ... . . .. �. - � FLOWLINE o 0 0 0 0 0 0 0 0 0 .�..�.M ..�..M .�..�.�. .�.�.��. .�.��. . �.-.�... . -. ..� �....�..� . ...�.� . ..�..� ..�.�.�.� M ��.�.�.�. M �... ..�� �.�. . �M . .-.�..�'� ...�.�. ....�..� ..�..�.. .�.�.�. . .�.. . .�. .. . �......� � : - 4.. COMMERCIAL HMA PAVEMENT i a CENTERLINE � � n �o � � �n ao a o n n rn �o N rn �o � N o � o o ^a o 0 0 0 0 0 0 0 0 0 . o a o 0 �M M M - M � M � ��M M M M � M M � h � M M r7 M �� M � � � � � . . PLANE AND OVERLJIY �I . . . .. . .. . . . . .. .. . . . . . . .. . . . . . . .. .. . . . ... . . . . .. _ . . . . . . . . . . N ... . .� .. . � . . m . < . . d. . .Q, . ,� . .o . m . o . . . . . . . . . . . . . . ------- CUT LINE E PROP. RT. � ^ M o � N � � N o : N .�. .. �.�. .�.�.. �..�. �D �..� c0 �.� �[j �.. .��.� .�i[l ...V ....� � .�... M �.� Irj .�.�. 17 . �.�.Nj .. . .. .. .. . ... . . . .. � FLOWLINE � � � � � � � � � � � . . .. . . . .. . . n � � M � M �n r� � r, n � M n . r� . -""-_'-__- FILL LWE ; 145+00— ---- — --,i 4-L .J— -------- -- 147+00 148+00 : zo io o zo ao � �ow.� �. d� rc��w q� SCALE IN FEET E � V G. BRGOKS C I T Y O I m .RECOMMENDED �� � �.._20. ��zwr,�-�'w,�as�n�� i� � OS/OS/2017 FOR naPRovn� � � e. HORN � HARRINGTON AVENUE NE PHASE II � I�III��I�• av � � °'""""'�.wasoN � i�tN TON SUNSET COMMUNITY-GREEN CONNECTION \ �. � � - ��M \ s's By �pR� � "`°E.e�ANs �—� � Pian�:���/8����a��y/P�brc works oept. PAVING PLAN �C—g '� � N0. REVISION BY DATE APPR c � ` � D.ATCHISON �� 13��Z4 VARIES VARIES VARIES VARIES VARIES - �� � F'� - Tn n' � � r qc�c n• Tn c�� � T �.��,�. �� r� �� � � � CEMENT CONCRETE �VARIE � � ��,� � � ��� �� � I�� ( S 6" CEMENT DRNEWAY ENTRANCE 6" TO 0" CONCRETE VARIES 6" CEMENT t/2" LIP , p o o EXISTING DRNEWAY _ _ z% CONCRFTF ' ' • > e p - , , , , o , ',4 0 , ', ,° o � ` DEPRESSED CEMENT ' � ' � o a�p . , •, o � � , f�,° o� ' , ' o p � , o , , , > o , , , , CONCRETE CURE3 �a 4� , , , > � , o , o . , o a a o > o� ' , " n p� , ', , � o' ' o p- , & GUTTER a � o ' > � � ', P 4 4 a p Q 4 a a�a�a�aa 4 4�4 4� 4 4Q 4 4' �4�4a a� 4 4 Q d a ... q�a d Q� �4 4�4 4���Q 4 Q Q 4' �Q, � ��o � �4a 4" CSBC a a 4 a aaa a4oaaa oa ado4 * (TYP)J �ECTI O N CEMENT CONCRETE * (TYP)J � � Q �� A OR HMA DRIVEWAY, AS 4" CSBC SCALE: NTS - PER PLAN SECTION C SCALE NTS - 6' VARIES 6' TYPICAL PERVIOUS `3/8" EXPANSION JOINT PER II SEE PAVING PLANS f CONCRETE SIDEWALK WSDOT STANDARD PLAN F-30.10 CEMENT CONCRETE 6" CEMENT 4" PERVIOUS CEMENT DRIVEWAY ENTRANCE CONCRETE CONCRETE SIDEWALK 4 , n � , o o ' ,° � ' ' ° p� , 4 ' ° � ' , , � . . p o �9� �o p� � � p �� � O a Q Q Qp Q Q Qq�4 QQ 4 aQ Q Q Qp Q d a Qd Q 4 p Q Q Qp�4 4Q 4 p4�0 Q pp�Q 5' PLANTER S E CT I O N B 4" CSBC AGGREGA E BASE * (Tl'P) _ 6' VARIES 6' SCALE: NTS - N�TES: SEE PAVING PLANS 3'7 �Ur 2%_ 1. THE SUBGRADE SHOULD BE COMPACTED TO 90 TO 92 PERCENT STANDARD CGMPACTION OR AS APPROVED � n 3;1 F�`� � BY THE ENGINEER. CONSTRUCTION --____ ' t 2. INSPECTION REOUIRED FOR FORMS AND SUB GRADE GEOTEXTILE I I APPROVAL BEFORE POURING CONCREfE. FOR UNDERGROUND L_ _J DRAINAGE, CLASS A ���I �I I- �I I--�I I, �I I 3. MATCH JOWTS ON SIDEWALK WITH JOINTS ON MODERATE i THE CURB AND GUITER AT 10' O.C. CEMENT CONCRETE SURVIVABILITY, OR HMA DRIVEWA'%, AS - PER NOTE 4 4. APPLY SEPARATION GEOTEXTIIE ON SIDES. EXTEND PER PLAN COMPACTED SUITABLE GEOTEXTILE ABOVE PERVIOUS CGNCRETE SIDEWALK. BASE MATERIAL AS AF1ER PAVEMENT HAS CURED AND ADJACENT FINISHFD PER NOTE 1 GRADE HAS BEEN STABILIZED, TRIM SEPARATION CEMENT PERVIOUS 4" PERVIOUS CEMENT GEOTEXTILE TO BOTTOM EDGE OF SIDEWALK. CONCRETE CONCRETE SIDEWALK CONCRETE 5. FOR PERVIOUS CONCRETE SIDEWALK TRANSITIGN AT p � , � o ' < o �� , ^ o o- ' - � . o , � o MINIMUM 8'� AGGREGATE BASE ORIVEWAY, SEE� 0�p � v� � , Q � ^ �. p �� O p p . 4 a ��O Q �O O � O Q�o WITH A LEVEL 80TTOM v �oo ' °e� �� ' CEMENT ° '� � oe � SECTION B '� °pP � ' °w� ' ' � � °po °4' � -- � � > e pp , , ' ,� �e�'CONCRETE� , ' - p�p , > o�o � ' � 'o °DRIVEWAY > p • ° ° v ,�o p SCALE: NTS � a ° , ° o ' ENTRANCE a ° o C�o� v � , o p' • 4 ' 0 . . , a4 ' , Q n ' ,� ° � � � . n� ' , a ' ��� � n�' " ' � . o � � �,° o � 4" PERVI�US CEMENT v9 ', ° ' o�, ' ° , � ��� o � e�p CONCRETE SIDEWALK �'�. �q. ,o a q o Q o a ,o � 0 q O a e o , Q>o . ... , °�� ' �' � � e� � �' o�" �' �4�o °�c ' � � � MINIMUM 8" AGGREGATE BASE ov- � ° I' 0 4' n � ' � � I� ' o po � y y y WITH A LEVEL BOTTOM � oo � I� a�p o �,°po� � � q4 � � ',o9v o�p '� °p� ' �o� � � � � ° o ,'49� opo� p� °9 � � o � � ° °tl ��� °p a o '�9 �Y �Y �Y � � , _..-VAR,---- � o '��� ��v� v ��.o�p� n �� c p ������ °����� o Y Y Y TYP �___ ,:� � �. � � � v . � �� ��o ��� �� � � � ,I' ���� / / � VA _ ��o I � 0 9. ' , 0 w. ., � � �p p�o� , W � � •:• �� ��/ \ � C , � • P / /� � 9v ' � p , O � p� v �.p p , , . �� /� �j .�- �`- , a 'o� °�' c p ,�o� , np oe�°�� � ce � e4v �L ,I' �L `'' �Y ,'I ��/j\\�/%j\\�/�\ I BFRM� PER NOTE 1 � O �� De� o C9p� , 4 ,� � p , � �op� � �p0 W W W .15 —_ � � � o�� o p o� a�p>� p�� , �a p- , , c ON CENTER � o� npp , - o� ' , n90 ° � �Y �Y �Y �a � �D o Q �6 � �o. 4 , � -- 1:1 (T`(P) 0 i i PLANTER � CEMENT CONCRETE DRNEWAY ENTRANCE CEMENT CONCRETE P E RV I O U S C O N C R ET E �, CURB AND GUTTER P�AN DRIVEWAY ENTRANCE AND SIDEWALK DETAI� � � I, SCALE: NTS C-�,�9 �� C_0_NNECTION_TO S!DEWA�I�C DETA_IL� 3 sca!_e NTs- c-a/ �' �,pND W J ��d �';'o a � RECOMMENDED I � N�p �AS NGTED '�'�4° C: �} CI TY OF 05/OS/2017 � �OR APPROVAL I �. � F���B.HORN � HARRINGTON AVENUE NE PHASE II � �l ` • j av I 1� °""""'�.wi�soN i � R EN TON SUNSET COMMUNITY-GREEN CONNECTION �� � s" � av I �,p� ""E. �vAr,s ' ��� � � Pia����g/e�,rid�ng�P�er� works oepc. PAVING DETAILS ����1 0 � N0. REVISION BY DATE APPR 'AP"P"D.n7cHisoN 2- �- 14��24 i CEMENT CONCRETE SIDEWALK — � 6' �yiN � NMq / TRANSiTj�N RqMP � � \ � ```\� L CEMENT CONCRETE CURB AND GUTiER, ?ER WSDOT STANCARD PLAN F-10.12-03 6' MIN HMA TRANSITION RAPSP CEMENT CONCRETE SIDEWALK � MATCH �EXISTING GRADE 8.33°; MA� —._ �� � � � ��� � � �—� � � � � � � � � � �'�—I � I �� I '-- - ,_ � �., ,���—� � �_���_��� � � �—���—��� � I �—�II- I � � � �—i i i—I I I I I I—I I I __I I I—I I I--� � � SECTION A SCALE: NTS — s � HOT MIX ASPHA�T SIDEWALK o TERMINAL � � SCALE NTS C-9 i E i s� % ,�w� � ����m . .. .. . . ... .. .. .....�I s�N A SruE wrz� RECOMMENDED � � AS NGTED ""'V�°9�"` I OS/OS/2017 t .*— C,TY OF HARRINGTON AVENUE NE PHASE II FaR APPRo�A� � ���a ��RN � F�ENTON � � � SUNSET COMMUNITY-GREEN CONNECTION �������� av . �"�`�.wason . m � I � �� "�E. Evnr,s Fian�r�g/e���ia��y/a�er� wo�ks oFpt. PAVING DETAILS � C�� � rdY ------------- �a' uuc.cmnon�c�Y N0. REVISION BY DATE APPR "°p°°�TD.a7cNi5oN � ��- 15�24 � H 141+50.36 57.27' LT H i4i+s3.io, 5�.2�' �r PAVING PLAN CONSTRUCTION NOTES H 1 41+�Q.7? ?6.91' I T , 1O INSTALL PERVIOUS CONCRETE SIDEWALK, PER DETAIL I � � I � -��_ `'��` O2 INSTALL CEMENT CONCRETE SIDEWALK, PER WSDOT / � � � t� ! H 141+6_3_.31 45.40' LT STANDARD PLAN F-30.10-03 I ! H 141+63.30, 42.83' LT � i � � � ' � BEGIN O3 INSTALL CEMENT CONCRETE TRAFFIC CURB AND GUTTER, 1 GL >- E: O PER WSDOT STANDARD PLAN F-10.12-03 _ � H iai+sa.ao 42.a3' �T � CURB RETURN - GUTTER LINE ELEVATIONS H 141+36.50, 76.81'! LT ' _ ' � f i BEGIN O O INSTALL DRIVEWAY ENTRANCE, PER DRIVEWAY ENTRANCE AND C� I ~ " ` 7 CURB LOCATION STATION OFFSEf ELEVATION CONNECTION TO SIDEWALK DETAIL� � i H 141+68.80 42.83' �T � H 141+39.61, 41.81' ILT SO � � ; PC H 141+64.25 35.01' LT 312.80 C-10 END 2 1 j ' = 1/4 H 141+65.92 26.02' LT 312.49 --� MATCH EXISTING I � Z `y �,.-ti ��• �# � �;t f � r; > � , A 1/2 H 141+71.57 17.33' LT 31232 5 INSTALL PERPENDICULAR CURB RAMP TYPE A, PER WSDOT � I � � % �" � E'�"'� 3/4 H 141+79.68 11.90' LT 31221 O STANDARD PLAN F-40.15-03 ( ! i � , H 141+66.15 25.44' LT � ` -r= � F� ' ELEV 31248 PT H 141+89.25 10.00' LT 312.1 1 __,H 141+36.42, 32.00' LT / ' O6 CURB CUT, SEE SITE PLAN FOR TYPE AND LOCATION / '�� PC H 141+84.69 10.11' RT 311.99 BEGIN � 4-4' � H 141+76.32, 29.00' LT -- I � - 1/4 H 141+94.23 12.02' RT 311.85 O7 INSTALL FULL DEPTH HMA PAVEMENT, PER DETAILS ON H 141+37.21, 31.33' LT � H 141+92J8, 10.00' LT B t/2 H 142+02.31 17.42' RT 311.45 SHEET C-7 �� �. � ' ELEV 312.07 3/4 H 142+07J2 25.51' RT 311.07 O , �� " - __ I '. i OS PT H 142+09.64 35.05' RT 310.40 INST LL HO M X SPHALT SIDEWALK TERM�N L, EX ROW '��� �8 A T I A ' A , - �Q���(�}r � ' ° � �k�,u" "{ BEGIN� PC H 142+36.00 3216' RT 310.36 PER DETAIL� � �v--� 4 , , � ` EX ROW i/4 H 142+38.64 23.50' RT 310.94 C-11 - ----- 1 1+5 f86 32.00' LT � � H 142+0285 24.00' LT_ � 1/2 H 142+44.19 16.34' RT 311.07 _- ,h�- P� 4 _ - � BEGINO 3/4 H 142+51.93 11.64' RT 311.14 O9 INSTALL CROSSWALK, PER CI?Y OF RENTGN STANDARD PLAN _ . . � ,, � �oe� ��. �� ��,' 127 ; �/. � ` PT H 142+60.84 10.00' RT 311.04 H 141+ BBZ 14. LT I 1/4 n w- _ 312.57 I A � , 10 WSTALL STOP BAR, PER CITY OF RENTON STANDARD GETAIL v _ 1',n I R`L5 a-y,� �'.._.� �.r w� _ _� H008 __ _ _..�..m__--- �.� _ � �� � '�. - . - �. _ ;, __ � � m � �_� ,_ =- - _ %'.�`-- - -- -.. - 11 INSTALL SINGLE SKIP YELLOW CENTER LINE, PER CIiY GF T 1/ `r�- � ' H 142+02.85 10.50' LT RENTON STANDARD DETAIL H001 ��M._�.:� � � _ � _ _ :�- --- - � oo�°� v� END� _ _� _ ,. ,_ _ _�_ � H 141+73.46, 15�62' LT 12 INSTALL DOUBLE YELLOW CENTER LINE, PER CITY OF 3�z.2g RENTON STANDARD DETAIL H001 HARRINGTON AVE NE H 141+79.69, 10.10' RTI 3/4 ` ` � PT H 142+O1J8 0.00' RT 13 INSTALL CEMENT CONCRETE PEDESTRIAN CURB, PER WSDOT �- -- �----e�w ! ;--�_�� . H-LINE � '�'"" " ��� -- - � J..-,aa�, _,_ � BEGIN �� STANDARD PLAN F-10.12-03 � 4� +OO r� P.0 �{ ��.-{-O.O 14 INSTALL 4" HMA PAVEMENT, PER SHEET C-7 � H 141+73 68, 12.0 RT ; � = --� � �� 1.4 3�4 /-PT -- - - �--- _ �� , � 1�2 15 PLANE AND OVERLAY, PER DETAILS ON SHEET C-7 � � � ����.�� � _ __ : __.. ... __ s _ _ _' __ _ _ B H 141+58J6 �:03' RT r � �` �/2 `� '� '� ` �-"__ , ; �g MAIL80X INSTALLATION TYRE 1 PER CITY OF RENTON _1 �_ oa � .�. �3, „�� � -�^^ �� � � C . �� vr STANDARD DETAIL H027, H028, AND H029 H 141+61.6 , 16.06' RT � �� � �'o'--- �'� � -� � � rn �� c' +.�- � `, � � � : � � .%i�" " � � H 142+38.64 23.50' RT PC � , o ` - --- -�-----�- '�-�--__._..._..gEGaAl�.,7�„� �n �.� � ' �cC � - o �_ E�EV 310.94 r ____ .___ _, . , _ � � , .=� Qe �- � � � r,� - - --- �,,, .. , � � � � � � z � _� �_ � , _ -� '� �- i NERAL NO �-*._ - , v� �- �' ` � � � "' _ �� END 9� 1. SEE SITE PLANS AND LANDSCAPWG PLANS FOR � � - � ' ��3�4 � �� ��4 � �� H 14�Z+51.46, 22.54' RT NON-PAVING ITEMS � " r H �141+61�:8& 16.62' RT ; `, � � � � x '"�._..�� ,�^_ � � , � a �.. � . Y�. B GIN �'�-"' _ PT H 142+46.37 31.67' RT ����C� FOR �� OO � V �EGEND C�F NE �TN F'�_ H �ai+��.so 2z.36' Rr ��� � � � , � � �c �' �y� ; � r�� y�, � t,' � � v y . y�1 � . �~ � . � << FULL DEPTH HMA PAVEMENT t � �,; 142+36.38 33.41' RT ' v i „ EX ROW H 141+9287, 1 L50 RT ' �j '� �{ �;i� � � � � � :2.' �BEGIN� ELEV 311.87 � j( � � � � � i, �, ���j� v� � ' , ' . ' _ ' �.' � PERVIOUS CONCRETE SIDEWALK �, � � H 142+05 77�21 74'.RT'� � � � � � � � t � � � ��`i END 9 ELEV 311.26 ` -r ( � D�A--� � 6.4' � � � r � H 142+35.37, 37.69' RT - � '--PflST JNLY � �' `\�\ =x eEcw� �ErEcrAe�E waRNiNc P�,a7E " BEGIN g � �' ` \ ��1 r-- oe>,o oao�o,°._ �, � 4 �� ��C� � ` � ' `�`- `"' a ° CEMENT CONCRETE SIDEWALK/DRIVEWAY � H 142+02.54, 43.44' RT H 142+34.41, 37.58' RT � ° ENTRANCE H 142+09.03 50.05' RT � ENDO H 14 + 53 H 142+10.48 50.04' RT i ENDO H 142+38.35, 49.55 RT 4" COMMERCIAL HMA PAVEMENT � HARRINGTON AVE NE & NE 8TH P� P�a,�E ANo ovER�AY ;� INTERSECTION DETAI� � E SCALE: 1"=10' �-8 CUT LINE � FILL LINE '� BREAK LWE io s o io 20 9 i�a__-- �,{��w�� SCAIE IN FEET E �,5�' w m � � �G.BROOKS � ro°a'/'°i CITY OF OS�OS�ZO17 RecoMMeN�e� "s "°TEo ° i% ''•` HARRINGTON AVENUE NE PHASE II ^ FOR APPROVAL � �Ac-�� E��e.HORN ..4 ft E N TON {�� SUNSET COMMUNITY-GREEN CONNECTION � o � OV � � ��J.WILSON � � �`�� � g` �"mE. �vANs �� � P�anninG/euiiainG/F�br� works oept. INTERSECTION DETAILS �C-�Z r BY A wu.ccwww�r E _ !J0. REVISION BY DATE APPR '"""`"'�0.nTCHison �- 16�24 s �� � , � PAVING PLAN CONSTRUCTION NOTES � C RB LOCATION � STA v�i i�f� u��v� � ��„� �� � . r,. � _T--r- - �. �Y, `*��5 _,��Ni�t �vi�U f�Li�i�iv t L��vr-�I�vi`�:> ND OO TION OFFSET ELEVATION O INSTALL PERVIOUS CONCRETE SIDEWALK, PER DETAIL ; � H 145+38.38 33.95' LT PC H 144+49.32 9.99' RT 307.90 2O INSTALL CEMENT CONCRETE SIDEWALK, PER WSDOT H 145+26.03, 48.86' LT' � END �� 1/4 H 144+58.11 11.59' RT 307.62 STANDARD PLAN F-30.10-03 � t I � �� H 145+39.03, 14.59' LT � 1/2 H 144+65J8 16.17' RT 307.34 --- I� 306.64 3/4 H 144+71.34 23.16' RT 307.07 O INSTALL CEMENT CONCRETE TRAFFIC CURB AND GUTTER, _` H 145+25.07, 48.85 LT � E PER WSDOT STANDARD PLAN F-10.12-03 ENDO = � H 145+49.19, 49.27' LT PT H 144+74.10 31.65' RT 306.46 H 145+20.54, 4285' LT i� i PC H 144+95.82 30.51' RT 306.52 O INSTALL DRIVEWAY ENTRANCE, PER DRIVEWAY ENTRANCE AND i H 145+49.33, 41 J2' LT 1/4 H 144+98.82 22.40' RT 306.65 CONNECTION TO SIDEWALK DETAIL 1 H 145+26.37 34.20' LT EX ROW� � f E � 2 H 145+04.40 15.80' RT 306J8 BEGW �� I H 145+50.30 41J1' LT � C-10 O I BEGINO H 145+50.83, 47.71' LT 3/4 H 145+11.90 11 49' RT 306.91 1 PT H 145+20.42 10.00' RT 306.95 H 145+13.13 29.50' LT 8 � � BEGINO 5O INSTALL PERPENDICULAR CURB RAMP TYPE A, PER WSDOT END t4 I ; PC H 145+00.10 10.00' LT 307.18 STANDARD PLAN F-40.15-03 f H 145+54.83 41.68' LT ��4 H 145+12.20 13.01 RT 307.02 H 145+13.13 29.00' LT F 1 2 H 145+21J4 2250 RT 307.01 6 CURB CUT, SEE SITE PLAN FOR TYPE AND LOCATIGN fi��F53.96, 22.39' LT � O END �3 4 i !� ELEV 306.00 3/4 H 145+23.20 25.47 RT 307_04 O7 INSTALL FULL DEPTH HMA PAVEMENT, PER DETAILS ON H 145+17.82, 17.34' LT ;'i u" - � ��.�7- PT H 145+25.09 35.05 LT 307.25 SHEET C-7 ELEV 306.97 , � I v' ' r PC H 145+50.25 35.65 LT 307.20 O5 �~ PT I 4��' \\ 1/4 H 145+52.11 26.04' LT 306J2 8O INSTALL HOT MIX ASPHALT SIDEWALK TERMINAL, Q � P � �\ � H*1 4 5+b 2 3 7 2 9.0 0' L T G ��2 H 145+57.52 17.88' LT 306.44 P E R D E T A I L � H 145+17.67 17.22' LT :J , EX ROW 3/4 H 145+65.64 12.42' �T 306.10 C-11 306.97 _._ __ _ I � PT H 145+75.25 10.50' LT 305.93 H 145+01.83, 24.00' LT F - -- ENDO � �'2S � �4 ' � �` H 145+58.36 16.93' LT O9 I127TALL CROSSWALK, PER CIT`( OF REN70N STANDARD P�,4N H 145+09.67 11.91' LT � �, �� � °° �� � �� � �`� � i ��� 306.40 ELEV 307.06 �= �ti `� '3 � � - ���ti ��`�,�=_ � � H 145+75.25, 24.00' LT 10 WSTALL STOP BAR, PER CITY OF RENTCN STANDARD DETAIL _._ r�..,_ __�_ � G � �_"`...-._ ._ _ ._ BEGW � - H008 � BEGIN5+01.83. 10.28' LT -' � � _ `'� � � BEGIN 9 � � - --- �- - `�- H 145+7525, 71.00' LT 11 INSTALL SINGLE SKIP YELLOW CENTER LINE, PER CITY OF O ��2� - v-� END RENTON STANDARD DETAIL H001 ��, ` H 145+0297, 0.00' RT 4 � �,h . � , 2 END �� "` - "-' ' _ _ �_. .T ___ � � : H 145+75.25 6.50' LT 12 INSTALL DOUBLE YELLOW CENTER LWE, PER CITY OF RENTON STANDARD DETAIL H001 P� HARRINGTO�I�AVE NE ° 3�4 � PT �� H 145+25 42 10.00' RT i;, H 1 45+60J9 0.00' RT 13 INSTALL CEMENT CONCRETE PEDESTRIAN CURB, PER WSDGT H 144+54.67, 2244' RT � p� i ; �,` BEGIN �� STANDARD PLAN F-10.12-03 -- __ ,_�_,_�,� ___ _-�_.. _.... �t -.-� �._ PT �� H LINE �' � 14 INSTALL 4" HMA PAVEMENT, PER SHEET C-7 Pc �/4 '�2 145�00�� o � _��' � ,� �^ o PLANE AND OVER , PER DETAILS ON SHEET C-7 -�- _ _ _ 15 lAY -- . , - -: .�.._�._.._ .._ .c�Sr _ _ _- � _ �`L� D E ��2 �a�; �� � O6 MAIL80X INSTALLATION TYPE 1 PER CITY OF RENTON " °"° v' ; } STANDARD DETAIL H027, H028, AND H029 �� 1 ��� . ..;.:._`„p Sg� _ �, v H 145+75.25, 0.00' LT . . . ' v- V� .. . t . � _ � V ?. a; . . � . . � . . . V� _ _ . . �_� _ � �°� � � � � �� H 145 __ - � � �. �� _ +55.44. 0.00' LT � �� � � � , , . � ENERAL NOT S � H 144+68.93 19_48' '�`- � � � �.4� - �,;� �� "�"� -��`- �- BEGW �5 1. SEE SITE PLANS ANU LANDSCAPWG PLANS FOR ELEV 307.24 �� "=� $ 3/4 � �- �� �--C �j "�;�({, NON-PAVING ITEMS � O5 k r_ � H 145+55.44 1 1.00' RT BEGIN 9 � ��i� � H + �40 12.00' RT ��-,��j,-�-�3� � 0 __ � CJ� _ �_ C`;�� � �� �F� ��" - �� c 4�� Ex Row LEGEND H 144+65.06 29.89' RT H 145+20.00, 22.50' RT FULL DEPTH HMA PAVEMENT H 144+73.26 29.96' RT H 145+20.29 22.63' RT ENDO H 145+43.40 16.00' RT a H 145+20.89 36.12' RT _ H 144+74.10 31.65' RT MATCH EXISTING PT PERVIOUS CONCRETE SIDEWALK N END O3 H 144+74J7 29.86' RT H 145+15.53, 25.47' RT END45+43.40 16.50' RT H 144+95.03 29.60' RT O � H 144+95.82, 30.51' RT H 145+15.85, 36.54' RT BEGIN Ot DETECTABLE WARNING PLATE MATCH EXISTWG " PC ;, BEGIN O3 H 142+36.38, 33.41' RT , " CEMENT CONCRETE SIDEWALK/DRIVEWAY � BEGIN O H 145+08.24, 29.82' RT ° ° ENTRANCE H 145+00.59 19.77' RT H 145+11.90, 11.49' RT `� 4" COMMERCIAL HMA PAVEMENT � ELEV 306.70 ELEV 306.91 O O j END O END O9 PLANE AND OVERLAY �i � HARRINGTON AVE NE 8c NE 8TH ST ��T ��NE y INTERSECTION DETAI� __ � F��� ��NE � - - ---- 3, SCAI E: 1"=1 0' C-9 ---------------- GRADE BREAK 9 �,,�p io s o io zo U ,�.'��W�lt.. SCALE IN FEET .,�^ E � n�c � ` �'�.aRooKs k»i9����� C I TY OF os os�zo�� � �RECOMMENDED � � �._� AS NGTED �'y ,� � FOR APPROVAL � B. HORN RENTON HARRINGTON AVENUE NE PHASE II y SUNSET COMMUNITY-GREEN CONNECTION o � BY �� ���J.WILSGN � .a. m � 'cc - '+ U M as E. �,ANs �� � Pian��n9/gu�id�„q/P�br�� works oept. INTERSECTIONDETAILS �'-13 � eV I It c� . �K���. � �� � N0. REVISION BY DATE APPR °XO"o.nicHi50N �� 17 a�24 PAVING P�AN CONSTRUCTION NOTES � �n�cTni_i_ oFR�/IOU� C'C'��rRrr� cmFWAi u. PFR n�rqlL O WSTALL CEMENT CONCRETE SIDEWALK, PER WSDOT STANDARD PLAN F-30.10-03 H 147+89I25 i46 �5� LT� ���, �I I �' ' O PERAWS OTMSNANDAORDRP�,qNTRAF 0.12 UO3 AND GUTTER, � � �' � ' � � �I i i ... . H 147+86.29 46�6' T � I , 4O INSTALL DRIVEWAY ENTRANCE, PER DRIVEWAY ENTRANCE AND ENDO I 7 ` � I CONNECTION TO SIDEWALK DETAIL� k H i4�+a5.�s 4ss5' T' � I �- I° 0 CURB RETURN - GU�ER �INE E�EVATIONS c 1io H 1 4 7+8 0J 0, 3 4.9 9' L T _E N DO 4 �- �� � � C U R B L O C A T I O N S T A T I O N O F F S E T E L E V A T I O N r` � _ ;� ' #� _ � _��r�_��� PC H 147+6L20 10.00' LT 302.69 O 5 INSTALL PERPENDICULAR CURB RAMP TYPE A, PER WSDOT H 147+85.47 29.04' LT �`•, ,� F-- �': 1/4 H 147+70.77 11.90' LT 302.52 STANDARD PLAN F-40.15-03 ELEV 30234 �r � �! 1 '� i H 1/2 H 147+78.88 17.32' LT 302.36 �� j � w .�j LOW H 147+83.23 23.17' LT 302.65 O CURB CUT, SEE SITE PLAN FOR TYPE AND LOCATION H 147+76.37 24.40' LT 3 4' : �I z � 3/4 H 147+84.30 25.42' LT 302.28 7O INSTALL FULL DEPTH HMA PAVEMENT, PER DETAILS ON H 147+69J9 29.00' LT l i �`� ` 1� �F PT H 147t86.20 34.98' LT 302.44 , -n �� SHEET C-7 H 147+7254, 12.72' LT �` ' � �'� ' �� � ' � H 147+61.20 10.00' RT 303.00 � INSTALL HOT MIX ASPHALT SIDEWALK TERM!NAL, ESEV 302.49 `� / 4' PT �I � i ��� 1 4 H 147+70.85 11.84' RT 30256 PER DETAIL//��� O �--' 1/2 H 147+79.05 17.26' RT 30255 / I � �» � r� � � 3/4 H 147+84.52 25.41' RT 302.19 C-11 7 BEGIN O 9 , - ' z �, -�� EX ROW H 147+86.43 35.05' RT 301 J2 EX ROW� � ' ( � i �-L11 I � 1'� PT v , INST LL CROSSWAL PER CITY OF RENTGN STANDARD PLAN ,! O9 A K, o � � � ��' ��� � 127 i . . � oga r��4 I I �� -t / i Y 2 ,r` a a '� t I �,� � � `'C� ,y, `- 1 0 I N S T A L L S T O P B A R, P E R C l n O F R E N T O N S T A N D A R D D E T A I L ��` HOD8 H 147+6L20 24 00' LT ��- `f : �{ ,�� ( � �'° v "' ,�, �� �_�s i. � � END��) __ eF "_ � � � I I � ' � � 11 INSTALL SINGLE SKIP YELLOW CENTER LWE, PER CITY OF `-' �25, LpW ;"' � �"% � ( � "`--- -.- RENTON STANDARD DETAIL H001 ...a �_ � i; ! � '� I �� ------ 12 WSTALL DOUBLE YELLOW CENTER LINE, PER CITY OF _. " � _ BEGIN�+61.20, 10.50' LT _� ���t I �� j ; RENTON STANDARD DETAIL H001 O : - ��� : :- l _� _i �= - ��� .� �� - 13 INSTALL CEMENT CONCRETE PEDESTRIAN CURQ, PER WSDGT PC - �--���� " � �� � � .- � STANDARD PLAN F-10.12-03 ��4 � �' - 14 INSTALL 4" HMA PAVEMENT, PER SHEET C-7 _ ���--�- -� � �,,� ;_ HARRINGTON AVE NE - -^--,--�--�- ;-= _ � END47+64.80 0.00' RT � 48+ � 9 -_- - . - - - H-LWE � � 15 PLANE AND OVERLAY, PER DErAILS ON SHEET C-7 12 �� _ #-� ,�-- -=� -° � � _ - �,.�-�-� � �_ � , 16 MAILBOX INSTALLATION TYPE 1 PER CITY OF RENTON � ��'� I j � STANDARD DE�AIL H027, H028, AND H029 _ 1/Z � � PC - � �� I l r- - r � �_ . ��g- _ �� �� _; y- ��_ 17 INSTALL PARALLEL CURB RAMP TYPE A PER WSDOT �' I ( � 2„ MPE II� PSE�G" STANDARD PLAN F-40.12-03 H �a�+�2.9a iz.a3' RT ,.- <� - : � ; -�� �..=�_ -�--� -� GENERAL NOTES ELEV 30282 � � v- ��',� � `I -� " 1' i� � O `�'� ,ti� t , � �j ��� i i� I ,.� 1. SEE SITE PLANS AND LANDSCAPING PLANS FOR , � � ; ; i li i: ' � (i r/`` NON-PAVING ITEMS END �9 r- • '� ,c,•� � � [ � � -i � � k i � � ,' _ � ,-t l^ ._..__ . H 147+63J8 2250' RT ,i1 `. „T; ��y � �3�4 �� i` � � � � Ex Row 'y ' ` I � /� � -� LEGEND _ w -��,-� �ti � � � ; i ' -` �Ex Row H 147+84.52 25.41' RT f( �` ' E � �` 12 0 PT I � � I FULL DEPTH HMA PAVEMENT ELEV 302.19 � , . ,� I � � ! � � �� f � � �� � � � � PERVIOUS CGNCRETE SIDEWALK � H 147+85.88, 39.96' RT H 147+89.38, 39.99' RT ENDO END O _ DETECTABLE WARNING PLATE H 147+86.38 39.96' RT ��� " END ;, OO a a ° CEMENT CONCRETE SIDEWALK/DRNEWAY i o ENTRANCE 4" COMMERCIAL HMA PAVEMENT i HARRINGTON AVE NE & NE 7TH ST � INTERSECTION DETAIL � Pv�NE ^"o o�ER�Y ;� sca�E: i"=,o' c-s �E cuT uNE � - ------- FILL LWE �o s o io zo BREAK �JNE i � �.y�w�'G,� SCALE IN FEET E �� m � RECOMMENDE� � G. BROOKS �AS NOTED iZ0N1 �°B^°°' � OS/05/2017 FOR nPaRovn� '"°' � CI TY OF HARRINGTON AVENUE NE PHASE II � �w�B. HORN ,RENTON � ..LL ruueaw�. • � ev ���op """"�.wi�soN �`� ',, SUNSET COMMUNITY-GREEN CONNECTION o � � f � � a'a ay � `"mE.E,,,Ns �� � ���ao ��, /e���d��g/P�er< worus oept INTERSECTION OETAILS C-14 N0. REVISION BY DATE APPR D.aicHisoN ��'� i8��24 s° FOR EX TREES TO REMAIN - SEE CIVIL � I LEGEND DRAWINGS, TYP J � � BIOREfENTION GROUNDCOVER = 2 BIORETENTION PLANTING SECTION NP FOR PROPERTY � � L-3 RESTORATION AT THIS LOCATION, SEE � S00 INSTALLATION W CIVIL DWGS : Z 6� 6 � PROPER7Y RESTORATION ESTIMATED OFFSET DRIVEWAY 3 FT BACK OF SIDEWALK TO �F�� FROM - SEE CIVIL CONSIST OF 3" DEPTH TOPS01� FROM EX ROW WATER 1YPE A & SOD � WATER METER _,y�� VE - PROPERIY RESTORATION ESTIMATED r�f � 3 FT BACK OF SIDEWALK TO _ -� �_.-- ' =� � ' � � � �: . ...�, �� 3 CONSIST OF 3" DEPTH TOPSOIL . :_ . :, �, O - ` • ` TYPE A AND 3" DEPTH OF WOOD . . _ .-: � . �. ar...°.. , a�,,.�:f . ._>. , . . �.. ...... .,.,.. , . .. :.. ... - --�'�'-- ----- ..-� ����� � � �� CHIP MULCH. RESTORE DISTURBED _ _ ,_._. � � - - -- '� - SHRUBS TO MATCH EX SPECIES W/ '.:.: _ ' � ��, U MIN 5 GA� SIZE NURSERY GROWN - � - ' -- — PLANTS. SEE DETAIL 3/L-3 � — _— — -- PRDNf _T�.�-��-�� .—_ �_ o� HARRINGTON AVE NE '` o ' oRivEwAY j_ - v WOOD CHIP MULCH ONLY AT TREE LOCATIONS _ �� �� � � �� -. � � � w ,.__ . r" '-. �---- � .___---- RECYCLED PLASTIC LUMBER EDGWG 4 L-3 -- - < --- -- Z PLAN NOTES � � _. _ _ �� T EX ROW � �" iJ ;` / r� j ,� j � 1. STREEf TREE LAYOUT SHAL� COMPLY WITH Q THE FOLLOWING CI1Y OF RENTON MINIMUM . �=� �� � . � l l % J � f /' � � CLEARANCES & REQUIREMENTS: ---�r N-�� � / � i / t l ,, J ' i� � �"�~ /� 5 �� � � A. 40 FEET OFFSEf FROM STOP SIGNS. `, \, B. 10 FEET OFFSET FROM DRIVEWAYS (MEASURED FROM EDGE OF DRNEWAY AT CURB). C. 30 FEEi FROM STREEf LIGHTING. I 2. REFER TO CNIL DWGS FOR PROTECTION OF EXISTING TREES. EX ROW ' ,_ i ' 1 � i� � ' � ' � � 2 DECIDUOUS TREE � ��� - - � L-2 PLANTING, TYP �`,' i ,x F-- = FOR EX TREES TO � �' FOR PROPERIY � t SOD SOIL REMAIN - SEE CIVIL � r = I RESTORATION AT w L-2 PREPARATION, TYP DRAWINGS, TYP �-,` � THIS LOCATION, SEE z CIVIL DWGS , APPROXIMATE ` ' z �: � '�` � EX ROW � �LOCATION OF ` , � � �'�RETAINING WALL �� � EX ROW O � i � ; �' � -- J � 3 � w � � -- �1 I r'' � v-�i �`-- \ � ��; �`�---- --�- - a a 5 � -e. o z;=�q� ;i �� <: - �. � i� „ � � E � ... > � � � � _ _ � ---� �.` ,'�: l✓ � ``�� `��—_;�'_ `�__v._. . � Q � � 2g --BIOREfENTION SWALE - � � � \_ T, i i --- ---*- < rQ- . v � b _ � � 49' 25' BIORETENTION SWALE \ � ��a�.._ ___tiJ_�_.. ��.ti:._v_ � yll , ' , .� � __. __ __ � � ..�� _._. U � —_—� HARRINGTON AVE NE _ ��-'v ; i � z _ , � _ � — � 2' � �' - __ �_ �__ _�`.----r __� - � L.�? � ` a ,. _� t U _ ss- � � � ...-.�� _� � �- , �.__� _.� _ € < --- --- ���---'-__ o � ... � . �— .. �. �' /iT ��.. .. .... . --�------�--- u , � --- --- � / ���� �� . - -'- � ,. --__ _.. ; . � �� . .. ... . ! �� � >: � � ,..., _ . ,__ .. .. � . _ � �. . .�_... . � ,. ,. . . , .: � ' � i � �a�i � � - o � 4 � , r m � � s_, _""� r�J-- o�ra� .� ��-- -- _. __ � � j I ` EX ROW ' 4 '�-"., � t' � ; t EX ROW '' , �I � � �w.�' � � � � _ ._ _ jj i � � i _ � � � � I��.� � , _ _ -t,' 1 �)j � � � I c�i � � � i ` < � � � ��.-___."--"",i �� _.. _ _ � �� I � � � � I � - � � i , ,, ._ __ �` jl ? „ .� � -""��N��� � - -_�___. _.' -- � ` �F� 4 �� �� ! � � ' 1 � °� _ o �'I' = � ' ;� I i i d oF WASH/ � � zo �o o zo ao E �J�F7 voN ti�T SCALE IN FEET � �P 'ad �6 i p os os ,� ' RECOMMENDED � �� �ns NorEo °"„°° Jt CITY OF HARRINGTON AVENUE NE PHASE II / / H B� FOR APPROVAL - � • �o KooNTS RENTON � av � � °""""e.scHNeioER � `u SUNSET COMMUNITY-GREEN CONNECTION B Y m2s F•ooe6�E x P ��� `"mE.pqRKER � f \ Plann .g%�3u��,�d�mg/Publlc Works Dept. PLANTING PLAN nXGL-� � LANDStAPE ARCHITECTURE i - <qNpscapE P N0. P,EViSION BY DATE APPR �_votic �K�� �\-'� "'� 19°`-24 PLANTING SCHEDULE SYM Q1Y SCIENTIFIC/COMMON NAME SIZE/REMARKS STEP t TREES LEVEL WITH EXCAVATE EXISTING SOIL TO 6" DEPTH BELOW ADJACENT CURB OR 2" CAL; B&B; FULL, WELL BRANCHED TOP OF UNDISTURBED EXISTING FINISH GRADE. AVOID UNDERMINING ADJACENT 4 Tilia americana 'Redmond' / & WELL ROOTED. STREET TREE GRADE. ADJACENT CURB OR PAVING SUBBASE MATERIAL. REMOVE SUBBASE FILL MATERIAL Redmond American Linden SIX (6) FOOT BRANCHING HEIGHT. CURB, INSTALL SOD FROM PLANTING AREA AND PROVIDE SUBGRADE PERCOLATION TEST PROVIDE ONE SELF-IRRIGATING WATER PAVING, OR PRIOR TO PROCEEDING TO STEP 2. BAG PER TREE (GATOR BAG). UNDISTURBED STEP 2 EXISTING r -, r---� r--, - INSTALL 3" OF TOPSOIL lYPE A, SEE SPECIFICATIONS. H UBS FINISH � I I I I I i•�� /, %,� ° 44 Spiroea betulifolia var. lucida / 2 GAL CONT; FULL, WELL ROOTED & GRADE i� I I �� �� '�� �, �/ � STEP 3 SHINY-LEAVED SPIREA WELL BRANCHED. (MIN. 18" OFFSET) UNDISTURBED I=I I I=I I �� � \ �\\ /\\ SCARIFY OR ROTOTILL TOPSOIL TYPE A TO A MIN 6" DEPTH. COMPACT TO 85% MAX DRY DENSITY BY ROL�ING. ENG SHALL REVIEW & 0 73 Berberis thunbergi 'Crimson Pygmy' ('Atropurpureo Nana') / 2 GAL CONT; FULL, WELL ROOTED & EX SOIL OR I I I I I I I I I(I I I I- APPROVE SCARIFICATION AND COMPACTION PRIOR TO PROCEEDING TO CRIMSON PYGMY DWARF JAPANESE BARBERRY WELL BRANCHED. (MIN. 18" OFFSET) EX SOIL I=I I I=I I I=I I I I=I I I I I STEP 4. COMPACTED 0 41 Prunus laurocerasus 'Mt Vemon' TO 85� STEP 1 STEP 2 STEP 3 STEP 4 STEP 5 � 2 GA� CONT; FULL, WELL ROOTED & MAXIMUM DRY STEP 4 MT VERNON LAUREI. WELL BRANCHED. (MIN. 18" OFFSET) DENSIN INSTALL MINIMUM 3" DEPTH OF TOPSOIL TYPE A. COMPACT TO 85� MAX DRY DENSITY PRIOR TO LAYING SOD. ENG TO REVIEW & APPROVE SECTION SOIL PIACEMENT, COMPACTION, AND FINISH GRADE PRIOR TO BIORETENTION GROUNDCOVER PROCEEDING TO STEP 5. 190 Iris douglasiana / PACIFIC COAST IRIS * BARE ROOT; TRIANGULAR SPACING � STEP 5 AT 12" OC. FULL & WELL ROOTED 5 lAY SOD. L-3 NOTES: 190 Juncus patens "Elk Blue' / ELK BLUE RUSH ' 4" POTS; TRIANGULAR SPACING AT 1. ALL DIMENSIONS INDICATE COMPACTED DEPTHS. 190 Juncus effusus / COMMON RUSH • 12" OC; FULL & WELL ROOTED; 2.PROVIDE MW 2% SLOPE AWAY FROM SIDEWALK FOR POSITIVE 190 Juncus tenuis / SLENDER RUSH * DRAINAGE. ' INTERMIX ALL BIORETENTION � SOD SOIL PREPARATION GROUNDCOVER NOT TO SCALE � 2,022 SF SOD INSTALLATION SEE SPECIFICATIONS WOOD CHIP MULCH SHALL BE 6 FT SQ �, , AND EXTEND FROM BACK OF CURB TO • . ' ; ij—SIDEWALK �2,610 SF PROPERTY RESTORATION (SOD) SEE SPECIFICATIONS EDGE OF SIDEWALK. ADJUST SQ WHERE ' • � .. TREE TRUNK ,I CURB BULBS OCCUR PER PLAN RECYCLED PLASTIC LUMBER EDGING, TYP � � 266 SF PROPERIY RESTORATION (PLANTING) SEE SPECiFICATIONS L-3 , SOD OR BIOREfENTION PLANTING, SEE PLAN / � : }t�"-1" WIDE WEBBED FABRIC TAPE (ARBOR TIE ��� � �; OR APPROVED EQUAL), SECURE TO TREE STAKE :� W/ #2 PENNY COMMON NAIL (ONE PER STAKE) LEGEND : TREE STAKE � _ / ROOTBALL .__.._- 158 LF RECYCLED PtASTIC LUMBER EDGING � .' �.. LOOP DIAMETER SHALL BE 6"-8" GREATER THAN L-3 CUR� OVERHAND SL PIKNOTERPULLEDRAGAIONST A�SECOND PLANTING ABBREVIATIONS TREE TRUNK P��f OVERHAND KNOT, TIED ON THE WEBBED FABRIC #/NO NUMBER EX EXISTING __ TAPE % PERCENT GAL GALLON � , (2) 2" DIA WOOD DOWELED TREE STAKES W/ CHAMFERED TOP & AND HT HEIGHT = � & 6° CONICAL POINT BOTTOM, KEEP CLEAR OF ROOTBALL � � AT MAX MAXIMUM w � WEBBED FABRIC TAPE � APPROX APPROXIMATE MDD MAXIMUM DRY DENSITY ¢ � B&B BALLED AND BURLAPPED MIN MINIMUM N SELF-WATERING BAG � CAL CALIPER LF LINEAR FEET o TOP OF R00T CROWN TO BE 1" HIGHER THAN FINISH GRADE CLR CLEAR OC ON CENTER �j � �� —3" WOOD CHIP MULCH DEPTH. KEEP MULCH 2 INCHES CONC CONCRETE PREP PREPARATION ;n AWAY FROM TREE TRUNK. CONST CONSTRUCTION QTY QUANTITY � � � CONT CONTAWER SCH SCHEDULE ¢� I, -_ ' �-' _'�FINISH GRADE PRIOR TO PLACING DIA DIAMEfER SF SQUARE FEET o W - ;;,1 -�z a WOOD CHIP MULCH DWGS DRAWINGS SPECS SPECIFICATIONS o a { _�-r7�w � EA EACH SQ SQUARE � � � ENG ENGWEER SYM SYMBOL - z i � BACKFILL W/ TOPSOIL TYPE A 3'a FULL, THOROUGHLY WATER EQ EQUAL TYP TYPICAL �� 1���!'n'� a �� SETTLE PRIOR TO PLACING FINAL Yq TOPSOIL TYPE A ON TOP PLANTING NOTES W/ WITH UNDISTURBED EX SOIL OR EX I APPROX 1:1 MAX SLOPE ON SIDES OF PLANTING HOLE, SCARIFY SIDES SOIL COMPACTED TO 85% MDD, �THREE TIMES AND BOTTOM OF PIANTING HOLE 1. ANY DISCREPANCIES W THE DWG AND OR SPECS & VERIFY POSITIVE DRAINAGE DIA OF � � PRIOR TO CONSTRUCTION ROOTBALL CUT AND COMPLEfELY REMOVE STRINGS, TWINE, AND/OR WIRE SITE CONDITIONS SHALL BE BROUGHT TO THE ATTENTION BASKEfS FROM ROOTBALL. COMPLEfELY REMOVE NURSERY FABRIC OF ENG PRIOR TO PROCEEDING W/ CONSTRUCTION. GROW BAGS. CUT BURLAP FROM TOP Y3 OF ROOTBALL AND REMOVE SECTION CUT BURLAP FROM PLANTING PIT. REMOVE ITEMS AFTER PLACING 2. PL4NTING DRAWING IS BASED UPON BASE DRAWINGS DATED APRIL O6, 2017. PREPARED BY: CH2MHILL. � 3. CONTRACTOR SHALL LAYOUT PLANT MATERIAL ON SITE DECIDUOUS TREE PLANTING FOR ENG REVIEW & APPROVAL PRIOR TO INSTALLATION. � NOT TO SCALE 4. CONTRACTOR SHALL CONFIRM PLANT QUANTITIES FOR ENTIRE PROJECT PRIOR TO PIANT PROCUREMENT. oF w Shi ti�J�,�ET .�oN ti�T .. - v�,P dd bl3 Z w�� � ' ��� RECOMMENDED . ��, �AS NOTED °J""� � CITY OF ��05/05/17 FOR APPROVAL � "mo. KooNrs KENTON HARRINGTON AVENUE NE PHASE II °"a°°'° BV •(�� � U ��B. SCHNEI�ER I I ��;4n '. � SUNSET COMMUNITY-GREEN CONNECTION B� _ �sa�'B6,ExP ��r` "=E. PARKER '� P�a,,,,�g;e�aa�g/P„br� wo�ks oePc. PLANTING SCHEDULE,LEGEND, �L-2 UNDSCAVE ARCHITECTURE �qNpscnPE P N0. REVISION BY OATE APPR � �"""C0R0""" ABBREVIATIONS,NOTES&DETAILS s �.voNc �.� � 20�`-24 STEP 1 EXCAVATE EXISTING SOIL TO 21" DEPTH BELOW ADJACENT CURB OR UNDISTURBED EXISTING FINISH GRADE. AV010 UNDERMINING ADJACENT CURB OR PAVING SUBBASE MATERIAL. REMOVE SUBBASE 3" DEPTH WOOD CHIP MULCH, INSTALL TOP OF F�LL MATERIAL FROM PLANTING AREA AND PROVIDE SUBGRADE NOTES: MULCH FLUSH WITH TOP OF ADJACENT CURB, PERCOlATION TEST PRIOR TO PROCEEDING TO STEP 2. t. INSTAL� CONTAINER PLANTS PER DEfAIL 5 BARE ROOT PIANTING PAVING OR EXISTING FINISH GRADE 3/L-3. INSTALL BARE R00T PLANTS PER L-3 STEP 2 DEfAIL 5/L-3. INSTALL LIFf 1: 4" OF BIORETENTION 501� MIX PER SPECIFICATION. 2. TAKE CARE TO NOT UNDERMINE CURBS, 5 SHRUB & GROUNDCOVER PLANTING INSTALL PLANTS STEP 3 ROAD, & WALKWAYS. LEVEL WITH L-3 SCARIFY OR ROTOTIL� LIFT 1 OF SOIL TO A MIN 6" DEPTH. CONC CURB & STREEf, TOP OF COMPACT TO 85% MAX DRY DENSIIY. ENG SHALL REVIEW & SEE CIVIL DWGS BIOREiENTION SWALE, SEE ADJACENT APPROVE SCARIFICATION AND COMPACTION PRIOR TO PROCEEDING GVIL DWGS CURB, PAVING, `� TO STEP 4. OR FINISH �__� r--� � �� � SIDEWALK, SEE CIVIL DWGS GRADE OF I I I I � � '� STEP 4 BIORETENTION I I I I � � %�/%; INSTALL MINIMUM 14" DEPTH OF BIORETENTION SOIL MIX. INSTALL ��� � ��i il I'� ' PER CIVIL I I � I I � � �%, IN 2 EQ UFTS & COMPACT EACH LIFT TO 85% MAX DRY DENSITY � ,� �, o � � DWGS I I I I � � / PRIOR TO PLACING ADDITIONAL LIFT. REVIEW FINISH GRADE WITH /��ij � � �a.�.� , ' /� /���� � � < � - ENG PRIOR TO PLANTWG. ENG TO REVIEW & APPROVE LIFT ��V��V� � � '�i;'� ��_ i '° '�� ���,� /�/ 1 BIORETENTION SOIL PREPARATION �v I I I I � � � � �/iA/; � � ��, � ti\/�A/ — L-3 I I I I � PLACE MEN T A ND COMPACT ION PRIOR TO PROCEEDING TO STEP 5. �i/ / i ` /%// / — — - � � � � ' ' �I I I-1 I I� �������;%�,� � � ��, ��;����>�� 1=1 I 1=1 I I �� �� � I-I I I-1 I I- ��,i�,�,�i�,i� i;, ,,i, i�,, i� ,� I-1 I I I I STEP 5 �\ � A �� V/.�,�� V/\ V/V/� �UNDISTURBED EX SOIL OR EX I I INSTALL PLANTS PER DETAILS. 3 5 -I I I—I I I—I I I— i`-���/��%��/�i'�%�� ��/�� ���� � � � � � s� �V ��� L-3 L-3 �I�__ �/�/��/��/�//��/ �/�� I=I I I �� I I— SOIL COMPACTED TO 85� MAX � \� � ' � � -III—III—II���,7�,,---��-,�.r —III—I DRY DENSI7Y; VERIfY POSITIVE UNDISTURBED I I-I I I I-I I � � -i�I-I I I=I I I=I I -I I I=I I I=I ° -I I I=' DRAINAGE PRIOR TO EX SOIL OR II III III II=I II=I II I INSTALL 3" DEPTH WOOD CHIP MULCH. ' III=III� III=III= —� CONSTRUCTION EX SOIL II=II II=II I=II -1 - - . � ,` - _ - - COMPACTED T , T, I I _ _ _ U _ TO 85% STEP 1 STEP 2 STEP 3 STEP 4 STEP 5 STEP 6 1�.q L DIMENSIONS INDICATE COMPACTED DEPTHS. �-I I I�=I(I=I_�=,. UNDERDRAIN, SEE CIVIL DWGS MAXIMUM DRY II—III— DENSIiY CONTRACTOR TO LOCATE & PROTECT SECTION SECTION EX WATER LINE, SEE CIVIL DWGS �� BIORETENTION SOIL PREPARATION 2 BIORETENTION PLANTING SECTION � NOT TO SCALE NOT TO SCALE NOTES: t. PLANT THE RHIZOME HORIZONTALLY IN THE SOIL SO THAT THE ROOTS ARE SPREAD TOP OF ROOT CROWN TO BE 1" DOWNWARDS OVER THE MOUND, AND THE HIGHER THAN FINISH GRADE SOD LAWN FINISH GRADE BUD(S) ARE FACING UPWARDS. 1" BELOW TOP OF EDGING 2. TAMP TNE PIANTING SOIL FIRMLY TO ANCHOR TOP SURFACE OF RHIZOME TO BE � 3" WOOD CHIP MULCH DEPTH; KEEP THE RHIZOME. EITHER FLUSH WITH FINISH GRADE � MULCH LAYER AWAY FROM FOLIAGE RECYCLED PLASTIC LUMBER EDGING, FLUSH WITH OR MAX 1/4" COVERED WITH /-- AND BASE Of PLANT STEM FINISH GRADE OF LAWN; 2" X 6" AT TREES; PLANTWG SOIL ; FINISH GRADE PRIOR TO PROVIDING LENGTHS NEEDED PER PLAN AT � PLACING WOOD CHIP MULCH BIORETENTION AREA RHIZOME EXCAVATE THE PLANTING HOLE LARGE a � � ENOUGH TO ONLY ACCOMMODATE , � PLANTING BED BUDS, TYP � ¢_ '� UGHTLY SCARIFY ROOTBALL TO ROOTS AND RHIZOME; DO NOT m n~. � LOOSEN ROOTS PRIOR TO PLANTING 3" DEPTH WOOD CHIP MULCH OVER-EXCAVATE S� li� _ t:t SLOPE ON SIDES OF 2 - INSTALL TOP OF MULCH ROOTS, TYP 3" WOOD CHIP MULCH DEPTH; KEEP � ,.,. � = I I- PLANTING HOLE ti I FLUSH TOP OF EDGWG — MULCH LAYER AWAY FROM FOLIAGE � BACKFILL W/ BIORETENTION �i- � TREE OR SHRUB _ _ / AND BASE OF PLANT STEM � ��I ,I I Ii��I I Ii,,I �- SOIL SEE ;cq � PLANTING AREA �� \�/\ /\/\� FINISH GRADE � i i I i I I I-II�I I I 1-1I I L J�I�I�I I� I a � II� 1�11�1�I ,L�11-1,=-Ji� ��� i11�ll,IICI - w � � L-3 _III�I�IL11 I���IIIII � _n�_ I 4n o �j / // // UNDISTURBED EX SOIL OR EX SOIL �= II (2) GALVANIZED STAPLES PER STAKE \� \� \ \� BACKFILL WITH BIORETENTION SOIL COMPACTED TO 85% MAX DRY �-lli� , 1;-„� �����\�\�\�\ \ \ MIX; COMPACT THE SOIL WITHOUT DENSITY; VERIFY POSITIVE DRAINAGE COMPACT SUBGRADE ��\��\/�\��\��\/�\ \ CRUSHING OR DAMAGING THE ROOTS. PRIOR TO CONSTRUCTION #4 REBAR 2'-0" OC /�\/�\/�\/��j�\/�\/�\/ SEE ALSO ' PLANTING HOLE TO BE 6" LARGER �A��V��V��A��V��V��A��A� THAN DIA OF ROOTBALL FOR L-3 SECTION SECTION GROUNDCOVER, 12" LARGER THAN PROVIDE A MOUND IN THE MIDDLE DIA Of ROOTBALL FOR SHRUBS SECTION OF THE PLANTING HOLE THAT IS "' TALL ENOUGH TO PLACE THE � SHRUB & GROUNDCOVER PLANTING RECYCLED P�ASTIC LUMBER EDGING RHIZOME JUST UNDER FINISH GRADE � 3 NOT TO SCALE � NOT TO SCALE 5 BARE ROOT PLANTING NOT TO SCALE i a F WAg E ��'J�ET 9 VpNCn'G+T ~P � �� 2 CITY OF ° ��� RECOMMENDED � • ��D �q5 NOTED � "�'�" � �OS/OS/17 FOR APPROVAI a "'�o.KooNTs RENTON HARRINGTON AVENUE NE PHASE II °"a°°" � ev � F� °""`"`e. scHNeoER � i � �� � SUNSET COMMUNITY-GREEN CONNECTION � mis 1aa �� ""'�E. PaRKER �� � �'io�� ,.;P„�ia��q/P�br< w��ks oePt. PLANTING DETAILS �L-3 o UNDSCAPEARCHITECTURE BY �p<qN�ExP�EPE` NO- REVISION BY DATE APPR � �`"""C0PDM6Y DSCAP � J.VONG �'� 21�'24 �; ' CONSTRUCTION NOTES ' ' ` -" H 142+71.11 2 41' i T.../� - . ' ' °"' \6"-45 BEND (RO ED) V ' � ! � ' H 141+8625. 14.81' LT ' TAT � � 'X � H 142+84.07, 1516' LT O CONNECT TO EXISTING 6" MAIN WITH DI SLEEVES ' > CONNECT TO EX W y r" H 141t40.o5, 3i 4 ' L? 6"-45 BEND (ROTATED) 3 (MJ X MJ) WITH MEGALUGS W ; �,; _ N H 142+01.25 1 .8 ' LT Z � � ` t- CONNE�T TO EX 6 W : -'' 6"-45' BEND (R�TAED) 3 -� � � y � � -.� ._._...��______ - --�-L��� , H 142+88.09, 15.13' LT O WSTALL -- - H 142 1�,.35, 291 LT 1 - 45 DEGREE MJ BEND WITH MEGALUGS W ' y � �� - � ., � � CONNECT TO EX 6 W � � , ll b ' �t EX ROW 6 -45" ND (ROTATED) ` EX ROW i 1 - THRUST BLOCK Q ` � � t ----- � _ ______________ � "". �' ' PER CITY OF RENTON STANDARD P�AN 33Q2 ` � -- - --- � . - `� `._. _ -- _ � - - --__ b. v -�e, `�-�-- �-_�_ '� .r�-,, v_ . .�, ' # - 'v O INSTALL: Z � � b '``-�,-^w�,..� �+40.37 72.30' LT _ �t'�, � '� _ �� � � � V` 1 - 45 DEGREE MJ BEND WITH MEGALUGS �� � '�, 2, 6,�_45 BEND � �, � � �� " v v 1 - THRUST BLOCK �' 6 7 6 ` � ` °� " �� PER CITY OF RENTON STANDARD PLAN 330.3, THRUST z -- � m� __ � � ` `� K �,o ��' � '""""`" Y' �----- - '-_ `- - -V &- �_.__. BLOCK SHALL BE SIZED TO ACCOMMODATE ; - �x o+ 5 „_,.,, 6' W (565 ZGNE} _ � �r� . HORIZONTAL AND VERTICAL FORCES. PROVIDE SHACKLE - __.__ ._ Q; �` � ��a � � ��o � � � � �,^-` - � � ��..j-` -- �= -- - ��� _- -- � �� RODS AND TURN BUCKLES IN ACCORDANCE WITH __ ._._ _�___�__ � �j" _ _, ._, n J � aph' �i� ~ _� � + o co`o` o���o : STANDARD PLAN 330.3 M 141+40.25 52 2�T ��� C�� _ i � �' "' "" �- � � xo°i r 2 6"-45' BEND `=-� � , i � �—� �, �; ` ` " ' '" ` � 4O INSTALL GATE VALVE PER CITY OF RENTON ST.ANDARD ti 6' W 565 ONE -- - : ` ''` EX 12" W (435 ZONEj � ,- �------ ( � ) � �� �"= i r PLAN 330.1 ' - � `� o+ao DO NOT DIST�R�� ` -�� � � �-T----- -� w � -- -- -------T-- H 141+47.3 59.33' LT H 141+40.35, 76.30 LT 2 .� RECONNECT SERVICE LWE, REPLACE GATE VALVE ; 6 -45 BEN CGNNECT TO E) W _� �;�_0 i i � O o+ � � NE HTH PL �,� � � � � � H-LINE� �� � � ' ��� �- - ` - '�� - - - - � INSTALL CONCRETE DEAD-MAN BLOCK ON EXISTING 6" W (565 ZONE) H 141+47.47, 65.01' LT -- �+OO \ � 4 +O WATER MAIN. SEE CITY OF RENTON STANDARD PLAN <.� � SD 6 -45' BEND 2 _ - � �F�RR�N�iT�N �kVE NE � 330.4. _.. __.__�._..._._. _ e,e ,,, � __��___ __ �..r--- _ - - � « t�' , =oee� - -- -- - � WSTALL 2-3 4 SHACKLE RODS P CITY ST RENTON ' � ;_--� >��-t � � `;' � � CONNECT TO � - - ��-"- ' �`' STANDARD PLAN 330.5 AND 330.4 ER > � ,-�.`� . ' ���t �,� � � � ; � ' EXISTING EX W. � w � o - " _ _ ,_ � ���e � ' " _ � �T�,� �� p��-�.� �! . .r--..,-� --: _L r < � - Sg �-_ _ , __._ � - ,,.' ,_ Lf �, ', _: ' ,���G.�{�F�Y __; _� ~--��.'`\ _ �:� V` .r :w-.. �,�--=:„___ N TES �: � / --,__, .-. GAT E � �f'. I �, � __ ` � _ _. _ 0 1. - AND C-2 FOR WATER LINE � �y •� 6"X6' TEE (FL�FL) 3 6" __ �. " < v r � VALVES FLXMJ 4O . , �, , - � a-- O�BE�RABANDONED� �_°;=o ��1 .j �� � ���i `.` ` �EX ROW �`�"`� � " ����,� _ _ __� _6"X8" INCREASER (MJXMJ) ,� �'".�; ,-� � � ��. � " ��; ; ��- -- 8., s�EEVE (M�) + � . - � ' s, EX. 10" WATE RECONNECT TO EXISTWG 8" WATER t , F � v �; -' > � . � o ...._ . ...,.. . ��. t � ' .. '� . ` \ .' V�v' . � :V� ' ��' 10 5 0 10 20 ��e i� $ _: !'' � �" 3�� - ` EX ROW � EXIST. 8" W (56��ONE�`;` ,....,..._.`. :� � • ��'. . .'� l �'�_.t � _.... i . ' _` � SCALE W FEET 330 : 330 35 lF „ DP 192 tF 6" DI. . �20 ..� .: ... .�. .�.�.� FIN�ISHED GRADE . .� � .. . . �. .� .� � . . . .,. .. .. I . .. . . .. .. .. ... � . .. . .. ... . ... . .. .. . . ... .. ... . ... ... �� FiNISHE �GRADE.� . . ... ... ... ... ... ... . .. .. .. ... . . .... ... . . .. 32O � .. ._ .... ... .� � XISTING GR UND . . . . : .... .. ... ...EXISTI G.GROUNp -.: .:. .. .._. ... .. ... . .. .. .. ....�. ..�.�. .._ .�.�. �.�. .��. � � EX t 2" W -_ -- __._ I EX 1 " W .. .. ._ � . . . . X�1p" W �. .. . . .. . . .. . . . �. _ .... . . ._. . . . . . . �.. .. _�.- _.. . _. ._. _ . 310 `- _- _____ _ -- _ _ ______ .�_ _. �. � ��_ v_ _ . : r ��_�va._ _ 310 o = ---_ 2 : 300 2 300 - . .. . ..... . .... .. .. . NEW 6' DI WATER . . .. . .. . . .. . . --. . . .. . . . . . . . . . . . . . .. .... . . . . .. . . .. . . . � 2 � 3 2 2 . . . : .�.... .. . . NEW�.12". .. . �. .� . . . . . . . . .. . � . . �. .. . EW� 12" S . . . . � .:�. . . .. .. ..: ... . .. 3 290 Ew s" Di nTER 290 ' : Q : a 280 : : 280 3 ..... ... ......... . ..... ........ .. .... . .. ...... ......... ..... ... ....... . . .. . ......... ......... ......... ........ ....... . ........ .,....... ......... ... ..... ....... . ... .... . ...... ......... ...... .. ... .. . ....... . . ....... ..... ... ...... .. � .. ... . .. ..... . . .. . .. . . . .. . .. �.� . �.�..�. �.� . �. . � . .- �.. �. . ... . ... �.. ... . . . . .. ... . . . . .. . . . . ... . . . .. .. .. . ... . . .. n .. . � . . . .. .. . . . . . .. . . . . . . .... . . ... . . . . . .. .. . . . . . . .. .... .. . . . . . .. .. . . .� . . . . . . �. . . . . . . . . � . .. . . .. �. . . N . . . .. . .. . . .. . . ... . . . . . .. . .. .. . . . . .. ... . . . .. ...... . . .. ... . . . . .. . . .. .. . ... .. . . . . .. . . . . . . . . . .. .. . . . . . .. . .. .. .. .. . . .. .. . n ......... .. ...... . ....... ......... .... .... ......... .. ...... ......... ......... ...... .. . ....... ........ ... ..... .. . ... ........ . .. o ........ ......... ..... ... ......... .... .. . ...... . . . ..... .. ..... ......... .. .... ........ . ...... ........ ......... ......... ........ ....... . . ...... .. ...... ......... 0 2�� . 2�� ' 0+00 0+20 0+40 0+00 0+20 0+40 0+60 0+80 1+00 1+20 ., � 0 £ : : � _ t L � �� -- ------ --- --- - - - - - U �,y��,�HG "' h'� �� o.rz. �mFco� sfw�,c: / /L . _ m.cG. BRGOY.S �' isa�•�� m RECOMMENDED �� AS NOTED � � ° � CI I Y OF 0��05 017 FOR APPROVAL !�� ". Ro5""" ..0 � RENTON HARRINGTON AVENUE NE PHASE II ^ �II�I�I�• eY c"'�.wi�soN � , — SUNSET COMMUNITY-GREEN CONNECTION �� , ..�� � s"' gy ��� "mR_cNUN� � ""�*"� � Plan� :g/:,u�id�ng/P�biic Wo�s Dept. WATER PLAN W-� �" NO. REVISION BY DATE APPR E ��D.A7CNison �M���v �: 22��24 5+22.68 15.33 LT 3 H 147+66.00, 1.88' LT /�H 144+52.52 15.05' LT 2 H 147+8294, 12.91' LT CD(�S i F?UCT���� NOTES V�/F� n5• RFn�in /Rn�nTrn� H 144+65.11 2.65' LT CONNECT TO EX g'�yy � ��-�+18 31, 14 42' �T 8"-45' BEND (ROTATEO) �n�.inirr7 Tn cv �qi � -- 6 45' BEND ROTATED) � � �� G.6°, ' �� ��'� ,�u�-Y u� G �RG'H�E�j ' H 147+29.61, 275 �T H i44+37.82 14.99' LT 2 H 147+03.32 1458' LT 2 � H 147+77.26 13.05' LT 1 CONNECT TO EXISTING MAIN WITH DI SLEEVES 6"-45' BEND (ROTATED) S DIRECTED BY ENGWEER 8 -45' BEND ROTATED 8"-45' BEND ROTATED 3 O MJ X MJ) WITH MEGALUGS CONNECT TO EX 6" W � CONNECT TO EX W � � � ' .` ,r' f � � .. \-�'�� L���� EX 8" CI W ---� �°� ��-Z���t � l _ O INSTALL � -' � � � EX ROW SO ' �� � -_. � � `-_ � 1 - 45 DEGREE MJ BEND WITH MEGALUGS i _- ---- --- i ,, _.. _ _.. __ EX ROW .. . l � - THRUST BLOCK �" ` , g ` PER CITY OF RENTON STANDARD PLAN 33Q2 ! � t ' ` ' �: _ ' � a O �; 1 ' L�j Z . .. �i o � _ � ."� ' ` ' _ � BEND WITH MEGALUGS .. . _. , ' _ ,.. a I1 45 DEGREE MJ T . _, _ � EX 6" W (565 ZONE � ��� � a � �� � 6 � 65 Z � NSTATHRUST BLOCK (5 NE) _ ,r �� � -v " " ' PER CTY OF RENTON S AN ARD PLAN 330 THRUST _.�_..__, _�_. .�___— ,�,�`f° I T D 3, __ ______,_,. ._ — — �.. z �- _�� _ :._ - ._._v.. -� � , ,,. , : � EX 8 W 5 ZO E) "" BLOCK SHALL BE SIZED TO ACCOMMODATE -`- ` Z `-- -' 6 HORIZONTAL AND VERTICAL FORCES. PROVIDE SHACKLE � � _ _�� ,�— o+ob � °x � �� ' � o�a � ���'� QQQ `� �� 0+60 ��" -�- _� RODS AND TURN BUCKLES IN ACCORDANCE WITH � �o � � � ,'i�.0+9 � STANDARD PLAN 330.3 • _ - � - _ _. n v � .. __� �- -� -.�. ��._..._ ....�. _..._ . _. ��i ._ � . EX 8" CI W ` � .._ _ �- �- -- - o o+._ - - _ _ � �, � _ . _. ,�, }�\� EX 12" Nr 6' GATE o / � \ /� S _ ��\ � � ;, _ j� , ` 4O INSTALL GATE VALVE PER CITY OF RENTON STANDARD � VALVE -�.� � ����--�= " PLAN 330.1 ��r� � o+ao o+so 12 W (4 Z NE) � o+ao H 1 4 5+7 0.8 0 2 8 4' L T DO T DIS B _ .,_ ..._ ,. _.__ _ i 2 V 5O RECONNECT SERVI C E LIN E, R E PLAC E GA TE VALVE o+so i 7 � _._ ____ - ._� .._ ..._ �.� _.„ i 6"-45' BEND (ROTATED) -- - -- — - -_-� _ � � � � -� � 1 � 12" W (435 ZONE) H-LINE � �' � ^� ��" --- — � 6 INSTALL CONCRETE DEAD-MAN BLOCK ON EXISTING 7� '.J Ek 12 W 435 ZONE) O DO NOT DISTURB � 4cJ+O�� RR GT VE NE � ' WATER MAIN. SEE CITY OF RENTON STANDARD PLAN HARRING�QN AVE NE� � �, �.`�� " - -- 33o.a. ' � __. �- _ _ -_ _ =___ _ _ ,_ � �- � __ _. . _ _. _ �. �-�-----�, ,: - �-- _ _------ _ - - , - - _ _ _;_ _ � --- � - � � `r� ,.._ a� � ' v- �_ �l` S ANDARD PL/AN 330 5K AND ODS��ER CITY ST RENTON � `°� `r' __�. o, � - _- _ � I � �. � _.�� '-6e � . ,-�. _ �- o� _ � .v,. _. _ - .` .. . � _._.... .__.:.:..«;. ,...,�.-_..... � . .. ' � y`'�_. V•r` y ' ... ' . �_ . ' .. . , . !. `�i.. _ y^ . . µ� �\ _ . . . . . .. .. 1 .o0 7 ,.- V , . �..�_- _`4 _ . V` „ �- � , e _, _ �r �_ � N TES �_ __ �,. __ � ;_ ,_ = --- -- ° � �' y ' -- - �- � � � 1.o SEE DRAWINGS C-1 AND C-2 FOR WATER LINE -�- ' — -_ �- --.� � �� _ - � -'— --� ' ' � � 1 ` TO BE B N 0 E -- f_ _ 4 , _ _ � - - � � � �� - � �� A A D N D 'v ��_ �r �- _ ��"��7 ��_; . io s o io 20 - --� � ..v '..- .�-�-,. .. -_; !�- —.'" �� . . . ..... .._._-___...._,._,.._... v.. 1� . _. , ... SCAIE IN FEET __ , � E �..� ,.,.✓ -,-... �� , ' _ EX ROW EX ROW 330 : 330 320 88 LF 6" DI 79 LF S" DI 320 X i 2.. W : ...... . . �. .�.. �... ..�. � Fl ISHED GRA E� �. �. ...�.. EXISTIN GROUND ... �. . . .�. �.. . �. . .. :.�. .�... . �. �. .:�.. ..:.... � . . . . .�.: �.�.. ..�..-. �.�.�.. :.. �. .�... �... . .� ...�. 310 EX 12'. FINISHE GRADE 310 . .. . ..�.� _... . _._ . ..._ _ ��� �_ ��.....�..� � . . . ... . .. . -- .. . . . .. . . . EXISTIN GROUND . . .. . . . . . . . .. . . . . . . . . . .. . .. . . . .. .. . - _ _-_ --�- _-.. . ____ �,.� . . . . . .. . -- __.� EX 12'' W ,._.. _ EX 2�. W . _.. . .L . . . . .. . . .. . . . . . .. . . . . . .... .. .. . . . . . n " _.. .. ... .... .. . . .. .'. ' .. .... ..... ... . .. .. . . . . .. .. . .. . _ . . ._,._ - _'. . . _. .. ._ .. -_._.�..___ __ .�_ . . _ ',,_ _�-,- - ... .. � _ ... . .. .. __.. _.. ._ _ ._.. �..._ ... 300 ___ _._ __ --. 300 - - - - - � a : o 3 } a 290 1 � . 3. . �. � .2 . . EW�.6�. DI ATER . - 2�..�. NEW 8" I WATER . ._ . . .. ... ..- . . . . .` . .� ... . . . .�.... . . .. 290 � ....... . ......... . ....... ..... ... ...... .. ....... . ... ... . . .. .... ..... ... ...... .. ...... .. .. . . . ......... . ... ...... .. ... .. . . .. . Q : 1 3 Z : 2 3 Ex i5'• D : a 280 : : Ew a„ o{ A7ER EX 12" s : : : 280 3 _ . ..... ... ...... ...... .... . . .. . . .. .... ...... . .... ... ..... . . .... ..... ...... ....... .. .. . ...... ....... .... ..... .... ... .. . ... .... . .... .. � .. .�.. � . . .. . ... .. . .. .. . . . _ . . . . . . . ... . . . . .. . . . . . . .... . . . . . . . . . ..._.. . / .. . . . . . . .. . . .. . . . . . . . .. . . .. . . .. . . . . . . . . ..... . . . . .. . . .... . .. . . . .. 0 2 7� . �.. -.. .�.�.�. .-.�. .... �.�.. �.-. . �. . .- _�. �..�, �.. . �.�_. �.��. �.�. .- . ... ._. ... .... .... ... .. ... .. �... . �. �.�. .�.. .�. _ ... L 7� � 0+00 0+20 0+40 0+60 0+80 1+00 0+00 0+20 0+40 0+60 0+80 1+00 � � i - � : _ r � : U ��w� a L � ��.BR°°KS CI TY OF m RECOMMENDED �I ��AS NOTED �w9B1�1°" �� ,� OS/OS/2017 FOR APPROVAL � � ^. Ros""" ..0 RENTON HARRINGTON AVENUE NE PHASE II � o �Ii��I�• eV � °"""�.wi�soN I_______ � ti+�'' SUNSET COMMUNITY-GREEN CONNECTION �� � s'f ev F� `"mk. cHUNc � ""'�� P�anrn�r.q/3ullaing/Fub�Ic Works Dept. WATER P�iN �W-� N0. REVISION BY DATE APPR """"`"0iN0L �-,� ��� 23�24 � �D.ATCHISON WATER PLAN GENERAL NOTES 1. ALL WORK MATERIAL SHALL BE W CONFORMANCE WITH THE LATEST STANDARDS AND SPECIFICATIONS OF THE CITY OF RENTON PUBLIC WORKS DEPARTMENT AND THE 2008 FD�TION OF THE WSDOT/APWA STANDARDS AND SPECIFICATIONS, AS APPROVED AND MODIFIED BY THE CITY OF RENTON W THE RENTON STANDARD PLANS & SPECIFICATIONS. SOME STANDARD DETAIL DRAWWGS MAY HAVE BEEN MODIFIED FOR THIS CONTRACT. THE CONTRACTOR SHALL REFER TO DETAIL DRAWWGS INCLUDED IN THE CONTRACT DOCUMENTS. A SET OF APPROVED PLANS SHALL BE KEPT ON SITE AT ALL TIMES DURING CONSTRUCTION. 2 ALL LOCATIONS OF EXISTING UTILITIES SHOWN ARE APPROXIMATE AND IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO VERIFY THE TRUE AND CORRECT LOCATION SO AS TO AVOID DAMAGE OR DISTURBANCE. FOR UTILI7Y LOCATES CALI 800-424-5555 (OR 811) A MINIMUM OF 72 HOURS PRIOR TO EXCAVATION. 3. AN APPROVED TRAFFIC CONTROL PLAN IS REQUIRED TO BE SUBMITTED AT THE PRE—CONSTRUCTION MEETING. ANY MODIFICATIONS TO THE APPROVED TRAFFIC CONTROL PLAN SHALL BE RESUBMITTED AND APPROVED PRIOR TO IMPLEMENTATION. 4. ALL NEW WATER PIPE AND FITTINGS SHALL HAVE A FOAM PIPE PIG RUN THROUGH THEM BEFORE BEING FLUSHED, DISWFECTED, AND PRESSURE TESTED. THE CONTRACTOR SHALL NOTIFY THE CITY OF RENTON WATER MAINTENANCE DEPARTMENT TWO WEEKS BEFORE MAKING A CUT—IN CONNECTION TO AN EXISTWG WATER MAIN AND 5 DAYS BEFORE MAKING A CONNECTION TO A NEWLY CUT—IN TEE AND VALVE(S) ON THE EXISTING MAIN. ALL PIPE AND FITTINGS NOT TO BE DISINFECTED IN PLACE SHALL BE SWABBED WITH 1 0 CHLORINE SOLUTION PRIOR TO INSTALLATION. 5. AFTER DISINFECTING THE WATERMAIN, DISPOSE OF CHLORINATED WATER BY DISCHARGING TO THE NEAREST OPERATING SANITARY SEWER. 6. DEF�ECT THE WATERMAIN ABOVE OR BELOW EXISTING UTILITIES AS REQUIRED TO MAINTAIN 3FT MINIMUM COVER, 12 IN. MINIMUM VERTICAL CLEARANCE BETWEEN UTILITIES UNLESS OTHERWISE SPECIFIED. 7. ALL FITTINGS SHALL BE BLOCKED PER CITY OF RENTON STANDARD DETAILS UNLE55 OTHERWISE NOTED. 8. THE CONTRACTOR SHALL NOT LEAVE STOCKPILED TRENCH EXCAVATION MATERIAL ON CITY STREETS OUTSIDE OF WORK HOURS. � 9. THE CONTRACTOR SHALL USE A VACUUM STREET SWEEPER TO REMOVE DUST AND DEBRIS FROM_ PAVEMENT AREA AS DIRECTED BY THE ENGINEER. FLUSNING OF STREETS SHALL NOT BE PERMITTED. 10. BEFORE COMMENCEMENT OF TRENCHWG, THE CONTRACTOR SHALL PROVIDE A CATCH BASIN FILTER FOR ALL DOWNHILL STORM DRAIN INLETS AND CATCH BASINS. THE CONTRACTOR SHALL PERIODICALLY INSPECT THE CONDITION OF ALL FILTERS AND REPLACE AS NECESSARY. 11. PAVEMENT MARKINGS (E.G. LANE LWE BUTTONS OR PAINT, STOP BARS, CROSSWALKS, ETC.) DAMMAGED OR REMOVED DURING CONSTRUCTION SHALL BE REPIACED IN KIND. 12. TEMPORARY RESTORATION OF TRENCHES FGR OVERNIGHT USE SHALL BE ACCOMPLISHED BY USING COLD MIX ASPHALT (HMA). STEEL PLATES MAY BE USED OVERNIGHT TO COVER THE LAST SECTION OF TRENCH. STEEL PLATES MUST BE PINNED DOWN AND ASPHALT RAMPS/WEDGES MUSi BE PLACED AROUND THE PLATES. STEEL PLATES SHALL NOT BE USED ON STEEP GRADES OR WHERE STEE� PLATES PRESEPJT A ROADWAY HAZARD. 13. THE CONTRACTOR SHALL KEEP PROJFCT AREA OPEN TO TRAFFIC AT ALL TIMES, UNLESS APPROVED BY THE CITY OF RENTON. 14. CONSTRUCTION WORK SHALL BE FROM 8:00 AM TO 4:00 PM. a 15. ALL MECHANICAL JOINT FITTINGS AND VALVES SHAL� HAVE MEGALUG RETAWER GRANDS IN ;' ADDITION TO CONCRETE B�OCKING. � 0 3 % � � T I E v °si 9 MpllD W� E ��� g � -,, � �ti q , �����.� o.,�.o ., 05�o5/2oi� I RECOMMENDED N%A ����.�� m C. � C I T Y �� FOR APPROVAL � � °`�'". Ros""" � REN TON HARRINGTON AVENUE NE PHASE II '°a°°" P • av °°""'�.wi�soN � ,, ' SUNSET COMMUNITY-GREEN CONNECTION � r��.�►^A � ` ' ""'°R.c�uNc '� �ia���^e;H������e/P�br�� wo�ks oPF�. WATER PLAN GENERAL NOTES W-3 '�„ B� io . �.�. N0. REVISION BY DATE nPPR D.nicwsor+ R- 24�-24 s°