Loading...
HomeMy WebLinkAboutLUA97-195 \II , 1 R 0 CITY OF RENTON i 1 �\ I I n l I. ORDINARY NIGH \\ \ \ \ s --�\�, 1 ^^U'• `.` I ( ORDINMY HIGH _ WATER ,1 I_ AIRPORT s _\\' I�\ 1 \1 \ \�$ ,, J/5 i 1 I L WATER MARK II li \ 1 1 \ � ��` 1 �, \ SHORE NE III IOO , 104 11 EXIS ING PI EE55 E%ISTING PIL[5 1 11 \ \1` \ I I • `yIl\ ' / DEPTH NLLERT)JN '�• OEPTM UNCERTAIN I `� '1 1 \I \ I \ — / `� COONTRAGTOfl CAN CONTRACTOR LAN I - \ i,\� `/ REMOVE PIV IF IN REMOVE P0.E5 IF IN \ I Q zl`p `• `��, \ \ / NN T W TUNNEL. G CONFLICT W TUNNEL. I I f" +00 V A \ 11AV� \ \� --- -,I \I D �'��,-- •.._....,...•.....--..--ti>-.-....�-.�.—_..-s oD - •s Do �I I oID� n \\\ \1 I II 1 i •�-- l T 11 • \ ` Lo \\ \ \\ ` �� \\\ ' TI / TVNNR\�....�..II I�.� I Z \ `11 \\ \ / \\, \RETRIEVU'IT I SIPHON O[UTLET / I' \ irRHI C�UI ` SEEa 'OR A\ 1 I J \ I• \\ , �1 ,� 57a s2 6594 \ ///'''''-DETNI. SITCPIAN 0 M \ iBOFS AREA 1 1 I \ II i rl 1 I', 1 �� SEE2L]/Y.55�"$ i •'•� _ / '���\ \I; \' �\" `LTV"]'' /^I i • II \ - •� 1 1 1\ 11 �/ \ �j�/ \ 1 /�\� 7 II I i , \spy „ \ \. \ // 11� ''/�' P \\,\\ 1\ 1'' s3=-/ CEDAR RNER �\ 'C ' ( `� 1 '\ \I /•�\ TRAIL PARK ICl �� \ $ I I 3 TOPOGRAPHIC INFORMATION IS DERIVED FROM AN r PERMIT AERIAL SURVEY CONDUCTED ON 2/5/93.SOME • HANGE AND CO iRACTORP HIIS FEATURESIBMAY HAVE I SUBMITTAL GROUNDD.THEAND CONTRACTOR IS RESPONSIBLE TO BE FAMILIAR WITH THE CURRENT SITE CONDITIONS. 04 4 42+00 43+00 44+00 45+00 46+00 47+00 I I I I I I MICROTUNNEL I II I I I I I I I I 1 j _, ICE%ISTINC GROUND, _ m RENTON MUNICIPAL AIRPORT SAFETY ZONE 120 120 -- t — _ 1 /} AT PIPE CENTER NE , Y I _-_I •—._ I APRROXIMATE .1 --- T i ] 1 WATER EL I / O 115 iri 1 o - :F I I APPROXIMATE ELEVATION OF ' I I I In 115 J I EXIST NG RNER BOTTOM(1994 DATA) I� 1 CEDAR RIVER ' j I • ��O 110 IQ 110 1 \ I 1 APPROXIMATE ELEVATION OF I 1 105 (n I RIVER BOTTOM AFTER 1998 DRF°GING — ' I INV.-1-F.54 ! w I 105 PoTENTIAL FUTURE CONTRACTOR CAN GROUT BETWEEN rL _ Z DREDGE ELEVATION F, J W} ELEVATIONS 103 AND 95 TO 100 J (99.00)/ IMPROVE SOIL STABILITY. = ` o= 100 1 95 I M Ig 95 o�J 9z }6.CARRIER PIPE,i 4•SS O Sm0.00B FT/FT i 90 I I 90 "'"n" w •a OMMSM `"""' DEPARTMENT OF NATURAL RESOURCES °"" GARRY STRUTHERS ASSOOATES•INC �..ro"'m ROD BRYN MAWS SYSTEM IMPROVEMENTSME NO: OCTOBER 1997 4�44. 3150 Rkh•o W Rood.Soils ISO (4srz Tr"' CGH :1•=70• PLAN & PROFILEBN14w4 -NI6 °M: ,•=sPhm4:(425)519-0300 F°`(425)519-0309 RECOMMENCED: King County STA 42+65.94 TO C110 " ` No. REM. BR APP'D DATE amxrt�� C73130C STA 47+00 WEB NM Of i i - 5 i II ------- I i 5 RI __----- I o + I I , I-___------1'� '1I III I I+ C 11 IQ iQ Ir _-_ I LOCATION OF Cl). y 1 LL I i I BORE PIT " ,() 42 OD 48+00 I I 49+00 IJM I _lit, 50+00 51+00 ' I 52 00 / 4 W. / •W 4 ZI '.'+ C------- j .1 =I i - iy� l iI/ ' TOPOGRAPHIC INFORMATION IS DERIVED FROM AN AERIAL SURVEY CONDUCTED ON 2/5/93 SOME • r PERMIT GROUND AND OR TOPOGRAPHIC FEATURES MAY HAVE CHANGED THE CONTRACTOR IS RESPONSIBLE TO BE I SUBMITTAL FAMILIAR MTH THE CURRENT SITE CONDITIONS. 47+00 48+00 49+00 50+00 51+00 52+00 ► • 125 I i • 125 I ' i ! 1 MICtROTUNNEL 2 OI RENTONI MUNICIPAL AIRPORT SAFETY ZONE 1 1 i EXISTING GROUND IO 2 ]20 �II :AT PIPE CENTERLINE' I+ 120 �i �___�_- __L__I__ _______I-_ — E Li 115 QI 1 1 - I I 115 - I—. F— NI Iw I� ► 110 'W 110 W' Z 2 1 &Sm III 105 U _ L I !, o 1 IU 105 T2p 100 MI 5=.oAz R I 100 o �Na � 95 NV.99.O7 36'CARRIER PIPE.2d SS O S=O.006 FT/FT • I 95 _ ws o«0MO �ceo- DEPARTMENT OF NATURAL RESOURCES ate` 10iIO IUD ® BRYN MAWR SYSTEM IMPROVEMENTS OCTOBER 1997 GARRY STRUTHERS ASSOCIATES.INC. ¢,wnc«,mm.�u w A 3150 Richard,Rood.Suite 100 HPu ;8N� Bellevue.WA 'Boos-«,6 jjj��� 6 "" "° ' =20 PLAN & PROFILE nix NO: PFar (255)19--0300 RECAPPD orco- V: 1"=5• _ Far(125)519-0309 CON1RAC1.e King County STA 47+00 TO STA 52+00 PAC 1MING a11 NO. REVISION BY APP'0 GATE C73130C WV.. NA • J I Lail 'G ;`,_ gfGIN NSTRUCTION • t I I , /,', 5 STA O+CppO I y S _'' I NN 182410.82 I 1 I'� �i, '- - CON}Nppg g �_IG' / Z I�� EASTSIOE9 NOTERCEPTOR ° �� 1p e� , I I I I O I W t SEEla DRAWING 5102 O ,'i ' I o I I 1 } I PROVIDE INLET *'f D _;t� I� I T ij {. PROTE ON 0 v' Z 1,1I x I In _ -,:>'-,.1,_,,i : : ' \ , , , , u a"4, sJply! t! - I 1 •11/\ t 15: .0\\••• ` I : .. '`\ c.a /%i PROTE034 ...71 -z_w_a, • c- . x yr tf _ -1— I 1 3 J ems}_,._,-s•�-,--���-----,-- �, , y'l v, I 1 1 ' NOTES: r- j i 1 1 ,.�,• Q 1)PROVIDE STRAW BALE CHECK GAMS I ► I , �; / AS REQUIRED BY THE ENGINEER 7 DURING CONSTRUCTION. ,, _ - (/✓ I .• 2)CONSST ECTI NRSSD AGED DURING ,- - „ a - J „a{ J)INSTALL ASPHAL TRENCH-PAT H_ OVER INSTALLED PIPES.SEE r` +/�j Yy ':air-1a '•.� 1)UMRS OF CON/RUCTIONYDAREE WITHIN TN', ICJ 2 r ix C '-��.• • " P ® •A L� = -"'J•,•':, j i CEASENENTS AS'SHOWN. RRRJJJ ' ,` i -----• �- --- ------- ----_- -------- - —►'.— �e�i''eii"rin R'C I7 Imo °°.- .. A „- ,,�;- --.' 4 _ Y_——I{1 ---—---_ i--- ——— Z——— N Mmii „ ,., .. 1 SUBMITTAL ..:°..,: ° `tt �"`"`" DEPARTMENT OF NATURAL RESOURCES °A1 1 (`.u".ano0e:°e` NOVEMRER 199- _ <S' GARRY STRUTHERS ASSOCIATES.INC. "za ,w "JDBRYN MAWR SYSTEM IMPROVEMENTS 3150 RioVord,Rood Soils 100 wsrz°ia:'>415L• &OPnmm(425 WA)519--03fp •=2D• T.E.S.C. AND Roe(/25)519-0309 king County RESTORATION PLAN C 120 " BENISON �P° DATE "`"a° C73130C STA 0+00 — STA 10+00 9"'"" • • ---I+f ,, I r �DEING-.Ac. `' ti,, ;' 5 Oil I 1 _ I I I I --. . i "I 1 P..1. 1 - 1 �:- \ \,�, r( ) � ; , .<, 1 I I PRODR•N ex0;'_.•:z„ P/R�OTECT1ON w_ ._,v• �e e w -,,, 1 ,\I MR 160`^'` •1 t 1 t - M '�_-__ _. -�'-.r ..!___- - �_i!•. _ _ �Pz O,R IL S� , � ' ; , 1 N 162529/16 `\' ,s1. I'/► `2 t -'• v Ni ,z. v sL zso _zs . ° \AIM. \�- y"�r'11 , L .00ca! ,.`-° q \44V —ue � w ;.�,. __ili .. y LANDSCAPE RESTORATION _ - -______ _o - _ __- _A^ • %� / 1 �k AS,SE UIRE ACCORDING C\t TO SE ION 293D AND 02950 \ -- ' 4��. l= -AI = m. —q,";T NOTES, I , 1 i , .:.xci..„,,. i =a .- I � .`.. zz n I iBz s. _" s'7 PROD STRAW BALEiCHEC%DAAICI ti..I I VxV __Jat�$;(e__...j1_ I ROV PROTECTIOD 1T RING ., J' � i 1 ME NGWEFF_�.�I__L_��i_J __ L _ uL_L—I_1 e+Rl(E•TIDN /� I 1 I t' DURING CONSTRUCTION. r ` •�� ?' n.-2�-KEPI VF r.Iv65 QiW CEO�IIRING zs n ri L • z5 '';.7 J/Y ,'// I `s. ^ s s CONSTRUCTION.SEE -�_ z. w sz f`I ,� s�/�// 'I� ^I ', I a ► . '/ VC., ,'e�,�fA 'ICJ. IIFF. 1,` 3)aNSR I ♦52LED PIPES.ENCH_PA tl__ ss • • C.s t .I C11555 I OVER INSTALLED SEED - i•z 1 1,- MITS-OF-CONTRUCTION'AREW1R IIN • • i'y t' i'T ��,I• —— — �� I'II\' 1.,` lk �)EAS RIGHT AS WAY N. CONSTRUCTION / iEASEMENTS AS SHOWN. �`� �1 /1 1 ` j� 1 3 3 4 7 ( III { U ► '-\ I - 1 C. J INSTALL TEMPORARY FENCING '-r_ ..>° \I J -„ STA 1Y A y`�.rT �I^I PLONC E%IS iN�CUkB EDGE 1< C --__- J' fi_�- • E 129' .6.07 --- - ___ - —-- —__ — ____ — - _Cz w_ - -IN - -uz__ _____ _—_ ar��- �{ OF PAVEMENT(TYPI ) \ �=. MM R44. ,. t r _ _yam,t _—_—_ _—_ —•—_ _—_—_—. ___ . r i�-' E 1 9a B• �' �� 11 RIVERSIDE DRIVE ; I1. - Cl����m 1- � �5��_tea S� �-se= -� L•lca� �`�c�a \.��___ c-� �i��aL_�__� ^I-I •._ \\\\\_------ u_.,.. x4 _ =\ram \\�r:� ��u ��a \_ rya_.-��� \��� \\i �i\ -3=C)'/,.i. .envTlri �i' '� >.., m�\\\\\\\� _:.':g 5- t __. 4`T.'O:�Gm���vm�._i_ 1., ��. ��\���� � STA-16T3e - 'M•,a. ,_1I10+. ` / k. r�A� � �� -�ELZTBI ,.Y� �_ T �LOONFE%ISTING- SOD OR..SEEDING IQ • - ' i } _I vI j >\ �,.0\��\' �\\`. , r'%- I_- t ^ O IT, _ FENCE 'RESTORATION I ► t t r wP SRF-T' ':'..it,- `\- \�� _ ''- _J -_- - ACCORDING TO I- , '� fS ���� t - _ ___ ___ PR. IN ET SECTION 02930 ___ �_ __ �I I R�\\_ �� , �� NEW DITCH a ��� s,� / ___ ___ -_PROTECTION� ___ ___ ___ ___ ___ gm %.��� lk I l '; ' - - / ' N F`" r- . . . gi1_. l II . � - . n� ----`-- r r ' r , PERMIT a_ SUBMITTAL .,w•.P _ ea`x`°' u"`° DEPARTMENT OF NATURAL RESOURCES kNMI a %.10 ® BRYN MAWR SYSTEM IMPROVEMENTS NOVEMBER 199' • CARRY STRUTNERS ASSOCIATES,INC. ,vfd1M1+`m -- ^ 4 3150 Rive.WA R950 SVila,00 a1.72 zAij CCwcxoeo seuc Bdlexue,WA 9R005-300 C. Forme(a25)519-03ao COx H: ,•=20• O T.E.S.C. AND • Foc(425)519-0309 mxx.,o.xo- County RESTORATION PLAN C121 No. REVISION H. APP•D DATE ORwx,h x APPROVE. C73130C STA 10+00 — STA 19+00 -"'«o. PrOeq® S , O V ... C. I '• ,yr '1111 r .�t+ MPORARY N 1'r.� t I I •• ` 1' I A.. MINI OELO V'"� �.�����o�••��� � ALONG EXI W EDC � I mil, ..„,_,A_ Z:_.='...:•�`\�\\\� gt , .. ,,,,,:i iii...1. _ 7r 84.�9 ,. ./'�''_ � �������� j� ONSiR.T P ' DOE y N � ! 1 .,r. I : 1. �J,��(___ _.......... (� R`(�' I• --llrr) ['T�Fj'� 'F�!!!plle�.•ta� / STA 22+94.0 12 RT. NEW DITCH +.�•ic�nr � / e ee ' 4 \\CA) _ 4 ". g �� .._ -/'..� ....._..._ - � � WITH 4 DI — i / of STS T0,DITCH N r n .. .. -' _.............................` CONSTR EXISTING z:! ftnl�o�\a\\\\\\\\�.....:.\����N. \\\�1\ ��\� O FENCE." .....\ C\ :i�ei..z\L \\� \\1,,�,,\\\�..�.T.'\"'T, \\�'\� \w Af0 NOTES:)PROVIDE STRAW BALE CHECK DAMS CONSTRUCTION ..l: yr,ry ...... ..... ��� 1�,i�J lUl������ln��� ����������51\ 1����' 1�Z\� ���\,\~\`\\� _ -STORED ACCORDING TO IN DURING°REQUIRED BY SECTION ION \A' DITCH 2)REPLACE CO ED DURING \O 41 �� •. 15.0'RT. CONST SEE®s O 0 V^LI' (�r— I 1I ` I 1 I,* INSTALL ASPHALT TRENCH:PATCH _ 18.40 z -`---- -- QIL L a ' ' I (;I I I R . XI TIN OVER INSTALLED PIPES.SEE e • 1�I �sI C_I '�I/ wwiTH T4'DI CH 3 3 1 / ' J �e (INSTµL TEMPORARY FENCINQ ( ,r lO LIMQITS OF N TRUCR N /` ai. �,-, \ +I_ ` . 1 NC E T Cjot.. RB)EDGE ) LL/� _ h-� > �� 1 6 „.71PAVEL,IENT I ) PR. vJ • Tr\ ...j ; ' Il � PI R1 •p1-63 ... ; i .I I .....1 ...I �:II I - ....�.. c, I Vr�,l E t 24406 I I I I I .II ••••F, � ••• spew w ENE T 40b:86Y"� ...... ... ... �c,<o ss� n.00 �� `i • Val 'i „nx•xs oo �.'—''L lc, J GJ II �.�.r.�.�.�.....e•.r�r�-_-_ y � RIVERSIDE DRIVE i%ewa• _o—\ :N......_ e ........_\`.......\\`\\` `\\`y:.......\\-�:::Z,\ .` \\`aR::.\`S........S-1.......\\`\@:::::.\`:\`......:5\\.......\C......:"\\\\`N`:::`.!\SLR:u::Z d`\ .t.. � 1�1' ti�tuw\v _\ ��t � 1�1i%\ s ���' ,ail \. `� l a� �I \��1��\\\�v5\� � .. `�\\\�a\\ win.\ �\\�\\, � \.:l __ 1 =I Li T r r r r NEW DITCH 4J'c3?'°' 11=111 r r R PIAC XI N.�2 .I, ••'• o0 sn _____ �I]Tn I l z -,MRSOF'---- R PLAC DI uTio ^ ` " nR S .IN LxNS RUCTI N Q I b - 1 I r. A. -- oc.,s �ONC EXI INC I I - �`,, RESTORATION _�___ /z _ `- ACCORDING TO �'C W Nw SECTION 02950 - 25 I'', tZK SU MI AL 0E5E0 `"""O DEPARTMENT OF NATURAL RESOURCES are n?NrI,y a GARRY STRUTHERS ASSOCIATES.INC. XJ0 ® BRYN MAWR SYSTEM IMPROVEMENTS NOVEMBER 199" G. Phc�� 3150 Richards Rood,Sails 100 "'61wIrs"n w°}>j"s °�"' `0F N° Bellew"0RBM WA 90005-4 0 n CON _ ne (425))51B 0309 ��^ 1 Kt 20 cosTruct T.E.S.C. AND Na. RMS. Avr•a GATE ""'�`" L7J,SDL ""�County RESTORATION PLAN wC1.22 ,,,,,h„s,a,„°,,a STA 19+00 STA 29+00 " I I ..--\-----"jjr' (-1--.Th'-'\\--___j 5 N I E 1299287.97 `^� -*INSTALL- PO F M . .... ..... - ... .. I "10 AL TS OXI �NGTCURB,E ..�.% .. % %'.. W • ••.• (TYW I-'I ' ........ 1, of P NT ) _ # ........ .'•I 0 we 1z=z F �nx:ou o0 3aoo ....... n+00 32+05' •33410. 34 00 ss a 1 z>u ss ....... I RIVERSIDE DRIVE - RIVERSIDE DRIVE . -o qi,.. .... .... ....... L—�_LAMS. 5....w � 1-. N.._�y\���==....... \\\\`S '\N: I RIS..\\\ A�\OSIA.Z,.. `.\���e.......,\u\\... • :\a\ \icAN AV WAA.7. ""�i�VAN*\\\C\\ N\ . V» 5W \,,,.. .�. , .. `,\\\. '%\\ N ..*��RI � NAM A*kl���.l�l l=\,,,, i1Mt*sa.\\u71��9\' ZI II L'ViD. CONSTRUCT /PP�� L,�- L`) it PROVIDE STO 1 NEW DITCH@ -11- c / 15 ESTOREB sa.. I � I U 'I 1 II DRAIN INLET b DITCH STA 31+$3.25\i6 RI, LIMITS OF L. QI PROTECTION IDURING '',4SOD OR SEEDI G EL 118.10 \_/ II ST CTI _ �. �/ CONSTRUCTIpN' 1 RESTORATION a r N. 1 I NON ` I ACCORDING TOI 1 FENCE. STALL 72 LF ' _ sal/m SECTION 02939 - 3 12.RCP S 0 19 ` f +19742 NI INV.`17.BT ` '—� 3 I L 4 / • J •L NOTES: © Z 1)PROVIDE STRAW BALE C EC%DAYS • L AS REQUIRED BY THE ENGINEEfl Iri DURING CONSTRUCTION. i I `�� 2)REPLACE CURBS DAYAGEO URING ... ' � j CONSTRUCTON,SEE 01 y`� 33 1$f AS T TRENCH P-],� MX R01-419(i ••I� QI (ram AL D PIPES,SEE m STA 99051 87 'T / , ' 7``11tt''S5 /'1`-� N 18495J.39 IT--‘-'+� ' ) S E 1299051.87 Pr) x I T M /rill-/ NM ROt-41.A Irn LIMITSOF CONS RUCTI P IN STA + 7 .--1- t , • -YH-01-41-i-;. - i - - --- ALor Eer CURB_EDGE PROTEC ON-- N 1 4 4 9 00 _�_� Q ( p5 24.0 -)-/�-,<• I f—; _—__ - ___ AVEY TYPI Y @OR z _ _E-1299077.43_- _- - _ _-- 1 _- E 1 9917 38 • � STA 4+2.35, I I I ss,�e+ , 1 • +00 we na 1 RIVERSIDE DRIVE •= 1�` .-CONSTRUCT II SOD OR SEEDING U w'8'.,.., _ W- G1 — 4 �I I RESTORED INC jE(,)� • NEW DITCH RESTORATION y OF STA J+J9.0-T I ACCORDING TO ----DITCH II STS TO RCI —` a� r'\` SECTION 02930 CONSTReX15TINC —EL 117.1 _ •-WITH7 01 Ur .. .1.__A_CL-H .. 0 C/7-,' �.._.,� i of PERMIT 26 SUBMITTAL �+pow�„Y 0E5`MC° `"`uE6 DEPARTMENT OF NATURAL RESOURCES "zF CARRY STRDTHERS A55DDAIE5,LNG %JD BRYN MAWR SYSTEM IMPROVEMENTS NOVEMEBER 199T �� 3150 Rloho,A,Rood.Suite 100 6lwrsim iwi)ux - Bei."WA 9800.5-4448 • CCGH Phone:e25) 19-03000 �,RECOMMENCE. H: , =20 RESTORATION PLAN C123 � Fa � Fmc(42s)s19-o309 r CO .. Xing County Ne. REVISION BY P.P•D 0015 I C73130C ' STA 29+00 — STA 39+00 '""' " I I 1 1 ! 1 I i I I i II III --------_'ll 11 II ' I I ° I I II 1 I II '1 o II ', oI ~II IO I + 1 I _-- 11 II I I 'I _I F 1 „ c 1 I 1 I /CiL00N�C•RUGTST NGII II IN .. G NI 1 1 _ I I FENCE EX I I ifl.....1.. �• III 0 ___---- 11 I 1 1 I A II 1 ...�..I...:....... 1 I1 II .i. iff Q 11 —____—_-1, ii�� I I I i 1 I 11 ► �I II ---- _ 1 I1j I 1 I IN / I 00 aBa00 ♦9a00 - II SDiDO S1a00 r' ]/ II [suv ,'. 52�00 :._ w t/� W \ _-------1 Q I 1 -__J --E ; N 1R537046 __;_if r^ �� s __- III l cI 1., i I / I E 1298110.18 I I• ` I 1 II __�I III / I -/// PROTECTION 'A") I -___ 'll f T•,./ _ I t I / k3I' L r II A / i ! ''''-,---1 J J / / ,—— -------,,,______ A 0-1,____________J-1 :,_ (• / / JJJ \ \ \ atei. 1—/1'7Niv 2 • / / E 1297944.28 ``^ �, .... \ PROMp[[INLET 2 �. .', .s-_-2.'° .a •Z / / _ / _- - .........� __y `5 DTECt10N -- © -I IF • •.Fl::••...•. _ I I _ _s� �/ / / _ 0 t A OR®® ALONG f n 1R: - [ •.. / (` I / IM F N R P N 'a "' •• �►-� �v'I�' �_" ss�" NNW � �� ..... 2 \, ALONG EXISTING FENCE 7 / ' -.,[9` �� .................. OP'" / 2 •Do / \\/ . ....... `\ SJ / ' . / / I'ID 1 1 II 11 BOY° / � NOTES: ` ` ^^�— ...mac.:r.._.,.._ / / / ...�_�� /....-..... ....��` 1)AS STRAJI(y1LE CHECK \` i :". / / ' --'''- '• ,• �_'�' ' _ �—�� 2 ss�AS REQUIRED$Y THE ENGINEER + DURING CON;TRUCDON. \�- / ► 2)REPLACE CUR65 DAYgGED OUR C \ ' •••••••••••••••••••••• CONSTRUCDON,SEE >>l' ���(,i�, �� / / It_.�••••••••••••••.• 10 I\ 5)INSTALL ASPHALT TRENCH PAT M +�/I ye -8 .-R i7. l l %• —� uv \ t OVER INSTALLED PIPES,SEE 'o a / / \, �� I PROVID f IN.n 4)RESTORE ALL GRAVEL OR U IMPROVED + / / / / / '�P / //'q// , / v u•1 .\ ON ` _ l I - \ / l I f. �� 4+ I . E 197892.2 ' OR > ROAD SURFACE TO ORIGINµ/ CONDITION. S / / I �1��. l I b • C N 1 - / 5)RESAND RESTORATION TO ALL TEMPORARY EROSION ^`` ��•\J 0•0 \ l / /14 `c£ \\/ r, /I i OR s[ ,•� + I /II,/lJ `` JJ/ '^�' 1 AND RESTORATION REQUIREMENTS OF IC \` , yyv`:, i •s t I THE REMON MUNICIPAL RPoRf. �_ �_ ' A/ jN / r _ / l ;l l . y l l /I l !\/YS `\\ 2/ Il 11 � a l // kERwr/ / < f SUBMITTAL °•"'W' °U`"`°' oR DEPARTMENT OF NATURAL RESOURCES n• i 6 O NOVEMRER 199' G•• GARRV Richards ASSOCIATES.S INC. a �� V` ® BRYN RE/Et MAWR SYSTEM IMPROVEMENTS A 3150 R Nm A Rood,980 5-44 100 a W cw °) awK Blancew WA 25)519---a oo H 1•=20• T.E.S.C. AND • Fun(425)519 OJ(19 ' King County RESTORATION PLAN C125 "°• REVISION 9Y APP•u DATE �^°p C73130C STA 47+00 - STA 56+00 ''X""° " .\ - J \ S \ N 185175.08..1 I.N , t` \ -..1.... A4l,e° / N 5 TEMPORARY \ CONSTRUCTION I ri �."" FENCING , : - , 2 LIMITS pi 7 © CONSTRUCTION / ( vR°noRAPDN �c%i! ��iA i""" '% /// ��� , ) \ AS REQUIRED -/ ✓ /�r � ��' �\ IN T ri:J:•li.:. ]. ,>„ ACCORDING TO �./���� ��I 'y �� �� I! . /^r _ llYl OF 1 N T�UC�)... SECTION 029 i/ r / :..-4 T. i •\ ► OF PAVEMENT 1 4 LI";'1'1:6" / / / / / / / / / 7 „„.„...., ,, , . ..„, , / � 1 R O TU, r.,-;„„7 : , . l�ypir 0,..,,,,,,,r,„ �fop '..-. ___________________ i l I _,.... ,, ,,,,,,, ../.... , .,- ,---,-. P .•I 1- E729-o :Iv-.. - TI- Vd �\�r1 U)i RIVERSIDE DRIVE N'RH TO•IDI TCH I z `.-,,km-s- "Rt \'i Ala t�C wu �vm " _ " `.`�G —=e.�:aC600 iillS;ac�_--icac.- ..Im maym..�.00..........• mN.\m.*iio\C\`•r.. \�.� r `1 � �......_.. m�Fi\a v�v��w\������ uVDa9a�a.�`�alA\\\\\\\\\W� •• I ��kl \ r --'- ••• - • - v 4YA CHJNVERT AT •..; " R T0�0. dVtli•L.` IN T _ _ .• • 1971NC-'ATOH$451 3 • 49—I - ONSTR C .N • ' I I I!I I� —i0 r a. SECTION 02930 l •• _�� - .STA 1 155.53_RT INV�L6 XI ,�����>,\, "`--�/ -�I' �- aa. �RV716:1. ��. 'a,is •\ IF I��__ C—LJi�\ \1 \� ,� NO., `•• �� I NOTES: `yf'' \,` �\ '// • �� 1)AS REOUIREO STRAW BALE ENGINEERS �1{\`"�/ \_ 1 _� ` S / ` �_ I, lO DURING CONSTRUCTION. ' %\ \1 ^`l\ ) 2)REPLACEI CURBS DAMAGED DURING •,1 �` ,,_ ,'/ `1 __J� (, I\ \ I+ CONSTRUCTION,SEE 2 v`'` �\ , �• `,,.�� R_M.u'Xt...D/pEPLAC \ III {� J)IOVSTER NI IS�TALLEDT TRENCH SEEATaH 2 1\,�\� \ 1\ �\\"•�``\ \ WIT,EQUAL:.. \ \ i 4 RESPOND TO ALL TEMPORARY 6 \/, t �1 ,, ` N 185J00..95 IBSJ12.15 Q )EROSION ANO RESTORATION \y J1 E 1298841.95 E 1298586.31 REQUIREMENTS Oi THE RENTON \� \ ' * ` • II {(n MUNICIPAL'NRPORT ppp \ ..`cf �``\ ♦00 45.00 • \ \ \ \ 6s00 I .)00 \,` tl1\,\\ " ``n��%\ \`�.-Q •i ..—.z ii.a---.�?• �+ �.-•' :.u. �:r .• _a -. _ ������� I �x. �-•_ DADA—�.a�s.•.—••.-r • 3.'a a_�_.:s= ._a.. \ I \ '-'"i o . ' \ �\ �• , N�1g5 3J0.94 UMITS OF ICONSTRUCTION \L\ 1,` Vd \`\ ` E 12988aJ.21 z i \\\\ `��1 Pam'.\ \`,1> ��•\ \ ` ' ` '� FOR RE 1AENTS UUPIT. II -NS NN�INC _ \ \ A`•\\ „ ��� i". i•� ' ' UYITS OF CONSTRUCTION II �� W '` ji\\` •\A i. •l�,\ O'\ `.�u1`• `` / ALONG EXISTING CURB 1 I III . eta= \\� \ /�j\ ` ..'- s �� ' � PERMIT �_ l' SUBMITTAL A .onow mar.mu..Nxx- °ES `p a""� DEPARTMENT OF NATURAL RESOURCES ° �.u"rsno�A.'•a NOVEMBER 199' GARRY STRUTHERS ASSOCIATES.INC. _mom.co �o ® BRYN MAWR SYSTEM IMPROVEMENTS A3150 RitAmEf R4o0,Sot 100 BPhone WA 9519-03046 o A C mxm.c•xa: Phone p2s)s19-o3ao L�OV�\ a H: 1•-20• T.E.S.C. AND G. Foa:(425)519-0309 RESTORATION PLAN C124 King County No. REVISION 9Y ARA.° DATE ; .� mrt v6am. C73130C STA 39+00 - STA 47+00 p"""' / y / l// 44‘flr / lam/ Jw��• pase. �. �, �1 •� , / f / , 0 Age ///''� pi -,;/ / 0 • I/III 7 °,64;,-./1 , I ii,,,,, I. ; /// ,...11,11S.--,_-.."*..111W.,0 "bit, 411114101,7 hb,/,..-1--atliigft Irat 4 - Air 4 V*k.---all / ''' I UNE �111111,) Sq9`6 t I r/ /. "ri• ••ffiajrAllimeAtr ralit kir / 1/4,1.,,,:Wiw„...., Jill"4, .z.iis. / / • 1-- I/16, ir Arwri:~44, / -6, -.7-.41 -as //' '-.4 I I I I I I I I I i 1.I.1•.."'.1 NW! /gay f// ...4 I I I I 11111 .11 1_11 I I I I I._I 1/10/rafeft//lia ill* eilim',0 if /-..tvaiv /411,001, - E......„0--417,. ,„ aftlitimt Ira ) / ii, ......._...... ..._:, . . tyhr,iiimmilwww44.... ,'- •.71/0„:7- -1- twar __ / • C 'il 7:, / .i SHORELI .E ' •IRO]., . . 41k ��. o ,,,i: ,,,,,,,,•,,. "14,1 isila :7' W,., 140, . ,1.4"iir I I I I I I I I I 10 Irla I 1W.111/41 IINI."'. 111- 'W44 I I I 411'Id.1 I° ..--- -—------ '-*'..'''\::!(4 lAr•Qt!-.'414441:::/:.;e 1:'S/4;"42:4ifft 1:11 f ' Ari6 ii,A.,.•44‘....4.1; ,.4.4. '". —.IVO -..4,1k, d 4,A*45 ri r V y Aft/ , ---,--- \ ` `71 -'''', ff.# _,___ -4,;-4,iikk,,,,,,,, _ ---- i ,.5-,2 / / -_=.=-4.-!<-: , ,...or.:-.iiiiim....„—.t. -.tqk ,ia,----r'" --„' , , , V ,fr:ki.iii/fx/../7 2 ' fr, i / 2 '".."tr"----'':...'., .. .-_, 4, .it l'w,,,•••-.,r400_,__ ,,. 17 / I OTHERS. \ 1 ,�- ��� / / / A / I/ SHORELINE IMPORTED PILL BEACH1 S kE ,--r / / / / ORDINARY HIGH / / i WATER IW2K LAKE WASHINGTON ` / / / LAKE WASHINGTON \// d -..re / / J T r PERMIT , L SUBMITTAL J I ` msa,m. acuca DEPARTMENT OF NATURAL RESOURCES AM BRYN MAWR SYSTEM IMPROVEMENTS OCTOBER 1997 GARRY STRUTNERS ASSODATES.ANC r A 3f 50 ATr Es Roar S9 O Btlle<uq WA 98005-N,fi [Tnuu Pnmc pa)s,9-o3Do a,om: ,-_,D• EXHIBIT D-6 �. Pac(,25)519-0309 cwmva.a oiun<xc xm King County Na. REASON BY XPP'D DATE .svvvaia C73130C SHUT MO: OF 'Cbbd C1 ❑o�O Q 0 CO �YG' G°D G O^ R m a❑ ❑ 0 o" ❑P_oD Q I?❑DODq❑l q �fob J Oood D aC� ADD° .° ❑ ° p of �d ❑o _R4°opp.cl1o❑❑ r��]��j/ v [Dopoci (J00000 6 tQ p6CSeo ,°�.ii'FpfN❑q �p o� ° ❑ ❑❑❑l// O s s b G❑OO6Q0Q0 0 9 ❑ qp Q.4°•❑ p QODD ��`II 00d0q° V f\ 13 0 O • T Ti d ❑ o° �o• ❑i o ,�,� O i 0' d •Lf p d c a U❑ O a �� i^ Il��I •;0 . / s� C7 0 o bCi ��,'I Q Q p pa a C° I o C7 ° -,51, 'j' �_�, R / 4. 4111 is �� o _ gall Q' T�'�, �.,�.:.r , o ' 7,01 S 4. dill. 1 k tit B 01111111 ��tE. PAS A - - o - - 'l • - -_' -►_ ��, LAKE = R` E;- ,%= �tc WASHINGTON 3 .CEO p,R - 1 _ _r_ i PROJECT . o e Uc�Jp� \ BO: 1 2 .‘,.......::::" ri' 'IWO I. - - -,-\\- --- LOGAN AVE N §. . �A • ` �-I. M o'd CI) z�S AM A oil.11 _� ,zs 0 zsa 5� So PERMIT Iti �� �`" SUBMITTAL § o« PEA. ` e,2 DEPARTMENT OF NATURAL RESOURCES E ! nOVEMEBER 1997 w CARRY STRUTHEAS ASSObATES,ING BRYN MANR SYSTEM IMPROVEMENTS 6 i`—♦4b. }Bellevue.A R98005-N45 GrJf. A` �\v Phmc(425)519-0300 eE AS SHOWN NEIGHBORHOOD DETAIL MAP�,.„�,� ��- - - - - l ♦ /• Fan(425)sis-07f19 a.m.,Kt )(log County G105 o. BEN4oN BY APP•o DATE \\ .�vo io C73130C xC 2 v • • DRAWING INDEX \\ •_ DRAWING SHEET TITLE\\t ._ .""ate.: mun.�:'zf°n»a"°' NO NO si "n .' GI00 1 VICINITY MAP AND LOCATION MAP �_i A u ' == o5 z� C101 2 KEY MAP AND,STANDARD DRAPING INDEX 1 C\\\` LAKE WASMINGTON G102 3 ABBREVIATIONS,STANDARD SYMBOLS AND LEGEND � ,� I� _ •1 0103 4 GENERAL NOTES AND CONSTRUCTION NOTES r w �'L I• ��� I \ >_J/F� Fze,zp,' C101 5 PLAN AND PROFILE STA.00+00 TO 5+00 ' ' 1I y,M;j�}4� /Ia� C102 6 PLAN AND PROFILE STA.5+00 TO 10+00 \\\\\\ /e���®®P{{ii,�i ' e C103 7 PLAN AND PROFILE STA.10+00 TO 14+03.86 1 \ `` ••�®-RFak C104 8 PLAN AND PROFILE STA.14+03.86 TO 19+00 l - 1 /' a°"aei;'in un 1`A I�i I! s.Ao�: y ��n1c� 9m-.z CI05 9 PLAN AND PROFILE STA.19+00 TO 24+00 1I ( I C106 10 PLAN AND PROFILE STA.24+00 TO 29+00 II �11I I NTOI y� C107 11 PLAN AND PROFILE STA.29+00 TO 34+00 CITY WAITS vm x ,J 1 rar i C708 12 PLAN AND PROFILE STA.34+00 TO 39+00 C109 13 PLAN AND PROFILE STA.39+00 TO 42+65.94 C110 14 PLAN AND PROFILE STA 42+65.94 TO 47+00 1111. - C11 15 PLAN AND PROFILE STA.47+00 TO 52+00 C112 16 PLAN AND PROFILE STA 52+00 TO 56+00 (, C113 17 PLAN AND PROFILE STA.56+00 TO 61+09.71 O 't C114 18 RENTON SEWER CONNECTION DETAIL A 2p ' C115 19 SITE PLANS: SIPHON OUTLET&SIPHON INLET STRUCTURES C120 20 T.E.S.C.AND RESTORATION PLAN STA 0+00 TO 10+00 . 1 F' % C121 21 T.E.S.C.AND RESTORATION PLAN STA 10+00 TO 19+00 `'2iezw' C122 22 T.E.S.C.AND RESTORATION PLAN STA 19+00 TO 29+00 ' .� C123 23 T.E.S.C.AND RESTORATION PLAN STA 29+00 TO 39+00 C124 24 T.E.S.C.AND RESTORATION PLAN STA 39+00 TO 47+00 C125 25 T.E.S C.AND RESTORATION PLAN STA 47+00 TO 56+00 n r \ _ C126 26 T.E.S.C.AND RESTORATION PLAN STA 56+00 TO 61.+09.71 - C130 27 T.E.S.C.EROSION/SEDIMENTATION DETAILS II C131 28 DETAIL SHEET 1:MANHOLE AND 24'DIA.LOCKING FRAME&COVER ' e� ^ C132 29 DETAIL SHEET 2: CURB AND TRENCH c' • flllll C133 30 DETAIL SHEET 3: SIPHON OUTLET STRUCTURE ' C134 31 DETAIL SHEET 4. SIPHON INLET STRUCTURE DETAILS&SECTION rak, C135 32 DETAIL SHEET 5. FLOW METER VAULT&MISCELLANEOUS DETAILS 1 1 ` C136 33 DETAIL SHEET 6: MISCELLANEOUS DETAILS 1 1 1 I IJ C137 34 DETAIL SHEET 7: WATER TIGHT LOCKING MANHOLE FRAME&COVER ci4% 1111 nm now -• Lit CC I S101 35 STRUCTURAL NOTES 1 �TI ---8�— �'lup� 5102 36 EASTSIDE INTERCEPTOR CONNECTION o= 0 �I I VV ed1=,v .d 1—'=" ,;_—� .-I(}� I u. -�S SIo3 37 DETAILS s 1 :,i.dA —#: 011g1 k' F--1r ' 1: �s • % • PERMIT <_ SUBMITTAL 0E9d`° O DEPARTMENT OF NATURAL RESOURCES T . BRYN MAWR SYSTEM IMPROVEMENTS OCTOBER 1997 GAR3R 50 Ri Richards R Road. IOOING on.we scu,. Beeewe,WA 98005-4446 CO.H. NG NO' A Phcaw(425)519-0300 ecc°uucuceo-. NONE KEY MAP AND G- Fax(425)519-0309 • 4aC3TNQ King County DRAWING INDEX �AG101 No. REM40N BY ADPb DATE Awc°r£U C73130C SN,LT NM rt 2 a ' ABBREVIATIONS ABBR ABBREVIATE(D) L CENTER UNE.CHLORINE.CURRENT LIMITING Dire DIFFERENT!. FM FORCE MAIN MARL MATERIAL REND RECLINED RAN ACT ACTIVATED CH. CHAMFER Diu DIUENSNN(EO) D FORWARD Lax LAX.. RET RETAINING) ADPT ADAPTER CH CHANNEL.CARNET HEATER DSCH DISCHANGE(ED) FDN FOUNDATION MECO MECHANICAL REM RETAINING WALL AD ADDENDUM CV CHECK VALVE.CONTROL VALVE DISC DISCONNECT TURN FURNISHED MJ MECHANICAL JOINT RT RIGHT ADD ADDITIONAL CON CHEMICAL DN DOWN FLAT FUTURE MED MEONM _ RH RIGHT HAND ADO ADHESIVE CO CLFANOUT DWG DMVONG CAW GALVANIZED MTL METAL R/W RICHER-OF-HAT ADI ...STABLE CLR CLEAR.CLVAJUNCE DAB DRILLED ANCHOR BOLT GSKT CASKET MIN LsNimum NOWT ROADWAY AOC AGGREGATE CLK CLOCK DIP DUCTILE IRON PIPE CV CATE VALVE RISC MISCELLANEOUS SAF SAFETY AMA AMBIENT COMPT COMPARTMENT EE EACH END.ENGINE EXHAUST G HUGE MIX MIXTURE SAN SANITARY SEWER ANSI AMERICAN NATIONAL STANDARDS INSTITUTE COMP COMPLETE(TION),COMPACT(ION) EF EACH FACE.EXHAUST FAN GEN GENERAL,GENERATOR METRO MUNICIPALITY OF METROPOLITAN SEATTLE SIGH SCHEDULE ANC ANCHOR COMPR COMPRESSOR EW EACH WAY GL GRADE LINE WN-CA NONPOTABLE CITY WATER SEC SECOND,SECONDARY AB ANCHOR BOLT CAD COMPUTER AIDED DESIGN EWEF EACH WAY EACH FACE CBV GLOBE VALVE CO NONPOTABLE CITY WATER SECT SECTION ACV ANGLE GTE VALVE CA00 COMPUTER AIDED DESIGN a DRAFTING EA EACH GR GROOVED NITS NONRISING STEM SEW SEWER Ay ANGLE VALVE.ACID VENT CNA COMPUTER-MANUAL-AUTO CONTROL STATION ESMT CAVMENT CRTC GRATING N NORTH SK SKETCH AVE AVENUE COSH CONCRETE E EAST END 'GROUND N/A NOT APPUCABLE SL SLOPE ARCH ARCHITECT(URAL) CCP CONCRETE CYLINDER PIPE ELL ELBOW GRT GROUT SIC NOT IN CONTRACT S SOUTH ASTN AMERICAN SOCIETY FOR TESTING MATERIALS CCSP CONCRETE LINED k COATED STEEL PIPE EL ELEVATION(ELEV.) GO GUARD STE NOT TO EXCEED SPC SPACE AUX AU%ILLARY O. CONCRETE MASONRY UNIT NBA EMBEDDED,EMBEDMENT mi HAND HOLE NTS NOT TO SCALE SPA SPACING AVG AVERAGE CNDS CONDENSATE EMER EMERGENCY ES NAND STATION O/C ON CENTER SO SQUARE BPR BACK PRESSURE REGULATOR CND CONDUIT ENCL ENCLOSURE H HAND OHP OVERHEAD POWER SS SANITARY SEWER B/B BACK TO BACK CONN CONNECT(OR)(ION) EC END OF CURVE NOWR HARDWARE OPNG OPENING STD STANDARD BK BACK,BOOK CONST CONSTRUCT(ION)(ED) ENGR ENGINEER HOW HEADER ORIG ORIGINAL STA STATION BCFV BACKFLOW CHECK VALVE W CONSTRUCTION JOINT ENTR ENTER.ENTRANCE HT HEIGHT CIA OVERALL STG STARTING BFP BACKFLOW PREVENTER COTR CONTACTOR EC/ EQUAL HI HIGH OCR OVERFLOW STL STEEL BAC BACTERIA BACTERIOLOGICAL COW CONTINUED).CONTROL.CONTINUOUS EQUIP EQUIPMENT HWTR HIGH WATER PVT PAVEMENT STS STORM DRAIN SORER BALV BALANCING VALVE COSTA CONTRACT(OR) E00 EQUIPMENT DRAIN HOW HORIZONTAL(HOR) PERM PERMANENT STRUCT STRUCTURE BV BALL VALVE CORP CORPORATION EOUN EQUIVALENT IN NCH PHASE PHASE SW SOUTHWEST ISSN BAR SCREEN CRE CORROSION RESISTANT EST ESTIMATE(0) INFO INFORMATION PNC PT OF INTERSECTION OF VERTICAL CURVE TAN TANGENT BM BEAM.BENCHMARK CORR CORRUGATED EXC EXCAVATION ID INSIDE OUMETER PS POUNDS PER SQUARE NCH TEL TELEPHONE BAG BEARING CUP CORRUGATED METAL PIPE EXIST EXISTING IF LASSIE FACE PT POINT T.E.SC.TEMPORARY EROSION SEOIMENTATION CONTROL BID BEARING TEMPERATURE CM COUNTER ES EXISTING SURFACE NSRL INSTALL PVC POLYVINYL CHLORIDE Iry TYPICAL BRYN BETWEEN CEO COUNTER GLOCM/1SE EJ EXPANSION JOINT INT MEMOIR.INTERNAL PO PORTLAND CEMENT AG UNDERGROUND BCR BEGINNING OF CURVE CENTER CSK COUNTERSINK(SUNK) EXT EXTERIOR INVEL INVERT ELEVATION(IE) POS POSITION UN UNION BLK BLACK,BLOCKING) CPLG COUPLING EX EXTRA INV INVERT,INVERSE POWER POLE UP UTILITY POLE Be BLIND FIANCE CRNF CRANE FAB GAORIGTE(D)(TIAN) JT DINT P/S PRE-STRESSED V VALVE BO BC BOLT CRCLE.BEGIN CUF/E CUR CUBICLP S FEET(FOOT)POLYETHYLENE F FF FARE FACE,FINISHED FLOOR NIP ,WAN POUNDS 0 C 0 ECIAS CONCRETE VCP VITRIFIED CLA VERTICAL Y PIPE BOP BOTTOM OF PIPE CFH CUBIC FEET PER HOUR FS FAR SIOE LB OUND OTR QUARTER VAL VOLUME BLVO BOULLVARD CFR CUBIC FEET PER MINUTE FED FEDERAL NI_ EVEL R RAONS.RISER COO WATER BW BRACKET CFS CUBIC FEET PEA SECOND RP FIBERGLASS REINFORCED PLASTIC LL Ow LEVEL RR RAILROAD OK ODE FTANGE BLDG BOLDING CHIN CUBIC INCH FIG FIGURE LW OW WATER REC RECEIVE W/ woo BW BUTTERFLY VALVE CUM CUBIC METER RT FILTER.FLOAT AWL OW WATER LEVEL RECD RECEIVE W/0 WITHOUT BP BYPASS CUM CUBIC HARD FOR FINE CRUSHED ROCK LWR OWER RED REDUCE,REDUCER W WEST CDF CONTROL DENSITY FILL CYL CYLINDER FIN FINISHED MACH MAINTENANCEINE REF REFERENCE CI CAST IRON DEC DECREASING FTNG FITTING MAIM REG REGULATE(OR)ED) OP CAST IRON PIPE DEPT DEPARTMENT FEB FIXTURE IAGIAT MANAGEMENT REINF REINFORCE(EO)(ING) ON CEMENT DESCR DESCRIBE FCA FLANGE COUPLING ADAPTER km MANHOLE R/C RDNFORCED CONCRETE COO CEMENT MORTAR COATED OSGN DESIGN RC' LANGE(0) MANWL PCP REINFORCED CONCRETE PIPE CUL CEMENT MORTAR LINED DET DETAIL FLEX FLEXIBLE Mf0 WRUFACTURED REBAR REINFORCING BAR(CONCRETE) CTR CENTER DUG OMGRA4 FL FLOOR UNE.FLOW UNE MLR MANUFACTURER RESTA REINFORCING STEEL C/C CENTER i0 CENTER Di DUCTILE DIAMETER IRON PIPE RC FOOTLT ING uFG M/L MATCHALNE TURING REM REPL REPARCfS(D)) TYPICAL SECTION AND • STANDARD SYMBOLS REIN REQUIRE(ISO) DETAIL NUMBERING SYSTEM �.!�VZ\ NATURAL GROUND OR GARDE STREET UGHT ARP EDGE OF TRAVELED WAY, ][ ABANDON A PLUG PIPE �yN],O 11 OVERHEAD POWER UNE i INVISIBLE OR HIDDEN UNE �� � TEL BURIED TELEPHONE CABLE HANDRAIL POWER VAULT ����V'A NATURAL GROUND OR GRADE A) VALVE I (I)SECTION CUT TAKEN ON SHEET ZO TS TRAFFIC SIGNAL CONDUIT SURVEY AOONUUENT OR DIRECTION SECTION SECTION LETTER DRAINAGE DITCH PERMANENT BENCH MARK IS LOOKING /^�� Spi f�X0 ROCK () FIRE HTOPANi G NATURAL GAS X H (ANON ROW DIRECTION) I l NEW FORCE MAIN. . EXISTING MANHOLE DRAWING ON WHICH J0 1 SEWER OR WATER OUTLINE OR BCHNOAW SECTION WAS TAKEN-- �DREW AN wHI H 1.. ..I CONCRETE 0 RATER METER RAW NEW MANHOLE SECTION IZB EXISTING CONTOUR IT eREAKLINE O (Z)SOEEi ZO SHOWS TO SECTION 6 IS r A PRECAST CONCRETE(SECTION) 0 CATCH BASIN OR INLET 0-__-_ DENTIFIED AS BELOW /� SOIL BONING n DEscNAiNN ITS PROPOSED CONTOUR A GRID UNE W1-1 SECTION LETTER - - ID .♦A•,- /`�B CONSTRUCTION EASEMENT 0-- ALLAY NOTE• UTILITY VAULT SCALES ERSGFR �� •AW A� � CONCRETE BLOCK 4T.I) DECIDUOUS TREE k SERE DRAWING ON WHICH O Z DRAWING ON WHICH —-— CENTER LINE OF PIPE O0000J0000d00 WOOD POSTS ® WATER OR CAS METER SECTION W/5 TAKEN SECTION APPEARS BRICK it EVERGREEN TREE R SIZE MST./GOT POLE (3)DETAILS ARE CROSS-REFERENCED CENTER LINE OF ROAD 'Y• iN T SIMILAR MANNER.EXCEPT THA•Tw`�N�.NI S ARE CHECKER PLATE ® COORDINATE CALL OUT • • '.13-. POWER POLE BY NUMBER RATHER THAN BY E A l• LETTER S5ag ---- PROPERTY UNE 3g CRATE —17YT5— STORM DRAIN A SIZE UNITS OF CONSTRUCTION eg 69c==i SECTION OR SUBOMSION LINE • • TEMPORARY CONSTRUCTION FENCE II EXISTING ASPHALT PAVE4EW —10'S5— SAROARY SEWER k SIZE PERMANENT EASEMENT BOUNDARIES OUTLINE 27'SS EXISTING SANITARY SEWER INSTALLATIONION 1157A00 a MONUMENT LINE STATION / SOD OR SEEDING RESTORATION 36'S5CONCRETE PVT ou (� \�I --- PROPOSED SANITARY SEWER (NO CURB) 57.00•PIPE UNE STATION F. \\1 LANDSCAPE RESTORATION —A'W WATER WIN R SIZE x�o — EXISTING FENCE 111I/ AIR/ Al/ WETLANDS SYMBOL i `u 15'NV 15'INDUSTRUL WATER LINE ' ua ROCKERY WALL ITT FIRE INN k SIZE EXIST.CULVERT/PIPE — — — WETLANDS BOUNORY Z - • OiJN • P BLARED POWER GABLE % % % SILT FENCE PERMIT 1 • • L SUBMITTAL J °"KE°' 00/MAN DEPARTMENT OF NATURAL RESOURCES • OCTOBER 1997 GARRY STRUTNERS ASSOCIATES,INC. K.J.D. ,e ® BRYN MAWR SYSTEM IMPROVEMENTS A 3150 Richards Rood,Suite 100 -4446 Bellevue, (25)WA 95519-0300 CRECOMMENDER NONE ABBREVIATIONS, STANDARD ARA L. �� E°`(425)519-0309 CONTRACT N°. tang County SYMBOLS AND LEGEND G102 No. REVAIGN BY APPA0 GTE C73T30C BHm xe 3a BRYN MAWR SYSTEM IMPROVEMENTS CONTRACT NO. C73130C DEPARTMENT TER OFTREATMENT NATURAL RESOURCES DIVISISO King.County OCTOBER 1997 PERMIT SUBMITTAL 4Sek GARRY SanTRdUTHERSAssoctdFiASSOCIATES, INC.rms B`FORCEMAIN-BISElARCL _ _ �1 S`y y y 6 — _ — — /4/ d I NE DTO LA%ERFLOW&,�1 E%ISP SN4' y 6 ABANDON EXISTING �a'i MO E%ISTINC CONNECT iQ ,, _UN_ A INN \ — /\ SANITARY SEWER __ .yy� �� _HyL�gpjL E%ISTING PIPE. `� .4'44 AND ROCK WALL --' Iv \_ .I :5. I —E70.5TINCI.IANH 4, n:i,.. cx..1'.''?^,Et:>a �:�:;.: I �\ � I •Y \` i;,i is aNl ECT To ► r =< xlsrn V16•(.I)l i RTED SIP N " t^)C� 46•MANHOLE ,0 (D.I.)INVERTED SIP N \\ FLOW M,�FF.T.,�ER _ 72•MANHOLE WITH ULTRASONIC VAULTS - 'r ��-}_- ^_ _ __ DOWNLMEAS FOR LIQUID lb �� -}� 4 LEVEL MEASUREMENTe 24' 1,7r \24•(0.1.)INVERTED SIPHON \ N 4 © NEW SIPHON \N \\ N INLET STRUCTURE ^' ^' 1 \ n r ABANOONED WASTEWATER " \\ TREATMENT PLANT 1 \ i P. / \ \ \ ..\ \\ III 1. I. r`^1�... \I \ \ SITE PLAN: SIPHON INLET STRUCTURE 0SCALE: 1" = 10' .s 1. of a 4-/ . Q 6•SS DRAIN N' LINE FROM m CO' 2�C SIPHON DRAIN VALVE 72 C N 85299.26 2 4 DRAIN I 2 ANHOLE MH R01-41.D 21 C EE,® STA 42+65.94 / SIPHON OUTLET 2CC 2+00 STRUCTURE SEE, as•SS OI. L0 ' za.p 24•SS MH R0+-42.8 90 \ STA 42 50.94 I w> 1 CB ' I �cT �Tzo — -Y SITE PLAN: SIPHON OUTLET 17 ��, SCALE: 1" = 10' r PERMIT L SUBMITTAL J 444,44. ?; a "s`"`4 O1L`° DEPARTMENT OF NATURAL RESOURCES n.2 �i•" OCTOBER ,997 GARRY STRUTHERS ASSOCIATES,INC m,Im IUD ® BRYN MAWR SYSTEM IMPROVEMENTS JI50 RkNo 6a RooA guile TOO aWwS(59-0304 ��PNmG(125)5,9—oJop ..T."° SITE PLANS: T. <7\� Fo (425)519-0309 CONTRACT„� a , SIPHON OUTLET & �C115 N°. REVS. er ACP'D DATE King Corot C731J°D SIPHON INLET STRUCTURES ,\\\ IC p \ '_ i i \' INSTALL NEW \\ -1 .�' - fTMNBFEk'kiN�ON ;' - \- t \ SS,'SEES , \•, \ '}� — . 4l l , • �E N srA o.n.fi6e- • pp \ ':{ / eL ` �11!! ,� �/'\ ,t \ 'Vlt., ,0.14 WgNAM:01 * \I Ylli ...„...---otit_dial-a \\! ".,,.-,..•,•.'"i .. .,, # tor \ ,t, i .A. \ , 0 ______ ___ .... ,... _....„ . .. „ . *1 \ ,1_, ,,. A , _ _______ ....,, _____. 3 ri.i.) 4- \ '"4 1 t X \ \ \° \ Tt, ___---- .....- __ - r PERMIT o+ooe 1+00e - I SUBMITTAL J 130 - 130 3 EKPTIN0 OROJND 2 �.� AT PIPE CENTERLINE 125 _ _ 125 I I I i 120 ,1 -119.14 INV NV 122.4 I 120 INV 116.36 (EXISTING PIPE 1 • INVERT EAST) 115 I. 24"SS IDONC 0 ..,00gLE/E(011N. 115 • e 110 I NV114.74 a _....3 _o 1 IDE 110 I I I 'I _ INTERCEPTOR _ CR06501f 36'BRYN MAWR,TRUNK 'et: ' 41 • 105 I I.E. f 06.1 ' ! 105 -T-, 23 / 106.1 q ( INV,10 100 100 n w�°n�Lr;� tEtt O CMEOEUT DEPARTMENT OF NATURAL RESOURCES OCTOBER 1997 ( ��� far in. GARRT$TRUTNERS ASSOOATES.INC. A _ K.LD. ® BRYN MAWR SYSTEM IMPROVEMENTS ]150 RkNmWA Rood,Suite 100 o°W.mi6'o is ua BFIrm WA 9600-0ite CPA N:1'=20° PN„G(425)5,9_D3 0 =5• RENTON SEWER a • i For(425)519-009 annu T.r King County CONNECTION DETAIL C114 No. RMSON BY APP'D DATE e�ti Area0.fn. E6310DE DOER w o< wornrrart • • • /I . 1. V \ f • 592 5 U JOINTS TO BE U ; 1297539.0 5 49 ' f 5 ' MINIM 0 5• •N •Hr / / `•09 / - OF THESE FL ` ` Q /�� r• __ -2 1 7 BEND FL /• • + A, /!fr^ STA\5+18.9 N 18556g !/ • ,N "et,. STA,•a•'4• / /0• *0 E 12976j e N 129759.1 /ter 1 � HOME • BE I E 12 i595.16 R LOTHERS. r III O 1 / `Sf 61+••.71 / ` •\ isr 129pp77R4pEJ15.7 Qs / \ `4 ,\ STA 60+. EONNE 24111 N 1855992pp,53 TO EXISTING Ilk / E t s7552.17CU �. •'/''E%!%E YEIER VAULT • /Jj/�/ STA 60+i.. E 1297568.1• �lI III I Ij�� I 22-1/7��•'D it><iL ryA1&559g15Z�1(�\\ _/ \ 11-1 /'B' 00 R 1 EL / Loeb. \\ - '` STA 56+42.6 � � -"v �/ / I r \ ' ...m.59 r� --' 1� / •u'a STRU RCt r/I \ _ E 124775Y06 L1r _ �/ - SEE 1 \oh / 41 .... I )/ • f •'=FOR AILED /' U .'� '� /��•.�.� RE r THIS V. / f •TZ----.4------- D / RESTRAINED JOINTS TO BE U 9_A S N'••77669..06 _ / ,/ / D MINIMUM OF 50 FEET ON BOT _ \ --- 1 WOES OF THESE FITTINGS. l / `/ / TOPOGRAPHIC INFORMATION IS DERIVED FROM AN / AERIAL SURVEY CONDUCTED ON 2/5/93.SOME PERMIT GROUND AND OR TOPOGRAPHIC FEATURES MAY HAVE CHANGED.THE CONTRACTOR IS RESPONSIBLE TO BE I SUBMITTAL j FAMILIAR WITH THE CURRENT SITE CONDIUONS. 56+00 57+00 58+00 59+00 60+00 61+00 j . 135 I o PA 2frl E. +,_ ,._e =..a 135_ _ 2 130 OI 130 2 F. +i I ! - 1 c W oo f_/ !I1 i ; ' 3" �' III EXISRNGGROUND // f J 'c N AT PIPE CENTERLINE ; I_ =_// I • ory 12STe I aN 12655 W _ 120 Lam_ -�-��•J 1 J — — rv!12su 3 ON 125sx od lznm 120 is I J OSY` ! 21'SS(GONG z� 5.0a FT/ 115 =I 1 �+ . .- I. o 1 115 =moo 110 MI • o„'" Q 2•MN I W v ( wx5 110 c'�g 24'SS(DI) S.oAQ577 rl/1. + s_ 25 Taw g�r� . - 105 1 I -gym '"=�¢'zE 105 _ k. ara DEPARTMENT OF NATURAL RESOURCES WE GARRY STRUTHERS ASSOOATES.INC. Era Am lID BRYN MAWR SYSTEM IMPROVEMENTS OCTOBER 1997 .� 3150 Richards Read,Suite 100 3rA6o i�;'s BeDewe.WA 96005-4446 s 6 col H: ''=2°' PLAN & PROFILE Pnenc(425)519-0300 rcArs ®: V: 1'=5' ��/ Fax(425)519-0309 onAsm mmcr Ax R1ng County STA 56+00 TO C113 "° REvsiON BY APPD DATE m. ,�,a '. G731'0C STA 61+09.71 "° ° 1----"NS------------ /\\ 1---\\\ i./lcii/Y-A , 4,___________ _,,,--,) '\,,// Ap-----; ____________,____, n /s 'I' l ti \ � 5 / .. _ f " 8EC. °AT. BE / rgr�1 / k. } s.`DP C1E �U' • \ © gi1 N 0U4 WNi.HI2N1/: 1 �r / ?//\ , I, -- THE FITTINGS. _ :.- ,,,,,E,'N, \ e KS'BDR aFL; , / °°'h' ' 22� 2'BEND FL i R \ ° / l /•.-\ • �I I - _ ___ • v..4' 3355pp E'149797g0 _ • \, 1 '...:_,/—. .... «s /� ., _ 11L1 P BEND,R.. -... _� • "/ °� : Q�C\/ REST ••Q Ja BE USED A 1 N A ]t OB O I V oJ°„•-T• HOME TO BE I 0 Li%\ {I M OF3BLF �.N BOTH �-� J O/V Ls` v RELOOGTHERS.v S SIv�1S•; -. E FTR : . I / ��/ f Z O F o^ /1 / / �� ' '��� �_1i �I/� - �II J C F r xo \ ,/ / `^,..!,, I , . ) 1 I U--< REL1NE / >K M� \O�1 I •e� �° ^-� '1 ��� vsw av O � ORDINAHIGH ,`` ti r }� 1 \.\` r WATER 1MRK _ `'v''r u / .\ �', /1 \\/ Eua�Q. LAKE WASHINGTON _ ,,1`',, \) (• t / \ / Y`T.IURANT / // V� 3 TOPOGRAPHIC INFORMATION IS DERIVED FROM AN AERIAL SURVEY CONDUCTED ON 2/5/93.SOME • r PERMIT GROUND AND OR TOPOGRAPHIC FEATURES MAY HAVE CHANGED.THE CONTRACTOR IS RESPONSIBLE TO BE SUBMITTAL FAMILIAR WITH THE CURRENT SITE CONDITIONS. • 52+00 53+00 54+00 55+00 56+00 I I130 130_ 2 125 f OII = a II Q1 g< f 1+ 125 2 �! _< a� yin c Eo I 10 120 ILL__ '—— 1 o _ 5 r I / AT PIPE CENTERD 1 ` h Z/'\ 1� 120 I z UNE 8 c ' 115 WI TI II I 1 �___ . — IW 115 ( j JI , 1 - NTAIN MIN.2'CLEARANCE., I IJ =I i 1 BACKFILL WITH CDC TO EL 111.0 I I 110 110 I U 2-BOTx so BOSYI� _ - 105 MI ., 2+'�ss(Dp o smD.00sn Fr/Fr 105 � " s.Da2 mN i 100 I z4 s DI /n i I 100 01,5:r,11m amainELEVAIIM LOWS biLl," DEPARTMENT OF NATURAL RESOURCES e•. rvo"l,, KID BRYN MAWR SYSTEM IMPROVEMENTS OCTOBER 1997 GARRY SIRUTHERS ASSOCIATES.44 45 INC. min,.m m:••• 3150 RAITTTde Roa4 Soils 100 P•666,mn� —` cnc 25)59 1199--00300 ;= 5' PLAN & PROFILEP. — �� Fuc(425)519-0309 STA 52+00 TO STA 56+00 .C112 (Lng Coma). Ne. REV61aN BY APP'D GATE umwrCA AAA.% C73130C *°a e' 9 ^" .'✓ „� '1 \' .,'' .. 4 ___ �i~ ICI /�� ,- _F. _ 6,I- i-7.-: 01-41.0 \ 1 1 SFA 38+90. %'5L_:.3 / STA 42+50.94 (/ \�` MI 00 I ` i /; // / • ` I Man v `\ �\.` _ 1411 �_ ��oo / 40.00 ���� Loa _ _ .. ,0 .. .. / n��Q��� v)I i UT�7 v • _ __ _________ _____� ___ _����___�__ �..�E '•j ~•` 14 W LINE'A' • MN y-.1 D EXISTING /\ �JI, I iA-4 SIPH.N - i N iB531 yyyyyy......((00(()M)MEEEE������ I I E 129S, R A U - A t 6.0 - CONNECT 27`SS TO I I SEE• JJ Vir E L1D..4V J _ EXISTING MANHOLE �` \f/ 150.00 QI .•• REM. a NG--27-SS_�-__ _— RIVERSIDE DRIVE ,--- m� i—AND REPLACE WITH 27"SS VE SEE, FOR DETAILED ?R N-LOWER ill 4-r —F�-. T ONNTNS SHEET. �— -—-—_ �. - _ 'S SITE LAN OF THIS AREA �- _ -�� ► 41 IIC rem =1.—. W r_ ^ .,' T i i r� .� �' I PLAN FOR REPLACING 3 �_' :I 77 u i EXISTING 27' SS II I 1 cc- TOPOGRAPHIC INFORMATION IS DERIVED FROM AN AERIAL SURVEY CONDUCTED ON 2/5/93.SOME • r PERMIT GROUND AND OR TOPOGRAPHIC FEATURES MAY HAVE CHANGED.THE CONTRACTOR IS RESPONSIBLE TO BE SUBMITTAL FAMILIAR WITH THE CURRENT SITE CONDITIONS. 39+00 40+00 41+00 42+00 38+50A 39+00A 39+50A 0. OI I 1 1 I 130 _co+� 1 I I 130 MI = <h OI< eQ 2 125 }<1 I &$ its �I'o _ , 125 2 WI EXISTING GROUND sa Z-A+ I +tin X TO i ��j lal AT PILE CENTERLINE "'� F,YyLV It I 0, th r(EXISTING GROUND ,l,"! 120 120 ZF_——---- `_ _ --�_�`_!� � a j-LIAT-PJPE-CFMFRUNF' t 115 I IV) N }-EXISTING 2r SS 7 ► �' 115 11O i n l .T NE A I IJ )1Q u =.-� 36�9E(GONG)-O-S�O.00il r:T/ I— U 1,NV.113.)' 1 0 5 INV.111.521_31. • 110.95 105 s .y I • I§ I MI I 1 105 INV-1-11 54 —� I I I PROFILE FOR REPLACING 100 - I i I EXISTING 27" SS; 100 Ro0[DAgiVs ATAYT 0R0 MIM uu`.cu DEPARTMENT OF NATURAL RESOURCES °""` i. -- --— IUD ® BRYN MAWR SYSTEM IMPROVEMENTS OCTOBER 1997 • RY STRUTHERS ASSOCIATES.IN . r mns soro A GAR C aerm+ Benue.3150 Richards Rood,Suite 100 .w� WA 98005-4446 '� CO. H V:. 1'=20' PLAN & PROFILE mann SCAM Plume 025)519-0300 ASCPArw¢a. 1'=5' G. F..(425)519-0309 a 7 STA 39+00 TO �C 109 Na. REVISION BY PAW DATE "`"" cons.. «. County C73130C STA 42+65.94 1 5 i MONITORING 0/ v I „ - WELL Z r ' MH R01-4. \ STA 36 24.0 r ,,ID N 1g4 1y S5 SLOW METER r'� �J ;4::-' /< /� O i E 12®73.35 CONSOLE SEE, STA 34+34 42'LT. �M7 N 184040.81 %` MNR8°+9- EE PROTECT` SEE299237.58MONITORING ( STA gJe+89-7+I e WELLOVEEXISDNG27-S5 c3Lv-� S7A 3R0B'+66�D75EE�R - , //</DMANHOLESANDREPLACES`,vl!cri..• 36'SSANDMAN /r_c__Q-1 ( '-' NN g y ( ' /-'J JJ•/ SEE. 9 ao c ' li N T3 ,y •• `-U-J REFER TO DRAWING C123 �a -- —, �i 'GEE 99 79A9 I , 11 I __� e..,e, e �s oD 'ems oo a-...M2 Ss �•s""���___-_ _ 7 "I— �� 4 ---' ir��-------- ------- --RIVERSIDE DRIVE ---- ------ ifY`---- --— '---'----�-� ,N 4 - I-� ®. Z r CONNECT 1=3.3= - TO NEW MANHOLE r —II r L_)- —— • �— `� ,-e. y' [] REMOVE EXISTING 27'SS ,� 11 SS V I I .I PROTE T 5i r `� 7 i PEiGNTF�SHE°ETCa0• II MDNS INC r • M I. � n .° c cr 7 EMIMIMIE II R i 3 TOPOGRAPHIC INFORMATION IS DERIVED FROM AN AERIAL SURVEY CONDUCTED ON 2/5/93.SOME PERMIT GROUND AND OR TOPOGRAPHIC FEATURES MAY HAVE CHANGED.THE CONTRACTOR IS RESPONSIBLE TO BE SUBMITTAL J FAMILIAR WITH THE CURRENT SITE CONDITONS 34+00 35+00 36+00 37+00 38+00 o. 39+00 E. I I i I 130 • i 130 rjs2 125 pi _ c ao IO 2 + as .+ 125 i 4n XISTING GROUND a+ I AT PIPE CENTERLINE 'S I� !M 12D �142cF-- - ____ — �E r----- 3W It ^I 115 1 T 1 N J L 1z 115 Q36•SS(CONC) 5.0,00,E FT/in i IQ L110 7,1 s ' 105 �I iNV 110.s9 INV.l,ol9s i� J, 105 i 100 I I I 1 INV.11,.02 i I 100 °Fs`XEM PTMY.ER DEPARTMENT OF NATURAL RESOURCESEPAIM °'�, XJO BRYN MAWR SYSTEM IMPROVEMENTS OCTOBER 1997 CARRY 3TRUTNERS ASSOCIATES,LNG ,,„„,,, Io!Fe A 3150 R cnmm Rood,Suite 100 �iwp¢ PLE M. Bdl°"'4 WA 'W9-D3048 e6 `�" -20' PLAN & PROFILE Phasic(423)6,9-O70L1 �.rrmuEmm: V: 1'=5' 6- `°`c.25)510309lil NO: TA 34+00 TO STA 39+00 C108 Xing co.),Go.), No. XEYSON ar .wP'o °Are ssv,,mx amp C73130C s�eE w 5 1 1 ` / '✓'\--- �� "/ )tr .I.‘,, REMOVE EXISTING 27$5 , e1- T II'' +-r VAND MANHOLES AND ftEP / *`- _ 1 MH RO1-40 J/WITH 36'SS AND MANHOLE /� J \ M /�� STA 29+07.6 [ � �/'� I EN 640iT9.06i I-e., — L..� ..- >r I�/ I. QI �E12992 9 I )!,( � � �� � 'i8'=.3 '"Y i ' �I�` �< /� i Lj.-T~ I - I - - - cif IO \`-2Y1 ' + - I° ,a29100 30a00 31,00 rns.00 ���..�- . .-.. I� •---. ����� 34 0 ��� I I MVERSI DE DRIVE RIVERSIDE DRIVE j _ NZ—! 4 T J1 7— INSTALL 12 SS' I - h' J =I INSIDE DROP _ .LI:, • Ira^O q —' , —. CONNECTION.See I �'- I L--, (� ,I 1 H1, ,� I® ,y;; I I T .I i-I I I - ' � 1 — ��II II 1 I II I - :I ! ' 1 I I ` n I - I �I I I I I I Ili7 i, _... '�=1 I TOPOGRAPHIC INFORMATION IS DERIVED FROM AN AERIAL SURVEY CONDUCTED ON 2/5/93.SOME PERMIT 1 GROUND AND OR TOPOGRAPHIC FEATURES MAY HAVE SUBMITTAL J CHANGED.THE CONTRACTOR IS RESPONSIBLE TO BE I`—— FAMILIAR VHTH THE CURRENT SITE CONDITIONS. 29+00 30+00 31+00 32+00 33+00 34+00 130 I I I I 130 s 125 I .`'& UST NC GROUNU ` I� , 125 N 13r 1 I J AT PIPE CENTERLINE l I 4 120 I i � i 1, i _ 120 �N J I I IH I I I I� 115 ( i I I- J L 1 J L • 1 IL 115 I Z I I I EXISTING'27"SS I 1 t I I I I I I I � I I I i I ILO I 7 I - I I II HII -N-= I 36-ss(cork)o s00013 FT/ 1 Ia 105 21 NV.,09.5 I 1 12 105 0�o• u - 100 I r 1 I 1 I 100 'ts''''' `"```P DEPARTMENT OF NATURAL RESOURCES M 1111'.'�` 6 RIO BRYN MAWR SYSTEM IMPROVEMENTS OCTOBER 1997 - FILE rio: GARRY'STRUTNERS ASSOCIATES,INC. .vma Im ..V6 A 315D Rith0 A Rood,Suile 100 [°''°„n Bdlawe,wA 96005-4146 �' MOH H. 1•a 20' PLAN & PROFILE Mom(425)519-0300 Rrsowumrc V: 1'=5' • G. FTQ(425)519-0309 P�N R. STA 29+00 TO STA 34+00 �C 107 Klnp Count) No. REVISION BY APP'0 DATE AOPRw[a. C73130C SRFn xn O l � i , Q < 1 5 ✓ . I I � I s I r(I iI I_ .4 f.,� ICI\1 0 `—ONE EXISTING 27SS �10 v I PA-fie°.'0 7 v 1 11\ d' N�16352J.01 WITH J6'SSAND ANHOLES. REFERINTO S E,n94°USfi lY I I rti \ Q i ,.. 11 IQ, 1 1 1 1 ?- 1 1. J f 1. :.3 \i N1 SS SERVICE,SEECU] v.. fe+°° zsl° "~~ .�� • z-,tt ' - — la RIVERSIDE DRIVE - ",I - sr -^s;; I — -TT ,I ,�.. .� pp:I 1 I1 3 i I1. I C:IN I .,•11DL: ICI TOPOGRAPHIC INFORMATION IS DERIVED FROM AN r PERMIT AERIAL SURVEY CONDUCTED ON 2/5/93 SOME GROUND AND CO TOPOGRAPHIC FEATURES MAY HAVE L SUBMITTAL J CHANGED.THE CONTRACTOR IS RESPONSIBLE TO HE FAMILIAR WITH THE CURRENT SITE CONDITIONS. 24+00 25+00 26+00 27+00 20+00 29+00 130 ! p, 2 I 130 I2 _ r� ICI : • 2 125 0I�o N ? �,�5 yr _ EXISTING GROUNp IN • 120 Q In ar , I __— __ AT PIPE CENTER`INE < 120 rn • I15 7/ [ t7)I _i___ ► Z L X TSG n s i Z lls 110 ! =I ; j i I V ::: J6SS(GONG)O 5=0001J FT/FT 109.12 I M ° .1 I 100 1 I I I 100 < mopera O`S""`O """` DEPARTMENT OF NATURAL RESOURCES art` GARRY STRUTRERS ASSOCIATES INC. Rd° BRYN MAWR SYSTEM IMPROVEMENTS OCTOBER 1997 • ILE X. � 3150 Richards Rood.Suite 100 jiN.¢rto iwp� Be°ewq WA 98005-3N6 q • "" H, 1-=20' PLAN & PROFILE Phone:(425)519-0300 /�} RECMAI ACE. V: 1'I=5' G. For(425)519-0309tft \V� ar e STA 24+00 TO STA 29+00 e C 106 1Una COMILY No. RMS. 9Y APP.° DATE murrt srsin ^am[ APPROVED: C7J1J0C VIED'NN ce \ REMOVE EXISTING 27'S5 5 5 -��l/ J AND YANHOLES.REPIK �'-- ' 1WTH 36-SS AN. .LES • O \ I II - yj c•zs-sc.r I �- • 4 _ / ►4 \ / j �2EFE O DRAWN I • " sJ J y � L� � s�o� 1i /`J � 4. - J �' ' � —': g ,� \ `-l.) ��J' eiT r,er E 1'41 `l y5 I" x' �/ REMOVE ABANDONED ( 515 AFTER COMPLETION \ ',1 �— —�_ OF 51'STS.PLUG ',` ., •11111.111111111L .� MANHOLE OPENINGS 1O h . 1 I. N .7,L IM nr 'J-�r, '``ER TO DRAWING C12 , • -- ___ C TOPOGRAPHIC INFORMATION IS DERIVED FROM AN AERIAL SURVEY CONDUCTED ON 2/5/93.SOME • PERMIT GROUND AND OR TOPOGRAPHIC FEATURES MAY HAVE SUBMITTAL J CHANGED.THE CONTRACTOR IS RESPONSIBLE TO BE I ——__— FAMILIAR WITH THE CURRENT SITE CONDITIONS. ` 19+00 20+00 21+00 ' 22+00 23+00 24+00 ► 130 I R I . c : O. 1 j �N I 130 125 01 -Iv I� ]zs 10 2 EXISTING GROUND I §R AT PIPE CENTERLINE IN 120 nN v1 �__"_f 1N lzo '• 115 VJI I 1 III 115 ► �� 1 1 ' 1 1 r 7 IEOSORO 27 ! tZ no ! = 1 I ! I �� ! no =moo 3 1 Q 36'S5(GONG)O S=0.0013 FT/FT 36'S5(GONG)0 5=0.0013 FT/FT1 � N< 105 MI NV 108.69 I I I 105 ot� 100 I 1 100 I msGxEn `"earn DEPARTMENT OF NATURAL RESOURCES ' o°"�I • NM ® BRYN MAWR SYSTEM IMPROVEMENTS OCTOBER 1997 GARRY STRUTHERS ASSOCIATES.INC. omm.�m 3150 Richards Rood Suile 100 0)Iw»s�°""G"" 'B°-0300 PLAN & PROFILE Phone(125)519-0300 • arowrxrcn. V: 1"=5'<C> Far (`25)519 0309 m «a Xing County STA 19+00 TO STA 24+00 C105 No. REVISION er APP.O OWE oar s:,o.T, C73130C SHEET NI OF f ,A..„,______,i MH R01-61 `^' L AND ABANDO TN 1 4 ------- •9U'w _.,..,',..---,=------.:r.':-• El lin 4..._or �\2•'R OMPLEDON 1 * - I. ') PLUG AND ABW N 12•STS __ - - - SORE UL B. �.r n ��1_I WEST EN., NC Ef - 2Y SS PLUG ANANDON B•NI .,a y_.., / REM' WEST END ./ CONCRETE ,, , REMOVE EXISTING 27'SS I� ' I' jg2+'.l REMOVE PROTECT_aGP STORE ''•1•OLES AND REPLACE w AND MANHOLES ANO �' �t29 0 "ITH 36'SS AND MANHOLES. REPLACE WITH 3655 j �f 9,93.60 LAND RDINC TO - R���� AND MANHOLES 'Q J Ee ICATION SECTIO -.----4- -- -- -� ,-4• &u 5'"' p.p.., - - _ I RIVERSIDE DRIVE '----- TOPOGRAPHIC0. • , : 1- ill . ,,,, ....,..„-_, _,- K.- ,,n.„ t \ - d- : 1-41-- -- _- , —,, .,,,, IALV INFORMATIONDCTEIS 5E9 FROM AN r PERMIT AERIAL SURVEY CONDUCTED ON 2/5/93 SOME GROUND AND CO TOPOGRAPHIC FEATURES MAY HAVE SUBMITTAL ..J CHANGED.THE CONTRACTOR IS RESPONSIBLE TO BE FAMILIAR WITH THE CURRENT SITE CONDITIONS. 4 14+00 15+00 16+00 17+00 18+00 19+00 1 E. 130 Iop. o� ash ! 130 20 2 c 0, 125 eI . '� I+ 125 ^, + $ Ny —� -- EXIISTING GROUND '� ' __ • n� L_ _�AT(PIPE CENT RUNE 120 .... —� I . �`� L. Q 120 - IF IN I. 115 I �l 1I r t 1� L L �z_ 11s I4I I I I, j EY!STING 271 SS 1 �I 1 1 1 �J no71___. I = 110 =moo �f I 36•SS(CORC)0 S-0.001. FT/FT AI 36 55(GONG)0 5=0.0013 FT/FT "� 105 INV.U07.86 I 105 �-LH ',--INV.1U•lb 23 c I i_ T. 100 I I i 100 0ES4NfD' C °"EO" DEPARTMENT OF NATURAL RESOURCES ""` rs' .D0,'° BOB BRYN MAWR SYSTEM IMPROVEMENTS OCTOBER 1997 GARRY STRUTHERS ASSOCIATES,INC. Mum - - A3150 R'N:HmdH R°m.Soile 100 ;m i.n7 &ilewe.WA 9519-03N6 •Q CUB VI 1•=20' IRLE N. PHme:(425)5,9-D3a0 RE�,.��.. ,..a 5• PLAN & PROFILE [RAMCG• Fa=(425)519-0309 STA 14+03.86 TO C104 King County L.: No. REVISION BY AWE] DATE a-rz 13 tl�M �A„, C73130C STA 19+00 E*NP Of II 1 1 ?If,S \ \t ,1 \ \ < 5 ' ! I I 1 1 1 1 1 1 I I I I I I I I I I 1 1 1 1 1 1 1 I 1 '^ \ l ° ti / > 1 — — c1 �O 1 ' DROP CONNECTION. I i"„' tv!,, ,l • 5'1• i• , \ 3y - • I I S i ', � 7=111 N 18252.3. : J D-ANP ^r.- I,,. �� ..nreP, j RREEMMEOQVE EXISTING�FRAME (`E s ,-.. , 7111"�, •'-�J R STOR I t �. \c ( ,� z, ' MH-M+iFfYOMPACTE�II� CONN FTION -IN-SIT zl�M6(J M T „ �ra / ROAD SU6C' . ., cu to pz �,' •zys _ RESTORE PER Rs - .. ,,,, ` A- L. / V �I _ - I I = y .-T _ V ',j /--ROEIN / I I,s 1 1 „ � "-.� I i 1 n; 01 i I I i I I i ,I-ACCESS I I i�i'-z.rc h i - :it LL —,z n Iz; ¢ _` zz Izz I I I 1 — u1' `� • , t'''may-- -i:Vsn--r\\ , I 1 1 1 4i I 1 1 j (i/�� I 1 •1 ss J C o I1' \ 3 r;;, r `� � lit 4 L \, TOPOGRAPHIC INFORMATION IS DERIVED FROM AN AERIAL SURVEY CONDUCTED ON 2/5/93.SOME r PERMIT GROUND AND OR TOPOGRAPHIC FEATURES MAY HAVE CHANGED THE CONTRACTOR IS RESPONSIBLE TO BE SUBMITTAL • FAMILIAR WITH THE CURRENT SITE CONDITIONS. • . 10+00 11+00 12+00 13+00 14+00 oE. c a 130 I < w ! alwa I 1 130 o � IEo I 0� 2 a poo ao 2 7. 125 +II` n == IM 125 Oi__ �_L - •T ri' �/,TM PIPE CENTER=NE--- _ � /~< + 120 1 T T T !! T—_r_�__ r- ,T T ! 1 1 ! 120 �� 115 WI r 77 [ I N 115 110 Ul___ _L ! J ! L E%151NG 2]" 5 I .711 110 00 ! a" I I l'-'11..."—INV7.70/.54 I 1 ! ! 1I0 19 105 MI { 36 SS(CONC 0 s-o.opls FT/FT ! Q 105 �i„ i f 1 I OT.66 ! 1 2= ta 100 1 rcml 1 ! 100 -�,,,� °C5`"`M C 0C 0M DEPARTMENT OF NATURAL RESOURCES OCOTBER 1997', C. DARRY STRUTNERS ASSODATES INC. Rc m,,w m1..s KJ0 BRYN MAWR SYSTEM IMPROVEMENTS .. A IVI ]150 Richards Rood,Suite 100 ydyrtu ion 1es au- &IImu4 WA 96005-It/fi •6 CGH H: 1" 20• IP • ce (� Phone(125)519-03(0 =s PLAN & PROFILE Y For('25)519-030' Xing Count, STA 10+00 TO C103 .NR REVISION BY APP•D DATE >+ C73130C STA 14+03.86 "° Ij 1 1 I I I I. I , 0 ' _: �'`� I _ `ter II--j I o 1. (nIo �/�TAB 1-! 1_/ �d z t r. ti �c 11Q ,.ae �I' N 1 2 ;12� a - \� O TIH r l s ss •-------- �—ry ------- _____ Imo:::.._..-. I � a"Iao WI PLACE.PIPEN ' N 6TH ST INSTALL 6.55 —— 1 ————r— ---r ——— I_J ——- -.:r,-LL-s -�„sa_ ,r�� Pl- ___-0ROP-C NI ECTION.____'-` Sz _ ..n JI� - 1NG VI (s —� II >„ i ,s ' t ,-,, -.s..�- w cl U REMOVE EXISTING NH - REMOVE AND D N - c 1,g, - IQ l:. P. I FILL YAM COMPACTED O ' sr --- s, n 1 ss g U�a T- z s Is EXISTING OROPI C NNECTiON.NECTION— \ 1` I Q L z0 —EXTEND. CONNECTION—. 10N—„ )1 r'`%s ` ,s I s, }Ts' RESTORE PER® TO-NEW. LE.. zr z C ss S=Qouprr Ft MINIMUM s, CONNECT T EXISTNG PIPE ^afi' 1 ,�, „ ANoNDROJ P CONN_TIQN. •.. rs ,z ., I '-1 j 71 • 1 - \ „ I TOPOGRAPHIC INFORMATION IS DERIVED FROM AN AERIAL SURVEY CONDUCTED ON 2/5/93.SOME PERMIT GROUND AND OR TOPOGRAPHIC FEATURES MAY HAVE CHANGED.THE CONTRACTOR IS RESPONSIBLE TO BE SUBMITTAL J FAMILIAR WITH THE CURRENT SITE CONDITIONS. I. 41 5+00 6+00 7+00 8+00 9+00 10+00 1 I H:: jI 1ig OI 'a ih" zoo° o IUD .°c o 7 "'r jm da ° EXISTING GROUND! �<I - 125 + T L I ( u /�AT�IP�CERTERONL JO 120 Q! 1 I i1 1 I• • i a too cn 115 w� I ► a ( 115 JJ JI -1 1 EX15T'','.2]-5' } k t a L -1= uo y� + L I v 110 L z ' - I I � It Lg 105 1 1 1 -36'SS'(CONC)015.0.0013IFT/FT I I ^\I I I I I 136•SS(GONG)o S=0.0013 FT/FT 105 6 � 100 I I I 100 -— "m"' 001010 Co... DEPARTMENT OF NATURAL RESOURCES OCOTBER 1997 ""cm.,a°sn�•m RJD . BRYN MAWR SYSTEM IMPROVEMENTS GARRY STRUTHERS Rood. Suite lts.INC ur m.�m c - - 3150 Richards Rood.Suite 100 (V...(inFI BPHoe,WA 96005-N/6 �m =�� H. 1'=20' PLAN & PROFILE Phone(25) 10-03000 uEw�o- V� r1•ID 5. <C> F°�('u)519 0.109 STA 5+00 TO STA 10+00 C 102of.P _King County ` No. REVISION et APP'0 DATE FR Id. �� C73130C SHUT"a e` BEGIN CONSTRUCTION I MH RO1-32A ' . __ : ,-.: N 1132440.82 lall : E-1300890.93 ', 1 I 5 = ..., ' CONNECTION TO LANDSCAPE...J.0-BE 5 5 ' Z '' inagGERsCroP2TOR RESTORED Alp REPLACED Z6j I i-.- ''.'.',.7.-.. -- D!Oo 161?1.61MAGESTAalyON -I- -= , ,.,•ir, THE ENGINEER. < I _ _ INSTALL 2 SS 4 DROP CONNECTION• - . 2.0, 1'.:11.'''''. A1IDNANNOTISTSWIN6GSNPEEP \'1,,as ,,,",,-1,'•' • 4 f • F Z1.'.':Y,',s.'AND CONNECTION ., ''. ' i„ 'l'"'‘.'''''' / -,-..,.,S.',,,, • _14 ' i/i • ,--------.-----...-----1--------31"--",- ( r•-, -- 0 0 ---•---.,sto:-------- . SIA 4.26.0; ,,,r.....,,,,,,,_ • •_, ,. , SEE DWG C114 • , --.- • ' -,,-!.-.1,,t.-.. s ...„-- •G .<- -, 111/5— _ -------e -'-'---— - =-:t: •MATCH INSIDE WALL OF 7 7 7 , , ,..„,_ ,ALE.Jgc,_,R5C_EIP24_:_.-.:.-...:,_ _ -,•,- _ _ -- • , ,. 1,,,.. --- ,,.-^ % p..,40 REMOVE EXISTING FRA14,...111-' 7. ' —/-r REMOvE-AND-REPtACE .. - 1Z 1 i-,,,.., NEW-RENTON =-= COVER,AND CONE.FILL\ _____-- --EXISTING-10 SS,SLOP_E- ,, ...,_—_ .„ ,.s-UI-12wITH_COMPACTEJO ___., ---7—__..-7 / - SEE Hg --' 4. . ,.. ..,,STRUCTURAL-FIL FILL WITH COMPACTED, -‘, s .00ze,_FT/Fr Lor.----------------F -;„, .-, 1 STRUCTURAL FILL TO . ROAD SUBGRADE. $NENEAV„i46,..ING .0 - -- —.- / \ -::::::----- / -:-. 2.-,- c ItE...- ---..._............-....-". —_ '..;3',7.7. — 2i:..L',.. -11,,,.,,- ...! i:.-i::.; =1... -7. ., ,_.. ,....-- ---------- ____....._. ------ 3 ---._ .:, s•,- / '''- "'"6' 'v'''' -,Ls,.,-.• , . / , ____, . - TOPOGRAPHIC INFORMATION IS DERIVED FROM AN r PERMIT --1 AERIAL SURVEY CONDUCTED ON 2/5/93 SOME GROUND AND OR TOPOGRAPHIC FEATURES MAY HAVE I SUBMITTAL CHANGED.THE CONTRACTOR IS RESPONSIBLE TO BE FAMILIAR WITH THE CURRENT SITE CONDITIONS 0+00 1+00 2+00 3+00 4+00 5+00 I! ]-,•-•,-,,,,-. ...,=- z.L-- , • 3,--7.c., ,..-_: •--= .?,.,,;:.= • . • : RE_=<z ' ; .,79,-,E-: . ..'-v.-' , fr. . ,_,S- L? ' L . ',...,7:''',5'r< ' --...-E•c' .5.?..,, tssw,,, • ., ....,-5 s z • ,... ,7c P.f..0 130 ........,,__ 130 _ - NG GROUND -'a,=.•'7.1—WPTIIPE-CENTERL1NE-7Pz--'.r•-= • :-.--Y -. _ -.., ----- --1,'S--ei,. , __. c.,.... - '--"- '-- I ---- ,- . . ---7-.-..--,---;............ ,——------ ,----—,--- --.-.--1'—--,----- ——18 7,.. 125 , , —7- • . . . • • • • . 125 . •••.- . - • . - . . . ( . . . • • • kr) , , • . • , . 1 • . • . 120 • • • • • , , — —_..,_ _ --- < IF- 120 ,, . •, , . •. , ._ . , . • Iu , . _ , • • , , . , . • . , . • .LA.J . -• • , , . • . • . : • ..., • • , 115 __ -..-... 115 — - . • _ J ----IM---- , . • . , . ' • , . . . . .S-\3 2 7.:SS . , . :. I-7 I T, ..% 110 _ . • ' . • -! :- ' -I . . - - 110 , ——— I.T''' 7 . . • • . . . , . . , . . . , . . • , . . 105 • -1-41 105 h.... - I . 36.'-SS-(CONC)-0-5,40.0013-FT/FT g.3 5-' , , : • INV. 106.63 I '2 ' 1 INV.106.10 : : I . • • JACK AND BORE.SEES , . , • • , • - I 100 , 100 . . , , I . ' ' ' ' ' ' Of.S.Fo OILCA DI DEPARTMENT OF NATURAL RESOURCES LATE.. OCTOBER 1997 -..t En a 0,.'c. •m NO BRYN MAWR SYSTEM IMPROVEMENTS GARRY STRUTHERS ASSOCIAlES,INC. Oraloi ...Fr; FOS. 4$A4 ::le.416M oGN H: 1'=20. 0 PLAN & PROFILE — 31m50,:torwd.A R740. LIM a..%—'' ORmONC OD Phone:(425)519-0300 OLCOINFOOED: V 'cm(425)519-0309 119 c,,,,,,,,.., King County STA 0+00 TO STA 5+00 C 1 01 ._ . ,,.0. OF DEMON BY ADM, DATE C73130C 0..1 soroi Kon..ioNE • . • . • .• . GENERAL NOTES: TEMPORARY EROSION /SEDIMENTATION CONTROL NOTES: 1.HORIZONTAL DATUM BASED UPON THE STATE PLANE GRID SYSTEM.NORTH 1. APPROVAL OF THIS TEMPORARY EROSION/SEDIMENTATION CONTROL PLAN(TESCP)DOES NOT CONSTITUTE ZONE,NAD 83/91. AN APPROVAL OF PERMANENT ROAD OR DRAINAGE DESIGN(E.G.SIZE AND LOCATION OF ROADS,PIPES, 2.VERTICAL ELEVATIONS ARE BASED ON METRO DATUM WHICH IS NVGD(USC& RESTRICTORS.CHANNELS,RETENTION FACILITIES.UTILITIES.ETC.) 5 GS GEODETIC MEAN SEA LEVEL)PLUS 100 FEET. 2. THE IMPLEMENTATION OF THESE TESCP AND THE CONSTRUCTION,MAINTENANCE, REPLACEMENT,AND 5 3. EXISTING UTILITIES AND OTHER SUBSURFACE INFORMATION SHOWN ON THE UPGRADING OF THESE FACILITIES IS THE RESPONSIBILITY OF THE APPLICANT/CONTRACTOR UNTIL ALL PLANS IS NOT GUARANTEED TO BE ACCURATE OR COMPLETE.THE CONTRACTOR CONSTRUCTION IS APPROVED. SHALL LOCATE ANY SUBSURFACE OBJECTS THAT MAY AFFECT OR CONFLICT WITH 3. THE BOUNDARIES OF THE CLEARING LIMITS SHOWN ON THIS PLAN SHALL BE CLEARLY FLAGGED IN THE FIELD THE WORK OF THIS CONTRACT. PRIOR TO CONSTRUCTION.DURING THE CONSTRUCTION PERIOD,NO DISTURBANCE BEYOND THE FLAGGED 4.A COPY OF ALL DESIGN STANDARDS SPECIFIED FOR THE USE ON SITE SHALL CLEARING LIMITS SHALL BE PERMITTED.THE FLAGGING SHALL BE MAINTAINED BY THE BE AVAILABLE IN THE CONTRACTOR'S OFFICE AT ALL TIMES. APPLICANT/CONTRACTOR FOR THE DURATION OF THE CONSTRUCTION. 5.THE CONTRACTOR SHALL PROVIDE AND MAINTAIN TEMPORARY SEDIMENTATION 4. THE TESCP FACILITIES SHOWN ON THIS PLAN MUST BE CONSTRUCTED PRIOR TO ALL CLEARING THE COLLECTION AND EROSION CONTROL FACILITIES AND POLICIES,TO ENSURE THAT GRADING ACTIVITIES,AND IN SUCH A MANNER AS TO INSURE THAT SEDIMENT LADEN WATER DOES NOT EROSION OF THE SITE DOES NOT OCCUR AND THAT SEDIMENT-LADEN WATER ENTER THE DRAINAGE SYSTEM OR VIOLATE APPLICABLE WATER STANDARDS. ►- DOES NOT LEAVE THE SITE.FACILITIES AND POLICIES SHALL BE ADJUSTED AS 5. THE TESCP FACILITIES SHOWN ON THIS PLAN ARE THE MINIMUM REQUIREMENTS FOR ANTICIPATED SITE SEASONAL CHANCES OCCUR AND AS SITE CONDITIONS CHANGES. CONDITIONS.DURING THE CONSTRUCTION PERIOD,THESE TESCP FACILITIES SHALL BE UPGRADED(E.G. 6.THE CONTRACTOR SHALL PROVIDE CONTINUAL,RATHER THAN PERIODIC,MAINTENANCE AND CLEANING OF THE WORK AREA,THE ROADS AND FACILITIES ADDITIONAL SUMPS,RELOCATION OF DITCHES AND SILT FENCES,ETC.)AS NEEDED FOR UNEXPECTED ,. USED BY THE CONTRACTOR,AND THE SUBCONTRACTOR. AND THOSE PORTIONS STORM EVENTS AND AS THE CITY REQUIRES. OF THE CONTRACTOR'S YARD AND THE LAY-DOWN AREA USED BY THE 6. THE TESCP FACILITIES SHALL BE INSPECTED DAILY BY THE APPLICANT/CONTRACTOR AND MAINTAINED AS CONTRACTOR AND THE SUBCONTRACTORS. NECESSARY TO ENSURE THEIR CONTINUED FUNCTIONING AND OPERATION. 7.THE CONTRACTOR SHALL PREVENT CONSTRUCTION DEBRIS FROM ENTERING 7. ANY AREA STRIPPED OF VEGETATION,INCLUDING ROADWAY EMBANKMENT,WHERE NO FURTHER WORK IS NEARBY WATERWAYS AND WETLAND AREAS. ANTICIPATED FOR A PERIOD OF 2 DAYS,SHALL BE IMMEDIATELY STABILIZED WITH THE APPROVED TESCP • B.CONSTRUCTION EQUIPMENT SHALL BE CONTINUOUSLY MAINTAINED IN TOP METHODS(E.G.SEEDING,MULCHING,NETTING,EROSION BLANKETS,ETC.)GRASS SEEDING ALONE WILL BE • WORKING ORDER AND FREE FROM LEAKING FLUIDS.EQUIPMENT WHICH,IN THE ACCEPTABLE ONLY DURING THE MONTHS OF APRIL THROUGH OCTOBER INCLUSIVE. SOLE OPINION OF THE ENGINEER.IS IN POOR OPERATING CONDITION,SHALL BE B. ANY AREA NEEDING TESCP MEASURE,NOT REQUIRING IMMEDIATE ATTENTION.SHALL BE ADDRESSED WITHIN REMOVED FROM THE SITE TO THE SATISFACTION OF THE ENGINEER. FIFTEEN(15)DAYS. 9.CONSTRUCTION EQUIPMENT SHALL BE SERVICED AND MAINTAINED ONLY WITHIN 9. THE TESCP FACILITIES ON INACTIVE SITES SHALL BE INSPECTED AND MAINTAINED A MINIMUM OF ONCE A AREAS APPROVED FOR THAT PURPOSE. THE CONTRACTOR SHALL SUBMIT TO THE MONTH OR WITHIN 48 HOURS FOLLOWING A STORM EVENT AND AS THE CITY DEEMS NECESSARY. ENGINEER A REQUEST SHOWING THE AREA AND THE PROVISIONS TO BE MADE 10. AT NO TIME SHALL MORE THAN ONE FOOT OF SEDIMENT BE ALLOWED TO ACCUMULATE WITHIN A CATCH FOR BERMING,COLLECTING WASTE OIL,AND PREVENTING RUNOFF OF PETROLEUM BASIN.ALL CATCH BASINS AND CONVEYANCE LINES SHALL BE CLEANED PRIOR TO PAVING.THE CLEANING PRODUCTS INTO THE SURROUNDING AREAS. OPERATION SHALL NOT FLUSH SEDIMENT LADEN WATER INTO THE DOWNSTREAM SYSTEM. 4 10.PIPES ENCOUNTERED DURING THE EXCAVATION SHALL BE TRACED OUT AND IL STABILIZED CONSTRUCTION ENTRANCES AND WASH PADS PER CITY STANDARD.SHALL BE INSTALLED AT ► REMOVED OR SUPPORTED AS REQUIRED DURING CONSTRUCTION. THE BEGINNING OF CONSTRUCTION AND MAINTAINED FOR THE DURATION OF THE PROJECT.ADDITIONAL 11.THE CONTRACTOR SHALL SUBMIT A DETAILED PLAN FOR CONTROLLING DUST MEASURES MAY BE REQUIRED TO INSURE THAT ALL PAVED AREAS ARE KEPT CLEAN FOR THE DURATION OF ON THE SITE.TO BE APPROVED BY THE ENGINEER. THE PROJECT. 12.BEFORE ANY CONSTRUCTION OR DEVELOPMENT WITHA KING OCCURS,A 12. DURING THE TIME PERIOD OF NOVEMBER 1 THROUGH MARCH 31,ALL PROJECTS DISTURBED AREAS THAT • RENTON,DEPARTMENT ITN MEETING MUST OE HELD NI EC INECO R. THE CITY OF ARE TO BE LEFT UNWORKED FOR MORE THAN 2 DAYS SHALL BE COVERED BY ONE OF THE FOLLOWING RECOPY,DEPARTMENT OF PUBLIC WORKS AND THE ENGINEER. 13.A COPY OF THESE APPROVED PLANS MUST BE ON THE JOB SITE WHENEVER COVER MEASURES:MULCH,SODDING OR PLASTIC COVERING. CONSTRUCTION IS IN PROGRESS. 13. ANY PERMANENT RETENTION/DETENTION FACILITY USED AS A TEMPORARY SETTLING BASIN SHALL BE 14.ISSUANCE OF THE BUILDING OR CONSTRUCTION PERMIT BY THE CITY OF MODIFIED WITH THE NECESSARY EROSION CONTROL MEASURES AND SHALL PROVIDED ADEQUATE RENTON DOES NOT RELIEVE THE OWNER OF THE CONTINUING LEGAL OBLIGATION STORAGE CAPACITY AND SHALL BE CLEANED OUT ENTIRELY WITH PROPER DISCHARGE OF WASTEWATER. 5 AND/OR LIABILITY CONNECTED WITH THE STORM SURFACE WATER DISPOSITION. (I.E.SANITARY DISCHARGE).IF THE PERMANENT FACIUTY IS TO FUNCTION ULTIMATELY AS AN INFILTRATION FURTHER THE CITY OF RENTON AND KING COUNTY DOES NOT ACCEPT AND OR DISPERSION SYSTEM,THE FACILITY SHALL NOT BE USED AS A TEMPORARY SETTLING BASIN. OBLIGATION FOR THE PROPER FUNCTIONING AND MAINTENANCE OF THE SYSTEM 14. WHERE SEEDING FOR TEMPORARY EROSION CONTROL IS REQUIRED,FAST GERMINATING GRASSED SHALL PROVIDED DURING THE CONSTRUCTION. BE APPLIED AT AN APPROXIMATE RATE(E.G.ANNUAL OR PERENNIAL RYE APPLIED AT APPROXIMATELY 80 15.THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ADEQUATE POUNDS PER ACRE). SAFEGUARD,SAFETY DEVICES,PROTECTIVE EQUIPMENT,FLAGGERS,AND ANY 15. WHERE STRAW MULCH FOR TEMPORARY EROSION CONTROL IS REQUIRED,IT SHALL BE APPLIED AT A OTHER NEEDED ACTIONS TO PROTECT THE LIFE,HEALTH.AND SAFETY OF THE MINIMUM THICKNESS OF 3 INCHES OR 3.000 LBS/ACRE. PUBLIC.AND TO PROTECT PROPERTY IN CONNECTION WITH THE PERFORMANCE 16. AS CONSTRUCTION PROGRESSES AND UNEXPECTED SEASONAL CONDITIONS DICTATE,AND AS THE CITY 41 OF WORK COVERED BY THE CONTRACT. REQUIRES,THE PERMITTEE SHOULD ANTICIPATE THAT MORE TESCP MEASURES WILL BE NECESSARY TO ► PROTECT ADJACENT PROPERTIES AND ENSURE MINIMUM WATER QUALITY FOR SITE RUNOFF. IT SHALL BE TRAFFIC CONTROL NOTES: THE RESPONSIBILITY OF THE PERMGTEE TO ADDRESS DEFICIENT TESCP CONDITIONS AND PROVIDE 1.ANY WORK WITHIN THE TRAVELED RIGHT-OF-WAY THAT MAY INTERRUPT ADDITIONAL FACILITIES.OVER AND ABOVE MINIMUM REQUIREMENTS OUTLINES ON THE APPROVED PLANS. NORMAL TRAFFIC FLOW SHALL REQUIRE AN APPROVED TRAFFIC CONTROL FILTER FABRIC FENCE INSTALLATION NOTES - PLAN BY THE TRAFFIC ENGINEER DIVISION OF THE DEPARTMENT OF PUBLIC - • WORKS OF THE CITY OF RENTON. I. THE FILTER FABRIC SHALL BE PURCHASED IN A CONTINUOUS ROLL CUT TO THE LENGTH OF THE BARRIER TO 2.CONTRACTOR TO SUBMIT A TRAFFIC CONTROL PLAN TO THE CITY OF RENTON AVOID USE OF JOINTS.WHEN JOINTS ARE NECESSARY,FILTER CLOTH SHALL BE SPLICED TOGETHER ONLY AT 2 FOR APPROVAL PRIOR TO CONSTRUCTION.CONTRACTOR CANNOT COMMMENCE A SUPPORT POST WITH A MINIMUM 6-INCH OVERLAP,AND BOTH ENDS SECURELY FASTENED TO THE POST. _ WORK UNTIL APPROVAL IS GRANTED. 2. THE FILTER FABRIC FENCES SHALL BE INSTALLED TO FOLLOW THE CONTOURS(WHERE FEASIBLE). THE 3.THE TRAFFIC CONTROL PLAN IS TO INDICATE SIGNAGE.FLOW OF TRAFFIC.PHASING, FENCE POSTS SHALL BE SPACED A MAXIMUM OF 6 FEET APART AND DRIVEN SECURELY INTO THE GROUND AND FLAGGING PLAN FOR ALL WORK WHICH WILL AFFECT TRAFFIC. (MINIMUM ST 30 INCHES).LBE 4.ALL TRAFFIC CONTROL PROCEDURES ARE TO BE IN ACCORDANCE WITH .3. TRENCH SHALL BE EXAVATED,ROUGHLY.B INCHES WIDE AND 12 INCHES DEEP.UPSLOPE AND ADJACENT MHECT STANDARD. TO THE WOOD POST TO ALLOW THE FILTER FABRIC TO BE BURIED. 5.THE ICAALOFFIC CONTROL BURNETT PLANT IS TO INDICATE DETOUR ROUTE(S)AND AND SIGNAGE.FOR 4. WHEN STANDARD STRENGTH FILTER FABRIC IS USED,A WIRE MESH SUPPORT FENCE SHALL BE FASTENED ' TRAFFIC ALONG STREET TRAVELLING BETWEEN 5TH 6XT STREET. SECURELY TO THE UPSLOPE SIDE OF THE POST USING HEAVY DUTY WIRE STAPLES AT LEAST 1 INCH LONG. LOGAN6.THE CONTRACTORMAINTAIN ONE LANE OF TRAVEL ALONG SIXTH STREET TIE WIRES OR HOG RINGS. THE WIRE SHALL NOT EXTEND MORE THAN 36 INCHES ABOVE THE ORIGINAL 4 BETWEEN STREET UP TO AND INCLUDING THE ENTRANCE TO THE DOMING ► PARKING LOT ADJACENT TO APRON D. GROUND SURFACE. _ 7.THE ECONTRACTORPAINGMUST COORDINATE WITH BOEINC WHEN BLOCKING ACCESS 5. THE STANDARDABICSHALL STRENGTH FILTER INT T ESHALL C STAPLED RR WIRED TO THE FENCE.AND 36 IN OF H TO THE PARKING LOT. ABO FATHE BE EXTENDED INTO THE TRENCH.THE FABRIC SHALL NOT EXTEND MORE THAN ES INCHES _ ABOVE THE ORIGINALTR HGROUNDFILTER SURFACE. FILTER FABRIC SHALL NOT BE STAPLED TOE WIRE MESH S. 6. WHEN EXTRA STRENGTH FILTER FABRIC AND CLOSER POST SPACING ARE USED, THE WIRE MESH SUPPORT FENCE MAY BE ELIMINATED. IN SUCH A CASE,THE FILTER FABRIC IS STAPLED OR WIRED _ DIRECTLY TO THE POSTS WITH ALL OTHER PROVISIONS OF STANDARDS NOTES 5 APPLYING. 7. THE TRENCH SHALL BE BACKFILLED WITH 3/4 INCH MINIMUM DIAMETER WASHED GRAVEL. 8. FILTER FABRIC FENCES SHALL BE REMOVED WHEN THEY HAVE SERVED THEIR USEFUL PURPOSE.BUT 5ii_, NOT BEFORE THE UPSLOPE AREA HAS BEEN PERMANENTLY STABILIZED. 9. FILTER FABRIC FENCES SHALL BE INSPECTED IMMEDIATELY AFTER EACH RAINFALL AND AT LEAST DAILY -3 DURING PROLONGED RAINFALL. ANY REQUIRED REPAIRS SHALL BE MADE IMMEDIATELY. PERMIT L SUBMITTAL J - S oaaua cAm DEPARTMENT OF NATURAL RESOURCES OCT K..tD. BRYN MAWR SYSTEM IMPROVEMENTS OCTOBER 1997 GARRY STBUTHERS ASSOCIATES INC - -- A 3150 Richards Read,Suite 100 Rlane i 25)9519-Qb0'6 `�`N. a1•eLa NONE O GENERAL NOTES AND -- G., Fan(425)519-0309 e A KIn0 County CONSTRUCTION NOTES G103 No. Rfl'iSON BY APP•D DATE aP2P. 073130C sari Na 4 OF ,:/7 / / //, _, /1/ j/r-----------------_fj L _l /] � , �� Me. N 185935.22 E 1297459.16 / ..../ ,,ty/-.44. I el • \ ////=Z .e'''''' I • 4 ; !/Y44%141 biRO333 I !� i f 1 ,!(ry/� ilioopo44P1 l �l . '`• • / /J l / 4:-/ . ' 1 ,' ( ', -:(((.(*a LIMITS OF CONSTRU 1.4 5W' J f I ALONG PROPERTY LINE: /It , /I 'i a z 1 i , ,P''‘P.. i -,, fr. ' .,,..11'/-'1. i 11 i ./� c.` ,f � 1N 1B5]R4.67 / i ./ fa://,:l.1:..,V_ 411111K i i 4j/ j g � ' 719. j CONSTRUCTION , 4///7 ev , r r et.- , l u ... v ss a 4. :1, ---- .—„,-74„ ••.' tz.•.•••....•. N 1R57 4R �_—•• ............. aa' ( y / / *'-^ram • � ....... ............. "" ._ NOTES: _ ♦pp c • •/I •„ -• -�;.. ._ e.o° ° j / 1)PR. E STRAW CHECK OAYS I •• / .ENGINEER (�_� N a� AS OUIi.„ BY T E EN ER ��' 165710 2 _ 0 NG CONSTRu�ON. I 9 E 1297606:H6 ner GED DUR G I •^,- ‘.,.. _ )C4PS�TRUCTYOEE s �^%'••••°°°°•••••••••• f / `s�� • CONSTRU . - --�.___ 3)/INSTALL ASP T THE®H PA ► F /" / //O\VER INST//EO PIPES,SEE T �I I zz. s i O \--- --...-\ 11` 1 sc / 4)RESTORE AI,C GRAVEL OR IMPROVED /1O1 / ROAD SURD E TO ORIGI7L CONDITION. /o ( 5 RESP6N0//TgOCALL TEMPOR EROSION J �! INSTALL TEMPORARY / / )AND RESTORATION REOUIREYENTS OP / II I I '�llt 1 / I IL N IN THEG2�NTON NUNICIP AIRPOflT. =T§a -AaQ\ I� fi i;t / 1 ../1 J / / � a 2 Li �C / 1. r PERMIT ` SUBMITTAL ELM.- `" "`"o- DEPARTMENT OF NATURAL RESOURCES °VE eW,.,rzo We'`a , NOVEMBER 199" GARRY STRUTNERS ASSOOATES,INC To a "J° BRYN MAWR SYSTEM IMPROVEMENTS A 3150 IRUTHE Ro°E,Suite 100 "a w on'J'� SCAM FLE NO: Btliewe•WA 9tKK15-4446 ) CON Pectic(425)519-0300 �: H: x¢20 T.E.S.C. AND G. Foe(425)519-OJ09 King County RESTORATION PIA DRAW.. C126 REVISION 9Y APP•°i DATE rs A APPROVED: C73130C STA 56+00—STA 61+09.71 "AT`"° o< TYP 0 . 0a' V o0° nOO °I� 2'v2"WOOD STAKES IMI EXISTING INLET FILTER FABRIC SEEDING AND OVER WIRE MESH MULCHING LIMITS FILTER FABRIC E%ISTINGDior FENCE INLET1_1 2'MINUS WASHED VARIES VARIES ► / EXIST ROADWAY SEE PLAN SEE PLAN :•MIN. i 1 = GRAVEL TYP ALL SIDES �' Am .i III 111 co VW . REALIGN DITCH AS12 N12'MIN. NEEDED TO MAINTAIN 1'MIN COVER OVER BRYN MAWR V. STRUCTURES INLET PROTECTION DETAIL - TYPE I INLET PROTECTION DETAIL - TYPE II DETAIL 0 _ TYPICAL RESTORATION SECTION DETAIL 1 STATION 14+00 NORTH TO.BOEING FENCE LINE O DETAIL 0 SCALE:NONE SCALE:NONE SCALE:NONE ' ' FILTER FABRIC MATERIAL 60'VIDE ROLLS.USE STAPLES OR VIRE RINGS TO ATTACH FABRIC TO WIRE e, 2z2%I4DA WIRE FILTER FABRIC MATERI ► FABRIC OR EOUI 2"%2"%3'LONG STAKES — 1-1 0•• I-6 MIN. 3'MINUS GRAVEL 1-B MIN. Zo 3/4' TO 1-1/2' 2x2x14GA VIRE WASHED GRAVEL ATTACH FILTER FABRIC TO POSTS FABRIC OR EOUI iv O 12" WITH 1/2'HEAVY DUTY STAPLES __—_��_+—may 41.111 0 2 2 NMI - EXISTING INLET GRATE V1 `~` '{'f •::ii;, A �_ - o—�— �` o IN -� =_°+�°'°a ` I I PROVIDE 3/4'-1.5' _ ��80 _ _ ., -°0/.. N I 1 `BURY•BOTTOM OF FILTER MATERIAL WASHED GRAVEL BACKFILL ". '\��j\������������ , � \•���`��j���� IN B'BY 12'TRENCH IN TRENCH AND ON BOTH —I I„'1=- SIDES OF FILTER FENCE .I li=i o'c I4 b'MAXMA% _I 8'MIN. FILTER FABRIC 4 e u FABRIC ON THE SURFACE .41 °_ L�\ OVER 1/2'WIRE MESH `2x4 WOOD POSTS,STANDARD DR BETTER OR ► II�g-�I EQUAL ALTERNATE.STEEL FENCE POSTS 2z4 WOOD POST ACT:STEEL FENCE POS od SECTION - A SILT FENCE CD SECTION B SECTION 0 g I SCALE: NONE SCALE: NONE SCALE: NONE SCALE:NONE r PERMIT 1 <N i L SUBMITTAL J DEPARTMENT OF NATURAL RESOURCES CARRY SIRUTMERS ASSOCIATES.INC. BRYN MAWR SYSTEM IMPROVEMENTS AUGUST 1997 w 3150 Richards Rood.guile 100 ter` f ��� �SB �° AS SHOWN TEMPORARY EROSION/ �' 0 Fax (4 25 )519 0309 APPROVE. King County I COxRA=TOX SEDIMENTATION DETAILS C130 Nu REVISION BY ARM) DATE C73130C SHEET Nrt C. STA 0+00 TO 14+00 TRENCH PATCH,ASPHALT OVERLAY EACH 10' 6" ENTIRE TRAVELING LANE DAMAGED _ MIN STA 14+00 TO 42+20 TRENCH PATCH.ASPHALT REPLACE CURBS 4 %8"STRUCTURAL L BROKEN DURING CONSTRUCTION 2'ASPHALT OVERLAY CLASS B u�4 `.+ GRADE WOOD SKID 2 1/2' 5" 1/2 (TYPICAL) ASPHALT CONCRETE PAVEMENT STA 51+00 TO 55+00 TRENCH PATCH,REPLACE CURBS 0�� BROKEN DURING CONSTRUCTION CL B OR E i0 MATCH EXISTING 6 THICKNESS,AS PERMANENT �1 S TRENCH PATCH GROUT OPEN *TOP OF LIP AT DRIVEWAYS f {I SPACE(TYPICAL) 2"SAWCUT AND REMOVEr•. 1 v h� 't.A" I MIN. il VARIES �Y OR GRIND SEAL WITH III II-"-IIIIIIJ11=111_III IIIII I �s0 //�� ,,,,,4 AR4000W Ina (III 1'EXISTING ASPHALT •4,•.''� 36"OR 24"DIAMETER SS ' '/`�\\;����` 6'CRUSHED SURFACING _ III_ PAVEMENT " EXTRUDED ASPHALT OR CEMENT O TOP COURSE - so"OR 42"STEEL CASING PIPE ► CONCRETE CURB TRENCH BACKFILL NO SCALE TYPICAL CASING & CARRIER PIPET CURB.cuTTER.AND SIDEWALK NOTES: PERMANENT ASPHALT TRENCH PATCH RESTORATION 0 NO SCALE 1.A DUMMY JOINT CONSISTING OF 3/8'OR 5" X 2' PREMOLDED JOINT MATERIAL NO SCALE SHALL BE PLACED IN CURB AT A MINIMUM OF 15 FOOT INTERVALS.WHEN CURB a IS PLACE BY SLIP-FORMING,A PREMOLDING STRIP TO S"THICK AND UP TO FULL 4 DEPTH MAY BE USED. 4 2.SUBGRADE COMPACTION FOR CURBS.GUTTERS,AND SIDEWALKS,SHALL MEET A MINIMUM 90 PERCENT OF MAXIMUM DENSITY. 3.CONCRETE CURBS,GUTTERS,AND SIDEWALK SHALL BE CLASS 3000,FURNISHED AND PLACED IN ACCORDANCE WITH WSDOT/APWA STANDARD SPECIFICATION.SECTION 6-02.8-04 AND B-14.COLD WEATHER PRECAUTION AS SET FORTH IN WSOOT/APWA STANDARDS SPECIFICATION SECTION 5-005.3(14)AND 6-02.3(6)A SHALL APPLY. 4.EXTRUDED CEMENT CURB SHALL BE ANCHORED TO EXISTING PAVEMENT BY EITHER STEEL TIE BARS OR ADHESNE IN CONFORMANCE WITH WSDOT/APWA STANDARD SPECIFICATION lkSECTION BASP. 11:0141 ► 4 5.EXTRUDED ASPHALT CURB SHALL A ANCHOREDANDA E MEANS OF A TACK COAT OF ASPHALT IN ACCORDANCE WITH WSOOT/APWA STANDARD SPECIFICATION SECTION 6-04. LOCATION TAPE SAWCUT EXISTING EXISTING ASPHALT COLOR RED PAVEMENT BACK TO' PAVEMENT _ BROKEN SURFACE • "yYTK' IF 6"BIN. 'T�ay_iAP 6"MIN. 3 3 ��, •i PLAN MANHOLE WALL 3 \-\\///\\//\\/-(IIIII IIII II'IIIII I=11 IIIII IIII(IIIII-/\//\/�\/\\ S SEAL WITH MODULAR //'lad IIa(IIIII II I,LULL III,Il M-7-11 \/\\/\ /� j CUT9NFHALFE -• MECHANICAL SEAL \\-LidE E111=1 r-I- I_1E_, III=III \ % 24"% 12"TEE(MJ) ONE LENGTH OF DUCTILE IRON TRENCH BACKFILL '\'l1=III=IIIILL=11BI1_I11=11'\� UNDISNRBED SOIL 1 v II OR 10"X 6"TEE(MJ) PIPE TO SOLID BEARING MATERIAL PER SPECIFICATIONS \//-'IIII I IIIIIII=I1Ilrlll III\� OR B"X 6"TEE(MJ) ,/ IIIII=_III II-'1111 III/\'< SS BLIND FLANGE CUT IN i�/ �t � ASE NEEDED 1/2 DIA _ - 1=1M ' \/=III=III-ILL=1�1=IF=111III=/\ HALF,ATTACH TO MJ / ICI / 111=11111=1- 111=III=I OR FL SPOOL PIECE /MRWHW -I I Sea 111.111.., ► �/=III=111 III=_:\ �i • / 1 GRAVEL BACKFILL I IDE -I I''=, SI I 1 lIlIl � .\/ FOR PIPE BEDDING -III -III- 4- \yAyr B', 10'OR 24"SS MJ CROSS WITHOUT / GASKET ON VERTICAL /\/\\/\\ 0 11 �,w `/ \ \� AS NEEDEpLINC PER SPECIFICATIONS SPRING(INE c!, .4.74. ' ONE LENGTH OF DUCTILE // / /�V'�-y 2� f ` IRON PIPE TO SOLID PVC RUBBER \ \\/\\/ Y BEARING MATERIAL. PIGOT PIPE / ::: •l�, 1C,�v / RING BELL ANDI"� 6" / SEAL WITH MODULAR (SAME SIZE A; % / \� BACKFILL ] 2 .- �i.'.,. SI. '...I AVER MECHANICAL SEAL INCOMING PIPE .f / //\/ COMPACTED WATER TABLE AFTER MIN=OD+2' / / COMPACTED BACKFILL � \ / TRENCH BEFORE I } , ;!f� TRENCH EXCAVATION MAX=1.STD2' 2'MIN. 0 12'OR 6"DUCTILE IRON PIPE - ,�� \// /, 2-3ry/B•STAINLESS STEEL/ . .//\//\\%' GALVANIZEDL METAL OR 1�X11/B" TYPICAL TRENCH SECTIONT 2'OR 6'ELBOW(MJ> / \\/\\/\\< STAINLESS STEEL STRAPS A \ \/ 6 -2 STRAP MINIMUM. NO SCALE y r\\\/\\\ DELETE GASKET TO ALLOW FOR I REMOVAL OF STANDPIPE.TRENCH NOTES: r 7 , � /\/ 1.THE TRENCH WIDTH AT THE TOP SHALL BE WITHIN THE CONSTRUCTION EASEMENT AND GROUT TO MATCH 90'Tu/ � �i /%� \//\\ � AS DETERMINED BY THE CONTRACTOR TO SUIT THE CONSTRUCTION OPERATION AND INVERT TO ENSURE ""'s.. '' SEAL WITH MODULAR GROUT TO MATCH /��//�,���Av,2 / /\//\/�\/ 2 UTILITIES.PROTECTION OF ADJACENT PROPERTY ARE THE CONTRACTORS RESPONSIBILITY. SMOOTH TRANSITION MECHANICAL SEAL 90'BEND INVERT /////\ `///\�//\\�� \\�\//\ oz 2.THE HEIGHT AND THE SUPPORT SYSTEM FOR THE VERTICAL SECTION SHALL BE TO INSURE SMOOTH I DETERMINED BY THE CONTRACTOR AS REQUIRED FOR THE PROTECTION OF ADJACENT OUTSIDE DROP O TRANSITION /////I/�.•/\ -- p PROPERTIES AND IMPROVEMENT. PVC 90'BEND \\/�/\� i�o 3.TRENCH SUPPORT SYSTEM SHALL BE USED WHERE REQUIRED BY W.I.S.HA PER MANHOLE CONNECTION GROUT IN PLACE CHAPTER 296-155 WAC. NO SCALE ELEVATION 4.ALL SHORING INCLUDING SHEETING SHALL BE REMOVED WHEN BACKFILL IS COMPLETE. _ Nti SHALL BE DONE AT A TIME AND IN SUCH A WAY SO AS NOT TO DISTURB c_JM PIPE BEDDING AND SD AS NOT TO ALLOW SLOUGHING OF ADJACENT UNDISTURBED SOIL. INSIDE DROP T NO SCALE 5.MATCH EXISTING GRADES ANT SURFACES. PERMIT F 6.THE WATER TABLE SHOWN ON THE DETAIL IS DIAGRAMATIC AND MAY VARY. MANHOLE CONNECTION SUBMITTAL J <- 1 i °EfP a`Ot.' DEPARTMENT OF NATURAL RESOURCES OCTOBER 1997 i �� GARRY STRUTHERS ASSOCIATES,INC. BRYN MAWR SYSTEM IMPROVEMENTS �M¢ 3150 oee.WM R°e4 Stile 100 ewe"" 9 0300 CGH DETAIL SHEET 2 Rime(425)519-0300 AS SHOWN G. , Fos(425)519-0309 0roW sing County CURB AND TRENCH C132� Na RENSON BY APP'0 DATE 'mc0`FU C73130C „ 91LL1 Nee 6 STANDARD 24"LOCKING NOTES: 2'-9'DIA II 1/2"WEB(8 AT 45') 1 5/8'ON 3 SEGMENTS WHERE FRAME&COVER.SEE IS 1. REFER TO SPECIFICATION SECTION 02601 3"LETTERS.SAME CAM LOCKS ARE PLACED) UTILITY STRUCTURES FOR MANHOLE SECTION AND DIMENSION 1"(IN SEGMENTS WHERE CAM >M=-in BASE E NFOR. A$CLEATS , I�IIII` LOCKS ARE NOT PLACED) CONCRETE ADJUSTING BLOCKS 2. BASE REINFORCING: 8"MIN ■�■ 0.35 SQUARE INCHES/LINEAR FOOT IN BOTH DUCTILE IRON i n' 6 lfi'MAX ° '.3 ECCENTRIC CONE DIRECTIONS. ,�/0 ❑ CO (TYP) 5 BS MINIMUM YIELD STRENGTH=60,000 PSI. �� ��r LOCK POSITION I 3. TOP HALF OF PIPE TO BE REMOVED TO CONTOUR LIFTING d ,�. o Luol O, / — �— OF INSIDE OF MANHOLE.BROKEN EDGES TO BE J r PLASTERED SMOOTH WITH MORTAR.TYPICAL ALL ,G fl..—a._d o g o - MANHOLES. jIff^^\ 5 r1'1i PRE-CAST SECTIONS 4. ELIMINATE 2 BY 4'PRECAST CONE SECTION ONC7 u o(OPTIONAL) MANHOLES LESS THAN 11 DEEP TO CROWN OF V.I E 2 O Ud SEWER.BEFORE REDUCING 7'DEPTH OF A 4'OR/ 6'CIRCULAR MANHOLE.USE REDUCING SLAB FOR r� ,1 2'-0"DIA I/ I ' //� SUPPORTING ADJUSTING BLOCKS. .. = o U=1 o U=U C=u.'� V�.I// 5. PRECAST MANHOLE SECTIONS SHALL CONFORM TO u u I ASTM C-47B AND THE SPECIFICATIONS.E%CEPT �, WHERE OTHERWISE NOTED.CONTRACTOR SHALL �' R�/// ^ SECTION a O P_ `� SUBMIT DESIGN DRAWINGS FOR APPROVAL. _ POLYPROPYLENE C o o O L SCALE:NONE . ENCAPSULATED STL 6. ALL MANHOLE RISERS JOINTS SHALL BE RUBBER / 4 „or? MANHOLE STEP GASKET TYPE.CONFORMING TO ASTM C-443. 4 0=U=D_`u o[I o LEATS DETAILS OF JOINTS SHALL BE SUBMITTED TO THE ENGINEER FOR APPROVAL PRIOR TO FABRICATION. _ < Al JOINTS AT BASE,CONE AND ADJUSTING RINGS 0 '1 SHALL BE SEALED WITH MASTIC PER ❑ OD -01 0 IE z e— 0 r SPECIFICATION SECTION 07900. CLEATS- }/8" 7. PENETRATIONS OF EXISTING MANHOLES SHALL BE HIGH, 1/2"WIDE Ili N �_ SEE NOTE 12 /J MIN MADE BY CORE DRILLING AND USE OF A NOR-N- AT TOP.3/4" �� ......... ...... ;Q SEAL'FLEXIBLE WATERTIGHT RUBBER BOOT,OR WIDE AT BASE, Pr BY LINE DRILLING AND GROUTING PIPE IN PLACE 2"LONG 4 • �— i SPRINGLINE OF PIPE WITH NON-SHRINK GROUT.EXTRA PRECAUTIONS CHANNEL SHELF SLOPE ARE REQUIRED TO ENSURE GROUTED PENETRATIONS PLAN OF FRAME AND COVER O //—.:..• 1'IN 12"(TYP) ARE LEAK FREE. SCALE:NONE r` R``' 0 8 ALL 12"THRU 24"CONNECTION OF NEW MANHOLESSHALL B r •'� FLE%BLEE WATERTIGHT RINSTALLEDIUBBERTH "NOR- BOOTA H CONNECTIONS '�1/4 -SEAL" - �/ GREATER THAT 24"SHALL BE GROUTED IN PLACE. PER NOTE 7. F 9. ALL JOINTS EXCEPT PIPE JOINTS,SHALL BE MORTAR FILLED. _ 9"MINIMUM PRECAST 10. SHALLOW MANHOLES REQUIRING THE MANHOLE FRAME 2'-1 1/2"DIA HOLE FOR STARLESS `VA n 4 3 /�///./S///O//O/� TO BE PLACED DIRECTLY ON THE REDUCING SLAB, �' STEEL COTTER PIN m : p,•"•�;:�, BASE SECTION,SEE THIS DIMENSION SHALL BE 26". 1 1//8'0 HOLE q EACH END NOTE 2 PSI 11. BELLS SHALL BE CAST INTO PRECAST MANHOLE 3 REQUIRED , 1/2"EVERDUR PIN 1/8 6"MINIMUM CRUSHED BASE BY MANHOLE MANUFACTURER. 7PN TOP Tyr,ROCK W/PORTLAND 12. ALL MANHOLES ARE 6'-0"ID EXCEPT MANHOLE 2 1 2' 24nTHRU 48nDIA PIPE CEMENT R01-60 AND R01-42A WHICH S„ALL BE - S 2' 1 8' 7'-0"ID AND THE RENTON MANHOLE. CAM LOCK O I.REQUIRED 3 4-1 SECTION TYPICAL TYPE—B PRECAST MANHOLE O SCALE:NONE SCALE:1/2"=1'-0" !I I 1S/8" L--__ 720'TYP . . 120'TYP , I �_ DEFLECTION OFFSET X-36",42",48"ID 1.2 J ANGLE(A) i DIP RCP ■ CENTER OF MHagil2 LESS THAN}5' 0" 0" SEE NOTE�3 '� �1j BASE /M IA1\ 2 NI 35'TO<55' 3" 2' (TYP) (F 4I�/ • \ r`ie 75'&LARGER 10" 8" i�• X ,,�,, MACHINE BOTH ��1�3 32" USE 84'DIAMETER MANHOLE FOR 46"RCP>75" r) PLAN OF UNDERSIDE OF COVER 2A SURFACES IN 8" 1/2"WEB �� '� SCALE'NONE MH FRAME CONCRETE ADJUSTING ®k+ } 4�1,.' O 111111\ WEBS) ' � BLOCKS ' ��,W \ ` `�\ R 00 LIFTINGDO HOLE(2 22- ■ PRE-CAST REDUCING lk y� /,///SLAB -I\I ►� PI OF PIPES AND �A if s STATION POINT `.4,1 !\a\_\\\\ O\� "1 = u • Nu �� SEE NOTE 10 t 3 4 i :,11 BASE — PLAN O4 SECTION O �s 25 " g TYPICAL REDUCING SLAB O SCALE:1/2"= 1'-0" PERMIT SCALE:NONE <- F SCALE:1/2"=1•-0"" L SUBMITTAL 3 msa"a 0.4‘.01 °" DEPARTMENT OF NATURAL RESOURCES OLTOBER 1997 GM 5$i6U111EAS Reed, ASSOCIATES.INC. K.J.D. BRYN MAWR SYSTEM IMPROVEMENT$ s.[xa 3150 Bellevue, oW WA R4a0 Suite 100 B c WA 519-0300 `1°Nx4D31a - AS SHOWN DETAIL SHEET 1 �� Fez(425)519-0309 <a x m xa King County MANHOLE AND 24" DIA. a C131 Na. REM90N BY APP•D DATE / ""°°'"a C73130C LOCKING FRAME AND COVER'"""a " • 5 O/ O/ 5 90' E1 I I BEND(FL) 14•_3• - .� o LAKE OVERFLOW 4lo • FLOOR ADAPTER(TYP) 10"KNIFE GATE(FL), IB'NA 10"TEE(FL) I ,_10'EXISTING SIPHON 24"PIPE- IPE ./ �j 21.11 l' yll EL. 132.5 qO rl - -— IC-KNIFE116•TEE !• \y GATE(FL) (FL) • ADJUSTAB E• THICK METAL 1 _ --•- .. ` '•"� -• 1=0 I O I — „WEIR TYP) PIpTE WELLED ���llllll... SEE IQs( BOLT ANGLE IRON. EL. 129.90 '�"Y WALLS. . VAULT ' 24'KNIFE GATE ei,(FL) �16"EXISTING SIPHON WALLS. ' I �24'NEW///S���IPHON OVERFLOW • EL. 128.90 - ' 1__ (3 II SIPHON ii _ 4 � � /\ FL 127 5 i� 1 J�I FLxGR ADAPTER(TYP) ., EL. 125.52 0. • TIP1 24'TEE FL 4'-6" 7'-B" ( ) EL 124.52 HINGED ALUMINUM' • BLIND FLANGEON It TEE FLANGE WITH - x8� C WELDED HANDLE(TYP) 10 EXISTING 16 EXISTING SIPHON SIPHON INV. 125.52 INV. 127.5 3 3 INVERTED SIPHON INLET STRUCTURE DETAIL 14 SECTION OB SCALE:3/8'= 1'-0" SCALE:3/8" = 1'-0' ' 4 EL 132 5 EL. 132.5 , I I ADJUSTABLE OVERFLOW s 2'COPPER PIPE(TYP) 24'KNIFE TO LAKE EL 130.40 s� GATE • • • 2"TAPPING 16"LAKE 16'KNIFE I SADDLE(TYP) 2'FIRE HOSE ADAPTER. OVERFLOW GATE _ WELD TO BLIND FLANGE.(TYP) 10•KNIFE . 24'SS GATE /11 _ EL 127.5 10'x 10" a STEE 10"EXISTING a 15 ,�(/` _ _ _ TEE FL SIPHON EL. 125.52 \ - ��� j� j� �� EL. 125 52 EL. 124.52 I 10'DI --I(MP) EL. 124.52 11.111M/MiliffillinElill 10'FLANGE x GROOVE 10'EXISTING 16'EXISTING NEW 24' ADAPTERS SIPHON SIPHON SIPHON SECTION O SECTION O SCALE:3/8"= 1'-0' SCALE:3/8" = 1'-0' L iTi- 1: - Y o 9, r PERMIT <_ L SUBMITTAL J s °f`NE6 `"E`"`A DEPARTMENT OF NATURAL RESOURCES °''' 3 _ K.J.D. BRYN MAWR SYSTEM IMPROVEMENTS OCTOBER 1997 4 GAR3115R7�o,ds Rood.ASS�ATE�)NG NRx.x: YAM O FaA N. fi �;� Y5)5,9 0300 AS SHOWN DETAIL SHEET 4pun.rex V • Fax(425)519-0309 ,NaSIPHON INLET STRUCTURE C134 No. REVISION 04 CAnS GATE C73130C King�mty DETAIL & SECTIONS 'fit EXISTING 4"m SERVICE LINE 120"PRECAST MANHOLE USE BEND IF NEEDED 5 FABRICATED STEEL PIPE 24'LONG RADIUS =11W 4"FLEXIBLE 5 WITH BLOWOFF BASE ELBOW(FL) / COUPLING ADAPTER 18"WELDED STEEL MANHOLE 4'm"INSERT TEE"BY PIPE INC., PER AWWA C-208 ����!�� / KOR-N-REAL BY MPG.INC. I{ OR APPROVED EQUAL JOINT FLEXIBLE ♦ / CORE DRILL ' JOINT COUPLING / � 8"0 HOLE �I�/ II / .7 I Ob VIV Mil / 4"m PVC PIPE 1111,b SEAL WITH MODULAR MECHANICALSEAL ASSEMBLY WITH SST BOLTS1 I AND NUTS AS SPECIFIED. 36"DIAMETER SS /6"PLUG VALVE(FL) o/..A(SIPHON DRAIN VALVE) 1 - / . 4 MJ X FLANGE ADAPTOR ' 4 NOTE: MANHOLEDRAIN ` SEERVICE LINE TO BE INSTALLED' FLUSH WITH THE 36"0 SS ID 'ry4ar./ ' INVERTED SIPHON OUTLET STRUCTURE 12 4—INCH SANITARY SEWER SERVICE CONNECTION 11 ' SCALE: 1-= 4' SCALE: 1"=1' APPROXIMATE EL 121.0 APPROXIMATE EL 121.0 MANHOLE FRAME L,' _ _ _ ___ _ ____ _ ___ _ _ _ El _ AND COVER,SEE 1111 ILLIIII�I11 III I'�; 'n :�I=III III III III III III=III=11 III ILL=III III III III III—III I.o� a. T:II III III III ���illll—III= .o DO NOT INCLUDE —ALIT-111—III-ry III—III—III—III—IILIII—III— ILIA—III-111EllEIII—LL—L III—III—III III=I THE WORD METRO -1;-!1-111 111x_ I-111E111E111E111—III 11, .11E111=111EIIL111—IILEIa_P,1-1T-1T 1�_L ON COVER. ] -III ji- '///III-"IEIII= ASSEND NURSMATH SST ACCORDING TOIII- -Ile ,`„" N 1E111 .Sang ADJUSTMENT(4"MIN.) 0 -I IE ,1 SPECIFICATION SECTION IIe I- R_ Y% CONE 'l111 G '-s" I.E• \ ; 111E _ G1_ I I I II! _ 11 1 6 1/2'' •��L RUBBER GASKET JOINTS �I����01'"�� , `, IN ACCORDANCE WITH ASTM C-443 Ilb ._/ �0 24"FLEXIBLE I . STEPS-3/4"DEFORMED BAR HI COUPLING ADAPTORS �\ STEPS SHALL BE INCLUDED 'a' z ELBOW(FL) �or' 11, CONCRETE RISER BY PIPE INC., 2 OR APPROVED EQUAL. 2 MODULAR MECHANICAL SEAL 120"PRECAST MANHOLE \ \ 120"PRECAST MANHOLE irASSEMBLY WITH SST BOLTS / 4 •� `� % LADDER-STD.ALUMINUM2 AND NUTS AS SPECIFIED 24"DIP / d OR GALVINIZED STEEL 0 {/j6"PLUG VALVE(FL) /(, �/ 24'BASE (SIPHON DRAIN VALVE) '1 1E1"WELDED STEEL MANHOLE 1h MAX.PIPE SIZE-30'I.D. / PER AWWA C-2GB //� SLOPE 17. / ELBOW(FL) \ MJ X FLANGE ADAPTOR i `\`24"FRP i6' 1'-6' / 3'%3'%9" \ / �/�11 (' / CONCRETE FOOTING 24"DI / CONCRETE SHELF MODULAR MECHANICAL SEAL 4Js'�I ��II� CAST IN-PLACE CONCRETE SLAB ASSEMBLY AS SP STBOLTS n CAST IN-PLACE CONCRETE SLAB / 0 SI I�I�I �r ��/ ® ,p • Lj CAST IN PLACE BASE SECTION �� COUPLING 24"DI 1 !�o� Mr/p///////�� ADAPTORS I 2,Ww•2•:1:"AA/ od E 6"SS CLEANOUT 6"SS CLEANOUT 6 Ti c DISCHARGE TO DISCHARGE TO `m = 48"m MH,SEE m 48"m OH.SEE m i `u Iri ® ® W W' CITY OF RENTON SECTION SANITARY MANHOLE DETAIL -- otB _ � SECTION D E 13 2. _ SCALE: 1"= 4' — SCALE: 1"= 4' - r PERMIT -1 NOT TO SCALE L SUBMITTAL J 3 020001 ouu OM OF NATURAL RESOURCES 1 GARRY STRUTHERS ASSOCIATES,INC KID. P r BRYN MAWR SYSTEM IMPROVEMENTS OCTOBER 1997 r - / w 3150 Riohmda Rood.Suite 100 �� O ^I1' Vim:(25)96519--0300 Em�mocm AS SHOWN COM DETAIL SHEET 3 • Fos(425)519-0309 �m=Rm ,ar County INVERTED SIPHON OUTLET �C133 No. REVISION BY APP'O DATE C73130C spa*OR a 3/8"ALUMINUM 5 SCUM BAFFLE 5 4"x2"SCH.40 - ELEVATION 27.09 ALUM.TUBE\ 1 1 v... '/� 0"MIN. GROUT AND PLUG .112 MAX. L EXISTING 12"0 INLET FROM VAULT 0• 1'-0"' I N F TO GROUND SURFACE 0 I..11 ONE LAYER OF L ASPHABEHINDLTWE WEIR N o 4 r MIN �� o t° • U 4 11 • y\\3/4"2 SS.A:.,TYP. 13x3x1/4,ALUM, 1/2"ALUM.WEIR I. EASTSIDE J!Fr-- \\IINTERCEPTOR ADJUSTABLE FLOAT CATCHER DETAIL 16 GROUT AND PLUG iI SCALE: 1"= 1' - 0" EXISTING 27"M it 11 BRYN MAWR TRUNK I II 1 II 3 a • • I.E 3 1 • ABANDONMENT OF EXISTING ► BRYN MAWR TRUNK CONNECTION 18 SCALE: 1" = 3' - 0" • 2 2 V► P E. • r PERMIT 1 <_ L SUBMITTAL J- - S 1x`S`Xf4 ',r.-.n DEPARTMENT OF NATURAL RESOURCES OCTOBER 1997 GARRY STRUTRERS ASSOOAIES,INC. K10. BRYN MAWR SYSTEM IMPROVEMENTS A 3150 Richards Rood,Suite 100 i. Benue.WA 5'519--aoo coo DETAIL AS SHOWN DETAIL SHEET 6ORAµC NO: - �� Fon(425)519-0309 mxlxrcrxD. - King County MISCELLANEOUS DETAILS C136 No. REVISION `BY NOR'D DALE Ammon C73130C NEC xn a DIRECTION OF FLOW i• PIPE JOINT TYP.BOTH SIDES 5 5 SUMP WITH GRATE I .411... I ACCUSONIC TYPE FLOW METER XI I niamisii mar 7 YQ r�' a I iuo=�r POWER CONDUIT =_ 7 DOWN TO PUMP ASSEMBELY = I 4 B. ELECTRICAL POWER ='= CONDUIT FOR !_= SUMP PUMP !_= . `I. �t'.y�' „ --� '��. (TY24"PICAL COFACCESS . �/ (TYPICAL MANHOLE PNO) POWER AND SIGNAL CONDUITS I a LADDER RUNG(TYPICAL) I 2"PVC SUMP I I- ' DISCHARGE TO ► MANHOLE PLAN 15 SCALE: NTS NOTE: POWER AND SIGNAL CABLE WILL BE INSTALLED BY OTHERS. 3 3 SEE MANHOLE DETAIL®ANDe FOR TYPICAL REDUCING EXISTING GROUND SLA • ANDD FOR ADJUSTNG FRAME, ER. LOCK REQUIREMENTS. 4 A` h. 2 9 1 • a i �� �� PRECAST VAULT F -1 o SUMP PUMP, S DISCHARGE TO C DIMENSION (FT) _ MANHOLE PIPE 0 A B C D zoo LOCATION (n) (AR) AWL) (um) 1 STA 29+50 3.0 6.25 2.0 3.0 5.0 AY SECTION A STA 60+00 2.0 4.0 2.0 3.0 4.0 ;� 1', SCALE: NTS -- t r PERMIT —1 ,,_ F L SUBMITTAL J E °`�`NfDi °""p DEPARTMENT OF NATURAL RESOURCES °"" S GARRY STRUINERS ASSOOATES,ING 10. ® BRYN MAWR SYSTEM IMPROVEMENTS OCTOBER 1997 �•� 3)50 RORo,00 Rood.SAl,100 �'. w'T' O "Q DETAIL SHEET 5 r Phone i 5 51599-0 09 � � cam., SHOWN Xing 000nLy FLOW METER VAULT Sc C135 • Foe(425)5,9-D309 Ho. REV6i0N H. APPO OWE i O73130C MISCELLANEOUS DETAILS "@"� °` S 5 cw, 1AAAO1A 2 I µNSF 0 LETTERS TOP of IfelalliH� tik , SKID DESIGN .�F.IMM lNi irillikiP 4 vi; ... }:r ..AA. T• 1. II 1/I6.FROM CENTER . n 7 r6/ NOTES: 1. USE WITH THREE LOCKING BOLTS 5/61'-11 NC STAINLESS TYPE 304 NOTES: STEEL SOCKET HEAD(ALLEN HEAD CAP SCREWS 2'LONG. DRILL - 1. MATERIALHOLES SPACED 120'AT 11 1/16 RADIUS. IS CAST IRON ASTM A46 CLASS 30. _ 2. DRILL AND TAP THREE 5/6'-11 NC HOLES THROUGH 2. MATERIAL IS DUCTILE IRON ASTM p536 GRADE 60-55-06 ] FRAME AT 120' AND 11 1/16 RADIUS. 3. DRILL THREE 1 INCH HOLES SPACED AT 120°AND 9 1/2 RADIUS. 3/6' 5/16`NEOPRENE ., ] 60SKET ETESSE01 60 DUROMETER HAAkkDNE55 WATER TIGHT LOCKING MANHOLE FRAME 19 LOCKING MANHOLE LID 20 BOLT—DOWN DETAIL 21 SCALE: NONE SCALE:NONE SCALE: NONE ' � • � U fa Ike so 7 I \r � � _L6' I]/IEJ L ' - L— 'I _ 23 3/4. COVER SKID DESIGN DETAIL ' SECTION OA SECTION OB COVER SKID DESIGN DETAIL CD , SCALE:NONE SCALE: NONE SCALE: NONE -I ;a o 1^ U • i. t= r PERMIT —1 z= L SUBMITTAL J °`.c"`tt ua•« DEPARTMENT OF NATURAL RESOURCES 3 K.O. BRYN MAWR SYSTEM IMPROVEMENTS NOVEMBER 199' / • GAR Y 150 Richards RoaRUTHERS d,Suite TOO rn..vN. am sauc TvE N6 PPBmcWA 25)59 19-NW Rp�su AS SHOWN DETAIL SHEET 7 • To (425)519-0709 caR,RRCAAA King County WATER TIGHT LOCKING C137 No. REV610N BY APPT DATE AP°°°°`Ce C73130C- ..'MANHOLE FRAME & COVER — °` STRUCTURAL NOTES GENERAL: CONCRETE: 1.WI work shall conform to the requirements of the Uniform 1.All concrete shall be ready-mix in accordance with AS1M C94. 5 Building Code,1994. - 2.Concrete strengths at 28 days and mix criteria shall be as 5 2.Contractor shall verify all existing conditions and dimensions follows: al the job site and notify the engineer of any contacts or Type of Concrete 28 dayMaximum Minimum cement discrepancies prior to fabrication and construction. Contractor yP shall provide adequate shoring and bracing of all structural Construction Class strength slump content per cubic yard members during construction far construction loads and earth See See pressure. Options,if provided herein,ore for the contractor's Fill CDF 500 psi specification specification convenience. He shall be responsible far all necessary changes, P , 41 coordinate all details,and shall obtain all required approvals. Walls See See ► Costs of additional design work necessitated by selection of &Slab 81 4000 psi specification specification an option or due to errors or omissions in construction, shall be borne by the contractor. 3.Contractor shall submit shop drawings for reinforcing steel 3.Minimum cover far rebar where concrete is and concrete to the engineer for review and approval Cast against earth 3.0 inches prior to fabrication of these items. Cost in forms and exposed to earth or weather: ss6 bars or larger 2.0 inches 4 DESIGN #5 bars or smaller 1.5 inches 4 LIVE Slobs and walls interior face) 1.5 inches (in contact with water) 2.0 inches LOADS: 4.All concrete exposed to weather or to freezing temperatures Roof slab Soil wl.+H2O-44 while wet shall be air-entrained and an air-entrained agent and soil conforming to UBC Standard 26-9. Total air content shall Floor slab _ _ actual wt.of structure be in accordance with table 26-B of the Uniform Building ' and hydraulic uplift Code. Seismic zone 3 5.All grout shall be non-shrink grout and shall be furnished411 ► by an approved manufacturer and shall be mixed and placed in strict accordance with the manufacturer's guidelines. FOUNDATION: 1.Foundation design is based on the Geotech report. 2.All foundation plans and excavations shall be inspected and STRUCTURAL approved by a soil engineer prior to placing of concrete. STEEL: 3.Allowable soil bearing pressure 2000 psf 1.Fabrication and erection shall conform to the RISC, 4.Lateral earth pressure with level backfill 'Specifications for design,fabrication and erection of 3 Nan-yielding walls 55 pcf above ground water level structural steel for buildings, and'Code of standard - 3 87 pcf below ground water level practice for steel buildings, latest editions. 2.Structural plates and shapes ASTM A36 Fy=3fiksi REINFORCING Anchor bolts in concrete A307 3.Expansion bolts into concrete shall be'RED HEAD'wedge an- STEEL: chars and threaded expansion inserts into concrete or con- AII bars shall conform to ATSM A-615,grade 60,Fy=60 ksi. crele masonry unit shall be'RED HEAD'non-drilling anchors, WWF shall conform to ATSM A185. WI bars shall be detailed both as manufactured by Phillips Drill Company or approved (including hooks and bends)in accordance with ACI 318-&3. equal installed in strict accordance with the manufacturer's ► All bars shall be securely lied in place with double annealed published recommendations,including minimum embedment re- 16 gauge wire. All bars to be lopped a minimum of 30 bar di- quirements. Inserts into concrete masonry units shall be ameter or 2'-0'minimum and staggered unless noted otherwise. into fully grouted cells. Special inspection is required Provide corner bars at all wall intersections. lap corner for all expansion boll and insert installation. bars 30 bar diameters or 2.-0'minimum. Lap adjacent mats 4.WI welding shall be in conformance with RISC and AWS stan- d welded wire fabric a minimum of 8'at sides and ends. No dards and shall be performed by WABO certified welders using - bars partially embedded in hardened concede shall be field E70XX electrodes. Welds,unless otherwise noted,shall be bent unless specifically detailed or approved by the engineer. 3/16'continuous fillet weld. Welding of reinforcing bars 2 (if required)shall be performed using low hydrogen elec- a Concrete wall reinforcing: Provide reinforcing steel as detailed • trades. Welding within 4'of cold bends in reinforcing on drawings. steel is not permitted. SPECIAL INSPECTION: ' Special inspection shall be provided for the following items: 411 Excavation and compaction.reinforced concrete,and reinforcing steel. A. zTo W H' r PERMIT 1 oi6= L SUBMITTAL J °`s`N°= `"""" DEPARTMENT OF NATURAL RESOURCES r` CARRY STRUIRERS ASSOCIATES INC ���/� L 'R ® BRYN MAWR SYSTEM IMPROVEMENTS 7,31/87 /f�\ 3150 Richards Road,Suite 100 �'�^�""ENGINEERS.INC awN sn+e. O rxa xo. w - �� A, Beilewe.WA 98005-4446 17270 Womr 9e-Redmond RA E.I.NELSON__ EAST SIDE INTERCEPTOR Rianc(425)519-0303 WocdnvLe,WA 98072 wrrrrd� NOTED ♦ For(425)519-03119 Phan(425)4m.4282 xc R1ng county CONNECTION S1 O1 N " REVISION BY " 's DATE C7J130C STRUCTURAL NOTES SKI, e< • - �' A00 2/6 1 lOP Ax0 BO6- Oi 1— AIMELSnNG ESI CENTERLINE 5 VERIFY LO[An[W - -_ 11xABDND YASnC i OR 06P 1 1/4�' S : 4'-S /1 IC YW t(! L11DTC INCQICRE AROUND PROTRUDING PIPE O 0 - h ADO 1/5 O LTD SLAB a m �. Apo 1/6 :I° TM ME ADD 1/5 O YID SLAB BO7E. ACTIvATE BON NOTCHM BE YWNINS OF M1 ER INSERTED•DEEP. INTO NOTCH. / T. • $ ♦ I PROTRUDING STEEL/CAST PIPE (12"D.I.) (24",36"CONC) 1 h SCALE:NONE PLAN - PIPE ORIENTATION © PLAN - REBAR AT MANHOLE 0 4 SCALE: 1/4•=1'-0• SCALE: 1/4•-1'-0• DWECOON OF FLOW--.- 0. 4•TAN LAP uAWH0.E �L LWABOND PVC 0008WD A I I/ OVD e409 J _Il_aritA � � RE''E: 3 SHAPE TOP OF CURB M ACCEPT PRECAST LIANHOE SECTION N AROUND OPENING RUBBER cDOWE Yet•^IIIME /4 a 12'DOWELS AROUND OPENMC IINABCHO MASTIC ND1F' LAP LIMING O DIRECTION Q Row /5 O 12' ^� OR uOWxC EWWUENT 1 r •1 AS 0If 1 :; 1 DOWELS /S O 6• � .� u - EL 119.E 41 W 0 6' I 1. i%=y1 EL(O S rnWF15o I11MB � _� :r PPE I f 0fi I- MANHOLE OPENING O2 PROTECTIVE LINER - LINER SEAMS O I. I rcuR w� iM�fQiG I /5 O 6 EL 1155 11111 ADD 4/6 1 I TIP 'MI 171P� SCALE:NONE SCALE:NONE /5 0 12' /4 STIRRUPS • I WTI' I NOS ARTA TO �I 0 6•-iYP• • N I; /fi O S' I I Il• f I 1'-4• BE CUT OUT OF /6 O S 1..____ 1�� � / �I1 I%i '- EN$nNG IOB•RCP IS Or; lr Tr \ - ...,,, i ! asPPE1T;�:111 EL Ins In in •. .. le `::�., --- ff41�yEL f061 K fi'EMBED-1J'P I��� •11 4'-0'sm..— N: 1 LL /10.�i-:Y_' ll-=:`-=i':i-:1.6,1 -� EL 1051 Pall, TO BE T � ��y( jj •j` DURING CnON I 6 ✓�L • ( j •• L�� ��.© 1�• 10. 2-QR iW (41ieaKELS t/�It\� Al, /5 DOWELS AT O 6' CONS11NrnOv JOINT TART 12"CENTERS 6• EL IDJI CON5IRUCTIDN MN 7 11P ROUGHED SURFACE AND WATERSIOP ALL ARCUNO ......::t J.::.0 4 MM RAT OIEOSURFACE /6 0 6. SEE® 6-EMBED-TTP •AOOST REBAR AS REQURED .WO wA1ERSiOP TO PROVIDE ADEQUATE CLEARANCE (4)/B, SEE ,R SHED ROCK 0 O 17 AROUND 12'PIPE o i EOSTNG .3::�:'I :• a ^- 10B•RCP /fi o fi• SECTION CC CONSTRUCTION JOINT 5 8 /5 0 IC /5 O 6' 0 w 8 1NO. DOWELS NOTE: ALL WELLS AND ROOF BELOW ELEVATION 119.6 SHALL HALE SCALE:1/2•"1'-0- SCALE:NONE z .„ •NOPF. ADJUST REBAR AS REQUIRED PROTECTIVE LINER.SEE e e e w TO PROVIDE ADEQUATE CLEARANCE a AROUND T7 PPE °L N SECTION - 24"PIPE (NORTH VIEW) SECTION - 36"PIPE (WEST VIEW) r PERMIT z= SCALE:I/4•-1'-0• -A . SCALE:1/4•-1'-0' -- L SUBMITTAL J 000000 41EQ DEPARTMENT OF NATURAL RESOURCES :0 GARRT STRUMF3R5 ASSOCIATES.ING L BA10'R . BRYN MAWR SYSTEM IMPROVEMENTS PA 11/13/97 , J150 R4hwdF Road,Suite f00 ENGINEERS.INC _ __ ,(-•�. Btleru4 WA 98005-4446 17270 Moon dle-Redmond Rd. EL NELSON EAST SIDE INTERCEPTOR —„¢ v POOOc(425)519-0300 MmSVH0•MA 98072 „L01um0ra NOTED • Foe(425)519-0309 Phone:(425)488-4382 av„RAai„a King County CONNECTION PLANS, �S102 No. REN090N By APPb DATE •_ ' C73130C SECTIONS, AND DETAILS '„° '- J w 0 / (ram 1� S REfAIN TH TRF ��1 , /� /ANO cRa1�Fi��ovL�k o _. ..`fir * * 0 .0 1- III %1 N 6� L -__ - - ___����I .Y-../ .g. f U ire' /�/� —.�'''- �� _ I RIVERSIDE DRIVE : /011.11701.410, "vs' ...— ---- _____iiiiiissimimmommrargi. *- II __,---A, .r 1 • V T in �-. n • • © , • z 3 i 1 o Ng 3 r PERMIT 1 s L SUBMITTAL J `3iec.cue ra °1GNEA O1C1° �.E,.""$a DEPARTMENT OF NATURAL RESOURCES a'E Ka, O BRYN MAWR SYSTEM IMPROVEMENTS NOVEMBER 199' GARRY STRUTIIERS ASSOOATES.INC. G.�,, 3150 R es h Reee Suil.100 .o'yo a iwij% mun ` .... �°;� u�519-0300'B° ,-_.o• TREE CUTTING • c«s>519-0309 IQ tang Y AND CLEARING PLAN Count .• No. REVISION BY APP.° DATE �� m.mwo �W'� C73130C NO. n 510M a< 5 5 Ii ., I r I I 40 40 4 ; t 0. ! 1 , I 35 I i 35 I I , ... I 30 • EXISTG GROUtlp-\.4..... j..........".... EXISTING GRO NO / 1 4 ....;. I e 1 • • 1 "-. I I i 1 20 .0/ . ......0., ' I LAKE LAKE AS TO 'I : VlIHINGP .....,•••" i n Io , I I I 15 i I I I Wr.SHINGTON,/ 'g I I I 15 "---,-----114„—,--0 , ' 4 • 1 , 2-1' • 1 ! 1 0 . 3 5 I 1 I I I I a 1 1 1 I r ; I,•1 .; I 1 I 1 5 I 1 I I I 1 . 1 I . , , 1 i 1 1 , t7,; i 1 , I , , 5 1 , • F . I 1 I 0 I I 1 I 1 t. , r I j I I 0 i 0 SECTION 100 200 0 100 200 0. C) SECTION 0 3 . 2 i3 7.1 ,. . :-. -; 4 o• ..; .z, t.' :1'2 i_,g PERMIT L SUBMITIAL j q g F.:- . M... CHM.. DEPARTMENT OF NATURAL RESOURCES OCTOBER 1997 ..: .', NW BRYN MAWR SYSTEM IMPROVEMENTS Ai... WRY STWOIERS ASSOCIATES.INC. ViAllne YALE FILE MO: iL: A, 3150 Richards Rood,Suite 1W Z. E•114ouo.WA 98005 4446 CGH H 1.=40' EXHIBIT D-6 5 Phonc(425)519-0300 RECOW.019: V I"= 10' CAWING. ;7". ‘ . roc(425)519-03W COMPACT 1101: Xing County REVISION BY APP'n DATE APPROWN C73130C SMUT. OF , • . . 1. 5 r�L 5 - OR FURTHER OEMS Y PIPE SiANE[HWN�119E SEE B.i10 6u]. RUM COSTING TOP SUS (2)/6 NSTAu RLPVLEu ENT vs SEEei I I S4 O 12 Bi I I I 5/0'4 THREADED INSERT WRH BRp55 C. FOR USE 5/16 r '� TS 12.12.1/I OmiNec 61A0 REgAL AlN)2/e'.,ASiu A725 THREA.OED Bus jj • VN T ' ,I PL 1/x.50.x9'C S�- 606'B ]'-0'.]'-0'.9'CONC PEDESTAL O 2 i I TA ���� I _71111 /61 S'-0•C 1•-0• L _I ^' OI O WALL ORCEERENIW.STEEL >i� WiOP AND BOi L.-5-4• IE _I ,a (5)I4 STIRRUPS B• \ O (9)/6. -0•0 1•-0' (16)16 SOWAE uESH O CENTER ' _ Q TOP AND DOT IV EXISTING VAULT O INVERTED SIPHON OUTLET - MANHOLE BASE _ Q SIPHON OUTLET MANHOLE RO1-43 - REPLACEMENT SLAB SCALE: NONE SCALE:I/O•=1'-0• SCALE: NONE ] 5 ]-0 • r_ �—2 Cw re E (16)16 OOAELS ' "L SEE /4 SMROPS ELEVATION NIIHIIIINN►:5 2` /'1101"1FFI'NOI R 2-6• 15322 2 1.1001i010. /_ 2.ETA 2-2 2'TYP .. i E�MINIMELtaJI1 ' 14 0 12•-TAP NAII♦I♦M\� (9)/6.6•-0.0 1.-0. 1� %��/.IIIIR�`\�/' uESH TOP ANND SOT n 12.12.1/2 � HEADED usERr %W%11\I\\\ mommtimm , �6'0 CL of UN WALL I I I S _ /6•5•-0•RACIAL PL 1/2.30.2•-6' 2/B•v A125 1 I----COSTING--I /6 0 6' __ r�µoCEUENT o I'-0• r J THREADED BOLTS L VAULT LA 5/16 SECTION - FOUNDATION STEEL _ A SECTION B SECTION - REPLACEMENT SLAB C SCALE: NONE �z o o SCALE:1/4'=1'-0' SCALE:1/2•-1'-0• ~ o g r PERMIT L SUBMITTAL J OESYYICP. 1 CRECitU. DEPARTMENT OF NATURAL RESOURCES DAM L.MAR BRYN MAWR SYSTEM IMPROVEMENTS 11/13/97 - AwSI GI13RY STRST ERR ASSOCIATES.T 100 a ENGINEERS.INC SC.: 1u xo: �\� Be0eW1S WA 98005-4446 17270 W�vAe-R0dmond Rd E.I.NELSON Phone(425)519-0300 Wand vile•WA 98072 MO.: M NOTED CO) EAST SIDE INTERCEPTOR For(125)519 0309 Phone(425)489-4152 woo.uo King County CONNECTION S103 No. RDASION BY AWL, DATE waavvin C73130C DETAILS 15007 Nu r1 I 55 � III ■ o J' 1 I � • • � > D 1 O RM.uiP. AM R • (1__.: ,., 1 ' li,q11ii ,;., ,..,,.:CP p Am -11 2,0 1 ,.2,.0.,,,.„, QA 7.. .,,.-----,L---\\H_.,,,.,---f r,1 11 1:c''' 1 iii i i 1 T i. A1fl- Lt( I . 0 0 0 _0 �J' _ Itf .. , .. . ..... .. -. ., _ I \ t 3 4 • 5. ilia 3 _I_ r PERMIT - <S _ L SUBMITTAL J DEPARTMENT OF NATURAL RESOURCES �°'"' FA 1w° u¢woc OVEMOER 199' CARRY STRUTHERS ASSOCIATES,INC. na= IUD ® BRYN MAWR SYSTEM IMPROVEMENTS A3150 RiNmde Rood,Suite 100 Wu�ir)s Reflawe,WA 9,0D5-.«6 ' co., ,�„ No- TREE CUTTING Phone:(425)519-0300 ao — 1'=90' �� Fox(eu)5i9-0709 King County AND CLEARING PLAN a L No. REVISION BY MP'D DATE � D C73130L NO ' '"o' V „,oti. \\, . \ ' '' # / \ ( \/ilf#A'C--7'„ /// / / / , i /- 5 / I -,....;_ -------- \i_....0.0, ' iii ` / Z16 / /STlM.41..141A R / .e.6. \ /--—--��, i �.�rA ; \ ';-tr—'1 ”- ...74\ ( , .,..„ 4Y\ , \ le l / 9 , , T 1. 0 2 • 2 3 iTi A r 55 PERMIT 1 oiQs L SUBMITTAL J °�GME°" "�"`a DEPARTMENT OF NATURAL RESOURCES wre o�w�6 OVEMBER 199- GARRY STRUTRERS ASSOCIATES.INC. =a�a �� . BRYN MAWR SYSTEM IMPROVEMENTS A3,50 R ..:Rood,Sane 100 'a o ou s B�one MA 519-0300 �AA..., AO TREE CUTTING Phony�.25>5,9-0300 ENDED =<o �� Per(425)519-0309 }Unit County AND CLEARING PLAN N L No. REVISION Hf APP'0 DATE �ao� C73130C NO. 3 l , ' ` o� �11�d C7' d ❑odC7o Q D � ��Qp o❑ ❑ q Op ❑ �Do Q � OQ❑off Dl• - •. , ❑o�CS d aC5 Q�da� o ❑ d ❑ ❑ p ❑1 4,a c°❑o . 4a1J 1 ❑❑ ❑ br� a aQ Q °°o ' Q oc� O O1� D ❑ ��� V 0 oa000b Boa q O. Day o o a ❑ -- ❑ o�❑°� J �� ❑QO ❑p.-a ° Q Q p oQ O. 010-0' ° °fl • /' % o il-°jV7V\ o • D Q ° 1 !Aar L�� / J °1::: __ r- - 1 _ aim G—J�j�ll = "' 1 ra❑ f- DES "1� + (i�l! _ w :D ' DDI_____\ a 0 LTI _CCin--- r __ _.1 c:=I[11 13, .... ..m...._______ Film 0 Ejl IIIJJJ i .�In•lyyupp•�Ie'�• �1 unlrn1�r11♦Rtl��� I . o 7- � =�lll��II�I71��I-I 111 `�1111111111111111111►IIIII Illlglll �/�• I '-', 1 . .IlirMil • • •� 11"�1�__' I V� _R�: ♦ III, / e ����-�� �nnu�unnmummalmlljjppppp°0°°°°°►�InI►Il►nnnnnnnnnnnnnnnnil`'l1�►`11► I I ����.= ` iNi �nllulY►Nlmllmnn►nll►Inllmnnn►►n nnnnmllnmlm►,�mlmnmmmmnnmm�nminnnnnnnminnnm► nnnmmmmlln►►►mm�nnnmunm0i : _ �I�. Imo- -, , - PAS I� _ R _. .�_�:: ASP I • �__ _ — 011111111, 11 .,"1"li �� " V ,��l�, op. LAKE 1:1'1'1:11\----- \:,,,, ,_ 1ir WASHINGTON ,_.r_rlig u_ ' rn:s_tE.D.t..;:,, �, ___ -._�_ 7.,,,2, jam �•�� , . 11. 41: ---- :--_-___---- sol---L- ;un,I.::::11111111111111111: 3 I:I t X ... si - I -re' ...............0,,,_____ . ..... ,.. %\ . \ A ••:. i - I : 1/. .,___).. _________ ________=_71 101 Av,\ s I 7 tea_ ' /, \ tr1t ' vi--; - ' • s. J`/��,I � T ���. 21 '''''-:\ � 1Tiffin 45 -3Es ,I _ _ I ,.,��..n���, � � 11II(y1�I1I1II • zas: Y. )� r i. LOGAN-�w BURN = _:___+- F C .IV W Z o� 4. Zcc " In ..—� — Il C 0 DEC °I 1997 i wa I N W B — W MS AVE. • , icitiT PLF.NNINC .- J_, Z � • Ut CITY O `:' 4 I 250 125 0 250 500 750 IT a z SCALE: 1' = 250' SUBMITTAL DEsaED: • cHE«ED: I DEPARTMENT OF NATURAL RESOURCES DATE a CARRY levee, WA 8005-4TES INC K.J.D. BRYN MAWR SYSTEM IMPROVEMENTS NOVEMEBER 199 A3150 Richards Road, Suite DRAWN: —SCALE © FILE NO: % Bellevue, WA 98005-4446 C.G.H. NEIGHBORHOOD DETAIL MAP Phone (425) 519-0300 RECOYUENDED NONE DRAW7ND N0 H ♦ Falc (425) 519-0309 CONTRACT NO: IKtng County G105 No. REVISION BY APP'D DATE APPROVED: SHEET NO: OF C73130C 2 i.• . / / . / ....) -\ . \ \ . yi / / / \ \ /i 7 , ..„ , , 5 / % !' / 1 ill l ` i+ v \/ i ?'cv�;is' �� Y,/-"/ �' i l 1 _:z J = rl ' /' /r,,./r CO) :.,- ,---_______j I I ----____________ / -----_, . \ Ilk\ k,,,,„ -_, \ , / / 2go, Z_fj________-----1� '" il 1 -------------./ \ , / / l/ \ , 53+ 0 r • 1! - I 55+ 0 �r� .i It 5400 I I `1 /k / , , • / . — • / C�\ \ ` % / / ` I REMOVE EXISTING-4-DIAMETER _- cc is // •• / ----.........._____ / oo ` 1 / _ // /' % AND LiAE // / 'Jr-_.,'. /` hry l �• l r U/ /fir i1\ a /�1 J ;i •• / /; `; t / / \ 1 / % / / , ate/ / / a /\ // : 9 ,i // , / / ---__...______ t--___________ • / // -, --.-------------..../3:.:„.____„_'..---- -----."-----. \ •1 -t.•,--.:„.‘..„.,...,/c....„, _v______•,: ,,\ lm,Qua'!ll l l \l` l ! l • �il \ l \ ' 2 t ,-l'--.... % r • 3 3 t = E c • (U - C - _- • ~ 2 - - 2 • u _ ' i RECEIVED . L / > DEC 1 1997 i — UEVVELOo✓Ivi'C-Nl PLANNING a z GITY OF RL'NTON Tz o x o j Z _LT c W w< N W 0 N< �J N } - PERMIT ' <z L SUBMITTAL J BASEUAP: DESIGNED: CHECKED: DATE: r-. ELEVATION D EQUALS MEANS • DEPARTMENT OF NATURAL RESOURCES j SEA LEVEL 1929 use&Qs NOVEMBER 199- E (ADJUSTED 1947) - • KING COUNTY PIPE: KJD BRYN MAWR SYSTEM IMPROVEMENTS GARRY STRUTHERS ASSOCIATES. INC. ELEVATION 100 EQUALS u S..S4464 3150 Richards Rood, Suite 100 MEANS SEA LEVEE 192?y USCDRAWN: SCALE: FILE N0: h GS(A0.IUSTFD 19A7)BPhone: (4W 9519-03006 CGH TREE CUTTING• Phone: (425) 519-0300 I RECOMMENDED: 1" = 4O' DRAWING N0: '- _ Fax (425) 519-0309 ` King County AND CLEARING P LAN CONTRACT• No: / No. REVISION BY APP'D DATE COORDINATES,BEARWCS ARE APPROVED. C731 3OC NO. 3 SHEET NO: OF BASED ON WASHRTCON CO- ORDINATE SYSTEM NOR..ZONE v w -_ — . ,•in, 7 -) 5 111111i - . . 1 ( \\. _.__. * RETAIN THESE TREES I I AND GROUND COVER I ."--1/‹.t- r 'I REMOVE EXISTING 6" DIAMEFE �_ 1 F• •I -J-� - I TREE AND RFPI AC 1 roo 11 1 a+00 14+oo ��i � 1 I , I I`z ' I RIVERSCE DRIVE i. C-.NL 0�>>T s, _1"'�� i I� x • .iT _ c.1T I <=-e 7� a 7a GN 122in 3_ I -^_.2< -v 4-� 4 ' O41:��I i I I �� I I I I r- I I '„ \ I j �6_ = ' 11 :w I I II II I / I I ' � - I = _ j i/\�{�q1 V 1'' j , _ REMOVE EXISTING 6" DIAM ` i I v % I I • AN. 'EPLAC ' J I.' I `' \1,------- IaE: • —\ • 0 1, 0 11 VI! ' i NV N,:t.- I I I • _ i 1 coo �� .xy 1z5' IN JJ may/ I ' •�I ' SOT 2.1 P% /SH,NERit,3 �� A^ _ -L I 1E1 135559.0a7� jl — • jai li - 1 �� I I t I • 1 I.I I H :!.' ! 1 \ I 3 3 E d N. c- - :U c 2 - • 2 N. 0` . 3 i v • • RECEIVED C _ DEC 3 "I• 1997 W} 2 — — DEVELOPMENT PLANNING o0 < CITY OF REtNTON Z c / Z Q 1 1, I,// o a U -I N • r - PERMIT �_ L SUBMITTAL. j .f. RASENAP: DESIGNED: CHECKED: DATE: ELEVATION 0 EQUALS MEANS DEPARTMENT OF NATURAL RESOURCES 1 - SEA LEVEL 1929 USC A:GS(ADJUSTED 19AT) - ^_- NOVEMBER 199. .S.41446. KING COUNTY PIPE: KJD BRYN MAWR SYSTEM IMPROVEMENTS GARRY STRUTHERS ASSOCIATES. INC. ELEVATION 100 EQUALS 3150 Richords Road. Suite 100 MU NsSEALEVEL192yy us.'. OWN: sue: FlLE No: h CS(A0.IUSIED.. ,. • Beltewe, wA 98005-4446 CGH TREE CUTTING Phone: (425) 519-0300 6ff RECOMMENDED: 1 = 40 DRAWING N0: Fax (425) 519-0309 � �" King County AND CLEARING P LAN CONTRACT No: C73130C NO. 2 SHEET NO: OF j No. REVISION BY APP'D DATE ew00sEo°1oN�wAs,BEARINGS TG ar+co E APPROVED: ORDINATE SYSTEM NORM ZONE - - __ _- tt I s11 ly I ! I I i t ! I I 11 j j I • i ;f t sl' . V i 1. CI! jl Z1 yi z .I ' II i I I I i / ! i I ! ; i .Iw !I I w }y r . l j I I1 1 1 ,:' D I 1 1 'ytt it I I ,c�v+ l I 1 r i i 1 es 1 I LU 1 N REMOVE •EXIST ryC 6' DIAMETER I I )I "d 1 I I I I I 1 I I I I_N1evazia.i=-z_ 1 �I > •D+pp 'ii I ® AND/I tiA w I I I { • %>� e "w`�Eii III ',1 1 I I /( .• �1 •== I I 't j III A r 1 1'i I I Q 1! I sti I I it i I I / • I I --� <.,c � - I '�jl I %� vl j` IE d lil i•'I ►.I / I I I Q l II ( el \\ 1' I I 1 �l J,.= 1� it Z I / ;1�x/II 1 // %p I I , 1 ��I �J I I I ! I ! ! I h? 1��1 - III I a`_ i'.ems I i I � O s'I) • I lil `�/ r� E 12'„CNC'.=22.1 i .2 C�19] �_ 1 ! _' ST`NL,. i11! V J A i r1 R P=25.93 m� 1 •c�-LN M1 I> I 1 ': Jr'Vzs.es II 'I � n I �' :I" ;Ilj fr.lcEr+-Av v=n.. jY) fI ljl 2+pp I. I '„1 r_suv==zcl - 11 I !I /II I III 1 '4 r$'" 'E 21 T1'7a ` I O III I ,i _I .� I \� 1 _ I� • _a_u '2`'2 \ I II :! K ' DH'z =zzaz 1 �I --- - - —�-• •- / • -- ccv: rs=n.; 1 II �� root vs.e.,:_,c_ _ I I I r _ ( - _ __— ..._, _ J 4 _. =22= / II .1 it r I $', PI I ( - .{ N ^�'C; T - �. T h — v s-s-- 1 4 c V.=_J2 Y /I' I I ` I , �, • J t1^ __27 .u=2`_.• L:2A �LOCAncN 'd;Cxw:.'r) �� I -�� v__. oa.PEan NE =.].3 14Mh ,ONEO,MAT e_ u=2E.5]. I I.I\\ ! UNCER FA�!ACNi) I I • /I[I_,..el]0 I I �;---- CTt_1 T.BH� °H//////�Vie" = /!!ivy �� --- 2a'__ �b __, , I I r— , I I N V I fl S 1 1ii/ /// ~�%� I ► Iimmillmmi i2 ' J 1 _ I \ �E 2-E=,sL / j r 1�s.v=Is.G 1 , /I - Rlu=z].<^ I I I 1 171MH'LOCATION APFROxIM TEL 1 �..,.A \ _ - - - -- - STS - - /--\-\-\—-_i-- --I-- --- a,_ .e .... - - PROPERn UNE UNCER PAVEMENT)d ---I-I .� __ __ - __ _ (A.RANOONED, I 3 3 ► I- E d - 2 - 2 a - ECG ED I �^ • 3 - DEC ,, 1997 - LI EY PI-A O.OEVELP1' 1N �y f01� — CITY OF v w Z 0 - J o Lo - - F Z 00 _ = Zo - Z -U ev▪ 1 w 3 1 Z N j U to r .LJ� J z i- PERMIT a= • L SUBMITTAL -J ( • BASEwwv DESIGNED: CHECKED: DATE: ELEVATION o EQUALS MEANS DEPARTMENT OF NATURAL RESOURCES • jSEA LEVEL 1929 USC h GS n (ADJUSTED 19.]) NOVEMBER 199: KING COUNTY PIPE: KJD BRYN MAWR SYSTEM IMPROVEMENTS - GARRY STRUTHERS ASSOCIATES, INC. ELEVAI1ON 100 EQUALS `� 4S4ifit. ERNS SEA LEVEL 19 USL DRAWN: SCN.E. FlLE NO. _ 3150 Richards Road, Suite 100 H cs(SEA LEVESTF.D 1MRBellevue, WA 98005-4446947) DOH TREE CUTTINGPhone: (425) 519-0300 RECOMMENDED: 1" = 40' - •.•` DRAWING NO:Fax (425) 519-0309 N` • CON RACT No: King County AND CLEARING PLAN / No. REVISION BY APP.() DATE COORDINATES•BEARINGS ARE APPROVED: '• SHEET NO: OFL.. BASED ON WASHINGTON CO- C731 JOC N� - ORDINATC SVSTEN NORTH LONE _ - - . . a CITY OF RENTON • ..u. . v Planning/Building/Public Works ',.. ".1—" ... i '1. ,.• . ' $' lilts-ow ,,:a , . ,Mill Avenue South - Renton, Washington 98055 , ___.. -- ,: ----777-.T.;g--Zr---7.----. VP 4,'01 t, .1 0 2 9 5 I' . • cr• ,.-. . \---"---4 sc .J3t) ,„.,,• . ,(-,I , I j p 7150564 u.s. POSTAGE ,,,,,..3 • l'iiii.R. CLics-398 0 . .... Ait) ...,„ Mi l' Engine -.i-iii;a: • ' f, OB307b28600G0e0o4rOge Wu ' 1 I Vicky • igst 1s1e5att12.1:w7thAA9v8eiS78 I — ---- - 98178000B IN 18 01/09/98 RETURN TO SENDER NOT DELIVERkBLE ‘z -------,— ; . 776--s-N,7 . (i NO FORWARD ORDER ON FILE - AS ADDRESSED ..„ - -1 i.... -i' litfil E _.1 . ..\ 1 • LL....RETURN TO SENDER' . 1' ' -IiIthriv) 1.-".98;18. .- .. -;.. .-li:ii-da.11;-.4.:Iiiiri..ii 41 IA , ..• • . I. •-, iti i 'ILA. - --- --- - OticY 9"4 ♦ • ��N2�� NOTICE OF APPLICATION PLANNING/BUILDING/PUBLIC WORKS DATE: JANUARY 06, 1998 . A Master Application has been filed and accepted with the Development Services Division of the City of Renton. The following briefly describes the application and the necessary Public Approvals. I PROJECT NUMBER/NAME: LUA-97-195,CU-H,SM'/BRYN MAWR SYSTEM IMPROVEMENTS DESCRIPTION: , The applicant seeks to upgrade the existing sewer main that connects the Bryn Mawr area to the Metro transmission line. The pipe installed will vary from 24"to 36"in diameter. The applicant has also requested a Shoreline Substantial Development Permit as a portion of the work will be within 200 feet of the Cedar River and Lake Washington. (GENERAL LOCATION: Renton Airport,Cedar River Trail Park,North 6th Street STUDIES REQUIRED/OR ' ///I VAILABLE: N/A PUBLIC APPROVALS: Conditional Use Permit Shoreline Substantial Development Permit Comments on the above application must be submitted in writing to Mark R.Pywell,AICP,Project Manager, Development Services Division,200 Mill Avenue South,Renton,WA 98055,by 5:00 PM on January 20,1998. This matter is also scheduled for a public hearing on February 3,1998 at 9:00.AM,Council Chambers,Second Floor Municipal Building,200 Mill Ave.South. If you are interested in attending the hearing,please contact the Development Services Division,277-5582,to ensure that the hearing has not been rescheduled. If comments cannot be submitted in variting by the date indicated above,you may still appear at the;hearing and present your comments on the proposal ' before the Hearing Examiner. If you have questions about this proposal,or wish to be made a party of record and aeceive additional information by mail,contact Mr.Pywell at 425-277-5586. Anyone who submits written comments will utomatically become a party of record and will be notified of any decision on this project. PLEASE INCLUDE THE PROJECT NUMBER WHEN CALLING FOR PROPER FILE IDENTIFICATION DATE OF APPLICATION: DECEMBER 31,1997 NOTICE OF COMPLETE APPLICATION: " JANUARY 06;1998 ATE OF NOTICE OF APPLICATION: JANUARY 06,1998 il s i ^ ' 1 I ,{ 1 1 Nr, " _ - r 0 !:; (31 !1111 4S l<A r. `s. = J I't itlIIS'j h�n1 SA 1 -1\ III 1T\ 1 \T r Ik 1 j. i--. I IV'P7 II,- h\ 1 i , Ili� � i r � _' 1' 1\ N .,,,:,"..\,,, ,- „_.. ,,, ,-,. i: , , . . , . :. ,... :„,,, :,,,,,,,„„,,,,,, f- lit\ :- \iA'Y: I-1 ' 'fi''U-. ' - - . ., ...4.. _ , :‘:, 5 L ::.2 .,; ..i.;...,;7...'..4: ;.1 )t ,) Ily i.1:_ ..-...:7. fl.;; ' ,• • , ) ila, . ‘.' t'' ' ,' .;: . , 0\ ,.:;," . ' , .. .W'',3;..:.t,., , CC, i,,II:. 1 i\(Ili' ,'i,` '7,•.: z-F.ivif''` •F'' r -... - _ ' i.. . GENMALOT.DOC ,i' i�'1\ ` �I 1111111\ tl�. .'�\� =--,'�s i l 1I I� i . DEC 07 '98 17:24 FROM:EDMONDS WA 4257441400 T-T83 P.02/09 F-928 Po3t-it'Fax Nets i _ "8® /Z'/4- osoesr r ToLiAt ! 6144 Fran fled. Co1Wpt, Co. Phone Yif .� ' + !sv prem.i '201, -2.9g - 7etc- Fa q FL '� 2 5 ©O /6 y2S 7ytl- /yoo ,?� - TEMPORARY CONSTRUCTION EASEMENT The undersigned Grantor(s) THE CITY OF RENTON, A WASHINGTON MUNICIPAL CORPORATION, their heirs, successors and assigns (hereinafter together referred to as "Grantor(s)"), for and in consideration of mutual benefits, hereby convey and grant to KING COUNTY, a political subdivision of the State of Washington, its successors and assigns (hereinafter together referred to as "COUNTY"), a temporary easement being for all purposes during the construction and installation of a sewer interceptor with all connections, manholes and appurtenances thereto, over, across, along, in, upon, and under the following described property: SEE ATTACHED E EMIT A ON PAGE 3 and 4 OF 4 Together with the right of ingress to and. egress from said described property for the foregoing purposes, said easement to commence on the date of this instrument and to terminate on the date construction is complete. The Grantor(s) hereby and the COUNTY, by accepting this Temporary Easement, mutually covenant and agree as follows: 1. COUNTY shall, upon completion of any construction of any facilities described herein, remove all debris and restore the surface of the above described property as nearly as possible to the condition in which it existed at the date of this agreement. 2. A maintenance agreement shall be provided by the COUNTY providing that the COUNTY shall be fully responsible for immediate repair of any damage to Airport property clue to settling or other shifting due to the microtunnel or any of its appurtenances for as long as the pipe crossing remains in place. 3. COUNTY shall protect and save harmless Grantor(s) from any and all claims, .demands, Ioss, damage, expense and liability of every kind and description including personal injury and for any damage to or loss or destruction of property whatsoever Page 1 of 4 • DEC 07 '98 17:25 FROM:EDMONDS WA 4257441400 T-783 P.03/09 F-928 sufEbred by Grantor(s), their heirs successors and assigns, or by any persons, firms or corporations,because of the construction and/or maintenance of said facilities. - 4. All right, title, and interest that may be used and enjoyed without interfering with the easement rights herein conveyed are reserved to the Grantor(s). 5. Payment for the temporary construction easement herein granted is in the process of being determined. Compensation for said temporary construction easement area shall be made after the value is determined. The term"actual use" as used herein shall be construed to include only the period from the start of construction of said sewer line in the above described temporary construction easement area until completion thereof including reconstruction and restoration of improved areas. DATED this day of l'f , 19. . enton Accepted on behalf of KING COUNTY: 'HY: ?i1411 /34441411144). ease _a`" er • Mayor b/me- .Title: Title': • 0.040647H 44, Nevitix_esa eteAt STATE OF WASHINGTON } } ss COUNTY OF X/A/f } • I certify that I know or have satisfactory evidence that Ahlifit *Lie'rridritg_ signed this instrument, on oath stated that (he/she/they) (was/were) authorized to execute the instrument and acknowledged it as the -r LlfaiR.€gq erfezp44e#Ir of to be the free and voluntary act of such party for the uses and purposes mentioned in the instrument. Dated 1�___ /491 0�,�.i (seal or stamp) Signatur oftary Public Title: WY d .K My appointment expires: / Page 2 of4 DEC 07 '98 17:25 FROM:EDMONDS WA 4257441400 T-783 P.04/09 F-928 EXHIBIT A ALL BEARINGS ABE REFERENCED TO THE GRID MERIDIAN OF THE WASHINGTON COORDINATE SYSTEM, NORTH ZONE.NAD 83(91). A PARCEL OF LAND LYING WITHIN THE CONFINES OF THE CITY OF RENTON'S MUNICIPAL AIRPORT IN SECTION 7.TOWNSHIP 23 NORTH,RANGE 5 EAST, w.M-, IN ICING COUNTY, WASHINGTON, SAID PARCEL BEING DESCRIBED AS FOLLOWS: BEGINNING AT THE INTERSECTION OF THE NORTH MARGIN OF NORTH 6TH STREET WITH THE EAST LINE OF THOSE LANDS ABITTI U'(G THE CEDAR RIVER RECEIVED BY THE CITY OF RENTON ON DISSOLUTION OF COMMERCIAL WATERWAY DISTRICT NO. 2 UNDER A DECREE OF DISSOLUTION DATED IULY 3, 1956, KING COUNTY SUPERIOR COURT CAUSE NO.494024, IN SAID SECTION 7,THENCE SOUTH12°47' 42.' EAST ALONG SAID EAST LINE 23-38 FEET TO A POINT DESCRIBED AS THE TRUE POINT OF BEGINNING OF PARCEL A,BEING THE POINT OF BEGINNING OF THE CENTERLINE OF A TEN FOOT WIDE EASEMENT GRANTED TO THE MUNICIPALITY OF METROPOLITAN SEATTLE IN DOCUMENT RECORDED UNDER KING COUNTY RECORDING NO. 5514905; THENCE ALONG SAID RECORDED EASEMENT CENTERLINE ON THE FOLLOWING COURSES AND DISTANCES: NORTH 89°34' 11'.WEST 45.35 FEET; THENCE NORTH 07° • 08' 30' WEST 250.00 FEET:THENCE NORTH 01°35' 13' EAST 400.00 FEET; THENCE NORTH 12°29' 24' WEST 489.72 FEET;THENCE NORTH 12°56' 36' WEST 1314.62 FEET; THENCE, LEAVING SAID RECORDED EASEMENT CENTERLINE SOUTH 77° 03' 24' WEST 0.41 FEET;THENCE NORTH 64°56' 33'WEST 5.83 FEET TO AN INTERSECTION WITH THE WESTERLY SIDELINE OF SAID RECORDED EASEMENT;THENCE CONTINUING NORTH 64°56' 33' WEST 17.97 FEET;THENCE NORTH 16°53' 58' WEST 376.07 FEET: THENCE NORTH 87°45' 17' WEST 266.23 FEET TO A POINT ON THE EASTERLY BOUNDARY LINE OF THE CITY OF RENTON'S MUNICIPAL AIRPORT AND TRUE POINT OF BEGINNING OF HEREIN DESCRIBED CONSTRUCTION EASEMENT, (LOCATION OF SAID POINT WITH RESPECT TO AIRPORT DATUM IS RIGHT 207 FEET, MORE OR LESS, OF RUNWAY CENTERLINE STATION 50+56, MORE OR LESS); THENCE SOUTH 12°47' 42' EAST ALONG SAID BOUNDARY LINE 15.53 FEET;THENCE NORTH 87°45' 17' WEST 93.64 FEET: THENCE NORTH 02° 14' 43' EAST 1.50 FEET;THENCE NORTH 87°4S' 17' WEST 486.24 FEET;THENCE SOUTH 16°20' 42' WEST 16.31 FEET;THENCE SOUTH 85°01' 24" WEST 151.42 FEET;THENCE NORTH 26°48' 56' WEST 96.14 FEET; THENCE NORTH 41° 17' 27" EAST 18.28 FEET; THENCE NORTH Ot°07' 40'EAST 60.00 FEET; DEC 07 '98 17:26 FROM:EDMONDS WA 4257441400 T-783 P.05/09 F-928 • • EXHIBIT A CONT. • THENCE NORTH 27 53'00'WEST 198.32 FEET TO A POINT ON THE NORTH LINE o1° SAID C/TY OF RENTON'S MUNICIPAL AIRPORT;THENCE SOUTH 87°20' 01' EAST ALONG SAID NORTH LINE 35.13 FEET; THENCE SOUTH 35°48' 35' EAST 59.7-5 FEET; THENCE soUTH 223 33'40' EAST 237.40 FEET;THENCE SOUTH 87°4S' 17' EAST 127.01 FEET;THENCE SOUTH 16°20'42'WEST 18.04 FEET;THENCE SOUTH 87° 45' 17' EAST 482.47 FEET;THENCE NORTH CO 14' 43' EAST 7.50 FEET;THENCE SOUTH 87°45' 17' EAST 85.58 FEET TO A POINT ON SAID EASTERLY AIRPORT BOUNDARY LINE;THENCE SOUTH 12°47' 42' EAST ALONG SAID BOUNDARY LINE 15.53 FEET TO TICE TRUE POINT OF BEGINNING. CONTAINING 31,394 SQUARE FEET OR 0.721 ACRES, MORE OR LESS. • . DEC 07 '98 17:26 FROM:EDMONDS WA 4257441400 T-783 P.06/09 F-928 PERMANL. t & CONSTRUCTION EAS ' ENTS w CITY OF RENTON PARCEL%sot% EXHIBIT MAP if ' BLOCK B COMMERCIAL WATERWAY No. 2 BLOCK A - 1+- - sik -� !l \\C1 Cl OF R 01�11 CEDAR RIVER TRAIL +PARK I MUNICIPAL AIRPORT ' •t I tI 1 , t li.i, I C y I ,r, cn I -23 I I !- 0 •1 % :' • 1 ) Cn . • x Iz, ♦., v '� :I CITY OF RENTON ! MUNICIPLE AIRPORT PARCEL. — 0 El I \ 11174742•111$ POIN \ 3Lu, ri,.p ,aass ! 11/4,/,,Olir, -A/TIZAW ,-)M -• • ;4(' - . . ' ' - . •:'• ••• ... .:' -7-I . rz., -- --1.- -"/"177 -,.. Z'. -, - - t ,, --A, - ,,- X.1: 1 UM ' .... ... . ... ..... . . . { ,� lb- UN rarastnt Miss � \ ...� 4 , 0' _''. .. ... • Ewa'y"' Nis 7ID lii. .1 SCALE IN FEET HoR WNTAL DATUM, WASHINGTON COORDINATE SYSTEM DUANE SAETMAN k ASSOCIATES, INC. NORTH ZONE NAD 83(91) 0.9:t;1 Surveyors I.1 P 1 116928 1i000WALLE—REDIaOND ROAD, 13-209 (425) 483-535.5 SHT 12 OF 15 . nru l IAI i g• Waa/Pdt:MH 464177 r6Y 14oc1 4.11 . f►5i1 1 i ' DEC 07 '98 17:26 FROM:EDMONDS WA 4257441400 T-783 P.07/09 F-928 . ' PERMA*NT & CONSTRUCTION E EMENTS CITY OF RENTON PARCEL.' • EXHIBIT MAP \ `1 `� `S-- i ti i1 i i 1 ,�'� Sl l I I 1 11 4 �, 1 II I1 1I It I i.,f BLOCK A 1 11 I t w ` k II 1 l 11 1 11 rt1111II 1t 1111 1 1 . • 1 11 11 II I N 1 II II II 11 11 1l ! 1 f� N ` It II 11 1 t 11 II I1 l I ���� l it 11 11 1 I 11 11 It 1 Il �/ 1 I1 11 It 1 l 11 it 11 1 1 r I / ► lI 11 II t 1 t1 11 •< II 1 l' 1 l t 11 11 ! I , 11 11 11 1 I _ t 11 11 0 1I 11 11 1 1 I1 II it 11 ll 1 t , 1 1 1 1 1 1t 11 11 0 II It $ 1 l I1 tUU 111It1II 1 1r Li1- --1 Id- '` 1 I i .. 4' 0i i . P-- -- - * ; 1 r 1 t I ii 11 1I 1 I I .... I 1 I- -7 I 1 I < t• 11 L.—� 1 l II t •_ Lr1 V 21 < . =r ♦y. • r --r- I - CITY OF RENTON 1 t MUNIC1PLE AIRPORT PARCEL 1 1 lb' l 4 ' 0' 0 ' 80' .M _ SCALE IN FEET V IMAM HORIZON-CAI DATUMS WASHING TON` COORDINATE SYSTEI+ eiNE DUANE HARTMAN & ASSOCIATES, INC. NORTH ZONE NAD 83(91) Surveyors -1111/1 16928 W00DIMALIE-REDUOND ROAD. 8-209 1 (42S) 483-5355 WOODINVILLE. WASHINGTON 98072 FAX (425) 483-4650 SHT 13 OF 15 1 DEC 07 '98 17:27 FROM:EDMONDS WA 4257441400 T-T83 P.08/09 F-928 PERMANAlT & CONSTRUCTION EAe 4ENT8 CITY OF RENTON PARCEL EXHIBIT MAP ...--------G-'; ,....e.,.<5-;.•7-.:.:-.,.. •""„„. ...1.A0v.ii i;.4-0_-,-•.-...pJA:rP.÷—:-?A,•:.4-: --e---i-tI,.:, i ii.'.....:.• e I -4 A6 _ a i - =-A ,kM '_ vw+vii.i _ Y.T.__...:..nrMt.. ..7. 1 _ _:fi .}i s wt�?::::^.i:: -- _ +"......�7E$p --i 11 .: ii--— •%.�/Z ZZA:,yam//////////I/ //�'/ � �/ %%//,,J-. hal' / /77 r '!h tiE 1 ''i�":F'�'��ii'w T p r ...„...„,„„„ ::::1::::rpx,:a...„.........",... ---,,,.. t 1 i i i 1 t ' 1t1i i 1 1 1 1 1 1 1 , 1 l t t i i • 11 g 1 ► l ` t i 1 I t '- 1 1�r-I 1 t l . i y \.0-- --1 ' ► 1 \ it 1 t U 4 E 0 .. W! AO' : f ail ra_244 4:2 L'' SCALE IN FEET HORI7O TAL DATUM SYSTEM WASHINGTON COORDINATE DUANE HARTMAN & ASSOCIATES, INC. NORTH ZONE NAD 83(91) �. a--- Surveyors t. •4 -1 MOQAtYU RE iO1JD ROAD. G-209 425 483-5355 1 ) SHT14OF15 wooa . w�tNGTQN seo� FAX f«s1 Asa DEC 07 .98 17:27 FROM:EDMONDS WA 4257441400 T-783 P.09/09 F-928 DERMA __ ,NY CONSTRUCTION Er EMENTS ' CITY OF RENTON PARCEL EXHIBIT A ,,. _ _ t cm orbital . ' I , ti • lli k' TrBLOCK as _ rsgory A 1 i 74" N_._ ....,....„....,_ _........: ,._...___________A_ ../.„,,,-, ,,, , o ..... .,. ... .... \ D / \ N:....si:- � • .. ,„. .. a .............„.......,..\\=1..\\. ..../ , \, ., , 1 17 ,,, . / . . 0' , __. . • • . I. iT:. # q-;:' / 0. .1 1 /.,.....,.... 1 '4. . //li \ \ 0 / ... • • \ \: %� -doom . .. • \__ .% • A. ~_ . _ _ , =f/� i1• ' V /f J/,/ 1 ...., _ 9-- + .. , p . .. , , __ ....._ , , . 7 / !• .1 ' ' ( r)qg , • i \ . 4fthi ., CLI) 11301 .-- . • I lb . t it M ; • SCALE !N FEET HORIZONTAL DATUM ' - ' WASHINGTON COORDINATE SYSTEM, DUANE HARTMAN be ASSOCIATES, INC. NORTH ZONE NAD 83(91) , 1, Strveyors ,. . 18928 w0ODNMLLE-REDwGNO ROAD, 8-209 (425) 483-5355 . ; , mini um 1 F WASHINGTDN 911D77 FAY ( ,, ' aAi_aasn SHT 15 OF 15 /Jh CITY OF RENTON CITY OF RENTON JUL 1 41998 PLANNING/BUILDING/PUBLIC WORKS RECEIVED MEMORANDUM CITY CLERK'S OFFICE DATE: July 13, 1998 TO: Marilyn Petersen, City Clerk FROM: Tom Boyns, Property Services Supervisor, 430-7209 f- SUBJECT: Verification of King County Temporary Construction Easement; Renton Municipal Airport We have verified that the legal description is sufficient and comports with the map exhibit. The rights granted on a temporary basis support the project and provide protection for the City. On March 9, 1998, the City Council granted permission for the Mayor to execute this document upon review and approval by staff. The City Attorney has approved the document as to legal form, a copy of his memo is attached. The airport manager has approved the form as well. Please have the Mayor execute this document and return it to my attention for coordination and processing through King County. I -dis ocumentzs-not'to be recorded lt-will-be-replaceirliT a-perman ne t easeme iraatihe conclusion f consti-uctio'n cc Gregg Zimmerman Gail Reed ,, CIT: DF.RENTON ..ti • ,Office of the City Attorney , Jesse Tanner;Mayor; Lawrence J.Warren • • MEMORANDUM TO: Tom.Boyns ( � ) . � . . • FROM: *David M. Dean CIT`( OF: RENTON £rlgineering . DATE:= .. ::July 8, 1998 ' ; :::.•�.....:..:: ..:.:.:�.- Dept, ,, .. RE: Construction Easements I have reviewed the enclosed.Temporary Construction Easements. These documents are satisfactory as to legal form - Please contact me if you have any questions:;' • • DMD: scr Cc: Gail Reed • Post Office Box 626 - 100 S. 2nd Street - Renton, Washington 98057 - (425)255-8678 Co This paper contains 50%recycled material,20%post consumer March 9, 1998 Renton City Council Minutes Page 84 does not appear to be necessary. The Committee recommended no additional action be taken on this item and that it be removed from the referral list. MOVED BY SCHLITZER, SECONDED BY CLAWSON, COUNCIL CONCUR IN THE COMMITTEE REPORT. CARRIED. Transportation (Aviation) Transportation (Aviation) Committee Chair Schlitzer presented a report Committee recommending that Council approve a contract in the amount of $59,917 with Airport: Relocation of CH2M Hill for replacement of the Renton Municipal Airport Tower heating, Tower HVAC Unit, ventilation and air conditioning (HVAC) unit; authorize the Mayor and City CH2M Hill, CAG-98- Clerk to execute the contract; and authorize the transfer of $60,000 from the unobligated Airport fund balance to the Control Tower HVAC Project. MOVED BY SCHLITZER, SECONDED BY CORMAN, COUNCIL CONCUR IN THE COMMITTEE REPORT. CARRIED. Airport: Runway 15 Safety Transportation (Aviation) Committee Chair Schlitzer presented a report Improvement, HNTB, recommending that Council approve a contract in the amount of $70,432 with CAG-98- HNTB for design and construction administration of the Runway 15 Safety Area Improvements project at Renton Municipal Airport. The Committee further recommended that the Mayor and City Clerk be authorized to execute the contract with HNTB and that a transfer of $70,432 be authorized from the unobligated Airport fund balance to the Runway 15 Safety Area Improvement project. The Committee further recommended that the Mayor and City Clerk be authorized to execute the application, assurances and acceptance, and other FAA documents related to this project and its FAA airport improvement grant. MOVED BY SCHLITZER, SECONDED BY CORMAN, COUNCIL CONCUR IN THE COMMITTEE REPORT. CARRIED. Utilities Committee Utilities Committee Chair Clawson presented a report recommending Parks: Cedar River Trail concurrence in the staff recommendation to approve a final easement to Puget Easement re Bryn Mawr Sound Energy for undergrounding electrical service through Cedar River Trail System Improvements, Park. The Committee further recommended that upon staff review and Puget Sound Energy approval, the Mayor and City Clerk be authorized to execute the final easement document. MOVED BY CLAWSON, SECONDED BY PARKER, COUNCIL CONCUR IN THE COMMITTEE REPORT. CARRIED. Parks: Cedar River Trail Utilities Committee Chair Clawson presented a report recommending Easements re Bryn Mawr concurrence in the staff recommendation to approve the Memorandum of System Improvements, The Understanding with The Boeing Company to facilitate construction of a storm Boeing Co, CAG-98- sewer interceptor in Cedar River Trail Park. The Memorandum of Understanding will be utilized to prepare the final agreement and required amendments to the Potable Water and Electrical Use Agreement (CAG-96- 116) and Fire Hydrant and Fire Water Use Agreement (CAG-73-098), and final easement documents. The Committee further recommended that the Mayor and City Clerk be authorized to execute the Memorandum of Understanding. MOVED BY CLAWSON, SECONDED BY PARKER, COUNCIL CONCUR IN THE COMMITTEE REPORT. CARRIED. Parks: Cedar River Trail Utilities Committee Chair Clawson presented a report recommending Easement re Bryn Mawr concurrence in the staff recommendation to approve King County's temporary System Improvements, construction easements through Cedar River Trail Park for the Bryn Mawr King Cty System Improvement Project. Improvements include construction for the siphon addition/trunk replacement, Boeing outfall interceptor, and undergrounding existing above-ground utilities. The Committee further recommended that upon staff review and approval, the Mayor and City Clerk be authorized to execute the temporary construction easement. MOVED BY CLAWSON, SECONDED BY PARKER, COUNCIL CONCUR IN THE COMMITTEE REPORT. CARRIED. (See page 86 for resolution.) DEVELOPM`._, PLANNING ! . CITY OF RENTON MAR 1 9 1998 423117 King County 10-08 Wastewater Treatment Division RECEIVED Department of Natural Resources 821 Second Avenue M.S.130 Seattle,WA 98104-1598 March 16, 1998 Kayren Kittrick, Plan Review Specialist City of Renton 200 Mill Avenue S. Renton, WA 98055 Bryn Mawr System Improvements Conditional Use Permit File #LUA-97-195, CU-H, SM Work Hour Issues Via Facsimile Dear Ms. Kittrick: In reviewing Condition#4 on Page 6 of the Conditional Use Permit, we find an inconsistency with our contract and our many previous discussions with the City regarding work hours. Section 01014, Paragraph 1.05 A. of the Contract allows the Contractor to work 24 hours per day in the park to meet the schedule requirements. This provision was cleared with Parks and other City staff during our monthly coordination meetings. It is essential to be able to work 24 hours per day in the park to complete work in time for the Corps "205" work to begin. As the Permit Conditions are currently written, we must quit hauling at 3:30 p.m. We are hereby requesting 24 hour hauling be approved to and from the park to meet our schedule. A second work hour issue has arisen regarding the former Mindeman's restaurant site. Our Contractor has requested extended work hours be approved at the Microtunnel pit. Initially, we propose to work from 7:00 a.m. to 7:00 p.m., six days per week at this site. If the Contractor can demonstrate that the work can be done without disturbing residents, we would then extend to a 24 hour operation. We would work with your staff, the residents and the Contractor to assure that the work does not disturb the public. Please feel free to call me at 206-684-1306, to discuss these matters in more detail. As I will be on vacation the week of March 16, you may also wish to contact our Resident Engineer, Keven Sandquist at 206-689-5434. Very truly yours, Richard M. Andrews, P.E. Project Manager Bryn Mawr System Improvements cc: Keven Sandquist, RNC Regina Raichart, Pharos Rod Boyd, 7ST Mark Pywell, Renton CLEAN WATER —A SOUND INVESTMENT i I • CITY OF RENTON APR 0 81998 RECEIVED CITY OF RENTON CITY CLERK'S OFFICE PLANNING/BUILDING/PUBLIC WORKS MEMORANDUM DATE: April 8, 1998 TO: Marilyn Petersen, City Clerk FROM: Tom Boyns, Property Services Supervisor, 6209 73 SUBJECT: Executed King County Temporary Construction Easement; Cedar River Trail Park We received the signed document from King County, and it is attached for your file. This document is not to be recorded. It will be replaced by a permanent easement at the conclusion of construction. • i 4 TEMPORARY CONSTRUCTION EASEMENT The undersigned Grantor(s) THE CITY OF RENTON, A WASHINGTON MUNICIPAL CORPORATION, their heirs, successors and assigns (hereinafter together referred to as "Grantor(s)"), for and in consideration of mutual benefits, hereby convey and grant to KING COUNTY, a political subdivision of the State of Washington, its successors and assigns (hereinafter together referred to as "COUNTY"), a temporary easement being for all purposes during the construction and installation of a sewer interceptor, utilities, and storm sewer line with all connections, manholes and appurtenances thereto, over, across, along, in, upon, and under the following described property: SEE ATTACHED EXHIBIT A ON PAGE 3, 4, and 5 OF 5 Together with the right of ingress to and egress from said described property for the foregoing purposes, said easement to commence on the date of this instrument and to terminate on the date construction is complete. The Grantor(s) hereby and the COUNTY, by accepting this Temporary Easement, mutually covenant and agree as follows: 1. COUNTY shall, upon completion of any construction of any facilities described herein, remove all debris and:restore the surface of the above described property as nearly as possible to the condition in which it existed at the date of this agreement. 2. COUNTY shall protect and save harmless Grantor(s) from any and all claims, demands, loss, damage, expense and liability of every kind and description including personal injury and for any damage to or loss or destruction of property whatsoever suffered by Grantor(s), their Heirs successors and assigns, or by any persons, firms or corporations, because of the construction and/or maintenance of said facilities. 3. All right, title, and interest that may be used and enjoyed without interfering with the easement rights herein conveyed are reserved to the Grantor(s). Page 1 of 5 ' I 4. Payment for the temporary construction easement herein granted is in the process of being determined. Compensation for said temporary construction easement area shall be made after the value is determined. The term "actual use" as used herein shall be construed to include only the period from the start of construction of said sewer line in the above described temporary construction easement area until completion thereof; including reconstruction and restoration of improved areas. DATED this day of T -7"I , 19 9 8 City o enton Accepted o behalf of KING CO TY: ci#01"4"4"-...? By: By: Jesse Tanner Title: Mayor Title: ' c-C.C6C /c1 STATE OF WASHINGTON } } ss COUNTY OF King } I certify that I know or have satisfactory evidence that Jesse. Tanner signed this instrument, on oath stated that (he/she/they) (was/were) authorized to execute the instrument and acknowledged' it as the Mayor of the City of Renton to be the free and voluntary act of such party for the uses and purposes mentioned in the instrument. #` sto StlM,°°°°°° Dated �''L.ikati l f d %s ........ 0%?:, )7,1 , • 4Aatl-804 Y�',•'• •o (seal ° N' Signature o N ry Public r C •v► JlkidlON on ( ,Y, ��o�, / 2'ba• ��• s'. ': Title: �" �' (. °O°°.,;3d....0°°°° ! My appointment expires: /0 -f- d� Page 2 of 5 EXHIBIT A ALL BEARINGS ARE REFERENCED TO THE GRID MERIDIAN OF THE WASHINGTON COORDINATE SYSTEM, NORTH ZONE, NAD 83(91). A TRACT OF LAND SITUATED IN SECTION 7, TOWNSHIP 23 NORTH, RANGE 5 EAST, W.M., IN KING COUNTY, WASHINGTON, DESCRIBED AS FOLLOWS: BEGINNING AT THE INTERSECTION OF THE NORTH MARGIN OF NORTH 6TH STREET WITH THE EAST LINE OF THOSE LANDS ABUTTING THE CEDAR RIVER, RECEIVED BY THE CITY OF RENTON ON DISSOLUTION OF COMMERCIAL WATERWAY DISTRICT NO. 2 UNDER A DECREE OF DISSOLUTION DATED JULY 3, 1956, KING COUNTY SUPERIOR COURT CAUSE NO. 494024, IN SAID SECTION 7, THENCE SOUTH 12°.47' 42" EAST ALONG SAID EAST LINE 522.89 FEET; THENCE NORTH 89°25' 47" WEST, 50.70 FEET; THENCE SOUTH 00° 34' 13" WEST, 6.00 FEET; THENCE NORTH 89° 25' 47" WEST, 23.65 FEET; THENCE NORTH 00° 34' 13" EAST, 26.26 FEET; THENCE NORTH 05° 29' 13" EAST, 62.81 FEET; THENCE NORTH 17° 12' 31" WEST, 147.21 FEET; THENCE NORTH 16° 28' 36" WEST, 54.86 FEET; THENCE NORTH 11° 10' 06" WEST, 54.28 FEET; THENCE NORTH 09° 27' 04" WEST, 87.51 FEET; THENCE NORTH 80° 32' 56" EAST, 6.00 FEET; THENCE NORTH 09° 27'I 04" WEST, 44.84 FEET; THENCE NORTH 89° 05' 13" WEST 3.59 FEET; THENCE NORTH 41° 52' 51" WEST 13.96 FEET; THENCE NORTH 00° 54' 46" EAST 7.50 FEET; THENCE NORTH 16° 32' 39" WEST 10.13 FEET; THENCE NORTH 04° 31' 45" WEST 64.93 FEET TO AN INTERSECTION WITH A CURVE TO THE RIGHT WHERE THE CENTER BEARS NORTH 78° 47' 21" EAST A RADIUS OF 1,095.23 FEET; THENCE NORTHERLY ALONG SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 09° 08' 53", AN ARC DISTANCE OF 174.87 FEET; THENCE NORTH 00° 43' 57" EAST, 394.19 FEET TO THE INTERSECTION WITH A CURVE TO THE LEFT WHERE THE CENTER BEARS SOUTH 87° 11' 39" WEST, A RADIUS OF 521.95 FEET; THENCE NORTHERLY ALONG SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 09° 46' 55", AN ARC LENGTH OF 89.11 FEET; Page 3 of 5 EXHIBIT A CONT. THENCE NORTH 12° 31' 26" WEST, 131.69 FEET TO THE INTERSECTION WITH A CURVE TO THE LEFT WHERE THE CENTER BEARS SOUTH 78° 24' 35" WEST, A RADIUS OF 10.12 FEET; THENCE NORTHERLY ALONG SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 70° 58' 39", AN ARC LENGTH OF 12.54 FEET; THENCE SOUTH 76° 51' 35" WEST, 11.79 FEET; THENCE NORTH 12° 54' 19" WEST, 766.36 FEET; THENCE NORTH 71° 30' 47" EAST, 9.45 FEET TO THE INTERSECTION WITH A CURVE TO THE LEFT WHERE THE CENTER BEARS NORTH 20° 58' 36" WEST, A RADIUS OF 11.45 FEET; THENCE NORTHEASTERLY ALONG SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 62° 34' 02", AN ARC LENGTH OF 12.50 FEET; THENCE NORTH 12° 40' 48" WEST, 299.18 FEET TO THE INTERSECTION WITH A CURVE TO THE LEFT WHERE THE CENTER BEARS SOUTH 84° 14' 26" WEST, A RADIUS OF 8.63 FEET; THENCE NORTHWESTERLY ALONG SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 87° 00' 33", AN ARC I:ENGTH OF 13.11 FEET; THENCE SOUTH 78°24' 16" WEST, 11.15 FEET; THENCE NORTH 12° 53' 56" WEST, 188.68 FEET; THENCE NORTH 77° 42' 31" EAST, 7.33 FEET TO THE INTERSECTION WITH A CURVE TO THE LEFT WHERE THE CENTER BEARS NORTH 06° 26' 41" WEST, A RADIUS OF 10.16 FEET; THENCE NORTHEASTERLY ALONG SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 87° 04' 48", AN ARC LENGTH OF 15.44 FEET; THENCE NORTH 12° 30' 54" WEST, 233.88 FEET TO THE INTERSECTION WITH A CURVE TO THE LEFT WHERE THE CENTER BEARS SOUTH 73° 17' 18" WEST A RADIUS'OF 17.18 FEET; THENCE NORTHWESTERLY ALONG SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 35° 17' 57" AN ARC.LENGTH OF 10.58 FEET; THENCE NORTH 79° 26' 33" WEST, 74.66 FEET; THENCE NORTH 10° 47' 41" EAST, 55.91 FEET; THENCE NORTH 55° 13' 43" WEST 39.48 FEET; THENCE NORTH 11° 01' 24" EAST 12.55 FEET; THENCE NORTH 04° 59' 24" EAST 34.49 FEET; THENCE NORTH 12°i 41' 35" WEST 137.81 FEET; THENCE NORTH 29° 49' 05" WEST 40.03 FEET; THENCE SOUTH 77° 22' 26" WEST 64.79 FEET; THENCE NORTH 11° 34' 56" WEST, 129.45 FEET; THENCE NORTH 87° 45' 17" WEST, 167.84 FEET; THENCE NORTH 12° 47' 42" WEST, 31.06 FEET; THENCE SOUTH 87° 45' 17" EAST, 168.52 FEET; Page 4 of 5 r-_ , EXHIBIT A CONT. THENCE NORTH 11° 34' 56" WEST, 96.28 FEET; THENCE NORTH 29° 06' 50" EAST, 23.29 FEET TO THE INTERSECTION WITH A CURVE TO THE RIGHT WHERE THE CENTER BEARS NORTH 850 02' 40" EAST, A RADIUS OF 67.87 FEET; THENCE NORTHEASTERLY ALONG SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 87° 35' 23", AN ARC LENGTH OF 103.76 FEET TO THE INTERSECTION WITH A CURVE TO THE LEFT WHERE THE CENTER BEARS NORTH 15° 54' 38" WEST, A RADIUS OF 20.40 FEET; THENCE NORTHWESTERLY ALONG SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 69° 40' 20", AN ARC LENGTH OF 24.81 FEET TO THE SOUTH LINE OF BLOCK B, ACCORDING TO THE STATE OF WASHINGTON COMMISSIONER OF PUBLIC LANDS THIRD SUPPLEMENT MAP OF LAKE WASHINGTON SHORE.LANDS AS FILED ON.SEPTEMBER 14, 1965 IN THE OFFICE OF THE COMMISSIONER OF PUBLIC LANDS AT OLYMPIA, WASHINGTON; THENCE SOUTH 88° 52' 33" EAST ALONG SAID LINE 57.09 FEET TO THE SOUTHEAST CORNER THEREOF AND THE INTERSECTION WITH THE EAST LINE OF SAID WATERWAY LANDS; THENCE SOUTH 12° 47' 42" EAST ALONG SAID EAST LINE 2,394.31 FEET; THENCE SOUTH 00° 22' 54" WEST ALONG SAID EAST LINE 454.50 FEET; THENCE SOUTH 12° 47' 42" EAST ALONG SAID EAST LINE 193.81 FEET TO THE POINT OF BEGINNING. EXCEPT THAT PORTION OF THE EASEMENT GRANTED TO THE MUNICIPALITY OF METROPOLITAN SEATTLE IN DOCUMENT RECORDED UNDER KING COUNTY RECORDING NO. 5514905 LYING.WITHIN AND ALSO EXCEPT THOSE PORTIONS OF THE PERMANENT EASEMENT AS DESCRIBED HEREIN THAT ARE ALSO LYING WITHIN. CONTAINING 208,696 SQUARE FEET OR 4.791 ACRES, MORE OR LESS. n To include the road shown on Pages 9 and 10 of the attached Exhibit maps. Page 5 of 5 . • . . . . • _ , i• 814,110,910/1ileFtelPthwiFilalail1i-BstettP el11egliii=r CONSTRUCTION EASEMENT& EXHIBIT MAP CEDAR RIVER OUTFALL INTERCEPTOR LAKE maw yixv / -- , 1 • , „ i ,• v. • SHT-12 S .-1.-.,11 ammo KING COUNTY(METRO) EASEMENT I '41 • ,., 70 (•::: I‘S . °'''-'4 0 ' A BOEING PERAtaND4T EASEMENT f; i :4354:4 ..,......1., ->. 1 ‘ X47•Ni• sig74.61:11074li ‘‘IIIA St12 • 0:+9"."4+40 e. KING COUNTY(METRO)PERMANENT EASEMENT ....: I --,-1/44,Q•tt ' 0-1 • . '/3 % )Al, ‘ • • • • • n LI ,..1-4.,.. T, • •4• : .4 ware InfORARYICONSTRUCTION EASEMENT Orl .17-\OP __ ti I rl,'COGUI 'st \ '-4.•1 k.1.. •. 10 :0 ___A,:lp; \i\ ._- \ \\ ;;!.':•_, S," ,--, ‘, ., , ,,,,t. % ...., -7_ ., • •Ivio-k• d .?y 1 -, ,.,\ . • • -$ 9 7.3.- :-..- % .14..r,,,i.,\ t t —7.• •t .• ' -• A .,....-- • -._.' ,--- ,tc‘ ; -,, si, • •, • -N k • \L-1.1 • _. ' „ , \ , . \- • • ..— -- V ... ' -•• 7 I C• ' 1 •<.‘:t 1 .1-'`-'‘ •,,1 .,1-a--,, 1,c.."0...c.... . !- • .,z-_-...- \iy', :..,--- --••"' ,,a 1 i'34 11.' opt!,,,•..e., _.____._.___ir . ______. .„,,?,,;•,..40,„„..,li., . 4-e.---,...!•••'-'1. .,..74 , \pt. - _ i - . i ',. 3.' 407 —4-76— ---- — .--_ •,_..,_=:,.) -- 1 ::: \'., r"ii•,1! . --.-i..7 • i ',. 1 14-• .....c..i -. •..-.::...:. : •• .. 1444 • ••.--:(..; . / ---- •'• „:„-••11.,... •-• - ---- ' •- •-1•F \\.Vtils, -.._:_-_=_...-=i74761-1.4-s9*- :=__=-—— • '.../ ,. n.t: n.• \‘' - .‘*tf...---::-----=..- , ------• ---- F--- i •il -- .6. tq.. -3/4kz..' ..-.2 5-..• ' 1 '•"' ,n' \V-• 'i khv- SM. ' .1. B .• . .,1,,.. / v,It% ‘•.*••3\ •; lit . • 500' 250' 0 • 500' 1000' 7/. 0117,00 f1J4/ae ilIMINIIIIIII taw+in IL kblkirte 4 SCALE IN FEET own HORIZONTAL DATUM 0 Hertrnen 4/90 WASHINGTON COORDINATE SYSTEM, DUANE HARTMAN Sc ASSOCIATES, INC. NORTH ZONE N AD 83(91) le i;I — Surveyors I 16928 WOODINVILLE-REDMOND ROAD. 8-209 WOODINVILLE, WASHINGTON 98072 • FAX (425) 483-5355 (425) 483-4650 • KEYPLAN Wirile"!141/1".111 "4111141111"111." . MIIMMINSIIIIIie CONSTRUCTION EASEMENTS EXHIBIT MAP CEDAR RIVER OUTFALL INTERCEPTOR MATCHLINE SEE SHEET_ 1 _ _ _ MATCHLINE SEE SHEET 1 - - - - - - 380•sz'es'E t.. r + +++ + . \ —1— -- - - + ' \ ,.,, \I, west jik VI 'l • r+ v. +++++++ ++ Z + 4#++4+............1+ ♦ + \\0 II • .• ig ++a�j' V#+# + r \, t \ ♦•� .41 ��♦++++++ r+r \1 \. \ $ 8' WIDE FENCED + ♦�,A� + # + + (y�� TEMPORARY PEDESTRIAN �,I a i ♦ r .\. \ \ ACCESS I + . /►. •+ ♦ r ♦ \ 'jam ♦ ♦ ,.++#+4++♦ + 4 \ 03 (, Q # i♦r ,I ♦ y ♦ ♦ ♦ t •a•3 +++t /�++++♦+ r + O 0 + �,4 + + r i K f'j , r f f i+.. .., i ♦ = G, + y + + �' 1� 1c-1-2, + ++ +♦ •♦+++++Io N cn 1 #// 4 •4 •♦ ♦ ♦ +I i ++ ++ �/ ♦+4 +++++4 O 2�1\ ♦ // + + + ♦ 0 1 \ ++r+++ 4+ ♦++ + + + Z 6 + + ♦ , ♦ + ♦ ♦ + , p G N ♦ r for ♦ ♦ ♦ + + + + \ ..-A * • • • • • • • t.\ "11 ri. 1 ___.1 \ !r + +++4 ♦Zs' I 'y%i/♦++f+\ • + 4 ♦ 4 ♦ + ... ♦�, + -57 + + ♦ + i f T +... y + + 4 + 4 4 + I �\ + + + + + ♦ ♦,►� .+ + 0 .Z f + r f ♦ f0/�� f + # ♦ + + r ♦1,0, .♦ r + �,� 'n m% ++.+ ♦.r+++,0, ++++ r % ♦ + ♦ + i r 1 + + i + +4 ++++414 ,���� +♦'+ .. + ♦ +r+♦i♦+ V r ♦ •+9'0 ++♦+ 00 4+++♦+• ,s*0 ++♦++ V' . \ I + • • • • • • • MATCHLINE SEE SHEET 1C . -- - - , - 'ATCHLINE SEE SHEET 1C lb, . Ind Z_,� 40' 20' 0 40' 80' easemert;ad didmon 3-6-98 I."143.687.00I 4 98 . �� SCALE IN FEET •! 11 DUANE HARTMAN & ASSOCIATES, INC. HORIZONTAL DATUM DHA Surveyors • WASHINGTON COORDINATE SYSTEM, Ilw NORTH ZONE NAD 83(91) 16928 WOODINVILLE—REDMOND ROAD, 8-209 (425) 483-5355 SHEET 1 B W00DINVILLE, WASHINGTON 98072 FAX (425) 483-4650 • \ I -- :-•''.=:= "--- CONSTRUCTION EASEMENT EXHIBIT MAP CEDAR RIVER OUTFALL INTERCEPTOR • MATCHLINE SEE SHEET 113 MATCHLINE vo,SEE SHEET 1B c - -- - - - - � - . 4.-4-4. +. - - -- 4. +a ++++♦♦+▪♦+,010,0\• ♦ r • ♦ +•+• ♦ 1 01+ + . • CO PERMANENT EASEMENT 1 ++♦ ♦+▪+++a•1/01+ +++ 0 LINE LENGTH BEARING • +`♦ ♦`+ a ��' ♦ ` � L1 10.00 N83'43'50.E +++♦+♦+a+ /'; ++♦++ T. \! L3 3.11 N7T12'18'E 800 + + + + a + /en • ♦ a Z L4 6.97 N7T12'18'E 6' WIDE FENCED + `+`+++`+ 1 t+`+ . rri, TEMPORARY PEDESTRIAN a ♦ + + + Z//1 + ♦ N� //ir♦ a ACCESS Z 4 a ++++`+`µ 1iO ♦ + ♦ + ♦ ♦V,/,/ + a • + + + + ♦ �/1 ♦ + Z •+ + + / ♦�� / `! + + ♦ +%io + ♦ ♦ Z . + + t+ + f « • .%...0;4, . «..•, 37 . (...b 7 r • \ ♦ ♦ 4:.`♦`♦• -� 37 + + ,:_rn • � . ♦ . + + . + + J,..," • • • 41\ ♦+++++ % /* +++♦+ r + + ♦ ♦• /... . + v7+ + + + V, 4. + + + + +44‘'r\�p♦♦ir ♦ ♦ ♦ + ♦ + ♦so + ♦ T• .P.0.B. ♦ + ♦ + + + W + • +♦ ++♦+a ♦+ *•+� J�m` A1. • W + + + + ♦ + + /440101 ♦ + + ♦ 44.+ .5 m+ + ♦ + + ri.+L 1 e N f + ♦ • i + h ♦ r r • • n Kar + + + + ♦`}i ♦ + + + "+`.`♦`... ` 89125'47W +♦` 50.70+ \4N89'25147 w 23.65 SO0134'131W 6.00 4 ,,,,m 2=d-� 40�0' 0 40' 80' M..ddiimmmi 9fM1 MO gg7.00 4 98 4alk% 4 96 SCALE, IN FEET 4.= ' I 4/98 I 0111 Flurio,„ DUANE HARTMAN & ASSOCIATES, INC. or Surveyors HORIZONTAL DATUM WASHINGTON. COORDINATE SYSTEM, NORTH ZONE NAD 83(91) I 16928 WOODINVILLE-REDMOND ROAD, B-209 (425) 483-5355 WOODINVILLE, WASHINGTON 98072 FAX (425) 483-4650 ` SHEET 1C . � I CONSTRUCTION Ei_ -MENTI EXHIBIT MAP CEDAR RIVER OUTFALL INTERCEPTOR MATCHLINE SEE SHEET 2 II MATCHLINE SEE SHEET 2 ' +L7 Jt J' + s00 22'saw - - - - 4. i J '1'1 TYPE 2-72• 454.50 CB c +♦ /�♦+f 0.1 N 182747.93 E 1299480.02 !it 1 +y +n 1 ♦+ /♦++ P, + L L / + + Z . PERMANENT EASEMENT ^ i i���� +♦+ 1,1 !ii` LINE LENGTH BEARING `�' i♦ �O�+♦+♦ O LI 10.00 N83'43'50'E • 4.... L3 3.11 N7712'18'E of�L�� + Z L4 8.87 N7712'18'E ♦ 4 .I�+ + 4 J CONSTRUCTION FJISEYENT WIISIRULTON EASEI9 U f+ , ���/ +♦♦++N� G LME LEN0111 eExa40 CURVE LFNOM RADIUS ►7 LI 1179 S7651'351Y C1 12.54 10.12 (� ♦ F a a C2 59.11 521.95 ,-1 ♦ �N '+ + u 20.00 N0034'1T C3 174217 109521 � +ill /N+ • L3 7.33 N7T42'31'E C4 15.44 10.18 +y /Nµ+y+yt. ^ • L4 11.15 57624'16'W C5 13.11 6.53 1 ♦+ ♦ ♦ 2 L4 10.13 51632'47-c CO 12.50 11.45 '{1 1 + 1/1�fii+y.2. lD 7.90 N0054"A'E C9 375 267.37 /Tvi L7 23.29 1421706'50'E C7 C6 124.81 20.40 67a7 �'. *,♦4 �,�♦+++++ L9 4,15 403120.43'E CI 0, 25.20 22-40 /, a + + - LI0 5.00 S5411'26'W C11 4.22 3.22 �'1♦�� + + ++ !/1 c12 1036 n.16 t 1 Ai 4 + + + / f 4 + 4 + 4 IA `'*`'' �'0\ E + f + i+ + a akik. op 4 + 4�j a + a 4 + + (�'11 / \a a4 + 4 * S.W. CORNER UIS. AIR FO CE PLANT No. 20 AIN, �/ + +y+ (REC. No.5514905) CB 5 + ` _ N89'34'1 N 182544.16 ' �� i ' +' \ E.1299508 14 k n.� 4 ' ♦ ♦ + H '►;lea' �I�,L�J ++++4♦+++ r i. �3'�L1,%��, ♦����'!--.� N 6TH ST R- N16'32'39'W \,4111 16 AL1Z�Z 10.13 ii.04,,!♦0�4�4'/i�����4•-•�•�•���4 N0175 'E.50 \+ + 4 i-,,C......_ . I,'' 4.t T t,�+� 4 + N41.52'S111f + �/� �+ 1. 13.98 +y+y// a 1, ++N 3.59 a MATCHLINE SEE SHEET 1B 1 MATCHLINE SEE SHEET 1B '+++♦+' BOEING CONSTRUCTION EASEMENT lb ! A BOEING PERMANENT EASEMENT Revised 4dY11Ni1 2-10-95 40' 20' 0 40' 80' Retiwd*Moos 3-6-98 . .1 IIMIMIMIMMIMI +)"1 6 7.0d 4 98 IMMINEIMMIE - I � �' SCALE IN FEET E 4i9e HORIZONTAL DATUM t I WASHINGTON COORDINATE SYSTEM, DUANE HARTMAN & ASSOCIATES, INC. NORTH ZONE NAD 83(91) DHA Surveyors 16928 W00DINVILLE-REDMOND ROAD, B-209 1,(425) 483-5355 I • W00DINVILLE, WASHINGTON 98072 FAX (425) 483-4650 SHT 1 OF 14 I • Patirl°61ania. CONSTRUCTION I;EMENTa EXHIBIT MAP CEDAR RIVER OUTFALL INTERCEPTOR MATCHLINE SEE SHEET 3 MATCHLINE SEE SHEET 3 + o L ')\ N : • \ ' « / r• 03 I + + + 0 0 I 1"'+ + + . * cn•\sae' !„- ire" : Ø4: ãÁ• frJ TYPE 2-72" 0 %� r N 1 82859.26 Z") , / E 1299480.53C� * �� j ' / : 01 PI .4, + c� 0 --k r Ai, + ((� }) pql Uri ' ++ . + -23 -‘\:„.i1/4 73 1+%+ C) , i k , _604,+ / W re.irf /�/� L + a \ % 1 + cr:e„ II + +. U/ � � •f +'/Iiri* 4.t 1 ♦1v 5, ✓ 1+ / +rN CB 6 WNSIRUCTION EASEMENT.. CONSTRUCTION EASEMENT It• Oilli.+ + , TYPE 2-72" J ' UNE LENCEN REARM - CURVE LENGTH RADIUS 1+ a r N 182747.93 Cl 12x 10.12 /// + E 1299480.02 L1 11.79 57551'3$'W 1 ,/ r,1+ 1.2 20.00 N00'34'13 E C2 e9.11' 521.95 1 1 Gm L3 7.33 N7T42'31'E - C3 174.e7 109523 f n g W. ^ I C4 15.44 10.15 1' ^p L4 11.15 S78'24'1614 r .53 L5 9.45 N71'30'4T0 E coCe 42 11.45 _ 1 �'e. + L7 23.29 , N29'06'50-E - Ca 103.7e 57.67US �', �Z + ' 199 7.50 NOS O 4433'�E 1O 15.ee 295.30 40 4 + ♦ , L10 5.00 S.5411.20.14 C11 24�22 322 11 1 . + C12 10.5e 17.1e ! + / +4 0 m •/ il \_ r ♦ / 11 MATCHLINE SEE SHEET 1 MATCHLINE SEE SHEET 1 Q 40' 2M11.1.110' 0 40' 80' di IAMIIMIIMIIIMIIII MsE 4rlaw 3-4-93 j� 98 SCALE IN FEET CKED 1 0. 0.HertmHartman4/98 HORIZONTAL DATUM DUANE HARTMAN & ASSOCIATES, INC. WASHINGTON COORDINATE SYSTEM, DHA Surveyors 1 NORTH ZONE NAD 83(91) mi I 16928 WOODINVILLE-REDMOND ROAD, B-209 (425) 483-5355 W00DINVILLE, WASHINGTON 98072 ;FAX (425) 483-4650 SHT 2 OF 14 • - .12112/111151MitCONSTRUCTION . EMENT. - ' EXHIBIT MAP CEDAR RIVER OUTFALL INTERCEPTOR • MATCHLINE SEE SHEET 4 MATCHLINE SEE SHEET 4 • • tft. + J i �� * i j" ', / 14 CONSTRUCIAN EASEMENT CONSTRUCTION EASEIENT _'~ ��^ ��� s+ 1 * • LINE LENGTH BEARING 1I : • ++W L4 11.15 S78'24.18'VI C5 13,11 8,83 _ '{ r 45 9,45 N7r30'47E 9 12.50 11.45 ��� + r LA 10,13 516'3Y39'E ' + �/+++ L7 2329 N29.06'50.E C7 2491 20.40 _. 5:^ f I + LA 7.50 N00'S4'S0T p I1SP6 25536 _ + + 1.9 4.15 NOS20'43 E CIO 2520 22.40 ./ : .-}'.^ ',. + /f{+ L70 5,00 554'11'281,'1 C11 4.22 122 + �' f` CB B , -._ * *++ C3 TYPE 2-72' , .., + * N 183178.71 ;; i ' ` E 1299486.46 .-' '. + , {� -� - •+ + + f r`r. / + l— +r r max' • +r 3 / f ++{ .y, 4 -23 + + J4. yY 1 • W . '- • * a. C) f ff i i -11 /�/y i • { .firJ J %/� • - w+++W+4090 4 n . , +13 t 1 . g+0 g .4.,:2. : —A • • - +i +, + • + ,JJ + N MATCHLINE SEE SHEET'l2 MATCHLINE SEi SHEET 2 * , 40' 20' 0 40' 80' ROj t»< N 4198 11. 41 4 9e SCALE IN FEET CHECKEDHORIZONTAL DATUM WASHINGTON COORDINATE SYSTEM, DUANE HARTMAN & ASSOCIATES, INC. NORTH ZONE NAD 83(91) DHA I Surveyors 16928 W00DINVILLE—REDMOND ROAD, B-209 (425) 483-5355 SHT 3 OF 14 WnnniMVII I F WACNIAICT(1AI QAf179 rev /Ana\ A07 Lean • CONSTRUCTION EMENTI EXHIBIT MAP CEDAR RIVER OUTFALL INTERCEPTOR MATCHLINE SEE SHEET 5 MATCHLINE SEE SHEET 5 +-.+ + + or + — +.44+++4++ L /+ + ii + �+,... +i+++++ 1•� A........ , , psniii , + + + + I. +1/21.... A .44, . + +4 + + r • �, ,t+ + + + ' ' + , t, Q ;1+ + + +`+ L + ; O 4 +.+ * �S a a + a L ord. Z + ,• + + + + v +-•+' `•+ � /a• +',+ + / + •+ + + + + , + •A ' Z+ + + + L + * + 1 COl61NUCT N FASF]IENT CONSTRUCTION EASEMENT ! ±.:+ +-* + CURVE LENGTH RADIUS �F-*-+ +.+ //+ + _ LINE- LENGTH BEMMG ;1+ +I + {!' L + IZ �j L,1 11.79 S7G51951V Cl 12.54 10.12 F1 + I+ + + C2 59.11 52195 + + + + + ++1 U 20.00 N00.34.131: C3 174.57 1095.23 + + +; .+ + L3 7.33 N7'42.31'E +,,}.+ + + + Z L4 1L15 S75'24Y E^e 15.44 10.1E r +_+ 4 + a 1311 a e3 ++,+++i+++ ++.. C. Ls 9.43 N7130471 CO ,zso 11.45 • l8 10.13 51632'3E•E C7 24.81 20.40 �c V 23.2B- N29.0E•301: /` ±+3+++++ +++ a 103.7E 57.57 + + i � + L5 7 50 N00 M 50 E C9 15.5e 2953e •• ++'±+++ •+ liti��+ VO 540 11 2E1V CI 24.22 3.72 ' 4 + + + / + + +*"++ +� C.„ C12 10.5E 17.1E + + + + + + + + + + 9" +CAN , 4. +..+-+ +re, ! + + + + +• + + + + + + - - !i + 4 +--+ + (/,1' • +lop jk . • • .11 -..�.. L�, + _ MATCHLINE SEE SHEET 3 MATCHLINE SEE SHEET 3 40' 20' 0 40' 80' �,� tixi PY419E =5. � - __-.__-_--_--_-_ _- — - • I 1 PP 9e SCALE IN FEET O a I P}4/98 HORIZONTAL DATUM WASHINGTON COORDINATE SYSTEM, DUANE HARTMAN & ASSOCIATES, INC. NORTH ZONE NAD 83(91) --FAA Surveyors 16928 WOODINVILLE-REDMOND ROAD, 8-209 ' (425) 483-5355 W00DINVILLE. WASHINGTON 98072 PAY ( ) AAZ_ARGA SHT 4 OF 14 1• CONSTRUCTION E~ ,-_ EMENT, EXHIBIT MAP CEDAR RIVER OUTFALL INTERCEPTOR MATCHLINE SEE SHEET 6 i MATCHLINE SEE SHEET 6 ' air: \4+41. V" ♦ + ♦ f + / 7/� 0\ ie:+ disogoo__ ++.11:11//1:. ..EPR0-\ \tot jp ♦ + + i qz+.- +;+.'-i _ 1 i * no . 4 + + + + ♦ + + + 0 110x4. 1+.,:re . \ ++e.+ °P.4 CO 1 rn t t WV V*,>,,i,.4, .k ` Ilk in � 'i6 II : ' I + V) , a + + / \ • CB 10 ~ .'i++ Talk + ` TNYP183753.00 rn 1 +'+'+ �r� ' E 1299358.86 1 . -73 ellirrAir1 ++++;:+ ��ii %e ; N , o + a + + ♦/+f f t AL CD alr ki‘ 4 a + a a a +.„ • 0 —Q '4—"+r+ Irv�i'rr5 G ♦ + ♦ r / + fn ` +" :fir�1�%/+ l* 1 •%+•.• 4 * • \ 53 a, 0 • hi \ _ +++ +++4'0 24. + + / 0 ♦+I ♦ + ,�' ♦A Tl 4 ♦ i + / a + ♦ + + 4 +f -' ♦ / 4- • ,, "0 -4.4- t• + ��%j in MATCHL1NE3`EE SHEET 4 — ��� —A CHL1NE SEE SHEET 4 Ii 40' 20' 0 40' 80' ,WOW,.once 3_4—ge 1111.11 EIMMIE ,$Ct 6g7.Qa 4 98 - "" I 4 98SCALE IN FEET OS • HORIZONTAL DATUM WASHINGTON COORDINATE SYSTEM, DUANE HARTMAN & ASSOCIATES, INC. NORTH ZONE NAD 83(91) T Surveyors IIV I 16928 W00DINVILLE-REDMOND ROAD, B-209 (425) 483-5355 WOODINVILLE, WASHINGTON 98072 FAX (425) 483-4650 SH T 5 OF 14 j • Itabbeftlfti CONSTRUCTION ErSEMENTS ' EXHIBIT MAP CEDAR RIVER OUTFALL INTERCEPTOR i MATCHLINE SEE SHEET 7 MATCHLINE SEE SHEET 7 - r +I • , \ • • • • • • I. .♦+++♦f 1�� C8 11 ♦ f f �� TYPE 2-84• \ . + ' ♦ "it,‘ - N 184012.35 + ♦• i♦i++ .11 �. E 1299300.34 ♦ t ♦ / 0 • i xrc...\_.....) lip o 1110 •••••• ••\,/ i a♦+ + ♦ + t • • 0 \ \ +• + : �+ �. ♦ f ♦ ♦ �, \\\ \ 1 + • • ♦IN + •. + + • 11♦ +• ,11 1 • • • + •• • Ili 64 0- 01 Q ♦+ f +•+ • / • /v 1 CONSTRUCRON EASELENT CONSTRUCTION L. +t+t •+f + C,JRVE LENGTH RIDs,S • + • ,f LINE LD G1H - BEARINGC1 1254 10.12 ' + ♦ + f t / i� L2 20.00 N00.34'13'E 69•1, 521.95 • + •a / a K �� L3 7.33 N7T42'31'E C3 174.67 1095.23 _ +++t+ +t+ /�'%•�//+ —J UUU L4 11.15 S7R24.16.N - ,C4 2µ 1663 + +++++f , �i `11CS \� . L5 9.45 N7t•30'47 E - C6 12.s0 11.45 f• + ♦ , ♦T. L6 10.13 516'32'39'E - 24.61 20.40 _ T�i + + r • + 11g. 1.7 7.50 N -- \ 2f00650'E 05 ,03.76 267.87 . 7. •++ •♦ • •++♦• �r ��++i ✓ LA 4.15 NO3'20'43'E - 36 \ 4, ♦ + ♦ / • N - • L,G S.00 S54•„26'Yf G,G 25.2220 2240 , + + / C. G11 4.22 3.22 i •♦ . . ♦ 1 _ C12 10.58 17.18 • ♦ ♦ ♦+♦' �� + / • li IA . ++, •f• \ + i.., \ \ ♦ f ll ▪ . ..• • + ��/+ ± '‘ 4.',...: 1 ▪• • •+ +• / • +•♦ ♦ •+ +, /• 1 ` • +♦+ i • 1 r1 •+, \ ,+ 7\ -A\♦* + + ♦ 4+ H NN ♦ 1 + 4 r r �n u, , (n 1 11 + • ♦ ♦ W�. ▪♦ ♦ ♦ + ++♦Jr+++ ♦ ' \ +•+`+•+• �+ + +�4 •t •+ , \ ♦ + ♦ + 4 3// • MATCHLINE SEE SHEET 5 MATCHLINE SEE SHEET 5 I 40' 20' 0 4'0' 80' th ItorArd .3-4-96 MIME'*,.d" .111.11.111. 1 I "` 4i SCALE IN FEET HORIZONTAL DATUM 11 1 WASHINGTON COORDINATE SYSTEM, DUANE HARTMAN & ASSOCIATES, INC. NORTH ZONE NAD 83(91) �� i_, r Surveyors Air 16928 WOODINV1LLE-REDMOND ROAD, B-209 (425) 483-5355 SHT 6 OF 14 WnnfINVII I F WASHINr.TnN QR(17' • CA .1/Ana\ A07 ecn • P. a ilt....,,a a a -arl--7.1..... , ---A---.:,- --- -• -7,"•'L.,1.',:,'J.•L'--;m c, - „ - . „ - i laBRMOINITINL.CONSTRUCTION ". -, . EMEN TS EXHIBIT MAP ) CEDAR RIVER OUTFALL INTERCEPTOR MATCHLINE SEE SHEET 8 . i MATCHLINE SEE SHEET 8 .„. .. . lira94 , .1. . . . - ,, . , . . , II 'T .- . --; ...- - - ./j . .'"----',---- • , t 1 /n I . CB 12 .•'-•' ../ \ 111 1 + '• ----'s • TYPE 2-84" ' • ''S"' .:_.,. \ ,--\., +111ilk , • ,.---‘ • I '•___.., • N 184384.92 ...,, ,\ ; i .. • E 1299215.45 • • '4. ,. :: _-, 1 . +\IN • . ,. _.• :. '-- . .._-) + • .•••• • 1 f ... v•I . / (1 ..--„0 :1141k /op.+ -. • ' .. \ 7 •Tr.1 ' 0 , .,..,...,,, • till-111X., • '..L...,2;2 * + • • , 11141/41111 1 C) \ • ••• V ,...,_,, ..._,..,----1 1-11 + ••,. ....-1 i Z._ N 12+1111111ill + 'n , '• . .'. •• ill.....et -2'0 I , t,. , ' +4. 1 ,•-• -Z- ' • k • • ' •• .- ...- ' --A • •. .. . • , • • , .' . --I + . ,. 0 ' '• _ . . ,.,- - 73 L 1... + - 'Z. • ...-...„--. e+ , . ; + ,•,.._,A ; •. . •. f • ..- 4. ., . . 37_7 •f -++1-1 + ... _____ Z-c. , . , - ,-, 37 . , -30.....c. 4..'-. • . -..,. • . •. . • r's- e %a \ + - CONSTRUCTIONE.EASSIENT CONSTRUCIION EAsonwr • ,, Li , CURVE LENGTH RAMS LINE LENGTH TEARING • CI 12-54 • 10.12 + t5. LI 11.79 S7951.3519 ' +t -73 ..‘,.: -.,. .:, ..•• • C2 811.1 I 521.95 ++0., T2 20.09 No7•34'13"E C3 174.81 109523 -.! t_. . 1-3 7-13 N7C42.31-E , C.4 15.44 10.18 Z. . L5 9.45 N71'30.47£ . 00 1250 11.45 '2 VA : US 1013 5 16.32.39E - Cl 24.81 + 01 - 0_ L7 23.29 N2906.50-E CSI 1 - 0179, 87.87 , -20.40 + 01 o LB 7.50 NO954.50IE C9 15.88 21/5.38 2 . 4.15 • NO720.4rE C10 2520 22.40• . : 1 K 540 L10 -- 0°S11411.28.W . 011 4.22 322 . . - . + 111,0 C12 10-5B 17.18. ' + \,.., •.„." 4. o..., •-• -.,.. ,. . •.L., .. + (... • .,.•.., . • + (j) i ; . • Ns- . . .,... +.., . .), ‘.--7 • \--7 ) - . . , •• . , . • "..•.,‘---+,-- ".. ++1111111i ,, . . . . • ..• . + '.. .. . + . , . . . . •. . . • ,__„-. + + + + _ .,_•--"'-.,.. -* . -... •. . .. . . . • MATCHLINE SEE SHEET 6 MATCHLINE SEE SHEET 6 * • . 40/ 20, 0 40' 80'Pm:Net No. I -,--=-_-. .. ---_::- 11-. 1-7.:.t----: ',-;,-,:t.':-1.- . -- -•:'.- -- -111M11.11111.1.- Ala MOS BRAM 13Y 14.Warr ;,7,95 SCALE IN FEET HORIZONTAL DATUM D on! 4/88 WASHINGTON COORDINATE SYSTEM, DUANE HARTMAN & ASSOCIATES, INC. NORTH ZONE NAD 83(91) MF11) - Surveyors --t--• ...._---/ 16928 WOODINVILLE-REDMOND ROAD, 8-209 , (425) 483-5355 1 . WOODINVILLE. WASHINGTON 98072 FAY (Al;\ IA 1-4.gcn SHT 7 OF 14, 1 . ",v. 4 T a-.,----•,.4,ar----, .... ..„...,..... . - _ _ , arimessava CONSTRUCTION - EMENTO EXHIBIT MAP . • CEDAR RIVER OUTFALL INTERCEPTOR MATCHLINE SEE SHEET 9 , , . MATCHLINE SEE SHEET 9- + .-- - \ ,``A c'',.. s\--, i's- , ' re ++; . .• - 5.f '+ • ,.---- . , . I ••+ ";,' •. , \\ ,---- .,.. + \ • \ , -\ -,,, \ ; ..4-11‘04 4' ' ,,''• ‘ : \ , i \ . , , . . + + \ • 4- + + + i I ./++.--' „ + co . ,. . .1. 4.t. .. .... .... , • + ....4-+ 0000+ o .... . • F.-. ; .4-.-4- + +,+ + . . + + + '•.-... , . ,........ . • 5. , + + +,....4.lik + ...,....,7;.... 0 . ., . ..-+ + + + ' + •.., , .. . , , .; . Q . \ ‘.........„1.;-.... . , \ : :i. 4.+:4 I :', 'Z- 77.,„ ‘, iff.- +i+..)-+;..4- 0 A _ •. .‘, ..„„ *.--.4._ 01 ++ '--1Z.--- 0 . ..-----4. ! • , : . +,+ + + ' ' It. LA , . , 4- + + 4 .4. 101 IS __?..__... ----- 4-----+ + .. ..,,.. •. . .. re ''• . • • . 1+ • • . A-, , •.%+÷+++++ v. + .. .z. + . ' . ' Z..„. •••••4 ' 1.i++++++++ 40++ '.1. ''''n ' 1 .73 C,...1+ +-.,+ .4. lTI '''.1. + + + 1 ,A 00 + . • ...._ - 1+÷4-++_.+ ,++ 11/4.1 .90, ---, o, + ..-- r ...4---+ + + 4$ C. . • • ..•.4,4 fk-'121414 L 4 t + , . "33 . '0 *••414.1:41:4•4,%%•44•44 NOV 4 _•••• • -Z- : • .. .... 77 , s+ Ate,,,,...-0• + . , 0 . , • + + + + + 4-.+ + , US .'11 • , + + 4- +14111 (.. .' • r 41:++4 ++1111111 + ' " -• • ' •-- cotimucnoti EASEIENT, CONSTRUCHON EASESENT _. .. CP+ ++++++ Il ; LIE LENGTH . mum, . CURVE LENGTH RA09.5 , ., + C1 12.54 10.12 •• + + + + --A L1 11.79 s7r5i.3511/ + .+ + . • C2 82.11 521.25 , ' + + + + / 4. . . U 174 1 20.00 NOEf34.13-E '; VI, •• C3 .87 0115.23 . ' - + + ++\ +C5 , • • . 14 11.13 57,24.1131V . . .-,• -13.11 1L63 •• •---, + + + +ii + + ' 1.5 9.43 N71'31r4rE . / 12.50 11.45 . ?a US 10.13 '$16.32311. T , Cl 24.81 2.0.431 % + + i+ + e + Li: ... .. .. 1.7 2,170 N22.06.50.E • CS 103.76 67.87 . . + 4. + +. La 750 ,140054.5EYE ' C9 15.138 2515.36 ..., ' .. 1.4+ +Ca.+ + + LP • 4.15• NO3-20.4rE 5.20 22.40 ,' L10 M C10 2 O 5.5.V1116.111 C11 4.22 222 ', +. _ 012 10.58 17.115 "--.. i 4. , . . • _.- : --,,- 4 f\ . ,;•"1".' . , • . Iii + I . , . '• i •.,..- : .. . • .. •.' - + . .. . r.• _... -•- . _.. . _ - - ' -. ...-.. - MATCHLINE SEE SHEET 7 MATCHLINE SEE SHEET 7 * .. 40' 20' 0 140' 80/ •=111.•=-,==-=.1.1.11.11.=111.11111 Royal DRUM Eft' I U.Werra 1 ri/96 SCALE IN FEET HORIZONTAL DATUM WASHINGTON COORDINATE SYSTEM, DUANE HARTMAN & ASSOCIATES, INC. NORTH ZONE NAD 83(91) • raffil - Surveyors ---' . . .., 16928 WOODINVILLE-REDMOND ROAD, B-209 (425) 483-5355 wnnnimvii I F wacHikr-rnm amn79 L-Av /Anr% Ien7 ACGA SHT 8 OF 14 I CONSTRUCTION E..SEMENT$ EXHIBIT MAP CEDAR RIVER OUTFALL INTERCEPTOR MATCHLINE SEE SHEET 10 MATCHLINE SEE SHEET 10 _ -,..•.........:,274. .1=4. 1=1.4,•:47:411119V•10,-, 'VI:" . 4 .0 + + t f i f f f i f + T ♦ f + + i T f + + i ♦ + \. � i b h 4 + + 4 + + + + ♦ ♦ + f } /h • • l Z r ♦ ♦ + ♦ ♦ } ♦ T + ♦ ♦ } f + T f ♦ + + i T T f f f ♦ ♦ } ,fi•'K ♦ + ♦ + r + r + + + ♦ + ♦ 1 __ �/ + +• f T f ♦ + ♦ f 4.+ f i•f i 1 %'/N♦ �I ♦ f f f f + f f f i f f f ♦ _ = tI ♦ a ♦ ♦ ♦ } ♦ ♦ ♦ h ♦ ♦ ♦ + r 57 + ♦ r ♦ r r i% �11. .+. 2 S u 4 ♦ i f f 1.• 0 la co 1, C J C. `111111011/4 1H+ • ...; cc-, ..1„,,, ♦I0f "' ♦ �+h N -- copanwcnom EAS1 No41 CURVE LENGT„ RADIUS r . ,T •`r UNE LENGTH REARM c1 1234 1a1z } LI 11.79 576'S1.35.6 + + L2 20.00 N00'34.13'E 17417 ,' � _.\ - G 13 7.33 N77'42.SVE 'd L4 11.15 S7574.1 WV CS 111µ 1 S63 3 '.+' f 0♦+ LS 9-45 271.30.4rEce 11.45 '" 0' L6 10.13 Sl 32•]9-E Cl 2wa1 20.40 + L7 23.29 N29'06•501 c6 103.70 5727 - ��.. 4��} Le 7.50 N00.54.50T C915.66 295>e - - ♦1 - 19 4.15 NO3'20'431 C10 2520 22.40 110 3. S5411'261Y C11 4.22 3.22 c12 lose' 17.1e '1+ i *+ CB 13 ♦ + TYPE 2-84' +\, `+ (n N 184774.92 E 1299126.57 - •+, \'�� U' . :Vtl..0 -i* +1/2„,, . VI 41 10 MATCHUNE SEE SHEET 8 MATCHLINE SEE SHEET 8 I 40' 20' 0 40' 80' py� 597.00 1/14�9e - M..}.L, li 4/'° SCALE IN FEET CHECKED„e ri/98 HORIZONTAL DATUM WASHINGTON COORDINATE SYSTEM, 771 DUANE HARTMAN & ASSOCIATES, INC. NORTH ZONE NAD 83(91) DHA, i Surveyors i j 16928 W00DINVILLE—REDMOND ROAD, B-209 (425) 483-5355 WOODINVILLE, WASHINGTON 98072 FAX (4 c1 dRz_dRcn SHT 9 OF 14 B - 111000 CONSTRUCTION iEMENTIIIIP EXHIBIT MAP CEDAR RIVER OUTFALL INTERCEPTOR MATCHLINE SEE SHEET 11 _ _ _ _ MATCHLINE_ SEE SHEET 11 Z• a + } } a + a + • +- a 4 a + ♦ a + + +,`4710 .,▪ a +.+ + . • « _ __ TYPE 2-84' + + + + + r + r + # # + + + + + t + + +5, �+ T + + + •��� �:., N 18518443 N •} r + + } { } + « } } + } T } { } + + "�, i + t } E 1299038.74 a. ♦ + a + i r + { « T f T +' } r { } 4 + +,,,,\ + + T + } - + + + + + + + + + + + + 3 + + + + -+ + + + + +_r + _ - 1\5 �{ + + T T �, � + f + f 11 ... •jam• �'\�a ♦ + + V :i # .a + trkss......\\ _ _ T + f ♦ }��J-�, r + f 1 ,Ili A:4:::::: 11,1111: lt:l▪ le:+'r.▪r+,. r T ♦ + f f `▪« « T ++++}+f rat ,`w�, . { +NI: � /r"n ....r 4.r+r+r+r"...r*in r+r f r f i is:. + ..z. V+1 } + + + +AA,S`'+ + + L Vj .+ f f r # �,,2 f i ii. g. • + + 4 r r T + T « I f 1 • +• + « a ♦• + + a l ' ♦ + + +▪T + ♦ + / +4 CONSTRlICf10N EASOEtff •CDl61Nt1C1110N• ENT + + � + + + •▪ ,_�". + + / �1 / LSE LENGTH BEARINGCUM LENGTH RIMS + + } a a a +,-,',"a + . +r. i$ 1�.(1 L2 LI 11.79 20.00 N00'34'•1JE C2 66.11 521CI 12.34 0.05 17 +++r+'#'+'+r+,19 `v i,,�+'r , +41. r. L4 11 3 57C24'10Y1 C4 15.44 10.16 /�+ T+4.'+}+}{▪}+++f,,;&4,`,,ft+t `1 ' +� l) L5 9.15 N71.30.47E C5 13.11 6.0 + + + + + + �`"` + } 1+ + !' C6 12.50 11.46 { a a + + + + + ♦ a L6 10.13 516.32.39E r + f r + > r,�,`�f + V 23.29 N2f06.50E Cl 2476 60.a (21 10176 67.67 r « { f + + + ` { + T + 15 7.50 N0054.50E + + + + } } +\��,"� + -37 CO 10.66 261]6 + + + + a + + ♦ a + C� L9 4.15 N0720Y3E f + T T T r + ,`44 T T .0, + L10 5.00 554.11.26b C10 24.20 23.22 - + « + + + + } +�, .4 i /� C12 10.56 17.16 0*+ + a a a + a + ,,," ♦ 1 , #•, �_ p ♦ T T T T r + + r4.« +it } ♦ 1 = f + + + + f f f �, T �� + l.= ('•••:.•,• • •,, ,A N�tf+f+f+▪+ff+}}frr{{tT` % ++f *A '41 • •� + a ♦ a ♦ a + + a + ♦• " + • : •fi•: ..J� 1J + « + . } + } , ` -. •J, }+ 4.4 j'E f ,`46• %f`\4. t�v,/O. MATCHLINE SEE SHEET 94 MATCHLINE SEE SHEET 9 40' 20' 0 40' 80' pp��7� - -- - --_-_ - - ")..\250.00 M4/97 -- 1111.1 -- - - -- -- M. 16 a ,4/97 SCALE IN FEET ;; 4/97 HORIZONTAL DATUM WASHINGTON COORDINATE SYSTEM, DUANE HARTMAN & ASSOCIATES, INC. NORTH ZONE NAD�DH 83(91) A, , Surveyors 1114! 16928 W00DINVILLE-REDMOND ROAD, B-209 (425) 483-5355 SHT 10 OF 14 W00DINVILLE, WASHINGTON 98072 FAX (425) 483-4650 - ., .. ltrilliglipEtkibli6 CONSTRUCTION LtEMENT8 ��O.aos • EXHIBIT MAP . os\seot'�sN CEDAR RIVER OUTF LL INTERCEPTOR • ��t,�� BLOCK B,� sal•s§g33-E OF ' 1 20.68 BLOCK C • + + + +.+ + CB 15 + + + + + +)- + < I.-. Ly� N ,_ •+ E 2-1 8' ' PERMANENT EASEMENT !- + + + + '+-+-�+-.+•+ + p SCC +--+ + + + + + + + '+-. / iS _ PROX. LOCATION) LINE LENGTH BEARING 4,-.4 + + + + a + + + + + L1 10,00 N83'43S0E +- + + + + + + + + + + +494024 i , + + + + + + + + + + + + + + i � `,= j L3 3.11 N7712'184E 'CEDAR RIVER /4i+++♦+++i1•++++++++h+++++++.1+♦f+4+ +/� ++ -' _ 1.4 6.97 NTT12'1a-E + + + + + } + + + + + + + + +'-+ + + +//+ TRAIL PARK -`` + + + + +.4.+ + + +.44.+ +4.+ +: .1. + + + / +. ---' � � CONSTRUCTION � + + + $ + + + + + 4 + + + + + + +, + +` _ LINE LENGTH BEARING '+ + + + + + + + + + + + + + + + + + + -+ L1 11.79 576'51'35'W Cl 12.54 10.12 + + + + + + + + + + + + + + + + + + + ., ��+ C2 EY.11 521a5 + + + + + + + + + + + + + a + + + + + + + + L2- 20.00 NQ BEARING C3 174.87 1095 23 + + + + + + + + + + + + + + + + + t + +• // + I] 7,33 N77'42'31 15.44 10.10 + + + .+ + + + + + + + + + ♦ + + + + + + + + / + L4 11.15 57Fl24'101Y + + + + + + + + + ++ + + + + + + + + + + Cs 13,11 153 + + + + + +'-+ + W a +-a + ♦ a + a + a + +.1 / LS 9.45 N7130'47'E Cy 12.50 11.45 __ + + + + + +.+ }' + + + + 4•4 + + + - -+ + + + +/ + 19 10.13 S1 E32'38 + + + + + + + .+ + h.+-4 + + + + + + + + + + + L7 23.2D 0s,� Cl 2476 20.40 + + + + + + + + 4 + + +-+ + + + + + + + + +•.L + / } 7so �, C6 1o17s s7a7 1 + + + + + +•+ + .+ + + + + + + + + + + + + + + ' + a tsae 295.36 . + + + + + +•4 + .+ + Y + + + + +,Y + + +.-+--♦ ►'-/ LQ 4.15 NOS20'43'E CI 25.20 22.40 ''‘. + + + f••+ +.+ +' + + + + + + + + + + + + +' + + / --- + -Cll 4.22 3.22 I, -! + + + + + + + '+ ♦ -+ + + + + + + '+ + + + .+ +', + + • C12 10.50 17.15 1 • + + + + + a: + + + + + + t- + + + + + + + + +--f + + + 5 .pie +`++++4+4h+t+++++`+`++++++#+++++++++++_++.+++`+ ‘--� + 40' 20' 0 40' 80.q + +•+ +-1 + + +:+ + + + + ♦ + + '+ + +I w'a'+ + + v=^_Qt + + + f••+ 4• + *•4 + + + + + + + + + 4r-+ + + ?• + 1 _ -- - - + + + + '.+ + + + + + + + + 4 + + + h +.+ + + + +, + +/ r' + + + 4 + + + # + + + + -4" + + + + + t + + +, 1.�, a Y4#++'4.++++++'+h+++#+++++}+`+++4+'+�++#+++4h*++++++++++ +/ .4 SCALE IN FEET T. �-' + +' + + + 4' + + +.,+ + + + a + + ♦ + + +I+ a + + .+.f .N -! +- } + + . + .4 t+• + + + + + + + + +' + + . + +�++,'•+.' 4- al - �/# 4- + + + 4-+ .+ +'.+ + + + + + + + + + + + + +4+ + + + + + r+ ` , .4 + + a +. + + + +.,4 + +.+ + + + + + + 4 0+ + +-+'=+-' + � + +' • W G * . + h + + + + + + + + + h + h + ♦ + + +I+ +-+"+ + + + + _ �� Z + + +. +•+ + + .+• + +•+ + + + +-+ -+. + + + + + + + +...+-' / a • h) CO -A w .+ i4-+ 4. + + +..+ + 44 + + + + + + +1+ + + + + + + + +o + -0 .- W r + + + + +. + + +•-+ + + 4 + + + + + + +• 4 + + +'+ + r__ �• . + + u+ + +.+ + + + .+ + + + + + + + + +{+ + '+ + +_+^-+ + + + 1 /I .++++th+4++++#++++++++++4+44+++4+++++4+++f+#++++++.++++ + /�Y+ Z W 1• + A + + + + } +_+ + + + + + + + + + + + 4 + + + + + + ,, z ' Z F.• + a +."+ + + '4--'+. +.+ +.;;+ + + + + h +I+ +,+ + +•+ + +-t a� 4 O 2 p ++4++•+++++++++++++++++++++'++++++++ ++#++++++++• +++++4 + + U I P + + + + + +•.+-+ + + + a + + + + +_,.+ .^+-+ + + + +..}.-.+ l� q �_ •+ + + + + + + ++ + + + + +..+ +i + 1.+ + ♦ + + + + + + t Z + + + + + + + + + + + + '+ + + + h •+I+ + + + + + +-+-+ 1y W//p+ • I ++++++4.++4.+++*4.++4.'+i++•4.Y+++4++a++++++++♦+++++++4++++++++++a -.1 �F + + + + + + + + + + + + + + + + + + + + + + + + + + + I4+ 58745'17 + + + + + + •+ 4 Y•4., + + + + + + + t + + + + + -+ + + + i / + 168.52 + + + + + + + + +• + + + + + + + + + + + +-+ + + + + + - M1 • + ++4 ♦ + 4 + 4 +' 4 + +'+ f + + + 4 + f + + f + + + 4 + + I+ + + a 4. + + +' + + + n�<<`A-< "4424o.,.146��+r,i+K.146.����i�go4N+++++++++++4+ +�/. 401 + _ C CAX*AVA% ....oSM.oA_A*4:t1+t24+14. 4****4.w���'++++++_+. ++++ , . it+ -+ '++++++++4 + + + + + + f' O-�"�+.,"- ,«!< + +:+ +._+'-+ # + Z 1 + 4 + + + + + + + + + + + + + ♦,-,�-\„++++ -4- ++♦++ �+ 0. + 167.84 + + + + + + + + + + 4 Y + + + „`4`;+ + + + +--+. + + + + + + + + 4 + + + + + t + + + + +..- + -+'+-. m N8T45'171Y + + + + + + + +• + + + + + + + + /�,�,"� + + + + + + + + + + + + + + +' + + + + + + + + + + + + + + t:.'+ + '' l ' Z+ ♦ + + + + + ♦ ♦ + i + 4.--1--+ 4-.+ +. , w�, + + + + + +• + //♦ - f + ♦ + + f ♦ + + + + + + + + + + + it 4 + + + + // f + + + + + + + + 4 + 4 + + + + + + +,4L,�, +- + +-+ + + / - - 444444444444444444 t.,." 444444 4// 4 + + + + + a4 + + a + + + a . + + a O� + + + + + _ ` '73 +++++44+++++4++*h++4+++#+++I+4++h4+4 ♦,`��` 4+++++++++ 4 I + + + + + + + + + + + + + + 1+ + + + + ._ a. * + + + + + + / h N - • 1 + + h 4 + + + + 4 + + # + + + 4.4 + + ,,��` + + + + + �+ +4.+ + + + + + + + 4 + + + +I + + # + +•-�, + +• + + + + + # + + + + + + + + + + + + + + + + 4 + + A + + + + + + + + + + + + + I + + + + �``�,y, +++++++f+t + Y+ ++ + + + + + + + + + + + + +I, + + + + + S ` +4.+ + :+ + + + + + + + + + + + + + + + + + + + , „♦ + + + + • - 1 + + + + ♦ + h + + + + + H. + 4 + + + „�, +4++♦a#+#+ 1, + + $ + + + + + + + + ♦ + + + +II + + + + + + ,,t\`p, + + + + +"Ili7' + / + + + + 4 + + + + + 4 + + + ♦ + + 4 4,,1 "A+ + + + + OP'. Pr''"'"` Mil MATCHLINE SEE SHEET 10 ,., Wien;A Reeled csstruay crud.o 1_2-97 MN HORIZONTAL DATUM WASHINGTON COORDINATE SYSTEM, DUANE HARTMAN & ASSOCIATES, INC. NORTH ZONE NAD 83(91) ' D�IA Surve yoTs 16928 W00DINVILLE-REDMOND ROAD, B-209 (425) 483-5355 WOnnINVILLE- WASHIN(,TnN 9A077 ' TAN /A', \ A07 ACCA SHT 11 OF 14 :r-yam -p. _ iZC�rr. a -L.a. - -Soyc - - EMU& CONSTRUCTION E EMENTI M �o ,os EXHIBIT MAP s�Qp G�oN s CEDAR RIVER OUTFALL INTERCEPTOR of j �w�N�N 4 \ BLOCKB COMMERCIAL WATERWAY BLOCK A No. 2 r �_•- -r --- • S 88'52'33-.E 10099 ... - ..-. ., r' t• 1 1 . , .,tt' I CITY 'OF RENTON }• CEDAR RIVER TRAIL PARK I MUNICIPAL AIRPORT ,5 ,I 11 1 1I 1 n y � � c9 -23 0 0 W' • W _ o CO. v IW • N CITY OF RENTON IZ MUNICIPLE AIRPORT PARCEL _, IP- . , 7 a 2 S8T45'17'E 168.52 I t + + + + + + + + + + + + - -'2•1.4 4:4*AS%ott.t.4.tai i Atli.11..4 tattl:1 ilk a + + + + + + + + + + + + + + + + + + + N87-45'17-; 167.84 40' 20' 0 40' 80' RT 2 RUNW03.65 AY %.00 1 - '9.00 M/8 .__=_--_-_= _=_= °'�"'y�bFA. /98 SCALE IN FEET n. ,,,,,,� �� HORIZONTAL DATUM DUANE HARTMAN & ASSOCIATES, INC.DHA NORTH ZONE NAD 83(91)DINATE SYSTEM, Surveyors 16928 WOODINVILLE-REDMOND ROAD, B-209 (425) - SHT 12 OF 14 j WOODINVILLE, WASHINGTON 98072 FAX (4251 483 483-46553550 CITY OF RENTON PLANNINGBUILDING/PUBLIC WORKS MEMORANDUM DATE: March 10, 1998 TO: Marilyn Petersen, City Clerk FROM: Tom Boyns, Property Services Supervisor, 6209 7 SUBJECT: Verification of King County Temporary Construction Easement; Cedar River Trail Park We have verified that the legal description is sufficient and comports with the map exhibit. The rights granted on a temporary basis support the project and provide protection for the City. On March 9, 1998 the City Council granted permission for the Mayor to execute this document upon review and approval by staff. I At a meeting held today, between representatives of Boeing, King County, and City staff, all issues were discussed and sufficient safeguards were implemented to satisfy Leslie Betlach of Parks and Community Services provided the legal description and map exhibits were approved. Please have the Mayor execute this document and return it to me for processing through King County. This document is not to be recorded. It will be replaced by a permanent easement at the conclusion of construction. I � cc Leslie Betlach Gregg Zimmerman 4rcn 9 1998 u enton City Council Minutes Page 84 does not appear to be necessary. The Committee recommended no additional • action be taken on this item and that it be removed from the referral list. MOVED BY SCHLITZER, SECONDED BY CLAWSON, COUNCIL CONCUR IN THE COMMITTEE REPORT. CARRIED. Transportation (Aviation) Transportation (Aviation) Committee Chair Schlitzer presented a report Committee recommending that Council approve a contract in the amount of $59,917 with Airport: Relocation of - CH2M Hill for replacement of the Renton Municipal Airport Tower heating, Tower HVAC Unit, ventilation and air conditioning (HVAC) unit; authorize the Mayor and City CH2M Hill, CAG-98- Clerk to execute the contract; and authorize the transfer of $60,000 from the unobligated Airport fund balance to the Control Tower HVAC Project. MOVED BY SCHLITZER, SECONDED BY CORMAN, COUNCIL CONCUR IN THE COMMITTEE REPORT. CARRIED. I Airport: Runway 15 Safety Transportation's(Aviation) Committee Chair Schlitzer presented a report Improvement, HNTB, recommending'that Council approve a contract in the amount of $70,432 with CAG-98- HNTB for design and construction administration of the Runway 15 Safety Area Improvements project at Renton Municipal Airport. The Committee further recommended that the Mayor and City Clerk be authorized to execute the contract with HNTB and that a transfer of $70,432 be authorized from the • unobligated Airport fund balance to the Runway 15 Safety Area Improvement project. The Committee further recommended that the Mayor and City Clerk be authorized to execute the application, assurances and acceptance, and other FAA documents related to this project and its FAA airport improvement grant. MOVED BY SCHLITZER, SECONDED BY CORMAN, COUNCIL CONCUR IN THE COMMITTEE REPORT. CARRIED. Utilities Committee . Utilities Committee Chair Clawson presented a report recommending Parks: Cedar River Trail concurrence in'l the staff recommendation to approve a final easement to Puget asement re Bryn Mawr Sound Energy for undergrounding electrical service through Cedar River Trail System Improvements, Park. The Committee further recommended that upon staff review and uget Sound Energy approval, the Mayor and City Clerk be authorized to execute the final easement document. MOVED BY CLAWSON, SECONDED BY PARKER, COUNCIL CONCUR IN THE COMMITTEE REPORT. CARRIED. arks: Cedar River Trail Utilities Committee Chair Clawson presented a report recommending Easements re Bryn Mawr concurrence in the staff recommendation to approve the Memorandum of System Improvements, The Understanding with The Boeing Company to facilitate construction of a storm Boeing Co, CAG-98- sewer interceptor in Cedar River Trail Park. The Memorandum of Understanding will be utilized to prepare the final agreement and required amendments to the Potable Water and Electrical Use Agreement (CAG-96- 116) and Fire Hydrant and Fire Water Use Agreement (CAG-73-098), and final easement documents. The Committee further recommended that the Mayor and City Clerk be authorized to execute the Memorandum of Understanding. MOVED BY CLAWSON, SECONDED BY PARKER, COUNCIL CONCUR IN THE COMMITTEE REPORT. CARRIED. Parks: Cedar River Trail Utilities Committee Chair Clawson presented a report recommending Easement re Bryn Mawr concurrence in the staff recommendation to approve King County's temporary System Improvements, construction easements through Cedar River Trail Park for the Bryn Mawr King Cty System Improvement Project. Improvements include construction for the siphon addition/trunk replacement, Boeing outfall interceptor, and undergrounding existing above-ground utilities. The Committee further recommended that upon staff review and approval, the Mayor and City Clerk be authorized to execute the temporary construction easement. MOVED BY CLAWSON, SECONDED BY PARKER, COUNCIL CONCUR IN THE COMMITTEE REPORT. CARRIED. (See page 86 for resolution.) 1111 CIT OF RENTON ..LL Planning/Building/Public Works Department J e Tanner,Mayor Gregg Zimmerman P.E.,Administrator . March 17, 1998 State Department of Ecology Northwest Regional Office 3190 160th Ave. SE Bellevue, WA 98008-5452 SUBJECT: Shoreline Management Substantial Development Permit for File No. LUA-97-195,CU-H;SM Gentlemen: Enclosed is the Shoreline Substantial Development Permit for the above referenced project. The permit was issued by the City of Renton on March 16, 1998. We are filing this action with the Department of Ecology and the Attorney General per WAC 173-14-090. Please review this permit and attachments and call me at (425) 277-5586 if you have any questions or need additional information. Sincerely, Of" / Mark R. P II, AICP Project Manager Enclosures: Copy of Original Application Affidavit of Public Notice/Publication Site Plan SEPA Determination cc: Office of Attorney General City of Renton, Transportation Systems City of Renton, Utility Systems Applicant SHLTR.DOC 200 Mill Avenue South - Renton, Washington 98055 Thic n�nnr nnnloinc G00%rnr.inlurl mnlnri�l 000/.nnel nnnci mnr CITY OF RENTON SHORELINE MANAGEMENT ACT OF 1971 PERMIT FOR SHORELINE MANAGEMENT SHORELINE SUBSTANTIAL DEVELOPMENT PERMIT APPLICATION NO.: LUA-97-195,CU-H,SM DATE RECEIVED: December 31, 1997 DATE OF PUBLIC NOTICE: January 6, 1998 DATE APPROVED: February 16, 1998 DATE DENIED: N/A TYPE OF ACTION(S): [X] Substantial Development Permit [ ] Conditional Use Permit [ ] Variance Permit Pursuant to Chapter 90.58 RCW, the City of Renton has granted/denied a permit: This action was taken on the following application: APPLICANT: King County/Department of Natural Resources PROJECT: Bryn Mawr System Improvements DEVELOPMENT DESCRIPTION: The applicant seeks to upgrade the existing sewer main that connects the Bryn Mawr area to the Metro transmission line. The pipe installed will vary from 24"to 36" in diameter. The applicant has also requested a Shoreline Substantial Development Permit as a portion of the work will be within 200 feet of the Cedar River and Lake Washington. LEGAL DESCRIPTION: See Attached. SEC-TWNP-R: Sec 7 &8, T23N, R5E WITHIN SHORELINES OF: Cedar River& Lake Washington APPLICABLE MASTER PROGRAM: City of Renton The following section/page of the Master Program is applicable to the development: Section Description Page 5.04 Urban Environment page 22. 7.18.02 Special Considerations for Pipelines page 40. 7.18.03 Major Utilities'-Specifications page 41. 7.18.04 Local Utilities--Specifications page 42. SHRSBDEV.DOC • City of Renton P/B/PW Department I Shoreline Substantial Development Permit Page 2 of 2 Development of this project shall be undertaken pursuant to the following terms and conditions: 1. The applicant shall install and maintain temporary erosion control measures to the satisfaction of the City of Renton during the construction phase of the project. 2. All disturbed areas will be restored to their existing or better condition. 3. The applicant shall comply with the conditions of approval attached to the Conditional Use Permit No. LUA-97-195,CU-H This permit is granted pursuant to the Shoreline Management Action of 1971 and pursuant to the following: 1. The issuance of a license under the Shoreline Management Act of 1971 shall not release the applicant from compliance with federal, state, and other permit requirements. 2. This permit may be rescinded pursuant to Section 14(7) of the Shoreline Management Act of 1971 in the event the permittee fails to comply with any condition hereof. 3. A construction permit shall not be issued until thirty (30) days after approval by the City of Renton Development Services Division or until any review proceedings initiated within this thirty (30) day review period have been completed. 3//6/7 5 PI inglic ing/P is Works Administrator Date THIS SECTION FOR DEPARTMENT USE ONLY IN REGARD TO A CONDITIONAL USE OR VARIANCE PERMIT DATE RECEIVED: APPROVED: DENIED: If Conditional Use, Section of the City's Shoreline Master Program authorizing the use: If Variance, Section(s) of the City's Shoreline Master Program being varied: This Conditional UseNariance permit is approved/denied by the Department pursuant to Chapter 90.58 RCW. Development shall be undertaken pursuant to the following additional terms and conditions: Date Signature of Authorized Department Official cc: Attorney General's Office City of Renton, Plan Review(Neil Watts) City of Renton, Surface Water Utility(Ron Straka) Applicant SHRSBDEV.DOC CITY OF RENTON CURRENT PLANNING DIVISION AFFIDAVIT OF SERVICE BY MAILING On the ttt` day of MautA , 1998, I deposited in the mails of the United States, a sealed envelope containing Sono vet%he Fe vVv documents. This information was sent to: Name Representing bei1 o f EC.o10,5m Vtttwvet i Ge+nevaL.. t..0.4,vt.i et t% i1'1\ Cleft . Att-huviL Res°Luc ezr Pam C,vah� doe k (Signature of Sender) <s�. t. V.• � -e►^ STATE OF WASHINGTON ) SS COUNTY OF KING ) I certify that I know or have satisfactory evidence that SA *, S signed this instrument and acknowledged it to be his/her/their free and voluntary act for H a uses and purposes mentioned in the instrument.Dated: yYl 6u 19 6Y�i /� '` Notary Public in and for the State of Wa n ton Notary (Print)MARILYN KAMCHFFF My appointmedb ` ON EXPIRES f'29/99 Project Name: A m N. S9sterns \mpr Project Number: kupc_9 ..I _ t 15 1 GU - , S141 NOTARY.DOC 4• • 4tr_ , CITI -3F RENTON ••LL Community Services Jesse Tanner,Mayor Sam Chastain,Administrator Copy Via Facsimile Original Via U.S. Mail January 26, 1998 Richard M. Andrews, P.E. King County Wastewater Treatment Division 8'21 Second Avenue, MS 130 : Seattle WA 98104-1598 Re: Bryn.Mawr System Improvements/Boeing Outfall Interceptor Project Dear Mr. Andrews: Per. your request, I am submitting in writing`a:list of the restoration requirements that are conditions of the above referenced construction project as follows: Restoration Requirements • General: The County will representthe entire Joint King County/Boeing project •:Internal.distribution_of funds and costs':,sh'all:beaworked out internally.between.the' County and Boeing., After.the.County corn efes'its workuit shall p rovideminimal. . restoration to prevent erosion,:provide'a workable;(temporary patch) drivingsurface and • • generally;restore:to a workable site condition for tY e',US;Ar i yCorps of Engineers•:::,-, ::.,'_• • (USACE ) ro ect:-U 5r , • North.Riverside privet , The:Count shall-pay'for,.;100% of the cost of restoration of: Y North Riverside.Drive:along'the aligpment°;of the King County/Boeing project:':The:".:' County shall grade North Riverside t)nve through the Cedar River:Park`so that.the surface and`.parking areas will drain eastward-into the.ditch along the east side of the.::-•:: :. road.' The final finished surface grade shall provide enough fplope`to:allow one'future:2 :: ,.inch overlay, tapered to the-design grade-at the.edges, to:.continue.to drain;to:the:east. .side'of the roadway. 'This will require regrading and leveling of.the roadway.and grinding or removal of pavement in the parking island areas. It is anticipated the City will. ' require the final restoration of the roadway to be 2-inches of Class "A" asphalt over 4- inches'of Class "E" Asphalt over 6-inches crushed rock on an adequate sub-base. This is appropriate.since King County-will be removing most of this roadway to install their pipelines. All damaged curbing shall also be restored like kind to existing. •• Plantings, Hardscape,,.Utilities-f Irrigation System:. :;.The:King County/Boeing • .pro•ject will re•quire:removal'of.vegetation,:landscaping and hardscaping:utilities and • irrigation features: ':.King County;shall provide:for,50 %o:of:the'cost'of full'like kind ; ,`. -'restoration,of.:these•features''but.will not.do this work Until.the.205'prOjeCt is completed. unless:otherwise requested.by.the'City: • • • • 200 Mill Avenue South-Renton, Washington 98055 Richard M. Andrews, P.E. January.26, 1998 Page 2 • Extension of Manholes/Surface Features to Grade: The King County/Boeing project will install manholes which ultimately will end up within the regraded profile of the park as a result of the 205 project. King County shall extend structures to the design grade of the 205 project. This will include extensions to manholes, and the like, to fit the final levee grade design. Minor grade adjustments will be completed by the USACE during the final project. • Other Incidental and Unanticipated Restoration Requirements: The King County/Boeing project may require other unanticipated restoration. King County should provide for full like kind restoration of these features: The County should anticipate this work and provide additional funding for it. If the restoration is not needed immediately, and the County wishes to perform this restoration, it should do so only after the 205 project is completed unless otherwise requested by the City. • Mechanism for Construction & Payment;�_�.;The requirement and terms for payment for restoration shall be a part of;the,terms for the'County's Permits.. This shall require King County to either provide full_restoration after,construction of the USACE 205 project approximately in November 1998 :or'early :199.9,,pay money into an escrow account in the amount of approximately 130% of the,cost`estimate for said restoration, or pay the City directly up frontfor,approximately 130%.ofthe cost estimate for said restoration: .In.the lattertwo options;:tie'.USACE{will,:perform`the restoration and the City shall provide a full account of:expendtures'returning thte remainder of the escrow - • or cash contribution after projectFcompletion, or requiring the County-to payfor.any amount of the County's:share if:the eii:S of restoration,exceeds 130%of:the estimate:-: King County and Boeing shall'determine the terms between them internally = If you have any-questions, please contact•rne-at1425) 277-5549. Sincerely, Leslie A: Betlach : Parks Director • LAB/dlf ' cc: Jay Covington, Chief Administrative Officer Sam Chastain, Community Services Administrator Gregg Zimmerman, P/B/PW Administrator. • Elizabeth Warman,Boeing Governmental Affairs Paul Crane, Boeing Facilities Tom Boyns, Property Services Supervisor Jim Hanson; Development Services Director • 'Mark Pywell, Senior Planner • ' Ron Straka,Utility Engineering Supervisor _ ' • Ross Hathaway,,Civil Engineer III . RECEIVED %-a-0 JAN271998 CITY OF RENTON King County PUBLIC WORKS ADMIN. Wastewater Treatment Division Department of Natural Resources 423117 821 Second Avenue M.S.130 10-08 Seattle,WA 98104-1598 January 23, 1998 Mr. Gregg Zimmerman, P.E.,Administrator Planning,Building,Public Works Department City of Renton 200 Mill Avenue South Renton, WA 98055 Bryn Mawr System Improvements/Boeing Outfall Interceptor King County Contract C73130C Advertisement for Bids Via Facsimile Dear Mr.Zimmerman: I am pleased to report that on January 22, 1998,the Bryn Mawr System Improvement/Boeing Outfall Interceptor contract was advertised for bid as scheduled. We anticipate issuing Notice to Proceed on March 16, 1998, and completing construction in the park by July 6, 1998. As you know,meeting the aggressive project schedule has been a challenge for us. We hope that by combining the King County and Boeing Contracts and expediting the work, we have helped the City of Renton in its effort to construct the Corps of Engineers "205" Project this summer. But, while we are happy to accelerate the project for a good cause, King County has assumed considerable risk in advertising the contract without permits. Permit,easement or mitigation conditions received after bid opening could result in costly change orders to King County and Boeing. This only serves to waste money that could be put to better use. For this reason, I am asking that the City of Renton expedite its review of the project. We request the City prepare a list of likely requirements that can be expected as a condition of construction. In order to incorporate this information by addendum,we need to receive it by January 29, 1998 at the latest. You may fax the information to me at 206-684-1945. • CLEAN WATER —A SOUND INVESTMENT • Gregg Zimmerman • January 23, 1998 Page 2 • Thank you for your consideration to this matter. Please feel free to call me at 206-684-1306, if you have any questions or comments. Very truly yours, Richard M. Andrews, P.E. Project Manager RMA:h cc: Larry Ellington-ST7 Kevin Sandquist-RNC Christy Sanders-Meena-ESC John Vaughn- 107 Liz Warman-Boeing CITY OF RENTON PLANNINGBUILDING/PUBLIC WORKS MEMORANDUM DATE: March 16, 1998 TO: Gregg Zimmerman FROM: Mark R. Pywell SUBJECT: King County/Metro Bryn Mawr Sewer Improvements LUA-97-195,CU-H,SM The proposed project is consistent with the intent and policies of the City's Shoreline Master Program. The line will be entirely underground and will be located under the Cedar River. Construction will be coordinated with the various projects occurring in this area. Water quality and soil erosion will be maintained through the enforcement of the temporary erosion control measures and the restoration requirements in this area. CONCURRENCE DATE NAME INITIAL/DAT 1Z: , e (O v \\TS_SERVER\SYS2:\COMMON\-H:\DIVISION.S\DEVELOP.SER\DEV&PLAN.ING\PROJECTS197-195.MP\GREGGMMO.DOC\mp ..„...._..:,. . t ,-,, __ :_4. . _ „....„ ,,.„.. ,.., „, _a, STATE OF WASHINGTON DEPARTMENT OF ECOLOGY Northwest Regional Office, 3190 - 160th Ave S.E. • Bellevue, Washington 98008-5452 • (425) 649-7000 DEVELOPMENT PLANNING CITY OF RENTON March 23, 1998 MAR 24 1988 Larry Ellington 1�EC E I VE D King County Dept. of Natural Resources 506 Second Ave Suite 708 Seattle, WA 98104 Dear Mr. Ellington: Re: City of Renton Permit # LUA-97-195, CU-H, SM KING COUNTY DEPT. OF NATURAL RESOURCES - Applicant Shoreline Substantial Development Permit # 1998-NW-10022 The subject Shoreline Management Substantial Development Permit, to upgrade existing sewer main from Bryn Mawr area to Metro transmission line, has been filed with this office by the City of Renton on March 19, 1998. The development authorized by the subject permit may NOT begin until the end of the 21-day appeal period, April 9, 1998. The Shorelines Hearings Board will notify you by letter if this permit is appealed. Other federal, state, and local permits may be required in addition to the subject permit. If this permit is NOT appealed, this letter constitutes the Department of Ecology's final notification of action on this permit. Sincerely, F- el-'Ql Alice Kelly, Shorelands Specialist Shorelands and Environmental Assistance Program cc: Mark R. Pywell, Renton .:: a • a -.f N.�/^,�.F 4Y•.�.a. tLi•, c:'X xr •r ,.Y.i�a••.:a-`, r,C-+ ly Yb `.. .3'• • ` 'rJ. ;•4-.�.Y.t •.(,':'r•: - 77 'CI —n", ° :'i5 / ..;.. J.Kaufiiiid s . mot. fY. 'Y• '\. •rtt ?y �Nl •i Lis"�`• - �Hearin•'�E r•amii ' :.t• ,.. g °J f •t - . l •'•' ;; : ess 'Tanner'•Ma or`�-'• - • March 17, 1998 Mr. Larry Ellington ,. King Co- :Dept.of Natural Resources 506 2nd Avenue,#708: Seattle, WA 98104 • Re: .BRYN MAWR SYSTEM IMPROVEMENTS • • • FILE No: LUA97-195,CU-H,SM Dear Mr. Ellington: . " The Examiner's Report and Decision on the above referenced matter,which was issued on ;aa February 16, 1998,was not appealed within the 14-day period established by ordinance: C .a Therefore,this matter is considered final by this office and the,,file on your application is being - transmitted to the City Clerk • as of this`date •tf' Please feel free to contact this office if further assistance or information is required. - • Sincerely, i • i Fred J. Kaufinan _ Hearing Examiner FJK/mm • cc: • Mark Pywell , , • • Sandi Seeger, Development Services • • 200 Mill Avenue South- Renton,Washington 98055.- (206)235-2593 This pacer contains 50%recycled material.20%post consumer AFFIDAVIT OF SERVICE BY MAILING STATE OF WASHINGTON ) ) ss. County of King ) MARILYN MOSES ,being first duly sworn, upon oath, deposes and states: That on the 16th day of February ,1998, affiant deposited in the mail of the United States a sealed envelope(s) containing a decision or recommendation with postage prepaid, addressed to the parties of record in the below entitled application or petition. L174 Gr Signature: Sig ,G� 4 (j�� � �'� SUBSCRIBED AND SWORN to before me this 162L 41 day of / /4 , 1998. / / ,+ d Notary Public i and for the State of Washington, residing at � :rrrn— ,therein. Application, Petition, or Case No.: Bryn Mawr System Improvements LUA97-195,CU-H,SM The Decision or Recommendation contains a complete list of the Parties of Record. QM , ne�'S orb Q� � HEARING EXAMINER'S REPORT February 16, 1998 OFFICE OF THE HEARING EXAMINER CITY OF RENTON REPORT AND DECISION APPLICANT: King Co.Department of Natural Resources Bryn Mawr System Improvements File No.: LUA-97-195,CU-H,SM LOCATION: Renton Airport,Cedar River Trail Park,North 6th Street SUMMARY OF REQUEST: To upgrade existing sewer main SUMMARY OF ACTION: Development Services Recommendation: Approve with conditions DEVELOPMENT SERVICES REPORT: The Development Services Report was received by the Examiner on January 27, 1998. PUBLIC HEARING: After reviewing the Development Services Report,examining available information on file with the application,field checking the property and surrounding area;the Examiner conducted a public hearing on the subject as follows: MINUTES The following minutes are a summary of the February 3, 1998 hearing. The legal record is recorded on tape. The hearing opened on Tuesday,February 3, 1998, at 9:00 a.m. in the Council Chambers on the second floor of the Renton Municipal Building. Parties wishing to testify were affirmed by the Examiner. The following exhibits were entered into the record: Exhibit No. 1: Yellow file containing the original Exhibit No.2: Vicinity map application,proof of posting,proof of publication and other documentation pertinent to this request. Exhibit Nos.3- 15: Enlarged drawings of sewer line at various station points The hearing opened with a presentation of the staff report by MARK PYWELL,Project Manager,Development Services,City of Renton,200 Mill Avenue South,Renton,Washington 98055.. The applicant requests approval to upgrade an existing sewer line and in some places a relocation of the line. Basically the project consists of 6,000 linear feet of 24-inch sewer main. In some places the pipeline would be sleeved and that sleeve would be 36 inches in diameter. This would be mainly in the area where the project will cross the north end of the airport and in the vicinity of the Cedar River where it will tunnel underneath the river. King County will be working jointly with Boeing to install the sewer main that is under this permit,as well as Boeing's King Co.Department of Natura.___Jources Bryn Mawr System Improvements File No.: LUA-97-195,CU-H,SM February 16, 1998 Page 2 storm water transmission line that was approved under another permit. The pipes will be located adjacent to one another although in separate trenches, or at least separated from one another. Also going on in approximately the same time period is the Cedar River dredging project that is under a separate permit. The City and applicants are working to coordinate the movement of materials and trucks so that there is the least impact possible, as well as safety of operation of the airport and linear park. A conditional use permit is required in the P-1 zone in which this is located for a major sewer interceptor. This project is consistent with the Comprehensive Plan(CP)which asks to promote the collocation of new public and private utility distribution lines. This project will allow for the joint installation and location of both the Boeing project and the Metro project,therefore limiting the area that will be disturbed. Landscaping is one of the areas that will be impacted,not only by this project but also by subsequent projects. The landscaping that is disturbed at the conclusion of the projects will be replaced at an equivalent to the landscaping that exists or better. On June 15 the pedestrian trail will be closed from Williams Avenue down to the mouth of the Cedar River. From June 15 it is projected there will be too much construction activity going on along the trail for it to be operated safely. The project location is suited for the proposed use. Although there are some issues with the safety, especially the long run of the airport where it crosses under the runway,this is an appropriate location for it. Those issues can be addressed through the various construction methods that are being used. They will be tunneling under the runway so as not to disturb the surface of the runway. The applicant will need to submit a traffic control plan as part of their construction documents. This will need to address such issues as insuring that emergency vehicles can access not only the project site but areas around the project site as it cuts across, especially down the streets. The applicant will need to restore or participate in the restoration of any streets that are damaged during the construction of this project. Noise and glare would only be associated with construction of the project and in the areas that it will be going through. There are a number of existing utility lines that this project has accounted for and been designed around so that it will not disrupt any of the services that are now being provided. The existing system during peak flows does spill over into Lake Washington. This new line will allow Metro to handle peak flows and thus reduce the disturbance to the lake. Staff is recommending approval of the Bryn Mawr improvement project, subject to several conditions: (1)informational signage and advertising of the construction activities shall be placed 30 days prior to beginning construction and maintained throughout the life of the project; (2)weekly reports on the status and condition of the erosion control plan and recommendations for changes or revisions to the maintenance schedule shall be submitted to the project engineer or public works inspector; (3)final construction plan indicating the haul route and the haul hours shall be submitted prior to approval; (4)the public works inspector shall be included in any regular construction meetings for coordination; (5)road restoration standards for Riverside Drive shall be a minimum of 2 inches of Class A asphalt over 4 inches of Class E asphalt over 6 inches of crushed rock; (6)any damage or service interruption to fire service or hydrants shall be coordinated with their appropriate owner,utility or agency. Both the Boeing and the City of Renton fire departments shall be notified of any water/fire lines to be taken out of service for any period of time. Hydrants that are no longer in use will need to be bagged; (7)the applicant shall reach an agreement with the City of Renton Community Services Department and Development Services Division regarding the replacement of landscaping prior to the issuance of construction permits; (8)applicant shall obtain all required City easements for the proposed project King Co.Department of Natural 1:cbources Bryn Mawr System Improvements File No.: LUA-97-195,CU-H,SM February 16, 1998 Page 3 prior to the issuance of construction permits; (9)the applicant shall submit a foreign object control plan to the airport area to the satisfaction of the Development Services Division prior to the issuance of any construction permits; (10)a separate traffic control plan for the airport and park shall be submitted to the satisfaction of the Development Services Division prior to the issuance of any construction permits; (11)the existing pedestrian trail along the east side of the Cedar River shall be kept open from the start of the project until June 15,at which time it will be closed. The trail shall be maintained during this time with a minimum width of 6 feet if there is a detour. The trail will be of a hard surface suitable for the Americans with Disabilities Act and the City of Renton. Larry Ellington,King County Department of Natural Resources, 506 2nd Avenue,#708, Seattle,Washington 98104, applicant herein, stated that the intent of King County was to try and minimize the impacts to Cedar River Park by aggressively moving forward the schedule for its construction so that it would coincide with the Boeing interceptor construction needs as well as preceding the City and the Corps of Engineer's dredging of the Cedar River. There are still some easements that have not been concluded,but they have reached substantial agreement with the City of Renton airport and Cedar River Trail Park in terms of easement requirements and restoration. The County is currently working;to reach agreement with the ground lessee at the northwest corner of the airport so that they will consent to the easement grant by the City of Renton airport. Regarding alternate routing of this project,a variety of alternative alignments were reviewed,particularly the perimeter road. In addition to utility conflicts that are located there, it is simply much longer and more costly. The connection point into the east side interceptor would have been at a different location requiring additional easements and construction in other properties. Mr.Ellington explained that the beginning of the project is at the northwest corner on private property where the Bryn Mawr-Lakeridge Sewer districts bring local sewer flows and discharge those into an existing Metro line. The existing alignment then goes in a siphon, comes out into the lake, across the north end of the airport, and then down Cedar River Trail Park. The applicant proposes to stay on land with an additional and larger line which would then come under the airport. Once it reaches Cedar River Trail Park,that line then merges coincident with the existing line, largely inside an existing easement. So it is really a pipe replacement until it gets down to North 6th Street where there will be two pipes that parallel one another. The lake line will continue to operate to provide additional flow capacity. Beverly Franklin, 537 Williams Avenue North,Renton,Washington 98055,asked for clarification on the completion date for this project. Mr.Pywell responded that it was scheduled to be completed by the end of 1998. Ms.Franklin also inquired whether pile driving would be required and stated that originally there was a lot of property damage in north Renton from the prior project. She was informed that there will be no pile driving. There will be micro-tunneling underneath the airport and then open trench for the rest of the construction. Ms.Franklin stated her concerns regarding damage to the homes and whose responsibility it would be to repair or replace those damages. Mr.Ellington responded that King County would be responsible for any damages caused by construction. In response to her query regarding traffic on residential streets, she was informed that there would no truck traffic on residential streets where it would not normally go. Leslie Betlach,Parks Director, City of Renton,200 Mill Avenue South,Renton,Washington 98055, stated that the trail will not be closed at all during construction for this particular project which concerns the Boeing project and the King County project. There will be no vehicular access to the park,but there will be pedestrian access the entire time. The only time the trail is proposed to be closed is during the dredging project. That is because there will be a lot of heavy equipment in the river as well as levee construction. The trail will be closed for the duration of the dredging project,which is anticipated to start on June 15. King Co.Department of Natural tcbources Bryn Mawr System Improvements File No.: LUA-97-195,CU-H,SM February 16, 1998 Page 4 The Examiner asked if there would be an alternate route for bike riders. Ms.Betlach responded that there was not yet an alternate route at North 6th. There is a small section that will be a detour at North 6th,primarily the area where the Boeing project comes into the park and through the trail. At that location the trail will be re- routed in the park. The Examiner called for further testimony regarding this project. There was no one else wishing to speak,and no further comments from staff. The hearing closed at 9:45 a.m. FINDINGS,CONCLUSIONS &DECISION Having reviewed the record in this matter,the Examiner now makes and enters the following: FINDINGS: 1. The applicant,King County Department of Natural Resources,filed a request for approval of a Conditional Use permit for a Metro sewer utility installation. 2. The yellow file containing the staff report,the State Environmental Policy Act(SEPA)documentation and other pertinent materials was entered into the record as Exhibit#1. 3. King County assumed responsible official status for this project and issued a Declaration of Non- Significance(DNS)for the subject proposal. 4. The subject proposal was reviewed by all departments with an interest in the matter. 5. The proposal is not limited to a specific parcel. The proposal is for installing a major sewer transmission line and therefore is located in a corridor approximately 6,000 linear feet. The corridor begins at Burnett Avenue North and North 6th Street,follows North Riverside Drive along the east side of the Cedar River, crosses under the river near Lake Washington,crosses west under Renton Municipal Airport and terminates north of the airport near Rainier Avenue North. 6. The line will cross properties owned by private owners and public entities. Permission from these various parties has been or will be attained for the section being constructed pursuant to this request. Another segment of the line outside of the City will require permission of the owner or a condemnation. The segment in the City will go forward as the County has the right to attain access to any segments outside of the City. 7. Large portions of the line will be within 200 feet of either the Cedar River or Lake Washington. Therefore,a Shoreline Management permit is required. This permit is not part of this review. 8. Large utility lines require approval of a Conditional Use Permit from the City. 9. The corridor will be crossing through various Zoning Districts including Public Use and the Light and Heavy Industrial Zones. Since the use is below grade and will not have any surface facilities, zoning categories do not actually apply to this development although,as noted, it does require a Conditional Use Permit. • King Co.Department of Natura:�....ources Bryn Mawr System Improvements File No.: LUA-97-195,CU-H,SM February 16, 1998 Page 5 li 10. Similarly,the line will pass through areas with different Comprehensive Plan designations. The Comprehensive Plan recognizes the need to provide utilities and larger transmission facilities to serve any development in the City and surrounding community,and therefore,no particular Comprehensive Plan designation such as Heavy or Light Industrial governs this proposal. 11. The actual proposal is to both upgrade and supplement the existing sewer main that connects the Bryn Mawr community northwest of the City with the Metro transmission line located near Burnett and 6th. The existing line is an older line that has proved insufficient to handle peak flows. When the line's capacity is exceeded,untreated sewage is released into Lake Washington creating unsanitary conditions. 12. The new line will parallel and/or replace the existing line and provide sufficient capacity to avoid overflow conditions. In other words,there will be two lines in some locations,and the existing line will be maintained,providing additional capacity. 13. Where the current line is located in Lake Washington,the applicant proposes that the line will be south of it. The new line will cross under the Cedar River and under the airport to avoid having to work in the harder conditions in the lake and under its surface. • 14. The applicant will be using a series of tunneling and trenching techniques to install the line. To avoid disrupting the river bed and the airport,tunneling will be used. In other areas trenching will generally be used. 15. There are a number of other projects proposed for the same or adjacent corridors. Boeing will be installing a new storm line, and the pity in conjunction with other agencies is proposing dredging the Cedar River and installing a flood control system. The various applicants propose attempting to coordinate the projects to avoid multiple disturbances to the roads, linear park and river environment. They also provide coordinating the restoration of the areas that are disturbed. 16. There is concern over noise and construction vibrations and the techniques that could disturb neighboring residences. The various'applicants would be responsible for any resulting damages. Although they might not be driving piles,there may be hydraulic equipment used to install sheeting. CONCLUSIONS: 1. The applicant for a Conditional Use Permit must demonstrate that the use is in the public interest,will not impair the health, safety or welfare of the general public and is in compliance with the criteria found in Section 4-31-36 (C)which provides in part that: a. The proposal generally conforms with the Comprehensive Plan; b. There is a general community need for the proposed use at the proposed location; c. There will be no undue impacts on adjacent property; d. The proposed use is compatible in scale with the adjacent residential uses, if any; e. Parking,unless otherwise permitted,will not occur in the required yards; f. Traffic and pedestrian circulation will be safe and adequate for the proposed project; - d King Co.Department of Natural K�.ources Bryn Mawr System Improvements File No.: LUA-97-195,CU-H,SM February 16, 1998 Page 6 g. Noise, light and glare will not cause an adverse affect on neighboring property; ' I h. Landscaping shall be sufficient to buffer the use from rights-of-way and neighboring property where appropriate; and i. Adequate public services are available to serve the proposal. The requested conditional use appears justified. 2. Development depends on a range of urban services including sewer utilities. The Comprehensive Plan supports the development of appropriate infrastructure to support urban and suburban development including homes,business and various commercial and industrial uses. In addition, interagency cooperation requires that lines cross into and out of neighboring jurisdictions. The proposed line is compatible with these goals and objectives. 3. The current line is inadequate to handle heavy storm events or peak flows which force raw sewage into Lake Washington. That creates a potential health hazard as well as being unaesthetic. The resolution of this problem is definitely a community need. 4. The construction of the line will create a series of impacts on the surrounding community,but the line once installed will not create any untoward impacts. There will be digging,tunneling and shoring of the trench that will hold the line. There will also be traffic and heavy equipment which will probably create noise and dust. The development of the corridor also will interfere with the use of the Cedar River trail. As noted,there are a series of projects that are being coordinated in order to minimize the disruption and duration of the overall construction along the river and trail. 5. The sewer line will be underground and after construction will not be noticeable,and will not create noise, light or glare. It will have no parking demands and will not interfere with traffic. While construction is occurring,there will be some interference generally found in and around construction sites. 6. The trail,roads and other landscaping will be restored after all of the associated projects are concluded. Areas will be restored once no additional work will disturb those particular areas. The various project sponsors will be working together t i assure the full restoration of any disturbed areas. 7. The applicant will be responsible for assuring that all repairs to the airport, its runways,roads and landscaping are consistent with its safe operation including during construction and during the life of the line and after its abandonment, should that occur. 8. In conclusion,the proposal will have some interim impacts which will be unavoidable. There should be no lasting undue impacts on the City or neighborhoods affected. DECISION: The Conditional Use is approved subject to the following conditions: 1. The applicant shall be responsible for assuring that all repairs to the airport, its runways,roads and landscaping are consistent with its safe operation including during construction and during the life of the line and after its abandonment, should that occur. i 1 King Co.Department of Natural resources Bryn Mawr System Improvements File No.: LUA-97-195,CU-H,SM February 16, 1998 Page 7 2. Informational signage and advertising on the construction activities shall be placed 30 days prior to beginning construction and be maintained throughout the life of the project. Pedestrian,bicycle and vehicle access signage and detours as appropriate shall be per plans approved by the City of Renton Parks Division and the Developmenti Services Division. 3. Weekly reports on the status and condition of the erosion control plan with any recommendations of change or revision to maintenance schedules or installation shall be submitted by the project engineer of record to the public works inspector. Certification of the installation,maintenance and proper removal of the erosion control facilities is required prior to permit close-out. 4. A final construction plan indicating haul route and hours,construction hours and a traffic control plan shall be submitted for approval prior to any permit being issued. Haul hours shall be restricted to 8:30 a.m.to 3:30 p.m. unless approved in advance by the Development Services Division. 5. The public works inspector shall be included in any regular construction meetings for coordination. A copy of the minutes of any regular construction meeting shall be provided to Development Services Division for their use. 6. Road restoration standards for Riverside Drive shall be a minimum of 2 inches of Class"A"asphalt over 4 inches of Class"E"asphalt over 6 inches of crushed rock. 7. Any damage or service interruptions to fire services or hydrants shall be coordinated with the appropriate owner utility or agency. Both the Boeing and City of Renton fire departments shall be notified of any water/fire lines to be taken out of service for any period of time. Hydrants shall be bagged for as long as they are taken Out of service. 8. The applicant shall reach an agreement with the City of Renton Community Services Department and the Development Services Division regarding the placement of landscaping prior to the issuance of construction permits. 9. The applicant shall obtain all required City easements for the proposed project prior to the issuance of construction permits. 10. The applicant shall submit a foreign object control plan to the airport area to the satisfaction of the Development Services Division priori to the issuance of any construction permits. 1 11. A separate traffic control plan for the airport and park shall be submitted to the satisfaction of the Development Services Division prior to the issuance of any construction permits. 12. The existing pedestrian trail along the east side of the Cedar River shall be kept open from the start of the project until June 15, at which time it will be closed. The trail shall be maintained during this time with a minimum width of 6 feet if there is a detour. The trail will be of a hard surface suitable for the Americans With Disabilities Act and the City of Renton. King Co.Department of Natural i sources Bryn Mawr System Improvements File No.: LUA-97-195,CU-H,SM February 16, 1998 Page 8 ORDERED THIS 16th day of February, 1998. FRED J.KA HEARING E ER TRANSMITTED THIS 16th day of February, 1998 to the parties of record: Mark Pywell Larry Ellington Beverly Franklin 200 Mill Avenue S 506 2nd Avenue,#708 537 Williams Avenue N Renton, WA 98055 Seattle, WA 98104 Renton,WA 98055 Leslie Betlach 200 Mill Avenue S Renton,Wa 98055 TRANSMITTED THIS 16th day of February, 1998 to the following: Mayor Jesse Tanner Gregg Zimmerman,PlanBldg/PW Administrator Members,Renton Planning Commission Jim Hanson,Development Services Director Art Larson,Fire Marshal Mike Kattermann,Technical Services Director Lawrence J. Warren, City Attorney Larry Meckling,Building Official Transportation Systems Division Jay Covington,Chief Administrative Officer Utilities System Division Councilperson Kathy Keolker-Wheeler South County Journal Pursuant to Title IV, Chapter 8, Section 15 of the City's Code, request for reconsideration must be filed in writing on or before 5:00 p.m.,March 2, 1998. Any aggrieved person feeling that the decision of the Examiner is ambiguous or based on erroneous procedure, errors of law or fact,error in judgment,or the discovery of new evidence which could not be reasonably available at the prior hearing may make a written request for a review by the Examiner within fourteen(14)days from the date of the Examiner's decision. This request shall set forth the specific ambiguities or errors discovered by such appellant,and the Examiner may, after review of the record,take further action las he deems proper. An appeal to the City Council is governed by Title IV,Chapter 8, Section 16,which requires that such appeal be filed with the City Clerk, accompanying a filing fee of$75.00 and meeting other specified requirements. Copies of this ordinance are available for inspection or purchase in the Finance Department,first floor of City Hall. If the Examiner's Recommendation or Decision contains the requirement for Restrictive Covenants,the executed Covenants will be required prior to approval by City Council or final processing of the file. You may contact this office for information on formatting covenants. King Co.Department of Nature.._ _sources Bryn Mawr System Improvements File No.: LUA-97-195,CU-H,SM February 16, 1998 Page 9 The Appearance of Fairness Doctrine provides that no ex parte(private one-on-one)communications may occur concerning pending land use decisions. This means that parties to a land use decision may not communicate in private with any decision-maker concerning the proposal. Decision-makers in the land use process include both the Hearing Examiner and members of the City Council. All communications concerning the proposal must be made in public. This public communication permits all interested parties to know the contents of the.,communication and would allow them to openly rebut the evidence. Any violation of this doctrine would result in the invalidation of the request by the Court. The Doctrine applies not only to the initial public hearing but to all Requests for Reconsideration as well as Appeals to the City Council. H •5 °CC o a (} (l ❑ ,,,,, c n o I'l p a 9 Grp ;f2s. s i l, . t-.3 D 00 cl C y 61 L---113 1 L-I 1=j 13° ° ?Ifr-7.N, - 4,., .0,- ,,, Q u , ri I . �0 1: U ❑ ,.:___,...= C:10 IJ p RWNI • A — „J. ' - L. 3 a it ..I; �ii; L L__1 Q rto . . . 9�Tr n n� ; .1` • imm kis .ii ,. PAS1. o _R ► o % LAKE 1 •. `r.;0�i WASHINGTON • ,CEDAR ., O Oa;00 11114k .,moo c,". s� �. - _ E oR( +� _ ......:.•. ° 1 PROPOSED — i . O PROJECT • ► I 1 1 0 2 I I�1 Q a a 4 I , \ -. 9 V 11 I i - � _c'_ i III _ - �. ',,l LOGAN-AVE NI I."i �BURNac..• •_—, g e Co) i �Ir-WUdA11S_AVC N A ; d !I I i :!a �:a a 9S0 ,aa ,� PERMIT J ' .""•-"° SUBMITTAL i Mao .a'a DEPARTMENT OF NATURAL RESOURCES °•" 1 GAMY STRWHER5 ASSOOARS.INC K1O. �c.L BRYN MAWR SYSTEM IMPROVEMENTS E OVEUEBER 199T __ ^��' J130 RiAaa,Rana s:1.,ao �� nu AA NEIGHBORHOOD DETAIL MAP v BW�+u4 fA 96003-H,S CGK F - Vno�c(173)519-W00 Km.a.o<a AS SNBWN I'as(173)519-039 M a wow,. Xing CountyG105 5 Ms. A[Mv°M BY ANb BB g • C73130C K b 2 r AFFIDAVIT OF PUBLICATION Kristina Thompson, being first duly sworn on oath states that he/she is the Legal Clerk of the SOUTH COUNTY JOURNAL 600 S. Washington Avenue, Kent, Washington 98032 NOTICE OF PUBLIC HEARING a daily newspaper published seven (7)times a week. Said newspaper is a legal RENTON HEARING EXAMINER RENTON,WASHINGTON newspaper of general publication and is now and has been for more than six months A Public Hearing will be held by the prior to the date of publication, referred to, printed and published in the English language Renton Hearing Examiner at his regular meeting in the Council Chambers on the continually as a daily newspaper in Kent, King County, Washington. The South County second floor of City Hall, Renton. Journal has been approved as a legal newspaper by order of the Superior Court of the Washington, on February 3, 1998 at 9:00 State of Washington for King County. AM to consider the following petitions: BRYN MAWR SYSTEM IMPROVEMENT The notice in the exact form attached, was published in the South County LUA-97-195,CU-H,SM Journal (and not in supplemental form)which was regularly distributed to the subscribers Applicant seeks to upgrade existing sew- er main that connects the Bryn Mawr area during the below stated period. The annexed notice, a to the Metro transmission line. Applicant also requests a Shoreline Substantial Bryn Mawr System Improvements Development Permit as a portion of the work will be within 200 feet of the Cedar River and Lake Washington. Location: as published on: 1/23/98 Renton Airport, Cedar River Trail Park, North 6th Street. Legal descriptions of the files noted The full amount of the fee charged for said foregoing publication is the sum of$36.06 above are on file in the Development Legal Number 4135 Services Division, Third Floor, Municipal i Building,Renton.All interested persons are invited to be present at the Public Hearing to express their opinions. ��/" 411F y�/� Published in the South County Journal 4' ( f�` January 23, 1998.4135 _ Legal Clerk, Sout o ty Journ I ,.. .2\-.4-% Subscribed and sworn before me on this' day of \ 52T• , 191L ``\\`�`,‘th'frrr �//�, n pit Y Notary Public of the State of Washington ;'° li,•.�, residing in Renton �,oTa.,y :y S. King County, Washington r; //,,�FrV IASN``��• City of Renton Department of Planning/Building/Public Works ENVIRONMENTAL 8, DEVELOPMENT APPLICATION REVIEW SHEET REVIEWING DEPARTMENT: ,,,ace, COMMENTS DUE: JANUARY 20, 1998 APPLICATION NO: LUA-97-195,CU-H,SM DATE CIRCULATED: JANUARY 06, 1998 APPLICANT: King County/Dept. of Natural Resources PROJECT MANAGER: MARK R. PYWELL PROJECT TITLE: Bryn Mawr System Improvements WORK ORDER NO: 78324 LOCATION: Renton Airport, Cedar River Trail Park, North 6th Street SITE AREA: N/A I BUILDING AREA(gross): N/A SUMMARY OF PROPOSAL: The applicant seeks to upgrade the existing sewer main that connects the Bryn Mawr area to the Metro transmission line. The pipe installed will vary from 24"to 36" in diameter. The applicant has also requested a Shoreline Substantial Development Permit as a portion of the work will be within 200 feet of the Cedar River and Lake Washington. A. ENVIRONMENTAL IMPACT(e.g. Non-Code) COMMENTS Element of the Probable Probable More Element of the Probable Probable More Environment Minor Major Information Environment Minor Major Information Impacts Impacts Necessary Impacts Impacts Necessary Earth Housing Air Aesthetics Water Light/Glare Plants Recreation Land/Shoreline Use Utilities • Animals Transportation Environmental Health _ _ Public Services t--' Energy/ Historic/Cultural Natural Resources Preservation Airport Environment 10,000 Feet 14,000 Feet 72 / m C,/ni00 C' p Cz c.e „szA,Or C B. POLICY-RELATED COMMENTS C. CODE-RELATED COMMENTS We have reviewed this application with particular attention to those areas in which we have expertise and have identified areas of probable impact or areas where dditional information is needed to properly assoass this proposal. SignatuYe of Director or Authorized Representative Date DEVAPP.DOC Rev.10/93 CITY OF RENTON CURRENT PLANNING DIVISION AFFIDAVIT OF SERVICE BY MAILING On the 2.`11 ` day of lehV. , 1998, I deposited in the mails of the United States, a sealed envelope containing Ata rA wi a &b t ter "Report documents. This information was sent to: Name Representing am.% E %mill,. Rte. of 110.' rah e-Rcsowce Vao Cka he Sotten fever-l� fvo-vskl,i� CTe��1 IR & C; 4 Revvivil lw- Louse moul Leal,i 13eAckOn C. of Ve.rv61 (Signature of Sender) Sd10. k. STATE OF WASHINGTON SS COUNTY OF KING I certify that I know or have satisfactory evidence that Sr4nd,rv-- 145-- signed this instrument and acknowledged it to be his/her/their free and voluntary act f6r1 the uses and purposes mentioned in the instrument. Dated: a7, Iel If Notary Publi and for the State of Washington Notary (Print) My appointmen COMMISSION EXPIRES 6/29/99 rf'roject Name: 8ne.% OA*.WY Stitttm twkpvoVawre. Project Number: LUP •q1 —19 S, CU.* , SV1n NOTARY.DOC CITY OF RENTON MEMORANDUM Date: January 26, 1998 To: Mark Pywell, Current Planning From: Kayren K. Kittrick, Plan Review Subject: Bryn Mawr System Improvements LUA-97-195, CU-H, SM EXISTING CONDITIONS WATER - There are various water lines ranging from 4-inch to 12-inch and ownership is split between Boeing, Seattle Water and City of Renton. SEWER - There are various sewer lines of split ownership throughout the park and airport. There are proposed improvements by Boeing to be coordinated with this project. STORM - Storm and flood control lines are throughout the project, as well as improvement projects by Boeing. STREETS - Riverside Drive is improved. Burnett Avenue is fully improved. CODE REQUIREMENTS WATER 1. Any damage to existing facilities shall be repaired and restored at the cost of the applicant. SANITARY SEWER 1. Any damage to existing facilities shall be repaired and restored at the cost of the applicant. SURFACE WATER 1. Any damage to existing facilities shall be repaired and restored at the cost of the applicant. 2. Erosion control measures shall be installed and maintained throughout the life of the project to the satisfaction of the Public Works Inspector. TRANSPORTATION 1. Any damage to existing facilities shall be repaired and restored at the cost of the applicant. All damaged curbing shall be restored in kind. Any asphalt patches or restoration shall be subject to the City of Renton Standard plans. BRYNMGF DOC r 2. An approved traffic control plan, with all appropriate siL .ge, shall be placed and maintained throughout the life of the project. PLAN REVIEW- GENERAL 1. All plans shall conform to the Renton Drafting Standards. 2. A construction permit is required. When plans are complete three copies of the drawings, a construction estimate, application and appropriate fee shall be submitted to the fourth floor counter. RECOMMENDED CONDITIONS 1. Informational signage and advertising on the construction activities shall be placed 30 days prior to beginning construction and be maintained throughout the life of the project. Pedestrian, bicycle and vehicle access signage and detours as appropriate shall be per plans approved by the City of Renton Parks Division and the Development Services Division. 2. Weekly reports on the status and condition of the erosion control plan with any recommendations of change or revision to maintenance schedules or installation shall be submitted by the project Engineer of record to the Public Works Inspector. Certification of the installation, maintenance and proper removal of the erosion control facilities is required prior to permit close out. 3. A final construction plan indicating haul route and hours, construction hours and a traffic control plan shall be submitted for approval prior to any permit being issued. Haul hours shall be restricted to 8:30 a.m. to 3:30 p.m. unless approved in advance by the Development Services Division. 4. The Public Works Inspector shall be included in any regular construction meetings for coordination. A copy of the minutes of any regular construction meeting shall be provided to Development Services Division for their use. 5. Road restoration standards for Riverside Drive shall be a minimum of 2-inches of Class "A" asphalt over 4-inches of Class "E"Asphalt over 6-inches of crushed rock. 6. Any damage or service interruptions to fire services or hydrants shall be coordinated with the appropriate owner utility or agency. Both the Boeing and City of Renton fire departments shall be notified of any water/fire lines to be taken out of service for any period of time. Hydrants shall be bagged for as long as they are taken out of service. CC: Neil Watts BRYNMGF.DOC City of Renton Department of Planning/Building/Public Works • ENVIRONMENTAL & DEVELOPMENT APPLICATION REVIEW SHEET REVIEWING DEPARTMENT:S „face I ae COMMENTS DUE: JANUARY 20, 1998 APPLICATION NO: LUA-97-195,CU-H,SM DATE CIRCULATED: JANUARY 06, 1998 APPLICANT: King County/Dept. of Natural Resources PROJECT MANAGER: MARK R. PY 11 E PROJECT TITLE: Bryn Mawr System Improvements WORK ORDER NO: 78324 N��'7.Ong ANLOCATION: Renton Airport, Cedar River Trail Park, North 6th Street N ik SITE AREA N/A I BUILDING AREA(gross): t/A-4, 7998 SUMMARY OF PROPOSAL: The applicant seeks to upgrade the existing sewer main that connects the Bryn Muir area to the Metro transmission line. The.pipe installed will vary from 24"to 36*in diameter. The applicant has also requested°aithoreline Substantial Development Permit as a portion of the work will be within 200 feet of the Cedar River and Lake Washington. A. ENVIRONMENTAL IMPACT(e.g.Non-Code) COMMENTS Element of the Probable Probable More Element of the Probable Probable More Environment Minor Major Information Environment Minor Major Information Impacts Impacts Necessary Impacts Impacts Necessary Earth Housing _ Air Aesthetics Water Light/Glare • Plants Recreation Land/Shoreline Use Utilities Animals Transportation Environmental Health Public Services Energy/ Historic/Cultural Natural Resources Preservation Airport Environment 10,000 Feet 14,000 Feet B. POLICY-RELATED COMMENTS C. CODE-RELATED COMMENTS JAR memo dah /a60/8 We have reviewed this application with particular attention to those areas in which we have expertise and have identified areas of probable Impact or areas where additional Information Is needed to properly assess this proposal. 44 64 05 Si h e of Director or Authorized Representative Dat S � P EV P .DOC Rev.10/93 City of Renton Department of Planning/Building/Public Works ENVIRONMENTAL & DEVELOPMENT APPLICATION REVIEW SHEET REVIEWING DEPARTMENT: RahRekiteua— Ll)a COMMENTS DUE: JANUARY 20, 1998 APPLICATION NO: LUA-97-195,CU-H,SM DATE CIRCULATED: JANUARY 06, 1998 APPLICANT: King County/Dept. of Natural Resources PROJECT MANAGER: MARK R.PUFL).RENTON PROJECT TITLE: Bryn Mawr System Improvements WORK ORDER NO: 78324 i 8 / LOCATION: Renton Airport, Cedar River Trail Park, North 6th Street � 7�U SITE AREA: N/A I BUILDING AREA(gross): ILLlIty(2 d.ft VI S ON SUMMARY OF PROPOSAL: The applicant seeks to upgrade the existing sewer main that connects the Bryn Mawr area to the Metro transmission line. The pipe installed will vary from 24"to 36"in diameter. The applicant has also requested a Shoreline Substantial Development Permit as a portion of the work will be within 200 feet of the Cedar River and Lake Washington. A. ENVIRONMENTAL IMPACT(e.g.Non-Code) COMMENTS Element of the Probable Probable More Element of the Probable Probable More Environment Minor Major Information Environment Minor Major Information Impacts Impacts Necessary Impacts Impacts Necessary Earth Housing Air Aesthetics Water Light/Glare Plants Recreation Land/Shoreline Use Utilities Animals Transportation Environmental Health. Public Services Energy/ Historic/Cultural Natural Resources Preservation Airport Environment 10,000 Feet 14,000 Feet B. POLICY-RELATED COMMENTS • C. CODE-RELATED COMMENTS 6(2.12_ M daZe G( a6/7c5 We have reviewed this application with particular attention to those areas in which we have expertise and have identified areas of probable impact or areas where additional Information is needed to properly assess this proposal.�.. evt. : r✓ ya(019,e, • ` Sig - of Director or Authorized Representative Date DEVAP . •C Rev.10/93 • City of Renton Department of Planning/Building/Public Works ENVIRONMENTAL & DEVEL''OPMENT APPLICATION REVIEW SHEET REVIEWING DEPARTMENT:"'r aa" 1 COMMENTS DUE: JANUARY 20, 1998 APPLICATION NO: LUA-97-195,CU-H,SM DATE CIRCULATED: JANUARY 06, 1998 I APPLICANT: King County/Dept. of Natural Resources PROJECT MANAGER: MARK 0E1RE0m PROJECT TITLE: Bryn Mawr System Improvements WORK ORDER NO: 78324 LOCATION: Renton Airport, Cedar River Trail Park, North 6th Street JAN 0 7 1998 SITE AREA: N/A I BUILDING AREA(gross" bitvik:,l SUMMARY OF PROPOSAL: The applicant seeks to upgrade the existing sewer main that connects the Bryn Mawr area to the Metro transmission line. The pipe installed will vary from 24"to 36° in diameter. The applicant has also requested a Shoreline Substantial Development Permit as a portion of the work will be within 200 feet of the Cedar River and Lake Washington. A. ENVIRONMENTAL IMPACT(e.g.Non-Code) COMMENTS Element of the Probable Probable More Element of the Probable Probable More Environment Minor Major Information Environment Minor Major Information Impacts Impacts Necessary Impacts impacts Necessary Earth Housing Air Aesthetics Water LighVGlare Plants Recreation Land/Shoreline Use Utilities Animals Transportation Environmental Health Public Services Energy/ ' Historic./Cultural Natural Resources Preservation Airport Environment 10,000 Feet 14,000 Feet B. POLICY-RELATED COMMENTS C. CODE-RELATED COMMENTS We have reviewed this application with particular attention to those areas in which we have expertise and have identified areas of probable impact or areas where additional information is needed to properly assess this proposal. Signature of Director or Authorized Representative Date DEVAPP.DOC Rev.10/93 EARING`ESA:::::<:.�:<>:«>:•`>;,>:< >> > ' PUBL:CIH<:` : :>:>IN _ N11 11111 < > > <111111>< > > > `C.>:M MEN N. AT:::9. i#:;. »;:::;::<_ ':»>> _<>< <> >«<> «> > > » gmm ?' '<i< >»» >>> > <<'> ' " ��<i`..i....Si:��.�`:�'�����GF.iii : i:� r < i pp tt y� Ctye�ye� n o o �y p i .............� . .................. .................:.......:.:�..:.:.:.r....::.t::...:::...:.P.:��a.....v...n;:�..:�rbe�:�n.: ;end:;riot:>.rr�:�e�s�t�l..>;th�::ard:::.r..>:.rk:wtM�.::h:: ail PROJECT NAME: Bryn Mawr System Improvements PROJECT NUMBER: LUA-97-195,CU-H,SM PROJECT DESCRIPTION: The applicant seeks a Conditional Use Permit (CU)to upgrade the existing sewer main that connects the Bryn Mawr area to the Metro transmission line. The pipe installed will vary from 24 inches to 36 inches in diameter. The applicant has also requested a Shoreline Substantial Development Permit (SM) as a portion of the work will be within 200 feet of the Cedar River and Lake Washington. Location: Renton Airport, Cedar River Trail Park, North 6th Street. AGNDA.DOC City of Renton PUBLIC Department of Planning/Building/Public Works HEARING PRELIMINARY REPORT TO THE HEARING EXAMINER A. SUMMARY AND PURPOSE OF REQUEST: Public Hearing Date: February 3, 1998 Project Name: Bryn Mawr System Improvements Applicant/ King County Department of Natural Resources Address: Attn.: Larry Ellington 506 Second Ave., Suite 708 Seattle, WA 98104 Owner/ City of Renton Address: 200 Mill Ave. South Renton, WA 98055 The Boeing Company Attn.: Paul B. Crane P.O. Box 3707, MS 63-01 Seattle, WA 98124-2207 File Number: LUA-97-195,CU-H,SM Project Manager: Mark R. Pywell, AICP Project Description: The applicantlseeks to upgrade the existing sewer main that connects the Bryn Mawr area to the Metro transmission line. The pipe installed will vary from 24" to 36" in diameter. The applicant has also requested a Shoreline Substantial Development Permit as a portion of the work will be within 200 feet of the Cedar River and Lake Washington. Project Location: Renton Airport, Cedar River Trail Park, North 6th Street - - H b, o Z gm -_� •� W , tlS • � z: OdJ , 1 � � Q i : g �,- �y .' a ii: i� tma I III,1 ,r-8p awa c O z II io co' 1�... c(-�,-.,,. _ III '(� t �! ijrig :Q` �1 I ` ��;f, d 1 U a' §4 �' �' ;, ---_�s wa-•x—ice '. _;-- L ' I /II (, V-Ir----- � i . , ..000 V ,iN, , I , , p ,r ; s p ` 0 l' 1IIII 41 - \F.^ '� -5 x= El'� d 714C . , a'n P _ 1i; —- 1\ -. a-i it - , Ii .?r \ r. =, \ 1D\ Iu \ \ \-;( -t III City of Renton P/B/PW Departmen. Preliminary Report to the Hearing Examiner BRYN MAWR SYSTEM IMPROVEMENTS LUA-97-195, CU,ECF PUBLIC HEARING DATE: February 3, 1998 Page 2 of 9 B. GENERAL INFORMATION: 1. Owner of Record: City of Renton, Renton Municipal Airport, The Boeing Company 2. Zoning Designation: Public Use (P-1), Light Industrial (IL), and Heavy Industrial (IH) 3. Comprehensive Plan Employment Area- Industrial :Land Use Designation 4. Existing Site Use: Municipal airport, linear park, street right-of-way, parking area 5. Neighborhood Characteristics: North: Lake Washington, Industrial Area East: Industrial, Commercial, Single Family Residential South: Airport, Industrial, Commercial, Single Family Residential West: Airport, Commercial, Single/Multi-Family Residential 6. Access: Airport Perimeter Road, N 6th Street 7. Site Area: N/A 8. Project Data: area comments Existing Building Area: N/A New Building Area: N/A Total Building Area: N/A C. HISTORICAL/BACKGROUND: Action Land Use File No. Ordinance No. Date Incorporation 1901 Annexation 738 3/6/25 Annexation 1300 2/3/48 Comprehensive Plan 4597 2/20/95 Zoning 4404 6/7/93 D. PUBLIC SERVICES: 1. Utilities: Water: N/A Sewer: N/A Surface Water/Storm Water: N/A 2. Fire Protection: City of Renton Fire Department HEXRPT.DOC City of Renton P/B/PW Department Preliminary Report to the Hearing Examiner BRYN MAWR SYSTEM IMPROVEMENTS LUA-97-195, CU,ECF PUBLIC HEARING DATE: February 3, 1998 Page 3 of 9 3. Transit: N/A 4. Schools: N/A 5. Recreation: Cedar River Linear Park , 6. Other: N/A E. APPLICABLE SECTIONS OF THE RENTON MUNICIPAL CODE: 1. Shoreline Master Program 2. Section 4-31-9 Public Use Zone (P1) F. APPLICABLE SECTIONS OF THE COMPREHENSIVE PLAN: , 1. Section 1-28 Land Use Element-- Employment Area-Industrial 2. Section V-5 Utilities Element-- Non-City Managed Utilities G. DEPARTMENT ANALYSIS: 1. PROJECT DESCRIPTION/BACKGROUND The applicant seeks to upgrade the existing sewer main that connects the Bryn Mawr area to the Metro transmission line. The pipe installed will vary from 24" to 36" in diameter. The applicant has also requested a Shoreline Substantial Development Permit as a portion of the work will be within 200 feet of the Cedar River and Lake Washington. The Bryn Mawr sewer system is an older system. The section of sewer main that is scheduled for replacement can no longer handle the peak flows. When these peak flows occur, untreated sewage can be released directly into Lake Washington. The project will provide a sewer main that can handle the peak flows and improve the water quality in Lake Washington by preventing the overflow conditions. There are two other projects that are scheduled to occur in this area within a short time frame. The City of Renton is working with the US Army Corps of Engineers on the dredging of the Cedar River. The Boeing Company has obtained land use permits for the replacement and upgrading of storm drainage lines in this area. Metro and Boeing have agreed to coordinate their projects with Metro taking the lead in the construction of the storm and sewer lines. The intent of all the agencies involved in these projects is to coordinate the work so that areas that are disturbed can be restored at the conclusion of all three projects without one project having to tear up the restoration work of the previous project. The Metro/Boeing work should be completed first. They HEXRPT.DOC City of Renton P/B/PW Department Preliminary Report to the Hearing Examiner BRYN MAWR SYSTEM IMPROVEMENTS LUA-97-195, CU,ECF PUBLIC HEARING DATE: February 3, 1998 Page 4 of 9 will need to fully restore the areas that their project will impact that will not be impacted by the dredging work. Those areas that will be impacted by all the projects would only require minimal restoration until the dredging work is completed. The cost of this restoration would need to be assessed to all three projects. The agreement regarding the restoration work and the costs involved in that work will need to be concluded prior to the issuance of construction permits. The applicant will also need to obtain easements from the various property owners prior to initiating any construction work. This would include existing leaseholders of airport property, the airport itself, the City Community Services Department, and the Boeing Company. It has also been reported to City staff that the proposed line will be crossing private property outside of the City limits and that the property owner has not reached an agreement with King County regarding the placement of the line. Although this is outside of the City's jurisdiction, it would not be logical to construct the portion of the sewer main in the City of Renton until it was assured that the line could connect with the remainder of the line. 2. ENVIRONMENTAL REVIEW King County accepted the lead agency status for Metro project. Environmental Review was conducted under the King County Ordinances and the State SEPA regulations. King County issued a Determination of Non-Significance on May 23, 1997. 3 COMPLIANCE WITH ERC MITIGATION MEASURES N/A 4. STAFF REVIEW COMMENTS Representatives from various city departments have reviewed the application materials to identify and address site plan issues from the proposed development. These comments are contained in the official file, and the essence of the comments has been incorporated into the appropriate sections of this report and the Departmental Recommendation at the end of the report. 5. CONSISTENCY WITH CONDITIONAL USE CRITERIA Section 4-31-36 lists 11 criteria that the Hearing Examiner is asked to consider, along with all other relevant information, in making a decision on a Conditional Use application. These include the following: HEXRPT.DOC City of Renton P/B/PW Department Preliminary Report to the Hearing Examiner BRYN MAWR SYSTEM IMPROVEMENTS LUA-97-195, CU,ECF PUBLIC HEARING DATE: February 3, 1998 Page 5 of 9 (5A) CONSISTENCY WITH THE COMP. PLAN, ZONING CODE& OTHER ORDINANCES: The proposed use shall be compatible with the general purpose, goals, objectives and standard of the Comprehensive Plan, the Zoning Ordinance and any other plan, program, map or ordinance of the City of Renton. (1) COMPREHENSIVE PLAN LAND USE ELEMENT The project site extends across an area that is designated as Employment Area - Industrial on the Land Use Element Map of the Comprehensive Plan. The proposed project is consistent with the Comprehensive Plan Land Use Element. Policy U-2: Promote the collocation of new public and private utility distribution lines with planned or pre-existing systems (both above and below ground) in joint trenches and/or right-of-ways where environmentally, technically, economically and legally feasible. The applicant will be utilizing the same utility corridor but will be located in separate trenches due to constraints that make it impossible to locate the lines in the same trench. Policy U-61: Coordinate with the regional wastewater agency and adjacent jurisdictions in the planning and maintenance of regional wastewater systems in and near the City. In this case, King County is the regional wastewater agency. They have taken on the role of providing this section of sewer main for the Bryn Mawr area and coordinated their work with the City of Renton utilities. (2) ZONING CODE The Renton Municipal Airport and the park are zoned Public Use (P-1). The Boeing Company area is zoned Heavy Industrial (IH) and the remainder of the site is zoned Light Industrial (IL). The proposed line is allowed in these zones provided that a conditional use permit is approved. (3) DEVELOPMENT STANDARDS: (a) SIZE OF USE The applicant is requesting approval to replace an existing sewer line with a 36" sewer main. (b) LANDSCAPING The majority of the line will be constructed in areas where there is only a paved surface. However, portions of the project will be located within the Park and in the landscaped areas of the parking lot. This landscaping will need to be replaced open completion of the installation of the sewer main. The applicant will need to reach agreement with the City of Renton for the landscaped portions of the project that will be further disturbed by the Cedar River dredging project. HEXRPT.DOC City of Renton P/B/PW Department Preliminary Report to the Heating Examiner BRYN MAWR SYSTEM IMPROVEMENTS LUA-97-195, CU,ECF PUBLIC HEARING DATE: February 3, 1998 Page 6 of 9 (58) COMMUNITY NEED: There shall be a community need for the proposed use at the proposed location. In the determination of community need, the Hearing Examiner shall consider the following factors, among all other relevant information: (a) The proposed location shall not result in either the detrimental over concentration of a particular use within the City or within the immediate area of the proposed use. This project will.not cause a detrimental over concentration of sewer mains in this area. Open completion of this project, the area will appear similar to its present appearance. No new above ground structures are contemplated as part of this project. (2) That the proposed location is suited for the proposed use. The proposed site is suited for this purpose. The City has received one letter indicating that the soft soils along the N 6th Street portion of the site will carry construction vibrations into the adjacent residential area. The applicant will need to comply with the existing City Ordinances regarding times of construction and noise. (5C) EFFECT ON ADJACENT PROPERTIES: The proposed use at the proposed location shall not result in substantial or undue adverse effects on adjacent property. The following site requirements shall be required: (1) Lot Coverage: '.Lot coverage shall conform to the requirements of zone in which the proposed use is to be located. No new areas will be covered by structures as a result of this project. (2) Yards: Yards shall conform to the requirements of the zone in which the proposed use is to be located. Additions to the structure shall not be allowed in any required yard. No yard setbacks are required for underground utilities. (3) Height: Building and structure heights shall conform to the requirements of the zone in which the proposed use is to be located. Spires, belltowers, public utility antennas or similar structure may exceed the height requirement upon approval of a variance. Building heights 'should be related to surrounding used in order to allow optimal sunlight and ventilation, and minimal obstruction of views from adjacent structures. N/A (5D) COMPATIBILITY: The proposed use shall be compatible with the residential scale and character of the neighborhood. (Ord 3599, 1-11-82) Although the size of the sewer line is determined by a regional need, the Bryn Mawr Sewer District,the pipe itself will be underground and will not have an impact on the neighborhood once the construction has been completed. The construction activity required to install a 36" sewer line is not significantly different from the construction activity for a smaller sized line that would serve a smaller area. HEXRPT.DOC City of Renton P/B/PW Department Preliminary Report to the Heating Examiner BRYN MAWR SYSTEM IMPROVEMENTS LUA-97-195, CU,ECF PUBLIC HEARING DATE: February 3, 1998 Page 7 of 9 (5E) PARKING: Parking under the building structure should be encouraged. Lot coverage may be increased to as much as seventy-five percent(75%) of the lot coverage requirement of the zone, in which the proposed use is located, if all parking is provided underground or within the structure. (Ord.3903, 4-22-85) No parking will be required for this project. (5F) TRAFFIC: Traffic and circulation patterns of vehicles and pedestrians relating to the proposed use and surrounding area shall be reviewed for potential effects on, and to ensure safe movement in the surrounding area. The applicant will need to submit final construction plan including a traffic control plan. This will ensure that emergency vehicles can access the site and adjacent properties without delay. The applicant will also need to restore any streets damaged during the construction of this project. (5G) NOISE, GLARE: Potential noise, light and glare impacts shall be evaluated based on the location of the proposed use on the lot and the location of on-site parking areas, outdoor recreational areas and refuse storage areas. Potential noise impacts can be created during the construction phase of the project. The applicant will need to comply with the City of Renton Noise Ordinance. (5H) LANDSCAPING: Landscaping shall be provided in all areas not occupied by building or paving. The Hearing Examiner may require additional landscaping to buffer adjacent properties from potentially adverse effects of the proposed use. The applicant will not be required to landscape any new areas as part of this project. The applicant will need to restore landscaping that is disturbed by this project. In the event that landscaping will be further disturbed by subsequent projects the landscape restoration may be deferred by reaching an agreement with the City of Renton. The areas that are disturbed and that will not be immediately replanted to match existing landscaping will need to have temporary erosion control measures installed and maintained until such time as the final landscaping can be installed. (51) ACCESSORY USES: Accessory uses to conditional uses such as day schools, auditoriums used for social and sport activities, health centers, convents, preschool facilities, convalescent homes and others of a similar nature shall be considered to be separate uses and shall be subject to the provisions of the use district in which they are located. N/A HEXRPT.DOC City of Renton P/B/PW Department Preliminary Report to the Heating Examiner BRYN MAWR SYSTEM IMPROVEMENTS LUA-97-195, CU,ECF PUBLIC HEARING DATE: February 3, 1998 Page 8 of 9 (5J) CONVERSION: No existing building or structure shall be converted to a conditional use unless such building or structure complies, or is brought into compliance, with the provisions of this Chapter. N/A (5K) PUBLIC IMPROVEMENTS: The proposed use and location shall be adequately served by and not impose an undue burden on any public improvements, facilities, utilities, and services. Approval of a conditional use permit may be conditional upon the provision and/or guarantee by the applicant of necessary public improvements, facilities, utilities, and/or services. The proposed project will be put through areas where a number of existing utility lines (public and private) are located. The applicant will need to coordinate any service disruptions with the appropriate agencies or owners. In the event that a utility line is inadvertently disrupted, the applicant will immediately inform the appropriate parties. H. RECOMMENDATION: Staff recommends approval of the Bryn Mawr System Improvements, Project File No. LUA-97- 195,CU-H,SM subject to the following conditions: 1. Informational signage and advertising on the construction activities shall be placed 30 days prior to beginning construction and be maintained throughout the life of the project. Pedestrian, bicycle and vehicle access signage and detours as appropriate shall be per plans approved by the City of Renton Parks Division and the Development Services Division. 2. Weekly reports on the status and condition of the erosion control plan with any recommendations of change or revision to maintenance schedules or installation shall be submitted by the project Engineer of record to the Public Works Inspector. Certification of the installation, maintenance and proper removal of the erosion control facilities is required prior to permit close out. 3. A final construction plan indicating haul route and hours, construction hours and a traffic control plan shall be submitted for approval prior to any permit being issued. Haul hours shall be restricted to 8:30 a.m. to 3:30 p.m. unless approved in advance by the Development Services Division. 4. The Public Works Inspector shall be included in any regular construction meetings for coordination. A copy of the minutes of any regular construction meeting shall be provided to Development Services Division for their use. 5. Road restoration standards for Riverside Drive shall be a minimum of 2-inches of Class"A" asphalt over 4- inches of Class"E"Asphalt over 6-inches of crushed rock. 6. Any damage or service interruptions to fire services or hydrants shall be coordinated with the appropriate owner utility or agency. Both the Boeing and City of Renton fire departments shall be notified of any water/fire lines to be taken out of service for any period of time. Hydrants shall be bagged for as long as they are taken out of service. 7. The applicant shall reach an agreement with the City of Renton Community Services Depart and the Development Services Division regarding the replacement of landscaping prior to the issuance of construction permits. 8. The applicant shall obtain all required easements for the proposed project prior to the issuance of construction permits. HEXRPT.DOC • City of Renton P/B/PW Departmen. Preliminary Report to the Hearing Examiner BRYN MAWR SYSTEM IMPROVEMENTS LUA-97-195, CU,ECF PUBLIC HEARING DATE: February 3, 1998 Page 9 of 9 EXPIRATION PERIODS: Conditional Use Permit Application (CUP): Two (2)years from the final approval (signature) date. HEXRPT.DOC CItE Benton Department of Planning/Building/i --_c Works ENVIRONMENTAL & DEVELOPMENT APPLICATION REVIEW SHEET, . REVIEWING DEPARTMENT: lq �. COMMENTS DUE: JANUARY 20, 1998 APPLICATION NO: LUA-97-195,CU-H,SM DATE CIRCULATED: JANUARY 06, 1998 APPLICANT: King County/Dept. of Natural Resources PROJECT MANAGER: MARK R. PYWELL PROJECT TITLE: Bryn Mawr System Improvements WORK ORDER NO: 78324 LOCATION: Renton Airport, Cedar River Trail Park, North 6th Street SITE AREA: N/A BUILDING AREA(gross): N/A SUMMARY OF PROPOSAL: The applicant seeks to upgrade the existing sewer main that connects the Bryn Mawr area to the Metro transmission line. The pipe installed will vary from 24"to 36" in diameter: The applicant has also requested a Shoreline Substantial Development Permit as a portion of the work will be within 200 feet of the Cedar River and Lake Washington. A. ENVIRONMENTAL IMPACT(e.g.Non-Code) COMMENTS Element of the Probable Probable More Element of the Probable Probable More Environment Minor Major Information Environment Minor Major Information Impacts Impacts Necessary Impacts Impacts Necessary Earth X Housing X Air X Aesthetics X Water X Ught/Glare Plants X Recreation X Land/Shoreline Use X Utilities X Animals X Transportation X Environmental Health X Public Services X Energy/ X Histor c/Cultural Natural Resources Preservation x Airport Environment 10,000 Feet on-air 14,000 Feet port A portion of this project will be conducted on airport, and will involve the digging of at least two large pits for the underground boring from the northwest corner of the airport to the southeast corner of the restaurant parking lot, and from that location across the airport beneath the runway and taxiway to the Cedar River Trail Park. Br POLICY-RELATED COMMENTS The airport property is not public right-of-way. Although an easement is being sought by Metro, an agreement between the City and Metro concerning responsibility for maintenance nd/or repair of the ground area above and surrounding the pipeline, and responsibility for any damage which may be caused to the runway and/or taxiway in the event of failure or leaking of the pipeline, should be obtained prior to permitting the placement of the Sewage pipeline beneath the airport property. This agreement could be contained within the easement or as a separate agreement tied to the easement. Responsibility for actions After the abandonment of the pipeline (and possible collapse of the deteriorated pipe) should hp rnntainpd within the aarPPment. C. CODE-RELATED COMMENTS A Notice of Proposed Construction must be submitted to the FAA prior to issuing a Permit, since this is on -airport construction. We have reviewed this application with particular attention to those areas In which we have expertise and have identified areas of probable Impact or areas where add' al information needed to properly assess this proposal. ' © Jau. 03 1978 Signature 'Director or Authorized Representative Date f DETPP. C Rev.10l93 City of Renton Department of Planning/Building/Public Works ENVIRONMENTAL 8 DEVELOPMENT APPLICATION REVIEW SHEET REVIEWING DEPARTMENT: l .hm sejA 1CG0 COMMENTS DUE: JANUARY 20, 1998 APPLICATION NO: LUA-97-195,CU-H,SM DATE CIRCULATED: JANUARY 06, 1998 APPLICANT: King County/Dept. of Natural Resources PROJECT MANAGER: MARK R. $4y RFNTON PROJECT TITLE: Bryn Mawr System Improvements WORK ORDER NO: 78324 LOCATION: Renton Airport, Cedar River Trail Park, North 6th Street JAN 0 7 1998 SITE AREA: N/A BUILDING AREA(gross): N/A J�LLJIYVI� UIVI ION SUMMARY OF PROPOSAL: The applicant seeks to upgrade the existing sewer main that connects the Bryn Mawr area to the Metro transmission line. The pipe installed will vary!from 24"to 36" in diameter. The applicant has also requested a Shoreline Substantial Development Permit as a portion of the work will be within 200 feet of the Cedar River and Lake Washington. A. ENVIRONMENTAL IMPACT(e.g.Non-Code) COMMENTS Element of the Probable Probable More Element of the Probable Probable More Environment Minor Major Information Environment Minor Major Information impacts impacts Necessary Impacts Impacts Necessary Earth Housing Air Aesthetics Water Light/Glare Plants Recreation Land/Shoreline Use Utilities Animals Transportation Environmental Health Public Services Energy/ Histon'clCultural Natural Resources Preservation Airport Environment 10,000 Feet 14,000 Feet B. POLICY-RELATED COMMENTS • ile C. CODE-RELATED COMMENTS Lill= We have reviewed this application with particular attention to those areas In which we have expertise and have Identified areas of probable Impact or areas where a Nona!information Is neede to properly assess this proposal. (/ 11777 ignature of Djctor or orrzzed Repre ative Date DEVAPP.DOC (/ Rev.10/93 City of Renton Department of Planning/Building/Public Works ENVIRONMENTAL & DEVELOPMENT APPLICATION REVIEW SHEET (REVIEWING DEPARTMENT: ; COMMENTS DUE: JANUARY 20, 1998 APPLICATION NO: LUA-97-195,CU-H,SM DATE CIRCULATED: JANUARY 06, 1998 (APPLICANT: King County/Dept. of Natural Resources PROJECT MANAGER: MARK R. PYWELL PROJECT TITLE: Bryn Mawr System Improvements WORK ORDER NO: 78324 LOCATION: Renton Airport, Cedar River Trail Park, North 6th Street I SITE AREA N/A I BUILDING AREA(gross): N/A I SUMMARY OF PROPOSAL: The applicant seeks to upgrade the existing sewer main that connects the Bryn Mawr area to the Metro transmission line. The pipe installed will vary from 24"to 36"in diameter. The applicant has also requested a Shoreline Substantial Development Permit as a portion of the work will be within 200 feet of the Cedar River and Lake Washington. A. ENVIRONMENTAL IMPACT(e.g.Non-Code) COMMENTS Element of the Probable Probable More Element of the Probable Probable More Environment Minor Major Information Environment Minor Major Information Impacts Impacts Necessary Impacts Impacts Necessary I Earth Housing I Air Aesthetics I Water Light/Glare Plants .--)C— Recreation I Land/Shoreline Use Utilities Animals Transportation _ I Environmental Health Public Services Energy/. Historic/Cultural Natural Resources Preservation Airport Environment 10,000 Feet / /5 ; y� 14,000 Feet f 65 ce.0 il-6 ,,,e2 ., 12/"? GelLt_ a e 7---.9, ../.447-a---,L,five— .re-774- B. POLICY-RELATED COMMENTS C /j alp /2d� � C. CODE-RELATED COMMENTS 645X_VLe '2-6 611/27- 96 - /4 lye have reviewed this application with particular attention to those areas In which we have expertise and have Identified areas of probable impact or areas Where additional Information Is ne=•ed to properly assess this prop•t al. r .J4 , W2:.".. ►, -G is7?yam ignature of Director or Aut onzed Representative Date . City of Renton Department of Planning/Building/Public Works ENVIRONMENTAL & DEVELOPMENT APPLICATION RE_V`I. .W �S�H..Ei- i.E_T-.r. -REVIEWING DEPARTMENT: Fmyc ? cue.thcn COMMENTS DUE:- JANUARY 20, 1998 APPLICATION NO: LUA-97-195,CU-H,SM DATE CIRCULATED: JANUARY 06, 1998i AN( 0 7 1998 APPLICANT: King County/Dept. of Natural Resources PROJECT MANAGER: MARK R. PYWELL ,..z.' o r t— ;, - PROJECT TITLE: Bryn Mawr System Improvements WORK ORDER NO: 78324 LOCATION: Renton Airport, Cedar River Trail Park, North 6th Street SITE AREA: N/A I BUILDING AREA(gross): N/A SUMMARY OF PROPOSAL: The applicant seeks to upgrade the existing sewer main that connects the Bryn Mawr area to the Metro transmission line. The pipe installed will vary from 24"to 36"in diameter. The applicant has also requested a Shoreline Substantial Development Permit as a portion of the work will be within 200 feet of the Cedar River and Lake Washington. �A. ENVIRONMENTAL IMPACT(e.g.Non-Code) COMMENTS Element of the Probable Probable More Element of the Probable Probable More Environment Minor Major lnfonnatlon Environment Minor Major Information Impacts Impacts Necessary Impacts Impacts Necessary Earth Housing Air. Aesthetics I Water Ught/Glare Plants Recreation I Land/Shoreline Use Utilities I Animals Transportation I Environmental Health Public Services Energy/ Historic./Cultural Natural Resources Preservation Airport Environment 10,000 Feet 14,000 Feet 'VD kir 0r 4ac7s AidV� /3. POLICY-RELATED COMMENTS VI( • • a. CODE-RELATED COMMENT 7/ - - a� '� � "yn8/- eAc aCc es5 d a /.gP.,S , e have reviewed this application with particular attention to those areas In which we have expertise and have Identified areas of probable Impact or areas Where ddltional Inform-��. Is needed to properly assess this proposal. J / /9. / Ogr1turrof Director or Auth.f.ed Representative Date ,^ • CITY OF RENT.O.N MEMORANDUM Date: January 26, 1998 To: Mark Pywell, Current Planning From:. Kayren K. Kittrick, Plan Review Ni3 Subject: Bryn Mawr System Improvements - LUA-97-195, CU-H, SM EXISTING CONDITIONS WATER - There are various water lines ranging from 4-inch to.12-inch and ownership is split between Boeing, Seattle Water and City of Renton. SEWER - There are various sewer lines of split ownership throughout the park and airport. There are proposed improvements by Boeing to be coordinated with this project. STORM - Storm and flood control lines are throughout the project, as well as improvement projects by Boeing. STREETS - Riverside Drive is improved. Burnett Avenue is fully improved. CODE REQUIREMENTS WATER 1. Any damage to existing facilities shall be repaired and restored at the cost of the applicant. SANITARY SEWER 1. Any damage to existing facilities shall be repaired and restored at the cost of the applicant. SURFACE WATER 1. Any damage to existing facilities shall be repaired and restored at the cost of the applicant. 2. Erosion control measures shall be installed and maintained throughout the life of the project to the satisfaction of the Public Works Inspector. TRANSPORTATION 1. Any damage to existing facilities shall be repaired and restored at the cost of the applicant. All damaged curbing shall be restored in kind. Any asphalt patches or restoration shall be subject to the City of Renton Standard plans. BRYNMGF.DOC 2. An approved traffic control plan, with all appropriate signage, shall be placed and maintained throughout the life of the project. PLAN REVIEW - GENERAL 1. All plans shall conform to the Renton Drafting Standards. - 2. A construction permit is required. When plans are complete three copies of the drawings, a construction estimate, application and appropriate fee shall be submitted to the fourth floor counter. RECOMMENDED CONDITIONS 1. Informational signage and advertising on the construction activities shall be placed 30 days prior to beginning construction and be maintained throughout the life of the project. Pedestrian, bicycle and vehicle access signage and detours as appropriate shall be per plans approved by the City of Renton Parks Division and the Development Services Division. 2. Weekly reports on the status and condition of the erosion control plan with any recommendations of change or revision to maintenance schedules or installation shall be submitted by the project Engineer of record to the Public Works Inspector. Certification of the installation, maintenance and proper removal of the erosion control facilities is required prior to permit close out. 3. A final construction plan indicating haul route and hours, construction hours and a traffic control plan shall be submitted for approval prior to any permit being issued. Haul hours shall be restricted to 8:30 a.m. to 3:30 p.m. unless approved in advance by the Development Services Division. 4. The Public Works Inspector shall be included in any regular construction meetings for coordination. A copy of the minutes of any regular construction meeting shall be provided to Development Services Division for their use. 5. Road restoration standards for Riverside•Drive shall be a minimum of 2-inches of Class "A" asphalt over 4-inches of Class "E"Asphalt over 6-inches of crushed rock. 6. Any damage or service interruptions to fire services or hydrants shall be coordinated with the appropriate owner utility or agency. Both the Boeing and City of Renton fire departments shall be notified of any water/fire lines to be taken out of service for any period of time. Hydrants shall be bagged for as long as they are taken out of service. CC: Neil Watts BRYNMGF.DOC . . . ..- I -- . ., - .......-- -.I.\ A '‘ ,' /, '' ..... , • --• \ , - - tr i - -'- . • • I /" 1?1,VER NTAF14 • t"" \ C - •.-/:. CITY OF RENTON AIRPORT 5 • - ,',.)C.0, ‘.. ,' ' . \ 8 -, \ '-‘, 6 , ----> -- ' , , xr.. 1 , , .. • URBAN SHOREUNE g:V.', N . . .-'" . /' l• -• • (., ...- 1....-± • .N-... XIS IN •rs. p LCANTtaE ---t-.,_. crotNuTp,IcTis-inIrN , 7.--- \.'"'-",, ,' • . 7-- ' IfatImetC R&M igtIIITP5i7T6NaL , ', .• ; , - 1 5 3 ' An 8 S "` \ "--- • \ / j ...---'-',. 4...00 7.:, 45.00 ' \ ritriKI, •710D — • \ t. ...... ,. , \--- ' • ',—...,..-, ', ‘, C, , . IWITIFAIF,.PIT 1 Z •,..,,/ c 44.., 8§IPROCET ' \,:cSEE'li),"FY')R A ' ' . ... 8 7.1 • STA 42+65 94 DETAJL SITE,PLAN . -;;I., . • ',.:::,-/i....., \ \ --- Zt.-.1'./.:‘, N 185313.08 ,,, E 12§42.55 4_- ./ • OF TH/S AREA / . ...- 7 8(_) I1-4IZ - . 1 \ V-, . ' SEE. , r_./--,- , / •. 4 .. , lee • t .-..---;---- - '-. /--N ' / / __. :Z.- . '. I /' , ,„ ' ''''''* 1 -p. TRAIL PARK . ,.e. • . I s., , / . . _ .. CA ; /-------`, ' l / i •. _ 3 • ,. / 7 '-'M •, -",..' / -----' ‘;'-'\ , 1 -_. - TOPOGRAPHIC INFORMATION IS DERIVED FROM AN AERIAL SURVEY CONDUCTED ON 2/5/93 SOME r PERMIT -1 GROUND AND OR TOPOGRAPHIC FEATURES MAY HAVE • CHANCED.1HE CONTRACTOR IS RESPONSIBLE TO BE • L SUBMITTAL j FAMILIAR WITH THE CURRENT SITE CONDITIONS. mm. ••... . I 42+00 43+00 44+00 45+00 46+00 47+00 . . ' . . . . . . . . . —I . i• : MICROTUNNEL I • . • , . • ' . ' . . . .. . • . • EXISTING GROUND RENTON MUNICIPAL AIRPORT SAFETY ZONE ' . , • ': .......-----.4.. ........... ,,,!---AT PIPE CENTERLINE 1 1 ' 1 120 . . 120 • -. • - .7.--.-.--.-_ -,i --t- ---i-- -!--- . ..... • . ,____. ___•••• __7_ --- _. •--...... : APPROXIMATE I I 1.1 . I 2 '. ' In 1 WATER EL. I . -4•-•-.8- I I . ' . r.- I 0 • - 115 - CD 1 , . • : I . • . • . . . 1.4- . 115 . 1 APPROXIMATE ELEVATION OF • •14 • If • • I II I EXISTING RIVER BOTTOM(1994 DATA) 1 • • . . • "•• . 1 1 I CEDAR RNER ' . • . . . • ; 1.—-------- --- -------- -------------- -- ----------. 110 110 : • ' 7 -: —. - --L— ' J <\--,, ; 1 I ! • I . • ,. ; 1 . • I- LI) . , I !APPROMAATE ELEVATION OF DREDGING I RIVER BOTTOM AFTER 1998 DR • • . . 1 V) • 4-- • • . • : , • : . = . . . '7.-rE' ' 'Rt7/ -- CONTRACTOR CAN GROUT BETWEEN ' I Z . 1134 W. 77 ff.. -. . - -.— • Z • • . Aita/ELEVATION : : FilEVATIONLIOL4BNOuT9T5 TO 1 • • I...1, . r7. • . . . . 7.1 . I= . • i : . • . i . . • 113 : ' /// . ' Zi . . ' I(,) 100 §2 .3, . • IV WIN. , '• '. . . ' I 1.7•:-C' " • ... • -.4. . , I • ' Ii n La . . . . . I 95 • • . M . . . .. . •. . . , . • • . . . c . • . . . ...i.=. . • • . I. . , • 3...-IW.92-33, ' ' I ' . .., 90 . • . . . :36-CARIRERI PIPE.f 4-SS 0 IV.0008 FrT/FE . • I 90 ,. , ..s.,... OMATH.,. DEPARTMENT OF NATURAL RESOURCES [we ,..n. • IUD BRYN MAWR SYSTEM IMPROVEMENTS OCTOBER 1997 Ffunte6 CARRY STRUTHERS ASSCOATES.INC C...- SAL.0 - 3150 G ds Rood.So114 100 -7,..,EfE17•' CCH.441/ Maw: 4A25)9:CX-4446 ) mamma om, HCC•IVIKIIR 'Vl: ;::259. C)4 PLAN & PROFILE Y • F.(425)519-0309 ARHWATW King County STA 42+65.94 TO C110 . .• 5 .. REVIVON BY APP.! TRIG \./ onn"Tr+136. 2287°C.8 0.1PROVIIR C731.30C STA 47+00 OR • I ' I ------- _-------- _____--------- 5 5 I ..---------- I 81 __-------- I,-9 __ i—± — -- _r----. c rt I _----" ___-- . , 4 v1-1 0 --------lin N. <C' • .. ' --.:-.:.:::: - .::: ' V----- LOCATION OF t;51 i 1—‹ BORE PIT ' ,1 1 (1) 00 46.00 •9•CO 50..00 5.00 5200 / _.'CA•50__.Y2 ;. .4_, • Li.J. + _ t 0 21 ___--•- • __ __cl • .__ --,-,_,..,____ :_7,.. , __, e I ,.../ --1--,.- / -__. -__ '-- - .2( I.' -----... ..---,-/-- / IP -_---____ , - .....,-•; ,:L--- _ I 1 --)-•,-, ,% ' ....__ ___ _--- _ .-j3 -'--- '''' : r"-'s- ------ ' ,%/ ( I _ ".i•-• - ----;,2 • ; ' 4-, _ _. TOPOGRAPHIC INFORMATION IS DERIVED FROM AN AERIAL SURVEY CONDUCTED ON 2/5/03 SOME • 1- PERMIT -1 GROUND AND OR TOPOGRAPHIC FEATURES MAY HAVE CHANGED.THE CONTRACTOR IS RESPONSIBLE TO BE L SUBMITIAL j FAMILIAR ARIA THE CURRENT SITE CONDITIONS III. 47+00 48+00 49+00 50+00 51+00 52+00 1 • • , . . . i . . . . • . . . ,. ' . ' 1 i . . . • • • • : . . . 125 — I I * . . • , i : • • 125 -- - : -1 • ; MICROTUNNEL • - ' . . _CD RENTON MUNICIPAL AIRPORT SAFETY ZONE ' •. • . • . . • • ' 01 . P.-' . . ,EXISTING GROUND 2 1.20 AT PIPE CENTERUNE '. ' 1 • I+ 120. ---_— I's- . . . , : — .----- ' i , ' • : • -12 115 di • ' in . : • . . • : is, " 1< _:__ . __,_____ 115 -.... I—, •. . :' d : MI • '• . : 5 : . 110 : ,Lij 110 - Z : • . - • . • - • 1Z •• .. . : g q • •. • - .T ._I s —1 MI • ' : 1 — : • • Im CI . .5 • 105 • ' .7, • • ,0 105 §g 17,.. • . • . ____ . -- • : ' h I.:7 . ii',U •' . ..... - , , • . 11 100 MI • • , . • 100-"--------------------------7-------''' . • • . I e; tz- 95 1— 36-CARRIER PIPE.26- SS 0 5,3.00E1 FT/FT ' ' . . •. . . INV..99.07—.*"." I 95 ' 110.1a C.VCI.C, DEPARTMENT OF NATURAL RESOURCES '''' ,T• F5a13174" OCTOBER 1997 KIO BRYN MAWR SYSTEM IMPROVEMENTS •,.. GARSIY50$R7,,,THriASSTA11.01NC. TI...Tradiva.meS cotsalt sco.. nit In HUH - .0.44/4 Belletve.WA 96005-4446 ...Apo t...) ® PLAN & PROFILE IWNwe(4253 519-03C0 RICO.0.0: V: 1'..5' Divs.MC, _ • F..0253 519-0.309 19 BLOB County STA 47+00 TO STA 52+00 C111 .-- ITOnsFoN BY APP.(' OME / APPRIMIR C73130C 94U.03 or • •. . . /, I . • ' . ./, • • . C.. . .• ____• ,.. .) WI...s.NSTRUCTION . , ' . . // 5 , ,,_, 1 7----- '. I i // I . 1 ...90.'•.3 . •0 =-__- T. , ..•/ I Z ,,-'-, 6rtu jeGERs,sp2ToR , _ . .. ; i e.,--- , „,, , „ w, 1+ • • • ., • , • • •:Oil. • 4 \, :- in .• rv-•<- 0 , 4 . ! TECgN , ; 1 III 1 ' • ; .go. 0 of-ot-n• '• .< . < •.M... Y.,,.,': t 1 ' . t\ z, /,/, • I I- • 1 - --N m.7-= •••-• 4 \:: k,s5.2., , , P . '',/': • i . . i,P.,_ 4: j _,,,-- --,,11-A.*,.. ,...,.; .,..t•N.,, ; , 1 ••• 1 . . .,,,, • .,..„ --\ : i,_k 4---;-,-i co-r-- -;•,,i„ ` • ',. - .•, I , , .,;,...;!:•,,,,.- l'Silii•-••:;. I Lj - s..T , ' ': 2..,,o ----`, -.. R'• r . ..!--7.,-,,,,...f;,' • -',', •:../L • X _,-.,-- -- 6. ' I;r. .. ,4.f ..!klr III* )f ' ' i 1 i i ' ...,- 1 _z..'/,• P••TECg....1.......___ A .'ky,-- • 2 ,..: ,. At\ • j ' • , . --, • •• 7 - - - - -•\•• ••• •:lt,. , .:. L:;S." •• ; ,..,. ,. ' ....,-... .41,4.4kali .. • • : ' , 4 . L pp' 0 4-.. 0. 0 .. •------ -fp,,t.OR e '-' -:- 0__,5 .i -3,3,,,,p`,..7- , •c-, Io(1) . . ...„1)--,_ .,_ .... "; .' ...2•-I...! ! ‘,4-7.' x 'ir rt2 .... • R.22.• L. 1,,, .....,,v,....VA.,. -- - -a...L.-2- - Er.E4 .< ......,,,.94-- -TAN..12.1r=' - -''Z ' L'.. ' T. ' ..1;10.t...", 02 • .......=Arty...I o- ••__....-- .- •• \.-- •i......T7.-/7.-`,..---:17-3 . ._9°..1 .....„1. --.-,IN-=------_2=__----_..1.11.. -----. -- -lf. ' '. - ---I •,,,- --- • . it.71- --_ -4.1K.---'--- •-•---''' ..."...4:'‘.--;:ies,`1.. ..-'--... .. g- -- ./-°." - - -.• .-- ' ‘.-. .. -N-6TH ST '''' 4,...; — — • 'r..,..., ....--_____._,_....... •A•v•-•••••- ...-..- ..„._., :-. .._.a`-,...•••••,,,,,-..„.,-ww.,,s1.--,- --.-= > ;' _.,-.,•, '7-1-1 - , arr4 .,_.,...,.............,,,,-,_. . 7 , •_._,..__________.__.: ,... . _. ;_,„ :,z z. .,,........ ,a....,„,,,, ___________ ,........, _,--:__---: ..,..-.0_-_______,---...,___---,."-------__,-_,:_-_=.,.,--___----. 3 • --_____. ; ; ; ://,,'; ,. . .1 • I ,..,,c, ''.., - . . :•,,,,v ....,• I .1-- I ' // - ' . ' ' .1•7'.f'' : ' ' i I i'i : - . , I _ • i i• • z i NOTES: • . . . DAMS • 9. ' ' 0 ‘)254°147EUUIRTESIMIE ENMER . 1 I 1 • ' ,,''''rt . : , ' . . 1 • ! , I . I • 1.(....:_ .)....„) I I ' DURING GONSTRUGTION. . ....f "r, • . . -: 2)FcigLsorREAUABS..0.47 DURR4G • I , it„,, ,. , • , • , __ • , :;. o. .,,, '1:,..1..:,,,1-,,t 2)IIdar.ilisTalltloT PIPES.rRENC HSE-PEA14, p, 6 p ' . i OF GONTRUGTION ARE WITHIN ' '''4- . 1.. 11- _________ ,,PROTEGMN ;_,..._ .--, ,:-,,,- , ! ; .7--,__ . ! 4)IdlIT4YTSRIGHT-OF-WAY AND CONSTRUCTION 6 2 ' °0 tri' F r'• - ;kJ, ;----, ;---: , 0, --:-.'-7-' A-L, '@°e4.0 EASEMENTS AS SHOWN. __,_ F.• 2 , ' 1 ' - -..— •- 1.-_;._----- ' e-, -------`- :i1;5'2111 ' 7 •,',... -' 1 — ----- . ,..._,___ —_......,_._ _LOD .-• •011 / •• -1,00 ' • -•• o .. ...,. ,....„ ...., 1,. y .. ... .. . .. ... .. .. ._...... L...• ... . ... ... .... .L. .. ...... .,... -...... •:...... .......-. .... ..:" ..• .... .• ... .. .... ... .... ........• •• I I N --;-' , •,-••,•'.------ ___,•=4mz-ir_--_-_,-- - ,‘. _,.. •.'_____•..—, -,-----L,., -,5,(",_'..f-1, .-.N-,.i.,-!_-,--__I1..-,-,_,,_•.•.1•1,_,1v3,-•7-.„7_ •.-._:.--•-,-,---,-,_-,,-,.,-____....:7._„.._.-4_.,__-' ,,,,... ''-'1-.'--'". ,---,--Z.7---,--:_..-•-R•:•-•,-•T- •.:‘•„•.,',Z icI, i,'--...1 iFlIL9asZ_-i_-i-..1,.•---M,,•.,1,, -..,.....z-•...-';,.z,,,-'.,. ,<I _ -- - . - -- ...--.,--,,-,*-,-,-,-,....-,-----.-.,,g.:=..',•-_•-.,,.^_V,:r.'4,.,,- r --' 1 >• ., I „ ,, _.-, !ERMIT.1- SUBMITTAL • ,-5 MSGR. .....D.- DEPARTMENT OF NATURAL RESOURCES 'WE nos oarerscs NOVEMBER 199' BRYN MAWR SYSTEM IMPROVEMENTS :'..' . ILO FEL.. ... CARRY STRUTHERS ASSOOATES.INC. 4... - ,711 I. 0.... W.- •IS_ ditt, 3150 IDrthords Rcad.SRI.100 13.21owm.WA 4442 .C:11 ... T.E.S.C. AND ...... Moe(425)519-0300 • Fox(425)519-0309 S APPRINI6 1.1, I-= 20. 03.114... KID9 County RESTORATION PLAN C120 , \/' C731300 STA 0+00 — STA 1 0+00 .... .. REVISION BY APP.° DATE I . • . . . '\ '•'•\ ,. \--- / ‘. ,... -4 '' /- , ..__A '- , z, \ „ • .., -,-,---- ,., , --,'-_,-, \ \ `, / ' • • • \ • \4•,..,.'":.. •-•-‘"; L-::•\.,•:,, '`., , , • 5 re. 5 - ----- 81 . _ - BOGLNOw..c03S ' \/11 \--, / -:"• , ..j.4„. / v•-,-,• ; : ;FX6C13 \ .'s +' °I t!,,T.,,,Tr'''' ' :.• PROVIDE INITT L":,. ' : PROTE N ;;;T::-;•:;;;V:, PROTECRON ,":7•/3.r- Is7".;',...s.3.\••. . ;\\;;•7/\& ' - '•'--/ ',...../ - @CI!. • _.1g_c_"_V. _. A Milt 63°6, •-....4)43. ' ‘,\> . N 1825.29.81 ••••••, 's- .3„ 1 /•-•` — . In I -3- •• - :7 3 e ft. f--... Ek29949.3.8C, . i•: 1:;. -f/W."" it 13 ) r "-- ''''`--- - -;•••1C-.._7:.•,3 ---' . _,Vilk\\,.,,,..!!!V/1 ‘,/k.T.,t4:. ;. _f/; 2. 0 ..•. -.--------3-..— ----..---. .__-.-.—— ..-kitj- ..... Li__,Pt.i.g.;VrA--1-P--=----,, S•• ,:•P,..; -- - - t .1 N 6TH ST 5i ,1 ! ,. •,;:0.3.1,3 \ ....-,..,,..... ..,..=-- .LiJ.-,- _ ---,,, iTii .Z \ ••j t\Vk' ,. s ; 1,/ ‘) !I 1 •-- . ,.r , .,-----r.:2,-,---..- -7:mi..2..-.. -, • .,..., ..'— .., ., .,_„I• ,N, \LAT:=1E.REsT°:T.T.,". , • 0 '-'•-••• . --,, ,,,I _ \ f- -,- -- \•1 1 . k ,,,,. , ,..., ,t...••• : ' ' ' ;•'.1:•;,/,...•/.-•,, • • . • ;!,.f.„=', /1;14" 3'3 ' ' ' ' ; PR; ; N.I(WINN-.'-- - ,,, • ,\..„-./ /r " /..''.•l', ,,...,. , , • , INLET PROTECTION-OCRING•- NOTES "- .- --7-,-,-,.,---0-172ft*- .DURING CONSTRUCTION. • `,. -31-2)REPLACE-CURBS DMIAGED_DURTNG s., „ s, • • V 3.- CONSTRUCTION.SEE . • .•./ ./ ./ / A < •;- I •-"---3)lar*MaTrIX‘MID 011111rilEPEtH • s• , • /".., , •• 7 /T.-- • ,, / , /// i•\•,..• . -,•-•'../ 1- 4)LIMITS OP CONTRUCTION ME WITHIN --- / ( /2 I CITY RIGHT-OF-WAY MO CONSTRUCTION ;;• i \\•, '• 1 EASEMENTS AS SHOWN. ',./.._./•-••'-;:,,, / / -:-\ / /•' 1 1" ; / I • 3 ,•-...-' /---"•-•';-.;' -C-, e ••_. /// S -/--- -• - --'''' -• ,.."-• `,,__' ..1 ,,,----„,_,,i , ,,---, 0 -...."-- a-z„---..,---,/---/- '''..- ------------\"-=.----2-i \-- i'D ,s 4...---.) ;,•-..1- \--- I - 31 .s..•-• ' . ! -r -_-=,-• s , ,.,-....,-`,e ‹,-;----- -_,•-• /„.„_,-_-,„-.-:-._,,,,,,,...„_-_„,„„_...,• '`. ...., -:"...--,>.,----..---,-,--,-- _-_,,,_ ,•-•-• 1( .k<''', ,j_yl '‘,„,-'' LiIN.SfIfAsL1.0;EMc. I 1.73 • ,r„) !., .-/-•-•`-'--•-_,--__,---/- TP18128,1668 ,..•' • s. EfsN;NISRARY,TcRuUic.AcRiE9)Ne°067 i-,•-•: ‘.-_/-/ -./-/•---' •.. `E 1294466.07 ._. `••" - ..., - r //'- • ,,•-•-----"'-'-'-'• .-. ./Af§.0NpLEuX - •00----\-•,,,,,s_..r,-,,_7,--,--__,,_ ,r... ,;--•••, .; ---------------"' "----------- 2 -- =:_ `-c--._ ' N ro. „,„,,,„. : ,..,._.,..._.....___:z........ -- .! RIVERS'DE DR,VF, 1 1:-', :,.,,,5N -,.,;-- v- ,,,--:'---.;,-__,,:?--'-•-:.:r::: " ‘ X,'-•,_\'‘‘.•_.‘. ‘''', ,. •., ' '-•-s--,- si,"• %,--'''. .'Z'.. .‘i: •-•‘ .‘\" \'‘ - - .4i-5'-qatP''e''F:er•jri ' -- - ''''' /t.'Str‘* ---- .4-z 's- ' -\.'' , '-W',:\,\,.‘t.‘,, .N. .‘ ,1"<a/W. ::..N.i.N. N.*sT RN,_61N.\,_ ,...,‘„,.0...,,‘-r••••-"'''' ' 1•••• ..!.G.T3 is • ''' 1 .....42.„.2.,___ min..-2°-=-—=.=-=--;.....--- • - , 33• 8 1-- , ;' _, ________-,----=-------'s /4/ -or _________,cy______ .. ....„....------;-----.,•-;:3,44., . ! ! I sm-'649•8°'-'53, •.---•+-*/?-;-•'t-/- 1; ' -11)I-Ti147- “ LITINTS'e-r—SOO OR SEEDING II- - ----: ' /-----EL-111/3.60- ;7, 1 T•142 .4, " t__-: , N .•,,,' \ . - ________-,----- `Ns/. t P.• 0 IN. ACCORDING TO C--;= ;'*" rs" I_-- ''-------- Ns..,,,, . . __.----,--------'-;;;"' , •, ••• !1 '! 1 N.', .„.. •'' ‘‘./.‘*.' :------7-:-:----1-::'•" ;,I ;: 'i ;‘,t. 13:.* ' /,s__________„ -.2.3-1T -7--.-- ._ ::-_-_;___-------/ / P-i.-1_, --,.'_.• ... ra , -.—------—--- __ ._ ..,' ./‹. 40, .._,____,___ ..,,, ii. ,,,____ 3EW DITC_Ile _, •\--Gg ''' tI'"'; -I -----.-----f• `7:6 Ni` - ....' Ti 7.3• •'-...s'StA'-14;38 48.31.38'RT. --- ,- __-- i _. t.';;' .4,,:rrt , 1. , - ....: , 1 _.__ _-- ,' . \,..---•"(' _- _...__.. , '-, •-.. 7-:- ' - ---- ..-`'-- . .. ...:., .PERMIT Ti g r?. SUBMITTAL• __ . MSG.:, CKCALL, DEPARTMENT OF NATURAL RESOURCES 33333 0 IBMS.4•6=fa INII'e.' NOVEMBER 199 BRYN MAWR SYSTEM IMPROVEMENTS KJD GARRY STRUTHERS ASSOOMES,INC. ntgrornio/s. maxo, Sr,. re.E oKr: dillh, 3150 Rithards Rood.Silo 100 83113313.WA 98E05-4446 rrs'32,33V1311r. cd3 . T.E.S.C. AND 011.41..My.RDC0.••OtODI H: 1'=20' Phonse(425)519-0300 4#14S/. • / Roc(425)519-0309 RESTORATION PLAN C121 cortud:33 Kind count, ..; No. . REVISION 15' 02P0 DATE \i/ S APPRovm C73130C STA 10+00 — STA 1 9+00 ''`"- W . . • • . . • . • 7-'--- PR T• IN .......•, 1, '. _____-----"-___ _/ '' .- A'- ---------—-- .•......--,- , ‘ •,--: - , __----___-------- -. . _,i -.‘,.. ..•,- 0 ............. : ,t"--- INSTAL WORMY F N I-'----- ...........‘ .._ .) ... , ....i, ;..,..... N 1 ,—; Th- (\ ) '"."''' y,<_ ,Pit.,,,,vEricATir,•-- .,,,,,,- \_2-2,--'1, -,:*-\*It,.1*,_. ._.- ., ,-, , .Th`----- 4, • ,.„_,2- r'\-.c,!-- .>--', .,-0. - ao .0,10. , ‘,• ,:"<• .____'..---- . , ._.,..._. -, .. ,......a, 1 4 ,...„._.- ... 4% .. • , 7----\\--. / r ) y 0 -1,- -7,---------- .... ..„.. .--.‘----=',7 ,..\___\ _._,..- , \5. ------_-:...:-:;--.---\ • --_ - _„ r__,__J g --..... \--} ,/,,•<= 8-....e.% . 3' .-___ . _____,..,%---1:"'-_-------- ',--r-j. \-9:4---1,----__---'-2-'-"---- •-.------ -------- ---,---'. ______",... re-t44474.5W.X. ''' i• ,„„„,,,m. • 0 _..-------•- ?, .1" "V„. ... :-..,;-,--------- \ L„ R.T •,‘, a ...-.- I c-7-'''', \- .. - . .. .-. ..... '..9.,,V?1, X ..,..' ,„ ___.------__.----_-- Y-- goRca , ,-r- _ ...j,,,,:„,,,,,-- .. „,‘„,,.,, „.„,„,...., ,.....„--- STA 22+94.0 12I -<' , ,_ j ,..•-•••-1 .,,.,.,, ,-,..,- r;,., -.21...,,,,rw„- - ,,,,,,,,,,,, ,,, N.,:.,.. --- - 1.11;.70 _____.________w_____,__2=(____, u...- ':,,,-z\___ _ ..,..„.„-:„ •,,,.....--.., -„,...., __••••-- --- .. %•., TtN • ............ IIC .____; _ ''1:11=12211211.111111111, s.,•,---•erk' ''N \ :--'‘F'-r;"--' 5TS 0 ml ' • _, LAMS OF WITH 4'DI .4------- .,. -.-S..A. ‘...-X .- . -- • coNSTRUCTION ', ,•, Vp.,„.„4,..---st'g'..., „s. • - ALONG EXISTING • SEEDING . "\,• \.. .. -1,.,N .. . \\.1M, . ..:--,72":- .• ... - .--- „wolf RESTORATION 1)PROVIDE STRAW BALE CHECK_O_AmS _,_ \‘'...3p. ,>--A t..\..W..\\.N.N.A.,X,,X..„\,1**S„ ,',4% .\N -N.N.......t'.N. ..5TORED ACCORDING TO SECTION 02930 AS REOUIRED BY THE ENGINEEN__---frf DURING CONSTRUCTIO - '4' -M'... ! OUCH 2)REPLACE CU.:..W-.,Wr,' ED DURING ., 10 '-' COt__jj_RUT.„' CRON.S(E®, STA 20 BD.15 0'RT 1,0 -C..)' • ---- • - : I-I ' ' <I ......,-_. TIN \------E s , L--18.40 --3)-iNSTALL ASPHALT TRENCH PATCH OVER INSTALLED PIPES,SEEC9 \\_ /-- ---- - MI . ' ,--. '„,.. ,BIS-0 DI • 3 "'' f,:::-) . i--- ' < .1 ----,----____:: iNsTA I •- ., i 1\'-'-`,-,..-,---2• , cr) 0 --...r _) nLL MPORARY FENCIN.NQ\.. I IC) C) I i ._, LiMITS OF N TRu 11 N r-r-‘-• .#.7.t,,,-,,.,.,-,-;,,,t I'-t1tI..,:'=;-;) •,,,_rNr.it42.4l 1..I•,,57.0. --_ 'ti, i....,4.....1,,-,,s,,.t",3..,.,•_,,,iI,.4,•4 _V_.._,-_.--._'.,..-_-_,,,a- . Ir,_25_,__.0.Io.,_0_4i;, ,! .i,• t?;--,,-_--.._.-,1_, — ,.„...'.„ i 4 -I _,_'_ 7.4..•.._._._. N4• . ..........c•: ,:,,,,• 22 ) L %\\\ ‘ '1\41 -•,A\W\\\.• *,.‘ ..k,VS IT V.`•\ .\\1.`4\.\ik\ST.77 Ne.VEIT'i4.,\,.AS,Nt..\147',. *. AittLX*X.N%ir I AV,.\''s="\''‘ \ .., V%, ' %' - \\.,,z.,,,',4.;:,,:„,,.‘R., ,;,„„„,A,,,,.,..,,i.„ , ',,, 1 .,..‘„,,s14)1,;DRIVE 1 • ;•,..,,,,,,7,..:,,s.. t. ...v_ , . .,..., ‘ ,•%Ffimplam..444=rM;sSWJEW5M47.•X:4.c,%%A.1.4MVWFN.\\\\\ Wk\A4. vavAs\m..\\,...\\\ vs.,,,,,,,,;\, ..\\ ---1 • 01 ! 41 n CONSTRUCT .,$4.4%, NEW DITCH I.:VIGL....c,J=.,_____:7 ...Tr" - 1 NMEDiaTIN 'irli -.1,-,If---)41„: 1 1.-. -7— ;--fl,: • • 3 •- HLsilAyLo 1 1. 01TH-47,DI 'T.fl< §6( -'77:11---, 'N----------"--. 50D OR SEEDING i DITCH 5 .. ... :41,1% , • 1 1, i ; RESTORATION • -71 ' ACCORDING TO SECTION 02930 II __ ; ,....... I i j, .1 i I/1' I 1 1 : ?, 7. I • . 1 r--- I !I i ':',;i:7';!:;':, , ; I1----1 i ; ''''. rir; SUBMITTAL Q.* Of.... 0..1. DEPARTMENT OF NATURAL RESOURCES EL 1 5 1 tr.•" MA BRYN MAWR SYSTEM IMPROVEMENTS OvEMBER 199; 4",digh. GAR750SzEL.As.scansdoiNc. 4. WTI,. CRANft Sf-gla /1.7 NM CCH T.E.S.C. AND Phew(425)519-0300 k 07C00KNOCO: H: l'.,20' co0usto ro Fo.(425)512-0309 ii Kum County RESTORATION PLAN C122 MA REVESION Br 087,0 OATE \ ,ini .4 APPROVI. 073130C STA 19+00 - STA 29+00 • ; ----c__. ---- •\• \'\:. ---"------- . \ . I I /--• ,..----•••• ) /--- ..------, • S I I •• _,/ ••.__./ /" •-_ ) /---• .1'4_\i • f > •••••••\Th ' •S \---._)•••• CD I 5 5 /•• A e . ----N \/-* ,_,------- --- --, __. m .., i • ..? + 17 ,---,_, ,-I-.< Ng Itt:110. ' \ .....- - .../ \---`,..-..--.1 r•••'-i •C•,..---.1------< •> -2.•sk .....< ) ,./--- Of N 184009.06\--‘-'--" \•‘---'S.,••••_. --..' -,_„, NI, E 1299287.97 -_ /•S- ', 1 ,_,.., ••_••• LA•LINST.61/4.10,•,aL . :4 ••••:,--7.--: "" ,.,j, — . ?-,------; ' ' ! ' i i , . i •.-,,_ ,> .__J OF P WA ) . ,_ ,_;•••__WV_ -__* _•.„,• • . _i : ' • •'" • ''''...G._. '''''‘, ., W ". 24, ! • • '' • i_. •-•-•-, /• 1117 2 ! 7 I , , • 1 , . , ,i . P r..3 :.,— .., • i `, , 1(/),. •-....,-, • : : : 29. 30.00 •—••• 3400 ,,...RFoir 331.. •.. 341o0 ...'221./ ,-----...—..— ,, -.------.---------. -.--------..- .---..------ -----------.-------- - --------- ---..--= -.-----,-----.-------- • ,IvE,SIDI DRIVE RIVERSIDE DRIVE I ., . ..,,\.,\.,m,Nt•.,,,,;•kt.t•drA,,,,.,,,..,,‘..;,,,,.., \,,,,,,..,,\\,..,\\\wkvit ,.\.....,..\,,,s,,,.\\.\,...\\,,ass.,„„\., ,.. ......\ , \ ‘,,,, \\,,,,, ., .\„, w.st, .,4:.;::.•-;,s,:..:.:.\.‘„4 „..,,-, • ,..4:::: :*•;;;. .4' ss s•\\s'A‘. \.'\4.\,, ,..:: :z:i.lt.4.%4\\‘...\\A. .%'w41/4.\;\\‘.1%,\N‘M, VI(4%\ \\,\%\11.%,\\\ \\ \‘‘‘-ss,.\\r \ -,...,,N,•..\. g.,!:st;. ...v NwA- .,..‘, . ,.;.\. ,,...z,;.>.w, , ,mz. 7 —_,,,,ixi _, :::•,.. _.. ;. ... _ ____, ...? E r._,._., ii, -- -- - 1 r__, ii .::, , i .._71:_., 1- • -,_,_-_,---;,: ""•'-,:1 ....._.-• 141,41/ITUU ..- --•-••• •••-• PRannE STOMA , NEW DITC1a . C--; '1 •••••• • • : 1--_,,I • DRAIN INLET' i c • • STA 31+53 25;06'FtT,. MITTS F /••••••••,''',F--,-„I I I U 0 i •II . ••••3 iC10 OR EEDING :.:1_,f7',_.' / 'a.I-,1;scrHQIE,° ,1 EL na.19 ,..-, .,_,_j, ':' 20N.. T' ''''''1•1;•••-•-• M• -j•- • • .. ..I-- _ 41.1 c PROTECTOR DURING• , t••i..,. CONSTRUCTION • RESTORATION i ••;.,;,,(1. ;7 .l FENCE. ?fr P I INSTALL 72 LF 4 • :2•.•.•••• y01101,12_72.: AT",te- •• • I 1 ,ti st. - '''- .--L--•-- -YA.Sgigs.ZP119,w,'17.81•--•- ••--- ---:•••,••••••••_'•-- --- II' - • "'•ml._ ••• ••••-•-•t•-II ---- _.....1- 7_=--,-,,, /. i 1 a•: .,/ 7/. - ._•1 --:1•__:_ T- -1-- I • I •• I I „ , — ••••• . •••••-•_:=_—_- _--7-__•-•••I I .st . 1 " • fr"••••••-, /1••-•-„ ••••- 1 \. < \•._ , '•••-•-"-• •, ./._II . •••'• ; e' ,--,•,..i , ,' •-... 3 • • 0 , NOTF_S: \‘‘A-•_.•-• ----: -------- I ,, •.. • ,_ •-• < I).71rEDiU150112faTtiEE ENREErS 'q•••"••• • /(' . ........ • I / DURING CONSTRUCTION. •, 2)glaCTVORPPSSEDAMAGED •IR•NG I< /' 1M/•••/ '''t-\\ _ .... >.• S I • \--\-_ __/ . * 3 ,••>'''-'-' • ..) • NI •• ...• l• • \/.,‘_,&• • 1.01 1-41 "C/•'•' ••••-•0 ••••-•••\--",---\ /' Al ••j• 441 Ffil . --•/--k ,-,-,..,) :•.2..,,j,•,..,,.„7-- e,•E) , rl irT::', -•'Cr-J''-'-•-/- '17rt)i , 1 r 0 p •,',, 2 i ••\,•_•/ TA 4. \lit-ei s• ‘--•../ -:----ei xi X <if ,.•/•---:••-•\••I.... M. X. C i > < ut.E.EPLAW TelFeDGE AVNER'iTYPI IN T • PAO C,(17,4 T• • E 1299073.43 9 00...._••_••••••••••_____.___-------. _r : : 1.-! !,, c----. .' STA Ti4.-111.0: -'-') 1-'-‘•-•••••, • • • • ..-_-!...• 2- •-••_..-, b-rrn \-• • ...- ,...•_...-t!"Kt.: 2 ...._ --_-..---. . . RIVERSIDE DRIVE s c :-;;. 14',;_41. ,;.241::::.: :.I;i:::4:1,1P,44`.:4\, .,‘,.;;:,• ;. „'1,\14Ws.\`,=,A,1_, \ 1,• '‘‘.. %\ \\ ,• \•\^• \•,t\ \\ \= s'\\\\\.\\\\‘\Z... .% \•\•W-\,U:...'‘.: \\\..:>.\.a.1 ..;.M\\.a4. % ,; 4 __ _____oil. !: 11 , il CONSTRUCT•• • SOO OR SEEDiNG•••• •T , •'•• •••-`,4•157,-- ••• ILA ---- , , .• • NEW DITCH® RESTORATION • • • ACCORDING TO •••• 0 I --i(o--- ----- •• "tit--------------1- ••. ._,-,,--_,__RESTORED • SECTION 02930 • raa_ltiKT4,_ ,,,,•• 2•J _•-•••_MTH 4 Di , __ ___ ___, _ __.------ -------. .. --.• •-------.7- ENC--"----- •---_-' ..Y•••••••••,•JO - . ., .• . \,-- --..77•••L gt, . ,---, ,.. I 1•. 1• _/-1.---' 'I_ -________,,_______ t-,-. ,._._. •-- -- 1 ••• W,., 6 a8 _ — . ..\- . I g" I i PERMIT ..,§ • SUBMITTAL_ au., pEy,,, Gnu.. DEPARTMENT OF NATURAL RESOURCES rribl...17-Ta H 20 4, _ 7•7.4. Tr.,./.,•_7......"' \ GARRy STRUTHERS ASSCCATES.ING 3150 Rinlords Road.Soil.100 (Ann•Wig:/•"' 44214 BdIP1::r43)=-44.03O3I bt • • Fax(425)519-0309 ,,, ..,., Mk. fat[0.0.0uk • 1.u ' Maw,OR /Ong County BRYN MAWR SYSTEM IMPROVEMENTS RESTORATION PLAN T.E.S.C. AND hOVEMEBER 199, ral Kt cam. C123 He REVISOH DT APOII DATE \. tzTerns.A...rwst .....emn. C73130C STA 29+00 — STA 39+00 —— • • 1 I� j s , I _ 5 1 C• I , T_-I II I _ i I IC. O�CITNO N .�., -:..� k. n . . ... � /.i00 10.00 i .S.0 T I -___II • 51.00�' • 9200 w, !I • ' i L lig C-1:Zi. ', I JI ram.....-• ..•I // I lunumary • T 1 / . • 1---.<1 - ' ,---' ,\,. f ---; / - PROTEC OON .,;:si. , <,,,,,,_ ! --- .0 , kk N,,, / i, ,, . 1,„...____, ,,,, ... • / ,. • ', ; ``� , �, \ .1 j�. • ,may V� /� y // / i` E 129791A.28 O )gym PR �� _ ' • .. ss s�i.s /��_ / � / / /• O.. / ,� m DR ON © taia.19.3•` /-1Z lam- .sue h R$sQQ CC 1NJ T,10 • ALONG E R / ;'Z ,,[A/1—rei.. • \\` \` / �\ / ALONG fXISTIN FENCE N `_`_` I I • ..�—° y u .1 /�%6 ..1rm••.-.".........../�........................ 00 / NOTES: .\ I , I,3A 1 L/� 1)PROVIDE STRAW BALE CHECK DAMS + _ .. '. .. I — --�/ it ' • AS REQUIRED B1•THE ENGINEER ,\.\_ \/ / / \ i ^ E s 1 ! t .ao I _ WRING CONSTRUCTtN. I . 2)REPLACE CURBS DAZED DURDIO "•V n . s. �.:___, _ .1 t •.../ �1O , 1 } CONSTRUCTION.SEE / �`' \• - I.......T......Y -,,,......._� ,�........... .I... 11" -,1�� 1"'`'f\�( S)INSTALL ASPHALT TRENCH PA H �v 8 ,',•---- ,i�T. s l • �// � ( s / / \.I `\ X\ OVER INSTALLED PIPES.SEE _ a .\,• I E 1397•B3. \\. I� vi' ' '. • / .I. ff P OR'VIN ' 1 \\I ,4/ \`` s)RESTORE,ALL GRAVEL OR UNIMPROVED _ + / , / , I 4 4 J '2z ROAD SURFACE TO ORIGTHN:CONDITION. AS I '�' , , , I �+� �. , , I' •.•; C + �o / 5)RESPOND TO ALL TEMPORARY EROSION �_ _ Tq )!�i l T T .,v `� T j Y) ��•u..OR.Y�„ J I I'�: / /� 1 / -Y 1 AND RESTORATION REWIREMENTS OF x \, i , ,`:` ��� ,/ "•/ rtI I'/, /,•., - THE O24D T MUNICIPAL AIRPORT. 1O0/ \ >< , , I �11 l ',Jr-- '— 1 ^ oi$- SUBMITTAL Fa!� °""R DEPARTMENT OF NATURAL RESOURCES ° aera u orta NOVEMBER 199' KJD ® BRTN MAWR SYSTEM IMPROVEMENTS G ]ISO R4Aw Al 15101NC. 4"' ° N�'� ` �' Phone( ))519-250DD'" S x � Nala CONTRACT x¢30 IOrti County RESTORATION PLAN �C125 G. Fax(173)319-0530 Re REVISION RI IAMB DATE \\,/ ` «a C73130C STA 47+00 — STA 56+00 v"'p " • I\_ \ -. ` . N 185175.08 .-- - r^2 ♦% ..A .krr. +(c •!' :� t ♦• • • I -`�-\ / 1 \... ..•.�,``NITS�i ____ _i_r_ :z ,_\ �a\ > / -I[ > Z GIONSTRuctrIS \ LLL/vRREE'S1TTORATION, , / • I� \� -. / \ / AS RESTORATION ' - . - ^ 7,--`,.. fi4 I, ^`J ... '�� IN -..... KCOROINGTO ```3 �`/.�� �• •\ ' :' • ♦���- In OF LpNSTRDCT10 SECTION 029• / ► ' <ALONG EXISTING.CUMOCE--"--• __AND=0295R- ;et'''. � .,/\\::\.2 ♦ i f N. `-�� Of PAVEMENT 71PI �'s]!�` 1 ..{ C/ �,\\�P` ., .`�ti , .c r a x X j °/� FR'c}i{ /� /`'.\,�k .1���1.• • aZ 1^J , ��..�A-.-' room / %' �_ „^, li/ �J, „" ROTEC Off / /TT1� 1 SIPHON pUTLET Tcr':i s �Oflm! MH7 CTTUURE' J� (n• ,..•:..`.`: .- \._ _ --_-r- --'(''JCRSIDE CRIVE -- WITH i T%` E=iz96�si r - _-- ----___ - ` �Z ► '• '::::i\1 \i...\:..... ..:.........:\iw.t\\\�.tt,\\ t.♦._...t.•.....,_, ♦ T - - \,- •INLET \\\♦ 5 .,"�% TIN ��ss,, H,•6 H p, T \\\�Il. \ \D ."'"-\ .,\,,\• =•.\\\\\\\,..•♦\\rn•`.\••, .li�343213 iRW1i1i11U�.♦ MS uv%, .1. ,e\ \ \ `. .; v\\\\ , \.\ W\'\.t.\'\\\\\\\\\\\\\\\\"''',\`♦\t\\t\.\.,.\:\•''s"\`\\.\ ''' \\'\\\• \ m.-\% ,`\%.\Ram 1`��\\\\\w ,\�,\ '„\ \\ \ 1. \ •., : �-r(' r 1 _- .-- •. „•• R$i0 TION .IN L. UMIIS" '�'.'�` > ___ _ pawn INVERT AT J O ._- _y RA NC GTCH-BASIN� I '------ ' --" -- ^!�>NLY/-NT -'_--- /ACCTION 02ro -�<•v I\^ . �6,.1 -i ON 5•IN"--�_ _ .� - - - -=_—^c� •{ 3 -CO _D �- -�--. __-_._ V �.•_ -- - SECTION 029JO =STA{15SSJ RT INV- _ . _-> _ STA-41 teQ.53"RTUAI 6 �T •.. \---��_.- - .��a__ ,`•^ >_�_i_f t N,\,,,,\\\‘., , //,‘,...-`--22,/.2 -.N;'"• •...,'‘1,N\ \\ • NOTES: • / ' \ 1 • 1)PROVIDE.STRAW BALE CHECK DAMS • / AS REQUIRED 0/THE ENGINEER \ j __-; \` ♦\ . \ \ \\ \ 18 DURING CONSTRUCTION. ' 2)REPLACE CURBS ED DURING \ _ ..•i-/� .- I+ CONSTRUCTION,SEE% N ti�1 RI Yp> '1-.. • \\ ` ^3)INSTALI:ASP/NLT TRENCHPAT�4i' ` /�. , ``�"<4 WITH EQUAL:D• •• ; tiI \ \ i� OVER INSTALLED PIPES.SEE L'� /J., �\ \ N tO5J00.W N i85J12.15 {)RESPOND TO All.7EYPORAR( 44.1:0 0: 45400 \ 46.00 or �`!�- E 12988{1.95 Q EROSION AND RESTORATION E 1298586.J1 E- REQUIREMENTS OF THE RENTON ,, ... K. `' `�\ L K ,• I(n MUNICIPAL AIRPOfli , „ .y�/i i TT .� Vim, t �� _-_•\•\____,„,,,,,..,,,,,,,„&,,,,„:„..,,, .\ / , - %., ` • - • it'1298507.62 1Z 1 �\ \\ \\ R 1 5J12.12 U/ I` A{225.91, [12yBB1J 2{ • UNITS OF CONSTRUCTION • • 1053} \ FOR RECEMNC PIT I U •'1 . ,S%. • r \ CONTRKTTppR Y 5T COMPLY < c ' ALL{Ey• T- , \ \ ... R[OUIwREwENICTS ONCS T,1 ED /- iTz e 1 '/}'^ / \�\\.R•I y 1, /� CONSTRUCTION FENCING �\ p RENTON MUNICIPAL NRPORT. I - 'Y "O 7' \ , , N. UNITS OF CONSTRUCTION ---- z w \ \,p.:is RE ORA ou-uni\ / //'-'-'; ALONG EXISTING CURB Z z ^' �� 7_ .�+ • � PERMIT l' SUBMITTAL )• R,. •„caw., " LO p41`D- DEPARTMENT OF NATURAL RESOURCES • OVEMBER 199' CARRY STRUTTERS ASSOCIATES.INC. KID O RRYN MAWR SYSTEM IMPROVEMENTS G.,o, J150 RMVO.RSoA,Soil.100 °M� ^A 4 BPIKon rA 9519-0300 ;�`" :• T.E.S.C. AND R,mc p2s)s19-OJ00 c, H: r= 20' ♦ ' POW(426)519-0309 N. King County RESTORATION PLAN C124 N•. R N6105 a E "°°a C73130C STA 39+00 — STA 47+00 5'`f•'"' ' 7 "Th,,_ / CI / t ' ,':',//"..-'' ' ' N' s/NN /,..//,.\ " / \ WOry SHORELINE/-BOUND\ARY'•-. _-._ -. /'`\ *1 2.9b , :•°••//•,//,-.4/,C//•//--/I-‘/5//(,//7q/..'.•.'"'''2Cv‘i,\-\4 t\'0'f.i‘..l,',I,'/,..'.'/'/`•----'-/-.'.''..,./-/,.I.'; . __ // \ ,,,, /, ,9?,/ // > • / -----------...,, ',/,/i/ ; .,„,, _,..; .,-,,,,,--vt— --------„7„; „,„/ f,,• 37;,c_ .._ ," / f. /? _ / . "� : : i /%7 \, .� , // -'��� O / • . � m f ` •„ 07, ' _.,-,.., \,'' 7-- ,-,,,,', / ' --.,„,, ;.,,,,,.- -,,.;,........, 4.04--,„ 4.„,,, , ; , / t,: / l`` �/ // ' S 0 EL E ENVIROl1MEfJ� qt._,{___, , „: ,,,,,,in-/;,',///.:;',',,\./71-_ 11:4,_ :>/,/\, .._,,,,,, :•,----,/,,, / \, �� may' .O,PL ICTNki' � i'l7BER ,� / _. \ 1 Y ��` - r . // j i A NN1{Ti}Vy .113ill; • •, - _ _/ / ��/ • Ctl•`7q�SY�g ./�'// / /� /`� \ i im,v/ x::�r / / , rf 2 \• �•�i s.• LOGTED i,\ / 1 // A \ ,'/ ,1 / / i/ // i // - �"�! SHORELINE • ! \% / / / � ,j' / . [� ! \\ Ii IMPORTED FILL BEACH $W SfIQM1CL1Nyj `^/' 7 /, // �' / // // / lv J, �/� ORDINARY HIGH �// B • /// \ LAKE WASHINGTON / �/77 / o \ LAKE WASHINGTON r PERMIT 1 v_ L SUBMITTAL J DEPARTMENT OF NATURAL RESOURCES `'""' GARRY STRUINERSASSOOATES,INC ® BER 1997 m10' EXHIBIT D-6 < !; King County/ 'W C73130C ,e 0 • 6rJC0 o❑ram o D J Wiz,(70 w p)o 0 ❑—�tL'] a[ QbCa° o m ° 1] o @ I, La oD°n�od ci (:�pC. ❑oD o C❑�mb r�o� 4 a s c' ❑.� '�� O ❑ D V o I OOM° °q�. C# q q DJ o t 0 q o �q a �F-0-7,9 o apa ,• i s ��C� � u C7 ❑ 1 ❑ �1 f V °oo J I t� L. L- Qp V `� Oo fl '�° 61 ]� Q Es° ° ��� �I;ta_ O 1��w,. R • 51 E? 0 .._ RAIN,ER AWN 6. -'-^� tiQ`0 J c • 111%04 _.......- . \-; • ,_ :' • ��,y _ _ Ali _o ,' ��1,. NiciPAI=IIIIIIAIRPIDR-T o $ — Apimoill ` • - - 4 . ■i, LAKE - `l-14 0l 01 WASHINGTON �y 10/00000-.0 RIVE' ;ice "____ i--„.....0! ..... - _ -- -4;,.-"-- to ' c 441k, PROPOSED PROJECT ►. . pi-- •0 0.,' 1 . 1 1 1 . . / -....4, \ BO 1 - • p�' iI '- I .__ r • 1 1 ,. 4o a L1 . I ' �'I I , y9 : I II ' 11 .0,,, ,... • -\ L ;�%j - V 1! ,_____.1_,..:\ . I , . 40.0./19...".._____ __.____PI \ ) �`.,__ ram , , , LOGAN AVE N 41 - —�h0 :jg - • E - , • od -BDRN z mar—WT—ICIAM��/VE�H In a �I 1 d I 1 1 zso "' ¢ SCALE:�°-]SD 500 "° SUBMITTAL E PE 90(.11 .` DEPARTMENT OF NATURAL RESOURCES n OVEMEBER lyy• ' GARR1'STRUENERS AS50gATES INC. K.D. BRYN MAWR SYSTEM IMPROVEMENTS ]l50 Ricked,Rood,SO*TWFLI r Btllewe,MA 9BDD5-A KGB NEIGHBORHOOD DETAIL MAP Pl�anc(425)sly-0300 ..oam AS SHOWN j R t ♦ For(475)sly-B7(19 � Ty¢ ���VBEy G105 I a. REVISION BY APR'D DATE uvnvrt¢ C73130C s•aT a 2 • 11 • DRAWING INDEX DRAWING SHEET TITLE NO NO �\_ _ �» \cc,\� ll lq• .0 /_ G100 1 VICINITY MAP AND LOCATION MAP V 'N G101 2 KEY MAP AND DRAWING INDEX �L:' g24 LAKE WASHINGTON "'lll = ��, --\ __ _ G102 3 ABBREVIATIONS.STANDARD SYMBOLS AND LEGEND tie _ y��p7',� G103 4 GENERAL NOTES AND CONSTRUCTION NOTES ms 1L_m^�� / 1 A'13vei'w1 • C101 5 PLAN AND PROFILE STA.00+00 TO 5+00 ' � .fi n 1(�j' ` a C103 6 PLAN AND PROFILE STA.5+00 TO 10+00 ' .a�-- ��®®®���I W' C103 7 PLAN AND PROFILE STA.10+00 TO 14+03.86 _� an� C104 8 PLAN AND PROFILE STA,IIt OS.86 TO 19+00 "/ a1� m 1 NO �r_.1 C105 9 PLAN AND PROFILE STA.19+00 TO 24+00 i.4• ,�' gll' ii , C106 10 PLAN AND PROFILE STA.24+00 TO 29+00 -' RENTON C107 11 PLAN AND PROFILE STA.29+00 TO 34+00 OTY MIS 111E�..,a�� C108 12 PLAN AND PROFILE STA.34+00 TO 39+00 1 C109 13 PLAN AND PROFILE STA 39+00 TO 42+65.94 no-;:1. �' C110 14 PLAN AND PROFILE STA.42+65.94 TO 47+00 C111 15 PLAN AND PROFILE STA.47+00 TO 52+00 ' • C112 16 PLAN AND PROFILE STA.52+00 TO 56+00 0 C113 17 PLAN AND PROFILE STA.56+00 TO 61+09.71 C114 18 RENTON SEWER CONNECTION DETAIL • C115 19 SITE PLANS:SIPHON OUTLET At SIPHON INLET STRUCTURES pC120 20 T.E.S.C.AND RESTORATION PLAN STA 0+00 TO 10+00 C121 21 T.E.S.C.AND RESTORATION PLAN STA 10+00 TO 19+00 L ulw C122 22 T.E.S.C.AND RESTORATION PLAN STA 19+00 TO 29+00 C123 23 T.E.S.C.AND RESTORATION PLAN STA 29+00 TO 39+00 C124 24 T.E.S.C.AND RESTORATION PLAN STA 39+00 TO 47t00 C125 25 T.E.S.C.AND RESTORATION PLAN STA 47+00 TO 56+00 C126 26 T.E.S.C.AND RESTORATION PLAN STA 56+00 TO 6L+09.71 L iaMmsa C130 27 T.E.S.C.EROSION/SEDIMENTATION DETAILS CI31 2B DETAIL SHEET 1:MANHOLE AND 24'01A.LOCKING FRAME&COVER firrq, 0 a 'I C132 29 DETAIL SHEET 2:CURB AND TRENCH ' C133 30 DETAIL SHEET 3:SPOON OUTLET STRUCTURE 1 C134 31 DETAIL SHEET 4:SIPHON INLET STRUCTURE DETAILS&SECTION pa'.S' T C135 32 DETAIL SHEET 5: FLOW METER VAULT&MISCELLANEOUS DETAILS L` C136 33 DETAIL SHEET 6: MISCELLANEOUS DETAILS ll l I II J • ' C137 34 DETAIL SHEET 7: WATER TIGHT LOCKING MANHOLE FRAME&COVER '§l°"1'4 MU mu _- - —4,4T c+ `--1 5101 35 STRUCTURAL NOTES .-_ .,- —6 .•' �' I I I .- —1 S102 36 EASTSIDE INTERCEPTOR CONNECTION oIkL• = r.Ji-s H•,L:,- I 4 ..7.--- ,`:;* 5103 37 DETAILS i�� 1 7: .1 a,tt;,, D;N( - -g • DI,.Ir '-11- I o�,A e. g• PERMIT SUBMITTAL + OM..o- PERM. DEPARTMENT OF NATURAL RESOURCES OCTOBER 1997 CARRY STRUTHERS ASSOCIATES.INC. BRYN MAWR SYSTEM IMPROVEMENTS 3150RCNas01Rod,5oA.100REnKam: NONE KEY MAP AND </\ . F.(us)519 wD9 comma am Ens County DRAWING INDEX �4G101 Nn aEM4011 BY .1PPb DATE 0..M ¢ C73I3OC 'I"1'2 2 m RECEIVP • JAN 2 0 1998 DeV CITY o p R!QNMNG N Mark R. Pywell,ACIP,Project Manager Development Services Division 200 Mill Avenue South Renton, Wa. 98055 Subject: Questions and Comments on Application for project LUA-97- 195,CU-H,SM/ Bryn Mawr System Improvements 1) Is this project really necessary? 2) What is the benefit to the City of Renton and affected. residents? Please explain why an unincorporated area should be allowed to run their sewage through the City of Renton for disposal. We are opposed to continuing a precedent which would make it easier for other areas/cities to route their sewage to Renton. The damage to houses and contents which resulted fram construction of the existing Metro sewer line when it was first installed is still a vivid memory to me. We are concerned about the magnitude of earth/ground vibrations which would be generated by this project(particularly from pile driving operations) . We are also concerned about the noise and the hours during which the work would be done since contractors have little or no consideration for nearby residents. We have observed contractors who will start their work early in the morning and end their work late in the evening if allowed to do so. What are your plans for re-routing the large amount of automobile and truck traffic which will be affected by this project? The use of residential neighborhood streets in this area to accamodate Boeing shift change traffic because of this project would be unacceptable. Beverly K. Franklin 537 Williams Avenue North Renton, Wa. 98055 . . if . . City''.,.'Renton Department of Planning/Building/Pubiic Works ENVIRONMENTAL & DEVELOPMENT APPLICATION REVIEW SHEET REVIEWING DEPARTMENT: Avnize#. COMMENTS DUE: JANUARY 20, 1998 • APPLICATION NO: LUA-97-195,CU-H,SM. DATE CIRCULATED: JANUARY 06, 1998 APPLICANT: King County/Dept. of Natural Resources PROJECT MANAGER: MARK R. PYWELL PROJECT TITLE: Bryn Mawr System Improvements WORK ORDER NO: 78324 LOCATION: Renton Airport, Cedar River Trail Park, North 6th Street SITE AREA: N/A I BUILDING AREA(gross): N/A SUMMARY OF PROPOSAL: The applicant seeks to upgrade the existing sewer main that connects the Bryn Mawr area to the Metro transmission line. The pipe installed will vary from 24".to 36",in diameter. The applicant has also requested a Shoreline Substantial Development Permit as a portion of the work will be within 200 feet of the Cedar River and Lake Washington. A. ENVIRONMENTAL IMPACT(e.g.Non-Code) COMMENTS Element of the Probable Probable More Element of the Probable Probable More Environment Minor Major Information Environment Minor Major information Impacts Impacts Necessary Impacts Impacts Necessary Earth X Housing X Air X Aesthetics X Water X LightGlare X Plants X Recreation X Land/Shoreline Use X Utilities X Animals X Transportation X Environmental Health X Public Services X Energy/ X Historlc/Cultural X Natural Resources Preservation Airport Environment 10,000 Feet on-air 14,000Feet port A portion of this project will be conducted on airport, and will involve the digging of at least two large pits for the underground boring from the northwest corner of the airport to the southeast corner of the restaurant parking lot, and from that location across the airport beneath the runway and taxiway to the Cedar River Trail Park. B. POLICY-RELATED COMMENTS The airport property is not public right-of-way. Although an easement is being sought„by Metro, an agreement between the City and Metro concerning responsibility for maintenance and/or repair of the ground area above and surrounding the pipeline, and responsibility for any damage which may be caused to the runway and/or taxiway in the event of failure or leaking of the pipeline, should be obtained prior to permitting the placement of the sewage pipeline beneath the airport property. This agreement could be contained within the easement or as a separate agreement tied to the easement. Responsibility for actions after the abandonment of the. pipeline (and possible collapse of the deteriorated pipe) should hp contained within the agreemPnt. C. CODE-RELATED COMMENTS A Notice of Proposed Construction must be submitted to the FAA prior to <issuziing.;a Permit, since this is on -airport construction. We have reviewed this application with particular attention to those areas in which we have expertise and have identified areas of probable impact or areas where add al informatio needed to properly assess this proposal. fife 0 ,JOAL /5 In' Signature A Director or Authorized Representative Date DEVAPP.gbc Rev.10/93 1 . ._,.'-- -)iiicir ,, --w-1-- . „at- 1 0121 11.41•1 iiii .. , Ik ) q , to e•-i, „%ioLi../._. F� i� ,II RNi.i .,,„. tkithion , , 1 is atir. iiiiii f :1=000- ;,...,:-...:-- ,-a wn, L--_ 1.,‘'A ...., .....„01 -11- -v eitawditlig \ . 4tehrioti- , 1 71 I - • !it ,OEF, ,•;. ,et 1.1 p:::c 7" vim . . IF Aft.. ,_,,,,,,' i, •% .(::. 4 , Er; Z'.14111.Th I M .01;4 _..iiNill 1 to I, . 411Wpf.7.. ..,. Ni, , If 1 9- LAN ._-fi------. ,;,' ____ _ 0;/..:,.,,, . .4:4 1 • 7------- • .7 aili ION ~ `107.....,„ ii �! 11 iICtS��flam�� R• � 1� G � `T1f F i - .-. t't Itlljt° 4* illaS,L Iiik,Nika ) . i .. •1 :xi.‘ ,.0.51,,,LA...12,,, .,_ ,f• li 1 r-Vt III-'.I. .... ... .... .."---2.":,..1pulig LiiiwiLma.... ..,,f4) . I LI Plitri- iliIII:':1,1Pti 0,1iiiiii ,, I.,,,11,!..'i-Nioirg--fi,.-7---re: \\f / ' 11 ' 1.=. im Oki VI iia dE 6 lMF t ,'.,iLy.,4 •/ lat1.10i19 nt ,.. Aj .:;. ► F . AILIVEllre / ,g5r•I,r'l]01,iU..„A1-.PCI1 !;I..V..F.D,.!,,3 i•C i W LcN11m1i=7ra1lmda11A1s1:,ii 1 1cWi=v-ai1NoA.ogEII iEri oD igi4km it(VL-ul-m, a"... Po\l.I\lL 1.o,‘ w1'. ,)`.. c70' ��CiTi'i�pLi ! a t7F®Q . iI�' Y..tu __..,: -.`),*-\- �� 1117ma1p-tz o-0'P!w-"H,:..-1A1I-6I7-,Ihr:1,17-:Fs,_.._I:.I-_.-A,,.. i-1t:„_.4,5,,,1,2r..,i1..: v germ w��'� , to, . p =` __ __ a ®co -moo yin e lr�. .0{(_-fit I _=w __=_=_ _ _______-=__,,,„„„' ,„Ai, _ �1 ail Inv, 1 ,,i,,,... ilk'dei gi" 4, •=7::*:::::::-E---K:E=:_:. -::::::::1:ER-:::::_:::-.2_::::::E:::::::::::EtE:::::::::::-:::::;E:E:E:E:E.7.-__ , k„,_.,,,,,.k •,1;-. ,,,,I.I. . " . 1, �1\tg ll' =_-=== __=-=-===-====-==_ _ --_=====_ C __IL 1111111 .-v -gri 41 41 1 ‘.: -,,..,- ,,:_-.,7,,,,,,:-_,-.,,,,,,,,,,-. -..r....-_-=:-..:-... 6.,‘,.._ 111411 .-Vit's\ -\ T KSJETLII4L%NEEEEgi:::::-Kf_:::::::::::::::::::::EI:EM:EEES3:87.:::_EEE:E:E:E:E::_::E:E::::::::_-E:H:EfIE:ES.:::_'::-:_EEEE_EE:f--__:::_E-_::::-..Z I!r: , ,,.._. 1 - Im. •,,?......,=_::,!, 24.;::Ef_::E=E:EEE:E=E=E=E:E=K:E=::::::::::::::::::::::::::::::::::::::::::::::::::::::-_ 1:::::::::::::::::::::f__::::::::::::::::::: aliiiip -, ...t, . ' • -- 10:*-1i,- 101:1-=-:;=ILF:7 7.-:-:-:-:-:-.:-:-:-:-:-:-:-:-.:-:-:-.7-:-.7-7.-::::-:-:-.7.7.-:-.7-:-:-:-:-:-:-:-:-:-:-:-_--:-.7-:-:-.7--_-:-:-_-_-_-_-_-_-_:_x_:_:_:__ irc)I 1,,c,„.,_, ______, 0, let 4,411rwmplak. -1111 -1Y ,T,E-7,7,. .H..-i-i.H.,c,Y...F.F..-.-----,--ffffff-::::„EFF.- ....,:y...--i= ,... --,..,:-:::::;: cf.-...qc„„„:„.,„::: ,-1 i..4-i4J4-.f.,-..I,s- --,a0,.s1 k .I,E__,-_:E___::-_„__E:_-E:_E:::_ _r, /_ p J�jam' I.i7t/„iW,",1ri , 733E:_I_:K_-_=:_3:_S:_-:_3:_.-:.E:_-:-S:_-::_-_::f_:::_:E::_:E:_-:.E:;_1-:K_::_,:::.-:.E_:E_:{:_:E =__ _-_- : / ' ..* =--==------_==-==- ---==--- Oit! Q_ l',,lt11,dAiv irroI-1 m-- 1 IP•tl ii,s li,, ..r.,a.,,),l,.„--- ::_.f:-:_:_ :.::.::_r: _:„:__:_i ---------------------------- • I 1.I*747.i 4 is p .._:X-:-._:::::..:...::::::::::::::i:i::::::"::::i:-1.:::::::::--:- d i a . I I , . N :-:E::::7. :-7:E:E.:::::: ----------- •1 �•__-- '=__—_- —/, -'/ = '---========= o 1. wil.,.1 ...... =====__==____ a���nia __=__=_=___=_==_ __==__==__:_=___=____-__ - _ __ _ r .A -- ----- ---------------- Irar .... , Al c ,,. T. - .ram l-2V11E 4"r 1 ===__=_-=====• n� . �!_ 6 . ====_== -::-===-======-_ 1 Y..,, City of Renton Department of Planning/Building/Public Works ENVIRONMENTAL & DEVELOPMENT APPLICATION REVIEW SHEET REVIEWING DEPARTMENT:Canc tov‘ semce4 COMMENTS DUE: JANUARY 20, 1998 APPLICATION NO: LUA-97-195,CU-H,SM DATE CIRCULATED: JANUARY 06, 1998 - APPLICANT: King County/Dept. of Natural Resources PROJECT MANAGER: MARK R. lafygEti#RENTON PROJECT TITLE: Bryn Mawr System Improvements WORK ORDER NO: 78324 LOCATION: Renton Airport, Cedar River Trail Park, North 6th Street JAN 0 7 1998 SITE AREA: N/A I BUILDING AREA(gross): N/A -44.11t-ta®dik.4 vhV'SION SUMMARY OF PROPOSAL: The applicant seeks to upgrade the existing sewer main that connects the Bryn Mawr area to the Metro transmission line. The pipe installed will vary from 24"to 36"in diameter. The applicant has also requested a Shoreline Substantial Development Permit as a portion of the work will be within 200 feet of the Cedar River and Lake Washington. A. ENVIRONMENTAL IMPACT(e.g.Non-Code) COMMENTS Element of the Probable Probable More Element of the Probable Probable More Environment Minor Major information Environment Minor Major Information Impacts Impacts Necessary . Impacts Impacts Necessary Earth Housing Air Aesthetics Water Light/Glare Plants Recreation Land/Shoreline Use Utilities _ Animals Transportation _ Environmental Health Public Services Energy/ Historic/Cultural Natural Resources Preservation. Airport Environment , 10,000 Feet 14,000 Feet B. POLICY-RELATED COMMENTS . • o C. CODE-RELATED COMMENTS - We have reviewed this application with particular attention to those areas in which we have expertise and have identified areas of probable impact or areas where a itional information is needs to properly assess this proposal. ,Asa /177q i nature of D' ctor or onzed Re re ative Date 9 j Rep re �/ Rev.10l83 Cityof Renton Department of Planning/Building/Public Works ENVIRONMENTAL & DEVELOPMENT APPLICATION REVIEW SHEET REVIEWING DEPARTMENT: Ibytca COMMENTS DUE: JANUARY 20, 1998 APPLICATION NO: LUA-97-195,CU-H,SM DATE CIRCULATED: JANUARY 06, 1998 - APPLICANT: King County/Dept. of Natural Resources PROJECT MANAGER: MARK R. PYWELL PROJECT TITLE: Bryn Mawr System Improvements WORK ORDER NO: 78324 LOCATION: Renton Airport, Cedar River Trail Park, North 6th Street SITE AREA N/A I BUILDING AREA(gross): N/A SUMMARY OF PROPOSAL: The applicant seeks to upgrade the existing sewer main that connects the Bryn Mawr area to the Metro transmission line. The pipe installed will vary from 24"to 36"in diameter. The applicant has also requested a Shoreline Substantial Development Permit as a portion of the work will be within 200 feet of the Cedar River and Lake Washington. A. ENVIRONMENTAL IMPACT(e.g.Non-Code) COMMENTS Element of the Probable Probable More Element of the Probable Probable More Environment Minor Major Information Environment Minor Major Information Impacts Impacts Necessary Impacts Impacts Necessary Earth Housing Air Aesthetics Water Light/Glare Plants Recreation Land/Shoreline Use Utilities Animals Transportation e)G Environmental Health Public Services Energy/ Historic./Cultural Natural Resources Preservation Airport Environment 10,000 Feet 14,000 Feet 4 fj zid—tc:7/7L�3�CriL� tow-- a4,76e cyan y/-ia c "1-7 B. POLICY-RELATED COMMENTS IC/ r2& C. CODE-RELATED COMMENTS Azeid, We have reviewed this application with particular attention to those areas in which we have expertise and have Identified areas of probable impact or areas where additional Information is ne:•ed to properly assess this prop.t at vi6</ki(..e7 i3707d ignature of Director or Aut onzed Representative Date f DEVAPP.DOC Rev.10/93 CITY OF RENTON MEMORANDUM Date: January 26, 1998 To: Mark Pywell, Current Planning From: Kayren K. Kittrick, Plan Review Subject: Bryn Mawr System Improvements LUA-97-195, CU-H, SM EXISTING CONDITIONS WATER - There are various water lines ranging from 4-inch to 12-inch and ownership is split between Boeing, Seattle Water and City of Renton. SEWER - There are various sewer lines of split ownership throughout the park and airport. There are proposed improvements by Boeing to be coordinated with this project. STORM - Storm and flood control lines are throughout the project, as well as improvement projects by Boeing. STREETS - Riverside Drive is improved. Burnett Avenue is fully improved. CODE REQUIREMENTS WATER 1. Any damage to existing facilities shall be repaired and restored at the cost of the applicant. SANITARY SEWER 1. Any damage to existing facilities shall be repaired and restored at the cost of the applicant. SURFACE WATER 1. Any damage to existing facilities shall be repaired and restored at the cost of the applicant. 2. Erosion control measures shall be installed and maintained throughout the life of the project to the satisfaction of the Public Works Inspector. TRANSPORTATION 1. Any damage to existing facilities shall be repaired and restored at the cost of the applicant. All damaged curbing shall be restored in kind. Any asphalt patches or restoration shall be subject to the City of Renton Standard plans. BRYNMGF.DOC 2. An approved traffic :..,.itrol plan, with all appropriate sig�,gye, shall be placed and maintained throughout the life of the project. PLAN REVIEW - GENERAL 1. All plans shall conform to the Renton Drafting Standards. 2. A construction permit is required. When plans are complete three copies of the drawings, a construction estimate, application and appropriate fee shall be submitted to the fourth floor counter. RECOMMENDED CONDITIONS 1. Informational signage and advertising on the construction activities shall be placed 30 days prior to beginning construction and be maintained throughout the life of the project. Pedestrian, bicycle and vehicle access signage and detours as appropriate shall be per plans approved by the City of Renton Parks Division and the Development Services Division. 2. Weekly reports on the status and condition of the erosion control plan with any recommendations of change or revision to maintenance schedules or installation shall be submitted by the project Engineer of record to the Public Works Inspector. Certification of the installation, maintenance and proper removal of the erosion control facilities is required prior to permit close out. 3. A final construction plan indicating haul route and hours, construction hours and a traffic control plan shall be submitted for approval prior to any permit being issued. Haul hours shall be restricted to 8:30 a.m. to 3:30 p.m. unless approved in advance by the Development Services Division. 4. The Public Works Inspector shall be included in any regular construction meetings for coordination. A copy of the minutes of any regular construction meeting shall be provided to Development Services Division for their use. 5. Road restoration standards for Riverside Drive shall be a minimum of 2-inches of Class "A" asphalt over 4-inches of Class "E"Asphalt over 6-inches of crushed rock. 6. Any damage or service interruptions to fire services or hydrants shall be coordinated with the appropriate owner utility or agency. Both the Boeing and City of Renton fire departments shall be notified of any water/fire lines to be taken out of service for any period of time. Hydrants shall be bagged for as long as they are taken out of service. CC: Neil Watts BRYNMGF.DOC City of Renton Department of Planning/Building/PUDIic Works ENVIRONMENTAL & DEVELOPMENT APPLICATION RNF-y4-E_I#V. FS�H�E�,.EhTluiNP . [-1H1- uuP1/FNTifN BUREAU !REVIEWING DEPARTMENT: FeYC. ?r�+;an COMMENTS DUE: JANUARY 20, 1998 APPLICATION NO: LUA-97-195,CU-H,SM DATE CIRCULATED: JANUARY 06, 1998J AN 0 7 1998 APPLICANT: King County/Dept. of Natural Resources PROJECT MANAGER: MARK R. PYWELL., .i s 4“ r-- PROJECT TITLE: Bryn Mawr System Improvements WORK ORDER NO: 78324 (LOCATION: Renton Airport, Cedar River Trail Park, North 6th Street SITE AREA: N/A I BUILDING AREA(gross): N/A SUMMARY OF PROPOSAL: The applicant seeks to upgrade the existing sewer main that connects the Bryn Mawr area to the Metro transmission line. The pipe installed will vary from 24'to 36' in diameter. The applicant has also requested a Shoreline Substantial Development Permit as a portion of the work will be within 200 feet of the Cedar River and Lake Washington. A. ENVIRONMENTAL IMPACT(e.g.Non-Code) COMMENTS Element of the Probable Probable More Element of the Probable Probable More Environment Minor Major information Environment Minor Major Information Impacts Impacts Necessary Impacts Impacts Necessary Earth Housing Air Aesthetics Water Light/Glare Plants Recreation Land/Shoreline Use Utilities Animals Transportation Environmental Health Public Services Energy/ Historic./Cultural Natural Resources Preservation Airport Environment 10,000 Feet 14,000 Feet 410 kdr fttifac /04 7 • B. POLICY-RELATED COMMENTS 41 /0) C. CODE-RELATED COMMENT / 14 ; t a/� �� e,IC acce55 di x `/ ,yes , We have reviewed this application with particular attention to those areas in which we have expertise and have identified areas of probable impact or areas where dditional inform is needed to properly assess this proposal. Sign tune of Director or Auth ed Representative Date / /9 /fr' DEV PP.DOC Rev.10/93 a 0 CITY OF R . ' - TON KA,Af-P FYINL9A/ Planning/Bui ng/Public Works; D -0.•-,--F_,3)7,,,, . • • __ __ . ,.....-e:- • =-:-.i ,,... --,.. ---,-. ..; - ., LT:, : ,,,i_ .,2 _ , Mill Avenue South- 'enton, Washington 98055 ' t:i -_ ei,_ . i., JAN 07'98 OW n 0 2 9 ,...,,, ; , elksinel - U.S. POSTAGE CITy U c,Erigine . crY-rON Lxing - r i .„,Kx7,1N RVED LEFT NO ADDRESS • 7 THATC,H:oRr AvAeVsIwD:18c04WC.)0DTSHCATcHri Seattle,WA-98126 I THAT737 981063005 1597 18 01/13/98 i RETURN TO SENDER i . i. RETURN 'c=:------...._ _ i ti mi-in / ' UNABLE TO FORWARD TO ,,,,- P ''"4...7..pai t 8661 (- . . 1 WRITER • L j ql1L1\1°: -'..AL944.46:fce..;i);•e 'll i li I I i 1 I 1 1 I„i iiii„1 II i i did --414,41.4*;.-1.1..;114,•-•14-.1.A:i;4..:11..-41. ) • L_ ' Y .a •1 f ...R4 4. „Nco NOTICE OF APPLICATION PLANNING/BUILDING/PUBLIC WORKS DATE: JANUARY 06, 1998 q Master Application has been filed and accepted with the Development Services Division of the City of Renton. The following briefly describes the application and the necessary Public Approvals. . PROJECT NUMBER/NAME: LUA-97-195,CU-H,SM/BRYN MAWR SYSTEM IMPROVEMENTS DESCRIPTION: The applicant seeks to upgrade the existing sewer main that connects the Bryn Mawr area to the Metro transmission line. The pipe installed will vary from 24"to 36'.in diameter. The applicant has also requested a Shoreline Substantial Development Permit as a portion of the work will be within 200 feet of the Cedar River and Lake Washington. GENERAL LOCATION: Renton Airport,Cedar River Trail Park,North 6th Street STUDIES REQUIRED/OR AVAILABLE: N/A UBLIC APPROVALS: Conditional Use Permit Shoreline Substantial Development Permit omments on the above application must be submitted in writing to Mark R.Pywell,AICP,Project Manager, evelopment Services Division,200 Mill Avenue South,Renton,WA 98055,by 5:00 PM on January 20,1998. This atter is also scheduled for a public hearing;on February 3,1998 at 9:00'AM,Council Chambers,Second Floor unicipal Building,200 Mill Ave.South. If you are interested,.in attending the hearing,;please contact the Development ervices Division,277-5582,to ensure that•the hearing has-not been rescheduled. If comments cannot be submitted in Writing by the date indicated above,you may still appear at the hearing and present your comments on the proposal before the Hearing Examiner. If you have questions about this-proposal,or wish to be made a party of record and receive additional information by mail,contact Mr.Pywell at 425-277-5586. Anyone who submits written comments will automatically become a party of record and will be notified of any decision on this project. PLEASE INCLUDE THE PROJECT NUMBER WHEN CALLING FOR PROPER FILE IDENTIFICATION DATE OF APPLICATION: DECEMBER 31,1997 NOTICE OF COMPLETE APPLICATION: JANUARY 06,1998 DATE OF NOTICE OF APPLICATION: JANUARY 06,1998 J p § � 8 yi YY �: rr-• .- , i:I P. Y II f i I( .* :',!;: ,; ":.C.,:-:;::;!1 ,-',!:. , '..:.':'t.. ...,:.. 1:::2 ,..,.; , .:,0\ .� ,.�1..,`u AAA :TO' - - - - .:i5;-::. n .::,, •-•,, .--, ::; f.`i"I'.."....:'""?*:''A \ t;, It!';'..c., 1 f,_: ::;::., ':-.';': -; 11,11'2'' i,_=:' ',C ',:-:: ?,:', • ' -''• ' . • \ .i i , -\ It \\e> GENMALOT.DOC I y'1 • ,,,1\ ,'.'. :. i t 11 i • • • ::::::::::::::::. : ` : N`. ::. ` ND[ GROPERRT Y. OWER S ........ � hi :;300<fe.et''o:f.:th�e<sib'e.ct. t ................................................................................. • PROJECT NAME: ce>Rytif Y�'�c4Lk Q iS7,2�O-t 1 rk APPLICATION NO: \ c) 5 91 - 115 CU'H, SWI The following is a list of property owners within 300 feet of the subject site. The Development Services Division will notify these individuals of the proposed development. NAME ADDRESS ASSESSOR'S PARCEL NUMBER ? A S E SAC-f-�� • • N A . RECEJVED • DEC 3 1 1997 DEVELOwiv;EN-f PL,NNIN)C, CITY OF REN Q l • • c.: l,tir t !r14 (Attach additional sheets, if necessary) (Continued) NAME ADDRESS ASSESSOR'S PARCEL NUMBER • Applicant Certification I, i-- -uJp-CMc-C cat c-Tc..( , hereby certify that the above list(s) of adjacent property (Print Name) �rN+•a owners and their addresses were obtained from: do DEGQO City of Renton Technical Services Recore, o sSl0 - CI Title Company Records • 0 T A R 'King County Assessors Records ; N y N� . ✓PU.BLIC • Signed ,� Date Z—S f i .42. 1��7O� (App !ant) F •..3Q.a. .... . OF WASH\ NOTARY ATTESTED: Subscr��ib d and sworn before me, a Notary Public, in and for th State of Washington, • residing at ,'te,_ i'/Ps- on the `S day of • Signed //�i/ r (Notary Pub • ii;2:3ki::::iif%iE: 2::::::::;;::::?::' :.:. ?:'•:Y22:::::: :. >. :'• :t 5::•>f}::%:t.si2tY::>::: .......t=o..Cty ;:: :::<:«:::«»:<:.>ERT(FI.Ci4Tl0N`.0F..M. .......G...............................................................................:.....:. >' `<1<'e�':`'a cat o T:.::;:: .;: .;:::;'. her..eb.;::e4al.:.<::that:'.riot `�". :� _� ::. ::• ... :. Date............... .TTEST S ibser 6.e..tl and sworn before me, a No ary P blic, In and for the State of Washingt n .:: ::i ..:•.':ii:� ......:...�. ...:::::::::::.�:n�::::::::•iiiiii::.:i;::•:y>}}i;ihii:viii::::;:.:::::::::::::::::::::::::::::::::::.�v::::::::::::::::::::::::::i:::::::::::.�::•:::::::::.;'::vi:::is;.;:•:nii}iiii;{4i ......................::.....::::..�:::::::•:::::::::: ................................................. .::::v:::•:::v:::::::::::::::::::::is;.;i.i}iiii:{v:.::•::::::::.�:::::::::::4:4iyi}i:4:^:}t;:;7.;;}iYi:•iii:`iri:J :y;iiiiiii:{•: ... .:".:'::•::viii'::.ii'::� .:.v-:. .. � :o <: ::::::::v:i:::.isii:i:.i:.isii:isi::<::i:.i>i?:i.:4:J:ii.:�::::::::.�::::::::::::.�:::.�::.:�::::v:::.::::::»:x.:.i::i:vLip:.x:.::<. Simon,.. ! :.......... listprop doc C/ REV 07/95 MARILYN KAMCHEFF 2 COMMISSION EXPIRES 6/29/99 03'2200 0005 037200 0015 037200 0030 R ger&Akiko Larson Tuyen Pham Ali Baba&Mahram Koshteli 8 11 S 114th St 1000 N 33rd St 11504 87th Ave S Seattle, WA 98178 Renton,WA 98056 Seattle,WA 98178 037200 0040 037200 0045 037200 0050 Bob&George Wu Simone Marie Williams Mike&Wesley Albanese Vicky 8708 S 115th Pl 11447 88th Ave S 1 512 87th Ave S Seattle,WA 98178 Seattle,WA 98178 S attle,WA 98178 037200 0060 037200 0065 037200 0070 J4nes Brewin Henry&Gwendolyn Clark Jim Corner 11435 88th Ave S 11429 88th Ave S 9750 Rainier Ave S S attle, WA 98178 Seattle,WA 98178 Seattle, WA 98118 0 7200 0075 037200 0076 037200 0094 an Van Nguyen Mark&Shannon Nowels S&M PROPERTIES L L C 4212 S Bozeman St 11415 88th Ave S 307 Lincoln Ave S rattle,WA 98118 Seattle,WA 98178 Kent,WA 98032 017200 0115 072305 9001 072305 900 Rfchard Shambaugh THE BOEING COMPANY Kayna 1?707 130th PINE PO Box 3707 35 irport Way S Woodinville,WA 98072 Seattle,WA 98124 enton,WA 98055 072305 9007 072305 90 072305 900 Kiaynan Kayna Kayna 350 Airport Way S 350 irport Way S 35 irport Way S Rnton,WA 98055 enton,WA 98055 enton,WA 98055 072305 9046 072305 9098 082305 9100 THE BOEING COMPANY Marjorie Burati Myron&Carol Ann Hackman PO Box 3703 85 E Circle Dr 1333 Camas Ave NE Seattle,WA 98124 East Longmeadow,MA 01028 Renton,WA 98056 0 2305 9152 082305 9196 082305 9204 TIE BOEING COMPANY KING COUNTY THE BOEING COMPANY . PD Box 3703 500 A King Co Administrati PO Box 3703 Seattle,WA 98124 Seattle,WA 98104 Seattle,WA 98124 1 8000 0285 — 118000 1715 _118000 8400 _ William Colacurcio LAKESHORE DEVELOPMENT ASS Bill Col rcio Jr. 522 Bourbon St 11448 Rainier Ave S 522 ourbon St New Orleans,1A 70130 Seattle,WA 98178 ew Orleans,LA 70130 118000 8400 722450 0285 722450 0290 Bill Colacurcio Jr. Mehmet Uysal Mehmet&Raziye Uysal 52 Bourbon St 527 Williams Ave N 529 Williams Ave N New Orleans,LA 70130 Renton,WA 98055 Renton,WA 98055 722450 0295 722450 0300 722450 0305 Beverly Franklin Ira&Beverly Franklin Ronald&Elizabeth Munson 535 Williams Ave N ' 537 Williams Ave N 8648 S 134th St Renton,WA 98055 Renton,WA 98055 Seattle,WA 98178 • • 7W2450 0310 722450 0315 722450 0325 illiam Gilley William Gilley Jr. William&Paula Gilley Jr. 546 Burnett Ave N 546 Burnett Ave N 536 Burnett Ave N lenton,WA 98055 Renton,WA 98055 Renton,WA 98055 722450 0330 722450 0335 722450 0340 SCHULTZ NORMAN CORP SCHULTZ NORMAN CORP Ronald&Colleen Nelson 76134 S Sunnycrest Rd 7634 S Sunnycrest Rd 17221 163rd PI SE Seattle, WA 98178 Seattle,WA 98178 • Renton,WA 98058 756760 0060 756760 0065 756760 0070 Eleanor Hansen THATCHER DAVID E& WOODS C John(Tr)Harer 8722 S 113th St 1737 Harbor Ave SW#104 11326 Rainier Ave S Seattle,WA 98178 Seattle,WA 98126 Seattle,WA 98178 756760 0076 756760 0079 756760 0080 Ronald Fisher Earl Price Earl Price 8740 S 113th St 8746 S 113th St 8746 S 113th St Seattle, WA 98178 Seattle, WA 98178 Seattle,WA 98178 756760 0081 756760 0091 • 756760 0092 Eiarl Price J Steve&Nancy Harer Stephen&Patricia Joo 8746 S 113th St 11326 Rainier Ave S 8741 S 113th St Seattle,WA 98178 Seattle,WA 98178 Seattle,WA 98178 • • A• NOTICE OF APPLICATION j • PLANNINGIBUILDINGIPUBLIC WORKS DATE: JANUARY 06,1998 A Master Application has been filed and accepted with the Development Services Division of the City of Renton.The following briefly describes the application and the necessary Public Approvals. PROJECT NUMBER/NAME: LUA-97-195,CU-H,SM/BRYN MAWR SYSTEM IMPROVEMENTS • ' DESCRIPTION: The applicant seeks to upgrade the existing sewer main that connects the Bryn Mawr area to the Metro transmission Ilne.The pipe Installed will vary from 24'to 36'In diameter.The applicant has also requested a Shoreline Substantial Development Permit as a portion of the work will be within 200 feet of the Cedar River • and Lake Washington. • GENERAL LOCATION: Renton Airport,Cedar River Trail Park,North 6th Street I STUDIES REQUIRED/OR AVAILABLE: N/A PUBLIC APPROVALS: ConditionShoreline aS bsl Substantial l Use (Development Permit Comments on the above application must be submitted In writing to Mark R.Pywell,AICP,Project Manager, • Development Services Division,200 MITI Avenue South,Renton,WA 98055,by 5:00 PM on January 20,1998.This matter Is also scheduled fore public hearing on February 3,1998 at 9:00 AM,Council Chambers,Second Floor Municipal Building,200 Mill Ave.South.If you are Interested In attending the hearing,please contact the Development Services Division.277-5582,to ensure that the hearing has not been rescheduled.If comments cannot be submitted in , writing by the date Indicated above,you may still appear at the hearing and present your comments on the proposal before the Hearing Examiner.It you have questions about this proposal,or wish to he made a party of record and receive additional information by mail,contact Mr.Pywell at 425-277.5586.Anyone who submits written comments will automatically become a party of record end will be notified of any decision on this project. ' 'PLEASE INCLUDE THE PROJECT NUMBER WHEN CALLING FOR PROPER FILE IDENTIFICATION DATE OF APPLICATION: DECEMBER 31,1997 NOTICE OF COMPLETE APPLICATION: JANUARY 06,1998 • , DATE OF NOTICE OF APPLICATION: JANUARY 06,1998 =j i • 6 p e3 • ,i II. .-. 4-' . ., \. \;,• I 't GENMALOT.DOC :1 1 1 CERTIFICATION Ir ftkii MEANln , hereby certify that s- copies of the above document were posted by me in 0 t conspicuous places on or nearby the described property on - .T�vu Y �, /91• . Signed: • • 'STATE OF WASHINGTON ) • ) SS , COUNTY OF }LING ) • ., -,\.I certify that I know or have satisfactory evidence that rr7ct :..s.ign-ed this instrument and acknowledged it to be his/her/their free and voluntary act for the uses and-purposes mentioned in the instrument. . • Dated: /o, /99g -- Notary Pub in and or the Stale of W h' glon • Notary (Print) MARILYN KAMCHEFF ►IV,.,.71•�- ,'�. EXPIRES 6/29/99 • My appointment 1Y ��~-•' i - Oti( Y C;Itti A 1+ „a M ♦ i • Nrc0 NOTICE OF APPLICATION • 1 PLANNING/BUILDING/PUBLIC WORKS' DATE: JANUARY 06, 1998 AlMaster Application has been filed and accepted with the Development Services Division of the City of Renton. The following briefly describes the application and the necessary Public Approvals. I . PROJECT NUMBER/NAME: LUA-97-195,CU-H,SM/BRYN MAWR SYSTEM IMPROVEMENTS DESCRIPTION: The applicant seeks to upgrade the existing sewer main that connects the Bryn Mawr area to the Metro transmission line. The pipe installed willIvary from 24"to 36°In diameter. The applicant has also requested a Shoreline Substantial Development Permit as a portion of the work will be within 200 feet of the Cedar River and Lake Washington. 1 GENERAL LOCATION: Renton Airport,Cedar River Trail Park,North 6th Street I STUDIES REQUIRED/OR AVAILABLE: N/A I PUBLIC APPROVALS: Conditional Use Permit ' Shoreline Substantial Development Permit I Comments on the above application must be submitted in writing to Mark R.Pywell,AICP,Project Manager, Development Services Division,200 Mill Avenue South,Renton,'WA 98055,by 5:00 PM on January 20,1998. This matter is also scheduled for a public hearing on February 3,1998 at 9:00 AM,Council Chambers,Second Floor Municipal Building,200 Mill Ave.South. If you are interested in attending the hearing,please contact the Development Services Division,277-5582,to ensure that the hearing has not been rescheduled. If comments cannot be submitted in writing by the date:indicated above,you may still appear at the hearing and present your comments on the proposal ' before the Hearing Examiner. If you have questions about this proposal,or wish to be made a party of record and . receive additional information by mail,contact Mr.Pywell at 425-277-5586. Anyone who submits written comments will automatically become a party of record and will be notified of any decision on this project. PLEASE INCLUDE THE PROJECT NUMBER WHEN CALLING FOR PROPER FILE IDENTIFICATION . DrTE OF APPLICATION: • DECEMBER 311,1997 NOTICE OF COMPLETE APPLICATION: ' JANUARY 06,1998 DATE OF NOTICE OF APPLICATION: JANUARY 06,1998 aC y%� � �� a I, . 1 a • ?„ t Ogal i ✓; .; it o 'qlI! , r • 144‘ \NA '1 \.q \ 1 • Jiiii . 'ir , ill l ;,,. , i i 1 'As\--,•.A, .\ . fI 11111 it. ec? --6" ) -V -,.,, ,Iiii . 'it,,,„,.,-,- \\' ,,i'l' ',1 G - : `-'77 . ' .. . c''4'."`" t% \\ I ),),‘ ir:, wi, ; . GENMALOT.DOC j i( 4 ;,iii1 _1 i i _ I 11 M scx CIT' OF RENTON Planning/Building/Public Works Department Jesse Tanner,Mayor Gregg Zimmerman P.E.,Administrator • January 6, 1998 Mr. Larry Ellington King County Department of Natural Resources 506 Second Avenue,.Suite 708 , Seattle, WA 98104 • SUBJECT: Bryn Mawr System Improvements Project No. LUA-97-195,CU-H,SM, ; Dear Mr. Ellington: The Development Planning ;Section:of the City .of Renton has determined that the subject application is complete according to submittal requirements and, therefore, is accepted for review. You will be notified if any additional information is required to continue processing your application. The date of Tuesday, February 3, 1998, at 9:00 AM, has been set for a public hearing to review the above-referenced matter. The hearing, before Mr. Fred Kaufman, Renton Hearing Examiner,will be held in the Council Chambers on the second floor of City Hall, Renton, Washington. The applicant or representative(s) of the applicant is required to be present at the public hearing. A copy of the staff report will be mailed to you one week before the hearing. Please contact me, at(425) 277-5586, if you have any questions. Sincerely, Mark-R. ell Project anager cc: - ' Boeing/Owners City of Renton • ACCPTt_TR DOC - . 200 Mill Avenue South Renton, Washington 98055 6)This paper contains 50%recycled material,20%post consumer • ::'ii i:ii:`iii:%`i•:?3i2i?:i:iii i,%:;i;i;i iii i>E>'i:ii: i%::iii :i%:: i3?i:f:i';:i%i;:::.:;:::::::i:i:::i::;.ii%;ipii:<: :ii 't :i E:ifE;E;E ::::::::.::::::::::::::.::::::.:.:::...................::...:...............................::::::::.:..................CITY:..OF..RENT.Of�:.:.....................:::.::.:::::::.:.....................::::::.�::.::::...........:.::::.::.::::::.::.......... E U ELOPIVlEI�YT=SE.:v '> ::• U R fC S D I::::>;:;: <:>:::«::><;:;•i::i>:;::i:::>i::i::i:�:i>::::<:>:>:>::i:<:::>::>::::>::::>:::<::>:::;: ::::i:::::>:><:::::.... E I IS 0 :.€:«>:<i '::;i`°: >'°`�°°°`� '::'>:<'°`:_';, ,:,:`:�� :�:�=:<�>i:<°::::::::: °: :< -; .........::.. :..:.......................................................................:.:.................. ... . ....:..:::::::... ... :;:.:.:.....::mn :::::.::::..,.::.:.............. ........... ...t. .?:::::::: .>:>:;.>;:.::;:>:.ingg: ......:.: :::.:::.:ifi:.g:.:.PROJEC."I;..:(.NFO.RM .. . :::.:.....::::::::::::: :.: •Note : if.there;i's';more:ithat-i one:legal owner;' lease;attachi'.:$._'additional: notariied Mas er:.Applicatlon for_:each'o:/ ..neF ...:'::: :::<:::i:::::> PROJECT OR DEVELOPMENT NAME: TAME: C::.-1 1�(G 1 0 '/ . !2!<9 GU2 CV 57 G/ • l - /�2vwf�,/T'.S A-I1g (2E-vL. 6. c - LF ' . - PROPERTY/PROJECT ADDRESS(S)/LOCATION: • ADDRESS: P• O, (7O1 5 7(1)-1 Z .77).<-/ c-Y---/i2_ %'•f:)27- j�,4/2_ M s. 6 3 —6 ( • ,2_, V 2 7-r2--4-11.- .p.¢.zc e Al. 4-- s r ^ �• � KING COUNTY ASSESSOR'S ACCOUNT NUMBER(S): CITY: fa\ l�Z E ZIP: 9 I [ Z� o7 3ca5--- q(no / . c D7 2 3 o 5-- Ioo 7 • • I (:)g a 3 oss7 9 / cc TELEPHONE NUMBER: \ EXISTING LAND USE(S): C4Z.-J 9C,>r — 1 k-1 0 A-I s Poiz-r-- pc-'R K I 1 --Ea-1- 2/w ' EI kc c P ..... L r4�L t p �rc ti(4 s A ICAVTifgtki`ertfovner<: ::.: ::> .:.< .. ....P.L... . : 'a : . . . .: ;::: ::<>><:::i KI�rF.. (jCy C-o� PROPOSED LAND USES: NAME: 12 -2 ! 6, .t•%4--7-"t, rL4--- ,,d 1 o -fiq-&( e- Af L el-2,2y 1,.1.iit7 Tom, ( COMPANY (if applicable): EXISTING COMPREHENSIVE PLAN MAP DESIGNATION: • • EAT ADDRESS: .. ---j ) s cv Z ,4V� PROPOSED COMPREHENSIVE PLAN MAP DESIGNATION (if applicable): • CITY: ' S[ ZIP: 6)0/� EXISTING ZONING: TELEPHONE NUMBER: �t 2) 296—7g/;6, S . • - PROPOSED ZONING (if applicable): ................. " : : :.................................. : ::::iimm : `: : ; :< CONTAC P E RS0N. < :i ` L : C• ' =. SITE AREA (SQ. FT. OR ACREA NAME: , y_le?,L•'.•�-S' -p�L!Gs.4r<lT �a7� • WA j —COMP {acaSleJ� <i L PROJECT VALUE: 'irliit ADDRESS:l rr,,.., <'' IS THE SITE LOCATED IN THE AQUIFER PROTECTION AREA? • �Q CITY: - - ZIP: • - IS THE SITE LOCATED IN ANY OTHER TYPE OF ENVIRONMENTALLY SENSITIVE AREA? ��y rg - '4J '— Y. Zc ci '4 TELEPHONE NUMBER: 0 5ffa��zi v :.^.'.i.;::r::::::::v.::.:.:.:':.::::: . :. : . : vC.::.R 1:P:i:.:: N:.:.Ot..:F FftO P:::•iER T:::•iY::•::.;i:tQ'::•:::;t 8 P ivi.. .pp a{::{rE sheet>if`nec.. ssarY..: :,.m :• >::....'::. <::l :>.•i:<": e • .................................................................:.........................TYPE.O ...... ...... ............ ................ . ::: ::::::::.;:....;;<::::::.::;'.::.::.;:..;::.;.:_:.;;:;.::.;;;:.::.;:.:.:::.:;::.::::::::>.;:;.:::.:.::.;;:�: <.:::.;:. f .:..:..<:::: : : :::::::<.:::.:..:.: .:.:::. :..;;;•, :.;: . ... ... .. <:. aff'wlll<:dete.rm.ln.e .. ::..: : . :: ..:::.. :: : ::: ::::>:»:>::::>: »;:::«:::::>::>:<:: »>::<:;>: : ::: ! ;>a lca.tlon::>t : :eS.>:tht::;ap.P.1Y.;::.;CtY.:<S.t...::............:::...:..:....::............ Chck aI.:::..Pp.::::..:.:...:.:.......YR • _ ANNEXATION $ SUBDIVISION: — COMP. PLAN AMENDMENT $ — REZONE $ _ LOT LINE ADJUSTMENT $ _ SPECIAL PERMIT .$ _ SHORT PLAT- $ _TEMPORARY PERMIT $ _TENTATIVE PLAT $ _ CONDITIONAL USE PERMIT $ Zc:e?:::, _ PRELIMINARY PLAT $ _ SITE PLAN APPROVAL $ _ FINAL PLAT $ _ GRADE & FILL PERMIT $ • . (NO. CU. YDS: ' ) . PLANNED UNIT DEVELOPMENT: $ _VARIANCE $ (FROM SECTION: ) _ PRELIMINARY . _WAIVER $ _ FINAL _WETLAND PERMIT $ ' — ROUTINE VEGETATION MOBILE HOME PARKS: $ MANAGEMENT PERMIT $ BINDING SITE PLAN $ SHORELINE REVIEWS: — SUBSTANTIALDEVELOPMENT • S 'Zcd9.0 , '"-..- _ CONDITIONAL USE - $ . _VARIANCE $ — EXEMPTION $No Charge — ENVIRONMENTAL REVIEW $__ _ REVISION $ •:::::•:::.:.:,• -....--.:----.::::::. .....-:.:•.:.;:•:::.:::::•.:::::::-•;:...::.:::::::::::::. • DAV•I.T•.::QF::.O..W.NE.RS.... :.. .::::............................................................. ... ............... �,{ L Gi, mvo ve in t is a n,,_the I. (Print Name) 1/�U �' ,declare that I am (please check one) - - authorized representative to act for the property owner (please attach proof of authorization), and that the foregoing statements and ans ers'herein contained and the information herewith submitted are in all respects true and correct to the best of my knowledge and belief. . ATTEST: Subscribed and sworn to before'me, a Notary Public,in and T L` (.Pay c 4 for the State of residing at��y�,) ?•_ ; , on the�4`'oay of ,( a of Ow ntative) 19 rJ (Sign ture•a ner/Representative) 4-: bIc • �` i r .,`. ::>:»»:<: a ed::b I :.:::::.:.... ....................... :.:::::::............................. be..co 1 t ....... . ... .sec m p....... Y:...� ;:.;.::: ::::::::......:.::::.:.:::::... :. .::. :>:::>': >:;::::> «<:.::::>;::::...: ..: ............................:.::: :.................:.::::.::.............::::(.This.. . t.:...:..:............::.::::::.�:.:................::.::::..:...:....:.:::::::..:..::..;:.:......:.;:.;:.......:»;;:: . ..;:.;:.:� : .: ........ ........................ :.:::::::i:.::::::::::::::::;•::.:.. . . .•:. :::. :.�::,.- :<:r--...�::::<::..:.::::.:: ::.. :. :.:.OSTAGE'.PRO.VID.ED.::::: :... C { ::.'•,•.:...:: ',:c' ..::":•11. ... ::. ::.: :.: ;; ;.:;;TQTA L,.,FEES .�- r .:. :. ': ;:. ';.;:.;:;. .:..::.;....::'. :.;:�.:.: .. MASTERAP.DOC REVISED 9/96 x.•3a • BRY" MAWR SYSTEM IMPROVE°87NTS . PERMAi' NT & CONSTRUCTION EAMENTS BOEING COMPANY PARCELS EXHIBIT MAP • N 6TH ST - • N 6TH ST M 3+oa -,��— - 04.47 , 00 !;/; , — N14'28'55'E_______I 98.00 N79'S 1'28'ly . tt'28'E 2+00 8.24 ,R 1 98.84 ba�426.0- ----f— • 0.077 acres /'T+QO 0=5 arcs '/1 z��J7g. . , '28tif • �' 0+0, W g 0 O CAg o STA. 0-:0N 1824-0.82 D o E 1300890.93 Z CONSTRUCTION 8,467 eq.ft - CO • D 0.194 eons n C fn o Z Z N Sc • I m i 'Z > N89'26'16^N I < 100.00 Z I C 1 M i . Z 50' ' 50' 60' I I . G i . i 1 •• i 1 • (c) • • ., • • • / 40' 20' 0 40' 80' i-----69•e0 11/14/97 I i- 11 14/97 SCALE IN FEET HORIZONTAL DATUM i`. .9um 11714/97 I' ; WASHINGTON COORDINATE SYSTEM } lF. DUANE HARTMAN & ASSOCIATES, INC. NORTH ZONE NAD .83(91) DHA'-': Surveyors , ' 16928 W00DINVILLE-REDMOND ROAD, 8-209 (425) 483-5355 wnnnlMnni i C WACWIMe'rnu 051n71 • -,,, 1.nc.\ .CI. .e•C,. SHT 1 OF 1 BRYN MAWR SYSTEM IMPROVEMENTS PERMANENT AND CONSTRUCTION EASEMENTS BOEING PARCEL . SOUTHEAST QUADRANT LOGAN AVENUE NORTH AND NORTH 6TH STREET. PERMANENT EASEMENT li ALL BEARINGS ARE REFERENCED TO THE.GRID MERIDIAN OF THE WASHINGTON COORDINATE SYSTEM, NORTH ZONE, NAD 83(91). A STRIP OF LAND, FIFTEEN FEET (15') IN WIDTH, SITUATED IN-A PORTION OF THE FORMER BURLINGTON NORTHERN, INC., 100 FOOT RAILWAY RIGHT-OF-WAY IN THE SOUTHWEST.QUARTER OF THE SOUTHWEST QUARTER OF SECTION 8 AND THE SOUTHEAST QUARTER AT THE SOUTHEAST QUARTER OF SECTION 7, ALL IN • TOWNSHIP 23 NORTH, RANGE 5 EAST, W.M., IN KING COUNTY, WASHINGTON, THE CENTERLINE OF SAID STRIP OF LAND BEING DESCRIBED AS FOLLOWS: BEGINNING AT A POINT ON THE EASTERLY RIGHT-OF-WAY LINE OF SAID • RAILWAY WITH ITS INTERSECTION WITH THE SOUTHERLY MARGIN OF NORTH • .I 6TH STREET,.THENCE SOUTH'00° 33' 34" WEST ALONG THE EASTERLY RIGHT-OF- WAY OF SAID RAILWAY,38-.16 FEET TO THE TRUE POINT OF BEGINNING OF SAID CENTERLINE; THENCE NORTH 79° 51' 28" WEST ALONG SAID CENTERLINE 101.37 • FEET TO ITS TERMINUS ON THE WESTERLY RIGHT-OF-WAY LINE OF SAID RAILWAY. SIDELINES OF SAID EASEMENT SHALL TERMINATE ON OR EXTEND TO • SAID RAILWAY RIGHT-OF-WAY LINES. • CONTAINING 1,521 SQUARE FEET OR 0.035 ACRES, MORE OR LESS. DHA Surveying & Mapping Woodinville, WA " • • BRYN MAWR SYSTEM IMPROVEMENTS LEGAL DESCRIPTION PAGE 2 • BOEING PARCEL SOUTHEAST QUADRANT LOGAN AVENUE NORTH AND NORTH 6TH STREET. CONSTRUCTION EASEMENT ALL BEARINGS ARE REFERENCED TO THE GRID MERIDIAN OF THE WASHINGTON I COORDINATE SYSTEM, NORTH ZONE, NAD 83(91). A PARCEL OF LAND SITUATED IN A PORTION OF THE FORMER BURLINGTON NORTHERN, INC. 100 FOOT RAILWAY RIGHT-OF-WAY IN THE SOUTHWEST QUARTER OF THE SOUTHWEST QUARTER OF SECTION 8 AND THE SOUTHEAST QUARTER OF THE SOUTHEAST QUARTER OF SECTION 7, ALL IN TOWNSHIP 23 NORTH, RANGE 5,EAST, W.M., IN KING COUNTY, WASHINGTON, DESCRIBED AS FOLLOWS: BEGINNING AT A POINT ON THE EASTERLY RIGHT-OF-WAY LINE OF SAID RAILWAY WITH ITS INTERSECTION WITH THE SOUTHERLY MARGIN OF NORTH 6TH STREET, THENCE SOUTH 00° 33' 34" WEST ALONG THE EASTERLY RIGHT-OF- WAY LINE OF SAID RAILWAY 100.00 FEET; THENCE NORTH 89°26 16" WEST 99.78 FEET TO THE WESTERLY RIGHT-OF-WAY LINE OF SAID RAILWAY; THENCE NORTH 00° 26' 18" EAST ALONG SAID WESTERLY LINE 92.00 FEET TO AN ANGLE POINT IN SAID WESTERLY LINE; THENCE NORTH 14° 28' 55" EAST ALONG SAID - WESTERLY LINE 8.24 FEET TO SAID SOUTHERLY MARGIN OF NORTH 6TH STREET; THENCE SOUTH 89° 26' 16" EAST ALONG SAID MARGIN 98.00 FEET TO THE POINT OF BEGINNING. CONTAINING 9,981 SQUARE FEET OR 0.229 ACRES, MORE OR LESS. - . Pie 'ared By: B. P ��,D -8t� O' •. �WAS J Duane Hartman & Associates, Inc: Job No.: 260.00 b.:co� November 13, 1997 0 ° •• 10957 0.4;* _•• �DHA Surveying & Mapping LELES721.3/9 inville, WA BRYN MAWR SYSTEM IMPROVEMENTS PERMANENT EASEMENT • BOEING PARCEL SOUTHWEST QUADRANT LOGAN AVENUE NORTH AND NORTH 6TH STREET. • PERMANENT EASEMENT ALL BEARINGS ARE REFERENCED TO THE GRID MERIDIAN OF THE WASHINGTON COORDINATE SYSTEM, NORTH ZONE, NAD 83(91). A TRIANGULAR PARCEL OF LAND SITUATED IN THE SOUTHEAST QUARTER OF THE SOUTHEAST QUARTER OF SECTION 7, TOWNSHIP 23 NORTH, RANGE 5 EAST W.M., IN KING COUNTY, WASHINGTON, DESCRIBED AS FOLLOWS: BEGINNING AT THE INTERSECTION OF THE SOUTHERLY MARGIN OF NORTH 6TH STREET WITH THE WESTERLY MARGIN OF LOGAN AVENUE NORTH SAID MARGINS BEING 30 FEET AND 50 FEET. FROM THEIR CENTERLINES RESPECTIVELY, THENCE SOUTH 00° 26' 18" WEST ALONG SAID WESTERLY MARGIN OF LOGAN AVENUE NORTH 16.17-FEET; THENCE NORTH 79° 51°31" WEST 95.84 FEET TO SAID SOUTHERLY MARGIN OF NORTH 6TH STREET; THENCE SOUTH 89° 34' 11" EAST ALONG SAID MARGIN 94.47 FEET TO THE POINT OF BEGINNING. • CONTAINING 763 SQUARE FEET OR 0.017 ACRES, MORE OR LESS. wB '••eP Prepared BY: t ( •7 Duane Haitllian & Associates, Inc. 0°957~�, ; Job No.: 260.00 s ,CISTE • November 13, 1997 ; . `�'AL LA�� t EXPlR3 S 7/28/9 -•r Snrvavinn & Maiming Woodinville, WA :. l;Y:.: :.F::RENT N:::.;;..:;;.;;;:.;;:.;:.;;.:: : ;:: ;:.:<;:.:5.:;.;:.:;.;:.;:::.:.::.:::.::;.::.>:<.;:.:.:.:<:.::..:.::::..::;::: ,::::::::.. ... ... . .. . . E_ ; ;:a:; ENT:SE.R .ICES..D.I. .I. . .. •:: •: :••••• ::::• ::•::••••• ::: • : : : :.:: : :: :•P • G O • ................ ....... . 1 ..:<.;A�TION, ><>>< 's' ; :'` »' NF:ORMA . .O ....<:: ::P:R O J E.C T..I. Note..g::g hereita more:thanioneE;legal owner;.please;attachp:ar!?:additional notarizediMastar:Applicatidlifla..eactt o:wrier PROJECT OR DEVELOPMENT NAME: &./.� OF /Tam /5/ G- cr:c 1-ui2 Cy 5T / NAME: -f�JRPo27- �jL�dewl� 5 — GE7 r9/2. /L/v 7724-it- eH=IL I • PROPERTY/PROJECT ADDRESS(S)/LOCATION: ' ADDRESS: ,'] ai/ 4-1-1.2-7027T e-e›,-12 R../ 1/ 2 772.411-- ji4-2/G j Al. G 4-4 sr, KING COUNTY ASSESSOR'S ACCOUNT NUMBER(S): CITY: • ZIP: O-'A 3os q oa / a7z3o5-- 7007 • TELEPHONE NUMBER: a 3S-' SR 1 EXISTING LAND USE(S): Pttp-K-c— Lt lLA e- G CT - -l-t f(-i p.po2T5 P,'R K j 5 t IdEE-T 2/w/ a35- a5-6,8 6 >Etkcc Pti pA-glct,..(G -r .5 . • M..,:i.:>:: :> > AP:P:LI:CANT> (f>:othey :th`an>owne:.3.::::::::::.:.:........ XI 4t� C--. 2041 PROPOSED LAND USES: NAME: 73 .er--7, 4, 1+-7A- f2.,4 t.._ 1Z,F ,dz NO GE{ ..l(Ce l: . • 4-77—i= L el-fa.ey /.4//t7 7df(7 COMPANY(if applicable): . EXISTING COMPREHENSIVE PLAN MAP DESIGNATION: 1 ADDRESS: . .--C.)6. 5Ei .A ,4t PROPOSED COMPREHENSIVE PLAN MAP DESIGNATION (if applicable): C'/7 7d8 1.7A- • CITY: ' 5�� ZIP: 43)8/ EXISTING ZONING: P— I 1C ``ski 2'DesT12..( r _ I • • TELEPHONE NUMBER: r ) �9Co—70/ PROPOSED ZONING (if applicable): . 1q7A :> .::ER.N:TA T SO<:0 G P N 0 0 ` '•/, SITE AREA (SQ. FTifitiEeeRAPEID NAME: :'' . ' :. r9-S /�/�Le- i<!T' - f /^ COMPANY NY(if.applic'alilaj:',,,. . PROJECT VALUE:,. -CITY,,.L.i. PLANNING OF R"NTON ADDRESS: IS THE SITE LOCATED IN THE AQUIFER PROTECTION AREA? ,/O CITY: ZIP: ' IS THE SITE LOCATED IN ANY OTHER TYPE OF ENVIRONMENTALLY SENSITIVE AREA? fr--- yy,q zd.i/ T-- x/ Z. /� q- 5 • TELEPHONE NUMBER: 5 �<u�� I -- - :.::::.. -.r-i>:.>;:::::::::::::<:f::::�:�;::i::'<':'::::; :::::•.::•::;::•::;?;::i:::::.:::.:.:::::.:::>:.::.::.>:.::. ''�:::::.><:':.::::::.:;:.::::y;::•;;::.•r:;.;:.::;::.:.:i'::::#::::i.:::::::::;:::%:':::::: :;::;:::::%::i:;::_ ;::� ��' Y::Yi:i:::::: �'� ::::::::i::iii' :.i'.:::# :::i':::::ir:::;:::i;::!:;. a: e r . .::.E TY:>: �4tt ch s a.a �h•eet<:( :<:n`e` es ,ar ::: :<:::<�`::_:>::::'<::<�<'<:>�:: >::::>::;: :::::::;:>::>::::>::>::::;:.;:>::>:«:::::LE GA ED ES C RI PT � .0 FP.RO P R..:. ...(.: . .:.... >::OA;. >:� N &`FEE;;M:.1.: >'<<>'> ><«>« <'< «`s :: :::':: > ><«:><`<><-: :: >:::<iil s>€:: ha.t a I. .: : Cit staff will .de.term.i.:e..-. . §::.i• ..:.:::::.::..:: : iiii: i'.i:::::.:: �� ............................:•::-::-::•::-:::Che.c.k..::::all;:a .licafo,n.:t:Yp..:e...::t:.::..::.:.�.:.P.,P.Y.<...::>.::.:.Y.....:..:.:.::::.::..:.:.....:...:.:.. _ANNEXATION - $ SUBDIVISION: • — COMP. PLAN AMENDMENT s $ _ REZONE $ _ LOT LINE ADJUSTMENT $ _ SPECIAL PERMIT $ _ SHORT PLAT $ _TEMPORARY PERMIT $ _TENTATIVE PLAT $ _ CONDITIONAL USE PERMIT . $ 2- _ PRELIMINARY PLAT $ _ SITE PLAN APPROVAL $ _ FINAL PLAT $ _GRADE & FILL PERMIT $ . - • (NO. CU. YDS: ) PLANNED UNIT.DEVELOPMENT: $ _VARIANCE $ (FROM SECTION: ) _ PRELIMINARY , _ WAIVER $ _ FINAL _WETLAND PERMIT $ • ROUTINE VEGETATION — MOBILE HOME PARKS • • $ MANAGEMENT PERMIT $ • BINDING SITE PLAN $ SHORELINE REVIEWS: _ SUBSTANTIAL DEVELOPMENT $ _ CONDITIONAL USE • $ _VARIANCE $ — EXEMPTION $No Charge — ENVIRONMENTAL REVIEW .$ REVISION $ — ;<>:NE:::.<SHIP:€»<><<`»` >` <<> <:<' :>'€:<: <:i<:«::<:''`: <::n:€:>>:€:<:°<: I, (Print Name)jrktja,c r me ppL c.e eclare that I am (please check one)_the owner of the property involved in this application;•'�the authorized representative to act fer the property owner(please attach proof of authorization), and that the foregoing statements and answers herein contained and the information herewith submitted are in all respects true and correct to the best of my knowledge and belief. ATTEST: Subscribed-aa9d sworn to before me, a Notarj Pubiic,in and Jek QS' f S-k�p frcc—� fojthe Stat��f residing aatl2 (Name of Owner/Representative)i , on the.q day o� /' , ( g'nature,of Owner/ epresentative ` \. �' dl ' S gnature of Notary Public) :::;»»:::«:»:«:::>:::<:>:.;:.>;>:<:<.>::> ::;:.:>;:.:.>::: .;::>:<::;>:>;;:><•:::::::>:»::::>::::::;<,::;:. n::: :be:<com. ete b t ..........:::..::::.:�:::::.:::.:..�::..:.::::.::.::::::::::.::.:.:._..:.:.: .:.(.Thls:sectlo...to... . .. . .mpl. :.... ::. :::::::::.:;:.::.::.;:.; .. .:tr...l .:... . . :..•...• . ::.:.;:.:::::.�:E.CE A: ::R.:::::SHPL:.: .0 ..::.L :.::.,•-•.::::F::.. : .:::::::::::::::::.._:::.:.... ::.�...... . . ::.: :::::::.............Cit..: ile:.:N.umber....:....:... ��..� . ::::::::::.:::::::::.::::::: ::::.::.. TAL:FEES,:..:.$.:::::......::.:......:::::..:::.::.:.::.:::::.:.::TO.TAL.P.O.STQGEFR.Q. . ..:......:..:::.. MASTERAP.DOC REVISED 9/96 ::::::::::: eniiiniigngligiganignigiiignigaiRMERiglaggil : ;<:.::� >SER C S D ISIO�.�' ��<>> >>� '€_°� `' `>> >�;>�``:' >�[' i'I � '>" �> < 't <:' :.;>:�;:.;:.::,.;:.;:.:�:>;.:::;::»::::>:>:<>.<::<:.:�:.;:.>:>.«;;:<;::>�.;;:;.;:»::»':>::»;:<;::::>::::»:<: :::<:>:;:.Q EVECO FM E T:. ....I .E .. .I.. N :i:::i::'::::::::;%i:•:.;i::::: ::i::•ii:::::':�+}:{':•::,::::��:::::•:�:�:::::::,:::::,:F}:i�:��:::}�::::�:::i:::}it:$. ::,::i:::::"::::::.:::i•,::iL:::':::::i:]• :}:':'::":::::} :i:::::::,:: ::i:: iiv::i �::::::,::::'::ii:":::Y,.{::::::i':i::X::::iii::ii::i:',••:::::r:�i::',•{::::ivii�::ii:::y::'•�'��Yi:::::::�:::::::: „AsT icAT. • I ; >i>I N FO RM> <ION RININ < >� P:R :. »::. � W ER S <:<>:::<::>::>:<:::>::>::>::>::::>::>::><:::<:>:: <:>>:>:>P.."� ::: E .T... RMA .I. . .... Note:;?:lf:;there:is;more:s.than one;legal;;owner;_please attach;2R additional: noltaniiiikMastarrApplicgt(bn.for:`t+ach:6Wi4i ... .. PROJECT OR DEVELOPMENT NAME: NAME: !i/ 4F��C/Tam / , ,5 � '/ --f�7R�27- PROPERTY/PROJECT ADDRESS(S)/LOCATION: ADDRESS: Z a,-, •e 126'd27T e_..ED,A4'/'_ . . R_-/ VIZ. 77z.4LL /�i4.e/G e 6 4 ti S T. CITY. • ZIP: KING COUNTY ASSESSOR'S ACCOUNT NUMBER(S): • o? 3 d5 q oa . • o7z3o5.-- 7007 /�( QP�aT - ti t_ •®S c 3,os- 9 I co TELEPHONE NUMBER: a3S�-c7SR 1 EXISTING LAND USE(S): Pets-GS- Les LA e- r3 ETL- -« Alp.,poiz,T) P,...k"RK y STIZETT tZ/w, . a 3 S- 02 S(o$ • f3c>E-1 k(C P(-.A-,-i t` pA-)2-(C 1. ti(6 —T' . >:>;1111 ::<APP.LI..CAN:11'Of iother thlan own.e:")...11.1.0:::...:. Kt ,-.(C �O[a'-V PROPOSED LAND USES: NAME: 7: :.7 Jt./i4- r2•i4 [.._ P-a e".1ZE.. . tsfp GE-F,41 C a E • COMPANY(if applicable) / EXISTING COMPREHENSIVE PLAN MAP DESIGNATION: ADDRESS: �O6v S a".I) •i¢Ir "- . PROPOSED COMPREHENSIVE PLAN MAP DESIGNATION (if applicable): Sc_f7 _ 7de 1.(7 A. CITY: ' S�CI - ZIP: g 8/`)/ EXISTING ZONING: • T LEPHONE NUMBER: (;��� 2_.9&-70/ 6,, PROPOSED ZONING (if applicable): . . g Ar " . : .: :.: : : : : C . :A ;ERS0 . : : : . . . . . • I ,- p SITE AREA (SQ. FT. OR ACREAGE) . NAME: 9%}'e; 'c `�- ,-?-'J°L-!:Cs47(lT' r /A coop i, .,'s ` PROJECT VALUE: COMPANY(•i adPlicG3ki(:e):�)`�" •ADDRESS: • IS THE SITE LOCATED IN THE AQUIFER PROTECTION AREA? )1.7O - CII Y: • ZIP: ' 1 IS THE SITE LOCATED IN ANY OTHER TYPE OF ENVIRONMENTALLY SENSITIVE AREA? ir- -,,e...r A 20•✓ 3- x1 ZoclZ-offt TELEPHONE NUMBER: 5)ya,,2- 7-71'4re: ........ ... ....... .. . ... : . . .. ...... Y;> Attach<;s:eparate:: . .. et: f;:ne.cess :..Y•. ::::......... ................ ::>«>:::»>:>;;;:;>: ::>:>:::::»::>:;>:>;><:>::....:;::;:::;::.;;:;:.. :;;,...:::..... ..:. .. at;:a �. ::;.:;CstY:«staff..:..:.. .:........ .... :>:<:<:»::>:>:;�>::«:»>::»::<>::»;>::::;:»>::::::: . I)ct)on;><typ:eS:th. ppY..... Che.ckal[; pp _ANNEXATION $_ SUBDIVISION: - _ COMP. PLAN AMENDMENT $ _ LOT LINE ADJUSTMENT $ _ REZONE $ — SHORT PLAT $ SPECIAL PERMIT $ — — $ $ _TENTATIVE PLAT $ _TEMPORARY PERMIT — _ PRELIMINARY PLAT _ CONDITIONAL USE PERMIT $ �� FINAL PLAT $ _ SITE PLAN APPROVAL $ — _GRADE & FILL PERMIT $ = (NO. CU. YDS: ) PLANNED UNIT DEVELOPMENT: $ _VARIANCE $ (FROM SECTION:�_1 _ PRELIMINARY WAIVER $ — • _ FINAL • _WETLAND PERMIT $ $ — ROUTINE VEGETATION $ MOBILE HOME PARKS: MANAGEMENT PERMIT $ — BINDING SITE PLAN SHORELINE REVIEWS: _SUBSTANTIAL DEVELOPMENT $ V' — CONDITIONAL USE • $ $--- / _VARIANCE EXEMPTION $ ENVIRONMENTAL REVIEW $ — N°Char4e _ REVISION $ ..........:..:gsii <•;:•:::::::::::.::•::::::::::::.:.;::: .:::.:.i;li.:•:;:.:: i.:.i:::;»<>::::: >>::: :•AW N ERSH I17.' :;,f:i.:........... 'on th e 'call thisa J� in pp involved PP I, (Print Name) GP«- O. , declare that I am (please check one)_the owner of the property' authorized representative to act for the property ownerinall r (ple respectstrue se attach proof and 'authoriztheation), best of that the foregoingego and Cbements and answers herein contained and the information herewith submitted ATTEST: Subscribed�� and sworn to before me, a Notary Public,in and O 'fC for the State of"��lii residing at"�'- J " : ' (Na on the daY"o`• of Owner/R resentative) i Gam' (Signet of Owner/Representative) ' . i , `, -� i nature of Notary Publi .. .............. .......... . ... .. .... ..... ................... . ...... ........ . .:.,....::::::•::�: . > >::.;:.:«.:;.;; ....;: .: ::;:.; . .. a com I F.IIe..Numb.....:::. ....... :;; ::>: P,,:><;:::>:::::>:::;»:.;:::.::.:;:. .::.n:.....:„„.:.... MASTERAP.DOC REVISED 9/96 `' x . 3)-- , . --, ' BRY7' -MAWR SYSTEM IMP-ROVP'7NTS -a•sccuv,a-ce-vs i ,.., • PERMANENT & CONSTRUCTION EA6eMENTS • I • CITY OF RENTON PARCEL • i EXHIBIT MAP . •' i MATC \IE SE E S To MAT, O, HL,i NE EE SI4EET 2 . j .-..:.:.::::-:.:.:.:.:.:.. I 0 \ \ III ...-. . i ::.:::?....: :: :,...... _ __I \ \ .• :...:•:•:•:•:•:•:•:•:•:•::• \ 4 • •••:•::•••:•:•:•:•:•:•:•:•:: . \ \ • , , .. ..c• -:::::K:.,:.::-::.:::.::.::::: --\ , .-- . : , .:::::::::::::::::::::::i. \ , ‘ , . :: ::::: ::::::::::::::: .....\ \ • .. ::: :K:K:H:: , .• \ , . ,,, •:•:•.....:•:•:•:•::-:•:•:•:.:•:•:. • . •••:•:•:•:•:•:•:•:•:•:•:•:•:•:•:•:.: _ \\ • • • . -* ....:.2.... .i. .H..: \ ' 0 • ::•:::::::::• \ • , 0 _ .. . ............ • ••••.•:•:•,.::•:•:•:•:•:•::::•:•:•:•. ....\ • ' \(4 .:..:-....::.. '.....:',...:::.....„. , • 0 . • • _ .......... . 1 ::::. :::. :•"..•:: :::i: ::... .: 3 \ \ \ .................................. *: _ ..i...::::......::.:1.:.•. .i.:::::::::::.::: : . 7, \\ , , \ \ . • - I .:::: ::: ::.:•:::::::::::...:••••... ,"•, , -\___\_\,_ 4 \ ' TO MH .:.•.:::::.::.:?::'O::M.1-1:;•':'::-. 1 \ // 1-6 .(g ist . ‘:.:.::::::::::::77.1....c .)..5'5,, • \IY/ /A . j.,..cr \ . ' t\ W:‘) -.•.. .:.;::A:E:5::::?" ° REc. al,4Zi:.s ) 10 I 1 • ........... . ..... .. BOEING • • ‘. 11 .::: ::::.•::E:X.....E::.... :i:5`;-". ."— — IT. iiiii -1 -111 • I -.... :... ...... . . . . .. ... S.W. CORNERNIS. NR. . • • • .. . ' ....1..36.150';39:.112551:'46'3133 0\81'k4.-\V-.4.::-::1.:..:::•::.iri:..d:.7 1..‘La\k1 p'k1 0,,a•.:•..:.4:../.:-..::..::1:-:.::MH .::.2/•.:i..0:.:::..:',/.v.5..:...,.....:.1...:4...:...::...•:•:•::•:::::::::::. ,-,..., (R E cTFPi.; FONf.'B:,A..-NS5na5A R75t/CE,59 NE1,/0L/.1.5''.0) F}‘O E6I gTIiRTHAN-IU'SNNTEoe.. 1,2...0...I IL.,• NI,8_951I SWrW n < P cAC \ N 97 k TP08 NEW 4°° / \E T 1 1!i1.1 T8CM9147) . I • N 14 ROI-6Di (97 illimm.'' ' 9-5-2 -'•..• '•- , N 82527.89 .:.:. ().-.1,181;'5 1.:'-%•1..4 ::::...10.54 E 1 9498.80 ITV .....,.. El i \ 41'52 , 13.9 N % 5ZS ' •Ilk t \ I \ \ — 1 I I • : \ \ ' — lk „1" 0 % 0 ID \ 0 0 . . ' . • ..." 40' 20' 0 40' 80' . • ... „7„,-•,-,,-,•---,:,,._:::_., ".".760.00 '''13714/97 . I.T,A37,.* ,M14/97 • SCALE IN FEET HORIZONTAL DATUM 'Fkg; 71714/97 • . WASHINGTON COORDINATE SYSTEM, DUANE HARTMAN. & ASSOCIATES, INC. , NORTH ZONE NAD 83(91) i • ; • ,,,, DHA . Surveyors . i „, . , ' • . 16928 W00DINV1LLE-REDMOND ROAD, B-209 • (425) 483-5355 • '':' wonnimn I r wAsutwarm QR(179 . re Y tA.-A) Airtl_AsRn • • SHT 1 OF 15 BRYN MAWR SYSTEM IMPROVEMENTS PERMANENT & CONSTRUCTION EASEMENTS CITY OF RENTON PARCEL . XHI IT MAP . ; ,_TO M H R01 -6 t (97 t.. ' • MP' `. �. R+1 =61 (62) C�/ 20 10 0 40� .' 40 , �` / lit�l_ - - - ---- S.CAL, IN FEET zo • 10' M RO ESM'T. �� • w REC• . Nr.5514905 .`.Z /.j 3CEI \ G I \- :, DETAIL SHT. A ) . . • 1 Q `�/ REF: SHT 1 / N+ S.W. CORNER U. S. AIR FORCE PLAN- No. 20 \ 0 (REC. No.55146 5) . ?- ) N89'34 '1 ] "W -.� .. : 0 \ \ ; / c9 MH R01 -60 (62)-. ' to Lr c S89'05'14 / Lr 5.3 1VT ST S00°54'4 "W '_i, TPOB PARCEL A ,f, CENTERLINE 1997 Cr- 15.00 N89'34 1 1-'W . 10 _ 45.35 ' REG�Mo_5.5_49QS w v d 1� -- 5-1 ,1 P1PE��ESI-GI`l, E-' - k N 6'32'39"W __.: 5�9� TPOB NEW o 4 0.13 / '� ) i // j/ / /-/," �': EASEMENT 1 TO NEW . MH-- o o N00°54'46"E \ ." _''-� /',- �i Aln;-_ o 1 1 .33 RO1 -59 (97) ( _ con % / r 13+00 V 10 4+(1sl 89-"6,5 1. N N M R01 -6 1 (97) J 1(; 59.-52 EJ \ o N ,_,252 .89 • ;%• 10.54 r E 1 .9949 .80 ��. N 89'-0 1T4"Wy,4--- 1 p CZI (3-c. jN41'52 5\ "W `. 52:54 %v ,i \., - 13.96 ;Z \ c) - o c (b (' �\ A aJ wa/j H0RIZONT L DATUM 0 �/, W�,SHINGTQtJ COORDINATE SYSTEM, o `_o ` ���`� �� , A N RTH ZO' NAD 83(91) `� A z > \ • co E 2 c LEGEND /Z\� / \ \ 3 1962 LOCATION PER REC. No. 5514905 • ill (62) 97 1997 LOCATION PER OCT. 1997 DESIGN =- - •V-/-/-PERMANENT EASEMENT---TO-BE-ACQ-UIR-E-D =e. Q M — ' CONSTRUCTION EASEMENT - TO BE ACQUIRED. ._0`•. ..- , • BRY�' --MAWR SYSTEM IMPROVE"'NTS - PERMANtNT & CONSTRUCTION EAotMENTS CITY OF RENTON PARCEL ft EXHIBIT-s MAP MATCHLINE SEE SHEET IS MATCHLINE EESSf EET' 3 . /� � , SS • • \ -.\\. . lin r . .: 4a Z ( \ ' . i•VImo` • \J, F . i - - - �• I t0' MESMTI , � ti : � I II I I c 1 I I l 1 .. I I I . I et ', r � _ 'I�j� CN C i I . �'r ji l'j 1 I' . I I rs&,- ..., \ .---..---•i r .i,.1-::‘< -) i .cti ?.• si...: _ _J i ' j Z( i �)� I I I I 1 } 1 I i I L `` .,~� I I I i i Ir. I • - i I • . CV �.;. 71 I Op // I I I UNE TABLE CURVE TABLE i j' In I ' 7-4- IJHE LENGTH BEARING CURVE LENGTH RADIUS I I I III 11.79 57651'35^N Cl 12.54 10.12 r I I II L'2 20.00 N00'34.13t J C2 69.11 521.95 .. I I • • 53 7.33 N7T42'31� C3 174.87 1095.23 I . I. 15.44 10.16 L4 11.15 57674'16-1Y _ C5 13.11 8.63 - LS 9.45 N71'30'47E C6 12.50 11.45 - I I I L7 21.29 N29'06'50"E _ ___ C7 24.81 20.40 • I I I I CS 103.76 67.87 I I LB 7.50 NOC'54'50-E I ..MH R01- 62 I L9 4.15 NO3';0'43"E C9 15.88 295.36 C10 25.20 22.b 5.0 LIO 6 $54'11'26'N C11 422 3.22 _ J I C12 1058 17.18 j1 I I I I I ' I I 0I . I i `- � STA 16+36.62 I II � ''1 1 ' MH Rg1-s1 (97) I w +' • 12 . 7 I I ' 1 . MATCHLINE SEE SHEET 1 . �; 1 I • .MATCHLINE SEE SHEET - 0 - • • 'pr,1� • �� �% 40' 20' . 0 40' •. 80' rt-260.00 1 I 1/�14/97 " I 11/14/97 SCALE IN' FEET Buma 21/14/97 • I • HORIZONTAL DATUM } it'I', DUANE HARTM[AN 8c • ASSOCIATES, INC. WASHINGTON COORDINATE SYSTEM, I`I Surveyors NORTH ZONE NAD "83(91) :DHAiI • i.I*► . 16928 WOODINVILLE-REDMOND ROAD, B-209 (425) 483-5355 SHT 2 -OF 15 W00DINVILLE, WASHINGTON 98072 FAX (425) 483-4650 1 MW" �PERMANENT & CONSTRUCTION EA6cMENTS ! I . CITY OF RENTON PARCEL 1 EXHIBIT MAP . 7-----\MATCHLINE SEE SHEET 4 0 � ,1, MATCHLINE SEE SHEET & • i. b -.1\,,,.4_ ,3‘-z. \\ •. - - - ....- , )3 • k-c-r., ;',11. \\• \\,. .i ... UNE TABtE CURVE H RAMS�! m 1 UNE LENGTH BEARNG Ci 125i t0.12 I ~\/,.�� Ll 11.70 576-51'35^N C2 80.11 521.95 v 17' L2 20.00 NOP3413'E _ 1 1 .. Ev,"(1 L3 733 N7T42'31E 174.87-7093.23 ' U 15.0 10.16 I ,4 , �;0•� OS L4 11.15 $78'2416'W C4 13.11 6.83/ `�\ v� 1 •, DREG N..551490 1¢9 16 10.13 g1E9.45 32'39E C6 123o tt.43 ; f / / \� 11\\ . L7 73.29 N2706'507 C7 24.81 20.40 � �\ .1 CO .103.76 67.L7 \ CE 730 NO3-20.40'E C9 13.76 257.87 rJ , A . L90 5 ° NDS2043E C1D 25.20 2240 / :1 S54't 1'26'W C11 4.22 3.22 I I� 8 .I 1, I \ . .. \ • (/ \ • C..5 : s • 1 I, . / I n) jii ( MH R01-62 (97,) II '... / ••` N 1299474.59 w / � . �, _ ',E `299474.53 '10I:.:. / 1 • 1,✓ `EQUALS I'. ' 1 _ • \MHIR01-62 (62) ' r APPDX. ;:. r t \\ \ \ (71 ). \ . ./ • I: ` , \ \ / 1 t, 11O'M 0 t5M T", j' i•� • t \\ • 1 ( 'i I C. .5514905 �/� ��/ W T I L -� ( z1 ill (. z a / ( . '14 •Nn t 1 (y ';Z� I I g< o '" _ I I/ \ ((.., .\ i I I • I 17 •• -'. 1, MATCHLINE SEE SHEET 2 - I - LMATCHLINE SEE SHEET 2 141711 - _ --/ 40' 20' 0 • 40' 80' • 1 r ? 1 760.00 4/97 . uit 1) 114/97 SCALE IN FEET • HORIZONTAL DATUM R4mry 11/14/97 j . WASHINGTON COORDINATE SYSTEM, 1,1 DUANE 'HARTMAN & ASSOCIATES, INC. NORTH ZONE NAD 83(91) : DHA . Surveyors . .4,i,, / 1 16928 W000INVILLE-REDMOND ROAD, B-209 (425) 483-5355 SHT 3 OF 15 • liulnro wil I C 1MACLNMCTf10.1 ORl179 CA (d9R1 AR-c-dg (.1 • BRYI - IAWR SYSTEM . IMPROVEP'-NTS PERMANENT & CONSTRUCTION EASEMENTS - CITY OF RENTON PARCEL 1 EXHIBIT MAP MATCHLINE SEE SHEET 5 • • (MA-TCHLINE SEE SHEET 5 I 1 1 i 11 11 'vim) - • \ • (1I\ 1 ,�li STA 24+08.75 . \MH R01-63 (97) '1 • • E183523.04 ) 11 \ 1299400.56 // " + x �1 n_ w ` t CURVE TABLE T .� LINE TABLE ..• ,11 LI LENGTH BEARNG cum LENGTH RADIUS L1 11.79 • C1 12.54 10.12 y\\ • • t- ` 20-� S76'$1'33w C2 89.11 521.95 4. 1 y \, 1', ` NO734.13-E .C3 174.87 1o95.23 1 ,1) , L3 1.33 N7T42'31•E C4 15.44 10.16 III S78'24'16W C5 13.11 &63 ' N71.30'474E Y`\ 1 /1. 6 110.13 C6 12.50 11.45 ,) , 516.32'39-E C7 24.61 20.40 N29'06'S0-E /� \ �� 1 ` L7 73.29 C8 f03.81 20.40 �- ) ' 6 7.50 N00'S4'S0-E CS 15.P.9 295.36 N L9 4.15 NO3'20'4.3 E J ` _ cio z5.zo n.40 554'11'26w_ L10 5.00 CII 4.22 3_2 1 N\ _ ' C12 10.58 17.18 �� / \l , 1` { Nl\' m W 1'. > : 1 . pr w N t • \ i 1 ,.1 "P'i ' 1 • .0 ESM1 • \\ • . .40'M ...551As' os 1 REC- , • 1 \ \\ lJ ~`4 1 r." r - 1 -_�r 1 I f�� �\ > ,\\ (i , (� ` '5 1 -- . ,-` I I 1 \��1\, N pp 11 ' `I r.- ` i J \• \.? _m ',`.\ \ 'A- • MATCHLINE:SEE`SHEET 3'._`- " \- ) \ \ . - \ MATCHLINE SEE SHEET 3 1 40' 20' 0 40' • 80' j ,Kt 1260.00 11T�14/97 1 m1;1 11/, ' 14/97 SCALE IN FEET I 'zit' 7.714/97 HORIZONTAL DATUM WASHINGTON COORDINATE SYSTEM, 1 DUANE IAARTMA.N & ASSOCIATES, INC. NORTH ZONE NAD .83(9 i) urDK:1 • HAi Surveyors 1 :tizi i I 16928 WOODINV1LLE-REDMOND ROAD, 8-209 (425) 483-5355 . SHT 4 OF 15 • - . . BRYN' GMAWR. SYSTEM IMPROVEM -"ITS • PERMANtr'T & CONSTRUCTION EAS•LPAENTS CITY OF RENTON PARCEL EXHIBIT MAP .. R ` �'MAT\CH NE SEE SHEET 6''\ `'T.� 1 MATCH,`1NE-SEE SHEET 6\ , 1 ,/ /7 I 1 � ` \ \ )\ �� i , i • \ 1 \ ti ` , \. ' ` \ \ 11 \ ` 1 / .. ,' UNE TABLE CURVE TABLE �'1 / CURVE LENGTH RADIUS ' ( � 1 t,r� \ LINE LENGTH �� I • • — 24.et 20.+0 % .W ``.! V 23.24 N24'06'50'E C8 1 D3.76 67.tT7 • s �' 1 '+ La 7.30 Noos4 So E C9 15.88 295-16, ,� .,..�34.2>�N1, 11 ��' _p ESM �, L9 4.15 NO3"20"43•E C10 25.20 2240 x i.1 /.. 1,'1 Iti0'M .5514905 u0 5.00 554'11''6Nt _ 10 5.20 2.40 I t 1� �` •y\) EC. C12 10.58 17.18 i YI •WC \ 1 1 . Ii\1\ : \•, . . - \ \\ N ` I • J \, 1 I , i r I . - \ . y l • . i ` \1,. H.R01-63 (62) i i i \ :1 1 , \ Y 1 N \ • 1 w Z '^-''� \ iO \ 1 r' �- 1 00 • \ : C r— (' 1\ ��'+. ''\. • , r' 1 1 L- \1, • MATCHLINE SEE SHEET 4'', r \�1 MATCHLINE SEE SHEET 4 G � 1 t _ / •..r' 40' '20' 0 .40 • 80' ''-Om 4/97 ;;.t 't-` .4.:..•r, . , 1111r�14/97 SCALE IN FEET HORIZONTAL DATUM Rum)1 WASHINGTON COORDINATE SYSTEM, .. 1� DUANE HARTMAN & •ASSOCIATES, INC. NORTH ZONE NAD 83(91 ) •�-���I' `� Surveyors IDHAI y�1 i ' • i _16928 W00DINVILLE-REDMOND ROAD, B-209 (425) 483-5355 wnnnlNVII I F WASHINGTON 98072 FAX (425) 483-4650 SHT 5 OF 15 • . . . . _ .. . BR-Yt .IAWR SYSTEM IMPROVE N ITS _. . PERMANENT & CONSTRUCTION EASEMENTS • CITY OF RENTON PARCEL . . e - • EXHIBIT MAP . • MATCHLINE SEE SHEET T ---:.. .: .. \\ ... ... .. MATCHLINE 'SEE--SHEET 7 i .,\, \-. \ \ ._..\\. , . \ \ . . '\../ . • - \ •• • \ o . . , ,----- , , ) .........._:__.:...:. . ..... \,,,,...,..... . .. . . . • ,\ STA 2.4-0-7754. \ -..-..° \ 0 \. . N 184149116 . ---- . 3 E 1 • --- • 4 299 87.97 k \ UNE TABtE CURVE TABLE • --- .• .5\ \ \ • UNE LENGTH SEARING CURvE LENGTH RADIUS I - Cl 12.54 10.12 S76-51135-w- .... --- 7 :, 5' 7 Li 11'79 : U 20.00 9003411311 \C2 89.11 521.95 • ••fr LS 7.33 N7742131-E C3 174.87 1095.23_ • 7 • ' f- \ C4 15.44 10.16 L4 1 i••15 578-24116N _ L5 9.45 N71130147-E C5 LEs 10.13 516132139-E C6 12.50 11.4.5 •. . *, 7:1. • L7 23-10 N29-06150-E C7 u3 CS 103.76 67.87 - ..---7-------\\ • 7.55 NO0'54150-E C9 15.88 295.36 cc ,.. L9 4.15 NO3-20143-E LI 0 5-00 55411112611v CIO 25.20 22.40 -------------7 ci i 4.22 3.22 -1,...,0 • \\ \ .1 5 C12 10.58 17.18 3 ;:-.--- \ . -.) 1 0 •- .. . ',.____ ..---- - --- \ -1 • REc. 055" .., .., Tr. ---- ---- ) _ '6,,---- , ) F • -;-, ,.„ . . , 1.• : ' . t;----;-:-..-'-..--- . • -1) .,. . t„:74 : . • ‘,.. \ , •• , ; . . \ ; .., . ).--,,_, . ,\i•• . . , \\ . • _, \ \ ,._ :\ \-•r• . \ r ..,,y) ;',7,:-.\:: . ' .l.....---)/' •--- 1‘ ,\ \\ 1, • • • \ \\ . , „--- -- • •\-..._.i..._...,-- ...--- ----•-•• ---- 1 \\ t '• . • -- ... \\ • ; L..___.1-1--)- 1___ 1'• , \\ • , \ ' 5 ( 5) -7- •..- , . , . ,‘ 1 , ),, . . ) . , , , .. . .._ il ‘,,..:,. \ 4 ), r LI ''..) --- ---- \\ 67, ‘) ''. MATCHLINE SEE SHEET 5\ 'I.\ . MATCHLINE SEE SHEET-5- ,1 _, '5 . - . . • • ' • 0 . / ..-/ 40' 20' 0 40' 80' I r*i.Ct"I'n411113 11714/97 • . RAI4 Bi mancm, 11/14/97 SCALE IN FEET . . Burn,1 it714/97 . HORIZONTAL DATUM WASHINGTON COORDINATE SYSTEM, 1 i DUANE HARTMAN & ASSOCIATES, INC. NORTH ZONE NAD 83(91) : IDE Wqrk TA.i' Surveyors ,. 1 , .16928 WOODINVILLE-REDMOND ROAD, B-209 (425) 483-5355 . CI-IT R nP- 1 =, BRY dIAWR SYSTEM IMPROVEI N T S PERMANENT & CONSTRUCTION EASEMENTS • CITY OF RENTON PARCEL , • ' EXHIBIT MAP' . MATCHLINE SEE SHEET L8 1I\\\ MATCHLINE SEE SHEET 8 ' • . • ) !Ivr-- -- --. \\ . -: ....:. 0 c -3\____--•--:"--- . f \ -% )jo \\\\,\ .:.','...s.•:••••••••:::,-,\I \ • . , ( 4;\\- . \\ . • .• - , \ • I '\ L r\-- .. '\.:':::.,.,-:.' -.\1:•:•;:•..•:...::.'...-.....-:..:•f.-:„_.. -.rr\-\-.-§.-.k(-j-\-'-\ al ESQ _,, , . . /.--,.-.,.... .._ "----3 y^i ,,\ • ' 10,M 1 4905 ` 1 .551 { RE . \ { \ \(lam^ i1 \ \ \ \, ) \ (' .---..., CURVE TABLE 1 .. \.. U• r •\i LPE TABLE �- `CURVE LENGTH WDIUS , ., > - �. °111 111E LENGTH BEARING { LI I1.79 576'51.35'W C7 1254 10.12``1 \ D �� L2 20.00 C2 89.11 •521.95 N (�_ ' N77-42.31 C3 174.87 1095.23 •' • \ `1 ' �` 11 \1 I L4 I 5 57T24'16' C4 15.44 10.16 1 1 1 �,' S732a•18�v C5 13.11 8.63 •I i {�`✓////���1 L5 9.15 N71.30'<TE C6 1250 11.45 -1 1 `✓/ 1 L6 2-313 $tG32'39"E ; ,, J \ 17 23.29 N29'06.5p'E C7 2481 20.40 � ` \ 4� N00'Sa'S0� - C8 103.75 57.57 C9 15.88 295.36 1 \% ! NO7'20'43 _ \ \ I A.08 C10 25_20 27-40 110 534.1,•28�• C11 4.22 322 \ '\ j C12 10.58 17.18 • \ le., �" '\ �` \ '`.. � r , \ • i \ �`\ �-^ L5 \•1�` ( ,\\ \ v \, %"`\ t) \ MATCHLINE''SEE SHEET '6 - - 1 MATCHLINE:SEE=-SHEET 6 * . • • • / 40' 20' 0 40' 80' 1 7:1 ----1700.00 1174/97 _ ._, _ .. dl , 71/1�114/97 SCALE IN FEET ' a•EnD,I 4114/97 HORIZONTAL DATUM 11 • WASHINGTON COORDINATE SYSTEM, I;rIt DUANE HARTMAN & ASSOCIATES, INC. NORTH ZONE NAD• •83,(91) 1fF;t r-- i Surveyors�DHA) y • r kP. 16928 WOODINVILLE-REDMOND ROAD, B-209 (425) 483-5355 - CLIT 7 /'1 .- 1 =, BRYN '4AWR SYSTEM IMPROVEMENTS - PERMA! I1T & CONSTRUCTION EAL_AENTS -~ • CITY OF RENTON PARCEL • EXHIBIT MAP . . ` . MATCHLINE-SEE,SHEET 9 MATCHLINE SEE SHEET `9 ) ) ' , e. .. \ :.• • : \ ,' � ° - . ) • . . ... . . 1� 0 \• • 1 \\\,,\. '�\ \ 1 7-N ( Lr, 1� 1 _ n ` ' • i ,, ,,.( . ,. '1.�t ,1 ,• 1� 1 1 1 t• ;t .� rn 1 1 t `1 t ll it • \ 1 ,%rr% ` \ i /pq'064 •/ i \\94 . n2 \ 1 'N *.,\ .1 ./• ,, pL .`\Ml,R01-410(97) 1, 1 �t a. ?-. , ''N i64512.36 1 •�' ' \ 1EIT,29917Z.35 ,, I\ > i i 11\,' -r \ 1 1 N, \\� O N ``!1 . � ` \' 1 \\ 1 ° 111 1 '4 N• '1, UNE TABLE COME TABLE • 1 'i \1.1 1 • :UNE LENGTH BEARING CURVE LENGTH. RADIUS , ��\' �W,"E \ Ll 11.79 Cl • 12.54 10.12 / • }'t(f'M -° U 20.00 876.51'35'1M C2 89.11 521.95 � •'C 5514905 . N00'34'13E 03 174.87 1095.23 - :{ 14 L3 7.33 N7T42'37"E C4 15.44 18.16 �� ,\I, L4 11.15 578'30 47/ L5 9.45 N71'30.47E C5 13.11 8.63 - �� �, •1 . L8 10.13 C6 123D 11.45 1 i L7 24.29 N29'06'50 E C7 24.81 20.40 i \ ' p •, - r C8 103.76 67.87 •\ \ q \ l9 4.15 N0310.43-E C9 15.88 295.36 > CS 1 19 4.15 N032p'43E - C70 252D 22.40 1 ` y L10 5.00 $}491'26'W C11 4.22 3.22 ) ,t 1 \ ' C12 1038 17.18 �\ 1 � 1 \✓ �� ~� l , t C 1 1 • • t' 1 • • f • I ,`,1 � ' `} • 1 7 • 17 11 �, -I 1 • 111 '~! MATCHLINE SEE SHEET. 7_ _ ';,\'.!, _ MATCHLINE--SEE-SHEET 7 • . . : _ c \ • •q41g7 y' .40' 20' 0 40' 80' *a'11260.00 '. .'A I I ' 1114/97 SCALE IN FEET HORIZONTAL DATUM 1 WASHINGTON COORDINATE SYSTEM, HART MAN, DUANE MAN & ASSOCIATES, INC. NORTH ZONE NAD 83(91 ) 's!'I , Surveyors ;D�HAj . y 16928 WOODINVILLE-REDMOND. ROAD, B-209 (425) 483-5355 SHT 8 OF 15 WOODINVILLE, WASHINGTON 98072 FAX (425) 483-4650 • " BRYI" MAWR SYSTEM IMPROVEM-PNTS . . • PERMAilLNT & CONSTRUCTION EAv,..MENTS . CITY OF RENTON PARCEL EXHIBIT MAP. • _ . , ,. (MATCHL1t4E/SEE.SHEET40 „0-1.-7/ .••.41111W A F4- 1-NOiti°A7(97) MATCHLINE SEE SHEET 10 ( N .. • '4464'56.33'W. .. At 18494 .17 . ) ',..::,L. • .23.80 ... .‘ ...... ' 12:r07..43 • \. • • .„, • NN.N.t°• :''''.: '' •.. '''.1:•..:.CIEWRI.14E '.'• ..: \\::.:' N7703.24'1 / , ) 0 - cn. •. \ ' • " 0.41 \ \ . . > . • ••• • 1 . . . -• . . 1 . \ • ..': A. • \ ' ..,17 4.6 6 --------,........• ' N79.26'3,3),,, ...., .' . .... ' ) ( r- -) IU ........, ---• .•0 . .. \... * 'Th I. • - "0•.:. •. : % \-----------.0_,. \\\ , • • \\,\,\,::\-\ n„ .. . \ \ . _ < . . • V ...:'. - . Vz,- ......\\'' .• '- 0 ', SEE DETAIL ,,--------, .1:;% :.I :::-.. t:A, 1 \ SHT ''B'' , v, i • . 1 . 1 .\\ , \ \ \ ; . i ) , \ , ( ) . . ',-- ..-----5 . \ . \ ) .: :• 1... . \ ,._ . .. \ \ UNE TABLE ' ,• CURVE TABLE . a. •.• .. "' 1 \ (( (. UNE LI 12 LENGTH BEARING I 1.79 S76'51.35Y1 20.00 44047.34'13-E '• CURVE LENGTH RADIUS 7 \ Cl 1254 ‘O.2 ,_________, C2 89.11 521-95 /' '47, ...'. ' 0 • . .. . . .. . . . . . . . 1 \ \ \ : L3 723 14774231E C3 174.87 1Cr05.23 N. ... 1 \ 1 \ . • 1.4 11:15 S78-24.16W C4 15.44 10.16 c,, f 0 '1 • .1 c‘.. ......., , N71'3047-E 10.13 51632'3TE • C5 t 3.11 8.63 CO 1250 11.45 ---s---`,.----.., •Cl 24.81 20.40 r L. \\ \ . , L7 23-20 • 4429•06.50-E . C8 10176 67.87 (., •i). '-•••• \ .•,. • 7450 4400'54'54)-E - - C9 1 s_as 205.36 L•'-' • \ i L9 4.15 ' H03-20.43-E 1 ( Lt0 5.00 554'11'76Ni C10 25_20 22.40 ••\ • C11 4.22 3.22 . L,L,; 1 1.\ - , . . ( L. \ \ \ C12 10.58 17.18 ^,- ) . I', 14) 1,,, •01,VA ' 01 n. • 5‘49-5 \ \ '71. .. 1' -% i 7.,t4..5 . ' \,___.,"">.-•"--',.--,\\ \ l'' \i., ,..\.. . •\ _ 1' r'1)- (, \y, „. i( (1 ).' \\ n ‘,., . • . • ••••-, .( • .. -1 ,., ( . , .‘ N. ,,1.\ • ,\ .› '`•‘.t'. r.„., , \\\,,, •, . ., ...,.. ., .. . . •,, L) \., • • .., -• , k. ..) . , \ • • ( • . „ MATCHLINE SEE SHEET 8 r- . , 0.., ___________MATCHLINE SEE SHEET.8 .. , \\..., , •.___ 1_ • • • -0 • ... .i 40' 20' . 0 40' , 80 26.0.00 14/97 "---7-- --------i u'1743411:r3 11714/97 • SCALE IN FEET M . HORIZONTAL DATUM -,5,0u<no?,1 I4/97 . I . WASHINGTON COORDINATE SYSTEM, .. 1 ..1' '. ..1""'Ittik DUANE IIARTMAN & ASSOCIATES, INC. NORTH- ZONE NAD. 83(91 ) ' 1 HA 7 Surveyors . . IT, .. . .. , . • I 16928 WOODINV1LLE-REDMOND ROAD, B-209 (425) 4-83-5355 WOODINVILLE, WASHINGTON 98072 FAX (4251 483-4650 SHT 9 OF 15 ,Il BRYN MAWR SYSTEM IMPROVEMENTS . PERMANENT & CONSTRUCTION EASEMENTS EXHIBIT MAP w " / i 20 10 0 • 20 40 • • • / j u ALE I EE I - ' �_� • • .• : . . � / • SC F T p . •. • . •. \, /• / / / . z . • . /; 6. . . : > L' j z.cu • / HORIZONTAL DATUM � -� / \ %. WASHINGTON COORDI ATE_SYSTEM, DETAIL SHT. B • • • • /� 5: NORTH ZONE NAD 83 91) REF: SHT 9 ti • ;. z : - .`l 'TA 38+89.87 ' 'r./ HR01B97 / :/2 \ S• •�� 184953.25 ;+.� i /. _ --\\ �\ I � in o SAS 1299'0T51 .� • ;�' i `tea \ \ �. -. Z . . . . . 6 j 6 Co / 1 ,. jj g \ ___-/ . ,�, ,/// . ' _---',TA 38-F.6.07 7 \) cri. to in \ N64'56 33 W . . *46. Iv 18, 94 ,.17 v2380 E 12'907 .43 0 0 �\ • TPOB OF \ . o CO00 �.r- • . CENTERLINE N77'03'24"E rn • • EASEMENT . 0:41 d trj o 0 Z • E ' o 0 1 z , 0W . Lj i • - . - • ' • • : \ r--A z w Q 74 66 —tom `� 1 Nil 4._. I • BRYI'' ' 1AWR SYSTEM IM.PROVEI�"''ITS . • PERMANtNT & CONSTRUCTION EAST=MENTS • CITY OF RENTON PARCEL EXHIBIT MAP . • - - • 1/ • - 3 •\p - .- i;,,'.• • • -.../ • \ . . MATCHLINE SEE SiiEET-If /r is / \` • • 1 I ' j'• :. /////' . : • : ...---• \\I 'Th . : \ (:::---- -.----''---"---"----"---- 1, -N.-)( • - ./ •/ ---:------>. \' ', . . \ V .tom-.. '' 1 55 1 a � % A \1 I 1` \ \ { r c� ' 1 \ - \ .' % 1 111 1 l�1,'----7-- \ i\ ,, j, . . . 1 1 1\ �'0.FR 'a I\ \.,'--::,. l 1 1 \ / 1 t 1 11 \, 1 l ) \ \,, • 111 t .� 1 ‘1 . 1 • 1\ 1• t J • . ln__,,,__,/-/ s ice. \ o�; \ UNE TABLE CURNS TABLE ..I1 .\ \ - �',�. 1 CuRvE LENGTH RADIUS ., \ 1 \ UNE LENGTH BEA/ENG CI 1254 10.12 -�', �� 1i• 1 l Li 11.79 576'51'351 \� •1' \' L2 20.00 Nar34'13"E C2 6.17 521.95 . ✓ L3 7.33 N77'42'31 C C3 174.87 1095.23 \ • '\ 1 '` +1 L4 11.15 C4 15 u 10.16 ', t1 57$24'16'W C4 13.11.4.4 0.16 `\. i 1• 1 L5 .45 N71'30.47 E C6 1250 11.63 ` \ 1,1 ,IL S16'3Y39"E \ \ t C7 24.81 20.4015 , .1 17 23.29 N0754.507 C8 103.76 67.67 \ \ 1 ,1, • LB • 7.5d Ng0'34'SO"E C9 15.88 295.36 I ',.:. " L4 1.15 NOS20't}'E C7O 2320 2240 `,'1: ` ., \ \ L70 3.00 $$4'11'28'W CI 4.22 3.22 ^I \ , \! C12 1058 17.18 a,y \ 1 (\ ) \ \ i • o ' . � ,`, :, ''\ :, \ k---"--/ \ ''I Z CCU/ , i P �; ) •T• `1`, ` 1 �L1 : (• F^V'( . t \ j 5TA 3B+89,E7 1� 1 1' \ f �'ss j 1 1.1H R01-41 BL(97) i �1 ,, Jt N' 184953.25 , '�• ',•, 11. 1� •Ife 4..1 E 1299051.8T $" '•)1. N 1. N1a49Y41"E 61' \ \ 'i,_ MATCHLINE.SEE SHEET 9 , �5s_9, ' 9> \ j • 0 , I �/ 40' 20' 0 40' 80' ' • �;,[250 11/14/97 ' SCALE IN FEET ' I 44/97 - WASHINGTON COORDINATE SYSTEM, • I; ; DUANE HARTMAN ScASSOCIATES, INC. NORTH ZONE NAD-1 i ,83(91) IDHA.,, • Surveyors . 1 • 16928 WOODINVILLE-REDMOND ROAD, B-209 (425) 483-5355 11,/11„L 111 I 111ACWAl/TrlAl f•.V 7..,Cs AOT .cr„ SHT 10 OF 15 BRY1 -9AWR SYSTEM IMPROVEMPNTS • PERMANcNT & CONSTRUCTION EA JL 1ENTS • • CITY OF RENTON PARCEL • EXHIBIT MAP • .. . " BLOCK C SCCk---"' \ , . .:' ': i LNE TAEitE - . CURVE LENGTH RADIUS CURVE/ a LIE IFNCTH BEAR114C - Cl 12_13 10.12 / Lt 11.79 S76'51'3519 89.tt 5ZL95 f L2 20.00 N0731'13� ; • _ ••'1 LS 7:3 N77'4Z'3'E C3 77a,87 tOfl5.2] : '' .. .. .. ,J L4 11.15 $78'2l'15'w .._ _ C4 15.a4__ 70.18 .} 1 L5 9.45 571'3Q'47'E LS 13.11 145 L6 10." CS 1250 11.45 S1c3ZJ9'L C7 24.81 20.40 ; :.. .. 1 .:.1, L7 23.29 Ksr06'30'E - Ca _103.78_ 87.87 jj 7.50 Hpq'S4'SD� C9 15.88 225.38 I'� I. .. , :.\ LB 4.15 103'20'43T C70 25.20 2240 `� � L10 5.00 S54'11.251V 1011 422 3�2 , 1/ C12 10.58 17.18 40 20 0 40 80 1 ` ` SCALE -IN FEET T \ �'. >N 11 --- . . .1' ) \. \ \\ 0 . W /• c.\1 ...\ 1 a" \\ z 1 1 ...� 1 \ \, \ 1 1 • / ,�. • • • E T 1 U' 1 i`1/ / .. \ MHO a9o5 d ' \\ _,..) / \ , I ,' PaNr z \ ',I./4 1"'/4.I4,.,-0 5-0/7,/''7.,,/.///'/A%'\'.(\.,,//_'-/),-/.-.\/1 i/\'_.•\,4i/,/9.. 1`('� , / 42+65.94 ... ` • rs- /, N 185313.08. . . .. � ` 1 i A .),. ( / .�`. : \ ..c 1298942.55 ... , 1,\ ,, • \ 1,11 I.i / ' // , �l/ y /! ` '// /�N8T451T1Y /// .'/ '// ,, t \. ,�'- . ' /•' • i'/1;/./,-'/'43a-00. / //,' .Nt6'53'5ZN ,t�'; 1 ..22.78 1`\ Slt \ •'1 n r^' . / • .'' . . ,�4� SfA`42+�50.44\� 1' ^ ` ' ( Z 16.48- -,,• . J. •'.MH 0 -41- -,) \ \ ••1 t , NO2,14'43'E = 12.12/,:: / E 1298946. .. , • O1 ) s: ,( ,� N8T45 17tiV '/,. i;, .. . 1 .�1 --,` / `iii N7 7 50 2'E- \ 11 \ \ \ 1`, r ' UCk I \ -\\ 1 t `\1 %A•\.\\\A v\ , 1i /1,c\•_'„,‘ ,,,,//I , q\ /! 1 ‘ \' \' , _ \,'•_ MATCHLINE--S----E--E-- SHEET 10 - •1 0260.00 117-14/97 . BY QED; 1114/9T HORIZONTAL DATUM 114/97 WASHINGTON COORDINATE SYSTEM, �' DUAN_ E HARTMAN Sc ASSOCIATES, , INC. NORTH ZONE NAD 83(91 ) I. D HA' s� I I'; Surveyors . , 16928 WOODI_NVILLE-REDMOND ROAD, B-209 (425) 483-5355 • 1 wnnninivn I F WkSHINrmN QRm7 FAY (4.9c1 dR3-4F5n • SHT 1 1 OF 15, I • - - • BRYN "AWR SYSTEM IMPROVEMcmTS . PERMANtNT & CONSTRUCTION EASGIYIENTS E�P�RE�NOS CITY OF RENTON PARCEL , �N�RO0PN\NG�NSHo EXHIBIT MAP of ��� • • BLOCK B �\ __,-' BLO ;K A COMMERCIAL WATERWAY \\� — I 1TC� r� No. 2 `c `\•\� I Jy i1 588152'33T ,, \ • _ • 1 . \ A • I \ \ ck \•\ _ \ \,,)- . • . i1 I 1'1 I I J `,1 1 S \ 1 0 1• • .\ �� � � 1 1 F- i w • ` �` , - I \ \ ---\ . ='• .1 \ 11 - _W�- I \\ \ a� z' 7 `` 21 • I• I \ \ \ 1\1 11 oS82'45'175 254.10 1 II \ ' \ N8T4S'171Y 261.48 I ' 0 \ . •—/ 40' 20' 0 40'. 80' . pt� I a '.$50,00 1�(14/97 • '"all;r4 1, 14/97 SCALE IN FEET : .. • HORIZONTAL DATUM 'E9,m1a I T14/97 • -., • j WASHINGTON COORDINATE SYSTEM, ' • DUANE HARTMAN & ASSOCIATES, INC. NORTH ZONE NAD 83(91 ) ( DOA Surveyors • • ;. �d 2 16928 WOODINVILLE—REDMOND ROAD, B-209 _ (425) 483-5355 1 wnnnn,nni I r weci-IINrTnml ORn79 CAV (40Fl AQI_APFil SHT 12 OF 15 . . . BRYN MAWR SYSTEM IMPROVEMF,NTS - - PERMAIii_NT & CONSTRUCTION EA.. "tENTS • - CITY OF RENTON PARCEL I EXHIBIT MAP \\ \ -. "\ I I I I 11 p \ \ 1 I I 11 I I II MEa P�o ESN°SI I I I I \,� :\i� I I 11 I L sSN,No�oNISN 11 I I I I .I \' BLOCK A I I I 11 �N��P I I I I 11 /1- I II I°CIII II 1! II , I 1 _, S8852 3'E I I.1 11 11 ` 11 011 I 1 I I II I1 0 1 II I I I � I I I I I'I 1 I 0i t I I I I II 0 ►1 I 1 11 11 11 I I I LL.iLL I I 1 1 I1 II 1 ' I II 1 \\ ; I tI II i / \ II 1 1 I I I 1 I 1 I I 1 II 1I I i \ \\ \\ \\ . \ I ' HLi.Li'L1'T1 - - _ �; - �, — '''',V' — — — — .___ 1 ) 1--- — — — — — — ---\ \ rm 1w \‘' \ ^+ I OD i _ _ _ / 11 , ► i += � II I 1 CO; \ L IU I z ' J1Q — \ I` I Ui_1 I0 1 _ — J ' , ai o ` n I 1:ZZ2r �' •% I, i://:/;/,/,'.:*2:: '/i/•'�/, /�/j', /�• 49+00•,'-i• 1. Wit.-' ':N8T45'17w 940.19 , 1 n1 I 1 \ - n i f 1 40' 20' 0 40' 80' • —No. 11/14/97 - 264.00 �.._. Y i.:n.3 11 14/97 SCALE IN FEET ' 'ems;,, q; 14/97 HORIZONTAL DATUM WASHINGTON COORDINATE SYSTEM, it �1. • DUANE HARTMAN & ASSOCIATES, INC. NORTH ZONE NAD 83(91) A'i Surveyors'D]HA�J } . 16928 WOODINVILLE-REDMOND ROAD, B-209 (425) 483-5355 .r W00DINVILLE, WASHINGTON 98072 FAX (425) 483-4650 SHT 13 OF 15 - BRYP' MAWR SYSTEM IMPROVEPA NTS PERMAilLNT & CONSTRUCTION EA,,LMENTS - • CITY OF RENTON PARCEL EXHIBIT MAP - • / / M• r O / /j Z' /,,--..i/T ,/ / co• / /` ilr'-iJ%l - • _ d if g; ----Iz • N8T45'74 ,..._127.o7 "•; i '� I •/�.// f - o(:� '/. IJ8T45'17^H 840.19 ,/' f�• • o � I I • .., lb'i5pp. %`965.89� � r.36fI 00 0. • I „ . • i • I � N ^� •Ii ' l• I ti. •1 i' ' I • I II • l 5- 14 I � I, 151'.42 I , 1 I I I 1 ` I I I I 1 I I '} I \ I t_ • I it I • • I. • 1 {•I i! i • • 0 / 40' 20' 0 40' 80' • 7..76.0.00 14/97 _ +�wb 1114/97 SCALE IN FEET•�•g 14/97 HORIZONTAL DATUM WASHINGTON COORDINATE SYSTEM, :I7i^,,I DUANE HARTMAN Sc ASSOCIATES, INC. NORTH ZONE NAD 83(91 ) ,• DHk., Surveyors • • 16928 WOODINVILLE—REDMOND ROAD, B-209 (425) 483-5355 wnnnlNvll I F_ WASHINGTON 98072 FAX (495) 483-4850 SHT- 14 OF 15 • BRYN -L AWR SYSTEM IMPROVEMENTS , • PERMANL AT & CONSTRUCTION EALIAENTS CITY OF RENTON PARCEL EXHIBIT MAP • - . , 20'O1 ly 234.53INNER H 80R uNE N NORTH LINE NE crr OF RENTON AIRPORTRPRPORf O0 a,0 0 0v , 0 To BLOCK _ A 35.13 • N87'20.011V • - / i1'�� �////,� 74.17 338.28 4 kr es x y— —`_ �k� 7`• y ) o �/ \C_ '. \j. is / �.' ?�' /.?,..,_,:..„„......, -,,,,..,_,,,,.....,_. \77\'''''', \\\ \\.1 .. :. . /2 ./ . . • / 1 1 -/ .. • J \A..S:S....,//)/ic\> • \ \ ....„.. \•A . /,., : --: • \\ "`$ ' . 0 , /fN —. •r . L — — \ s ' is� : 7\ mo, .i."/ , .J, — — .'l,` ,� % L \ -• p — —' — ^I\\... / , _.- ) . � 0 - -) 1i a' C ,r - - II r , . \/,/f a I • J• — fir:• — L • \\ \ / / no \; , 7 \ r — - ';: -- j\ ;:— — — — - ;�\� � ` a.., — —;; — — V 1 z - - - • =� �� a fi ;, t _ 13 �� JJ ,, 0, N li G W' I // / � �f ��` 1'i SEE,�'' �%/ • /`_ — — '', _ — ��-/ 0 / "f j ,\- ' ��T N,F.,�j a,6: y • 0 . — , P 40i/ 20' 0 40' ' • 80' � pit[,....., „ . .0.. t(1� 4/97 - - 4'I�abrtiq „ 14/97 . SCALE IN FEET • HORIZONTAL DATUM '�� �14/97 WASHINGTON COORDINATE SYSTEM, 'I DUANE HARTMAN & ASSOCIATES, INC. NORTH ZONE NAD 83(91 ) `-�'` HA1 Surveyors .!D 16928 WOODINVILLE—REDMOND ROAD, B-209 (425) 483-5355 SHT 15 OF 15 W00DINVILLE. WASHINGTON 98072 FAX (4251 4&3-4650 BRYN MAWR SYSTEM IMPROVEMENTS CONSTRUCTION EASEMENT CITY OF RENTON PARCEL THROUGH PARK AND AIRPORT. - CONSTRUCTION EASEMENT ALL BEARINGS ARE REFERENCED TO THE GRID MERIDIAN OF THE WASHINGTON COORDINATE SYSTEM, NORTH ZONE, NAD 83(91). ENCUMBERS THE FOLLOWING PARCELS AS SITUATED IN SECTION 7, TOWNSHIP 23 NORTH, RANGE 5 EAST, W.M., IN KING COUNTY, WASHINGTON.. PARCEL 1 BEGINNING AT THE INTERSECTION OF THE NORTH MARGIN OF NORTH 6TH STREET WITH THE EAST LINE OF THOSE LANDS ABUTTING THE CEDAR RIVER RECEIVED BY THE CITY OF RENTON ON DISSOLUTION OF COMMERCIAL WATERWAY DISTRICT NO. 2 UNDER A DECREE OF DISSOLUTION DATED JULY 3, 1956, KING COUNTY SUPERIOR COURT CAUSE NO. 494024, IN SAID SECTION 7, THENCE SOUTH 12° 47' 42" EAST ALONG SAID EAST LINE 50.39,FEET; NORTH 89° 05' 14" WEST 52.54 FEET; THENCE NORTH 41° 52' 51" WEST 13.96 FEET; THENCE NORTH 00° 54' 46" EAST 7.50 FEET; THENCE NORTH 16° 32' 39" WEST 10.13 FEET; THENCE NORTH 04° 31' 45" WEST 64.93 FEET TO AN INTERSECTION WITH A CURVE TO THE RIGHT WHERE THE CENTER BEARS NORTH 78° 47' 21" EAST A RADIUS OF 1,095.23 FEET; THENCE NORTHERLY ALONG SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 09° 08' 53", AN ARC DISTANCE OF 174.87 FEET;.THENCE NORTH 00° 43' 57" EAST, 394.19 FEET TO THE • INTERSECTION WITH A CURVE TO THE LEFT WHERE THE CENTER BEARS SOUTH 87° 11' 39" WEST, A RADIUS OF 521.95 FEET; THENCE NORTHERLY ALONG SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 09° 46' 55", AN ARC LENGTH OF 89.11 FEET; THENCE NORTH 12° 31' 26" WEST, 131.69 FEET TO THE INTERSECTION WITH A CURVE TO THE LEFT WHERE THE CENTER BEARS SOUTH 78° 24' 35" WEST, A RADIUS OF 10.12 FEET; THENCE NORTHERLY ALONG SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 70° 58' 39", AN ARC LENGTH OF 12.54 FEET; THENCE SOUTH 76° 51'35" WEST, 11.79 FEET; THENCE NORTH 12° 54' 19" WEST, 766.36 FEET; THENCE NORTH 71° 30' 47" EAST, 9.45 FEET TO THE INTERSECTION WITH A CURVE TO THE LEFT WHERE THE CENTER BEARS'NORTH 20° 58' 36" WEST, A RADIUS OF 11.45 FEET; THENCE NORTHEASTERLY ALONG SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 62° 34' 02", AN ARC LENGTH OF 12.50 FEET; DHA Surveying & Mapping Woodinville, WA • • CITY OF RENTON PARCEL THROUGH PARK & AIRPORT • CONSTRUCTION EASEMENT Page 2 • • • THENCE NORTH 12° 40' 48" WEST, 299.18 FEET TO THE INTERSECTION WITH A CURVE TO THE LEFT WHERE THE CENTER BEARS SOUTH 84° 14' 26" WEST, A RADIUS OF 8.63 FEET; THENCE NORTHWESTERLY ALONG SAID CURVE TO THE LEFT THROUGH A . CENTRAL ANGLE OF 87° 00' 33", AN ARC LENGTH OF 13.11 FEET; THENCE SOUTH 78° 24' 16" WEST, 11.15 FEET; THENCE NORTH 12° 53' 56" WEST, 188.68 FEET; THENCE NORTH 77° 42' 31" EAST, 7.33 FEET TO THE INTERSECTION WITH A CURVE TO THE LEFT WHERE THE CENTER BEARS NORTH 06° 26' 41" WEST, A RADIUS OF 10.16 FEET; . THENCE NORTHEASTERLY ALONG SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 87° 04' 48", AN ARC LENGTH OF 15.44 FEET; THENCE NORTH 12° 30' 54" WEST, 233.88 FEET TO THE INTERSECTION WITH A CURVE TO THE LEFT WHERE THE CENTER BEARS SOUTH 73° 17' 18" WEST A RADIUS OF 17.18 FEET; THENCE NORTHWESTERLY ALONG SAID CURVE TO THE LEFT THROUGH A CENTRAL ANGLE OF 35° 17' 57" AN ARC LENGTH OF 10.58 FEET; THENCE NORTH 79° 26' 33" WEST, 74.66 FEET; THENCE NORTH 10° 47' 41'•EAST, 55.91 FEET; THENCE NORTH 55° 13' 43" WEST 39.48 FEET; THENCE NORTH I1°.01' 24" EAST 12.55 FEET; THENCE NORTH 04° 59' 24" EAST 34.49 FEET; THENCE NORTH 12° 41' 35" WEST, 137.81.FEET; THENCE NORTH 29° 49' 05" WEST 40.03 FEET; THENCE SOUTH 77° 22' 26" WEST, 64.79 FEET; THENCE NORTH 11° 34' 56" WEST, 129.45 FEET; THENCE NORTH 87° 45' 17" WEST 261.48 FEET; THENCE NORTH 02° 14' 43" EASTI 30.00 FEET; THENCE SOUTH 87° 45' 17" EAST 254.10 FEET; THENCE NORTH 11° 34' 56" WEST 96.28 FEET; THENCE.NORTH 29° 06' 50" EAST, 23.29 FEET TO THE INTERSECTION WITH A CURVE TO.THE RIGHT WHERE THE CENTER BEARS NORTH 85° 02' 40" EAST, A RADIUS OF 67.87 FEET;. THENCE NORTHEASTERLY ALONG SAID CURVE TO THE RIGHT THROUGH A CENTRAL ANGLE OF 87° 35' 23", AN ARC LENGTH OF 103.76 FEET TO THE INTERSECTION WITH A CURVE • TO THE LEFT WHERE THE CENTER BEARS NORTH 15° 54' 38" WEST, A RADIUS OF 20.40 FEET; THENCE NORTHWESTERLY ALONG SAID CURVE TO THE LEFT THROUGH A • CENTRAL ANGLE OF 69° 40' 20", AN ARC LENGTH OF 24.81 FEET TO THE SOUTH LINE OF BLOCK B, ACCORDING TO THE STATE OF WASHINGTON COMMISSIONER OF PUBLIC LANDS THIRD SUPPLEMENT MAP OF LAKE WASHINGTON SHORE LANDS AS FILED ON • SEPTEMBER 14, 1965 IN THE OFFICE OF THE COMMISSIONER OF PUBLIC LANDS AT •- OLYMPIA, WASHINGTON; THENCE SOUTH 88° 52' 33" EAST ALONG SAID LINE 57.09'. FEET TO THE SOUTHEAST CORNER THEREOF AND THE INTERSECTION WITH THE , EAST LINE OF SAID WATERWAY LANDS; THENCE SOUTH 12° 47' 42" EAST ALONG SAID EAST LINE 2,394.31 FEET; THENCE SOUTH 00° 22' 54" WEST ALONG SAID EAST LINE 454.49 FEET; THENCE SOUTH 12° 47' 42" EAST ALONG SAID EAST LINE 193.81 FEET TO THE POINT OF BEGINNING. - DHA Surveying & Mapping Woodinville, WA CITY OF RENTON PARCEL R THROUGH PARK& AIRPORT CONSTRUCTION EASEMENT Page 3 • _EXCEPT THAT PORTION OF THE EASEMENT GRANTED TO THE MUNICIPALITY-OF METROPOLITAN SEATTLE IN DOCUMENT RECORDED UNDER KING COUNTY RECORDING NO. 5514905 LYING WITHIN AND ALSO EXCEPT THOSE PORTIONS OF THE PERMANENT EASEMENT AS-DESCRIBED HEREIN THAT ARE ALSO LYING WITHIN. CONTAINING 178,948 SQUARE FEET OR 4.108 ACRES, MORE OR LESS. PARCEL 2 BEGINNING AT DESIGNATED POINT Z IN.THE PERMANENT EASEMENT AS DESCRIBED HEREIN, THENCE NORTH 87° 45' 17" WEST ALONG THE CENTERLINE OF SAID . PERMANENT EASEMENT 840.19 FEET TO THE TRUE POINT OF BEGINNING OF HEREIN DESCRIBED EASEMENT; THENCE SOUTH 16° 20' 42" WEST 24.04 FEET; THENCE SOUTH 85° 01' 24" WEST 151.42 FEET; THENCE NORTH 26° 48' 56" WEST 96.14 FEET; THENCE NORTH 41° 17' 27 EAST 18.28 FEET; THENCE NORTH 01° 07' 40" EAST 60.00 FEET; THENCE NORTH 27°'53' 00" WEST 198.32 FEET TO A POINT ON THE NORTH LINE OF THE CITY OF RENTON'S MUNICIPAL AIRPORT; THENCE SOUTH 87° 20' 01" EAST ALONG • SAID NORTH LINE 35.13 FEET; THENCE SOUTH'35° 48' 35" EAST 59.25 FEET; THENCE SOUTH 22° 33' 40" EAST 237.40 FEET; THENCE SOUTH 87° 45' 17" EAST 127.01 FEET TO A POINT WHICH BEARS NORTH 16° 20' 42" EAST FROM THE TRUE POINT OF BEGINNING; THENCE SOUTH 16° 20' 42" WEST 25.78 FEET TO THE TRUE POINT OF BEGINNING. EXCEPT THAT PORTION OF SAID PERMANENT EASEMENT LYING WITHIN. CONTAINING 14,678 SQUARE FEET OR 0.337 ACRES, MORE OR LESS. wAs ' q. t`I: a N S Prepared By: ; o • • ..r,••• .•.• ; Duane Hartman & Associates, tel V;• ,CIS 57 .c41 '4 Job No.: 260.00 November 26, 1997 • • /� EXPIR?=S 7/28/98gab DHA _ Surveying & Mapping Woodinville, WA BRYN MAWR SYSTEM IMPROVEMENTS PERMANENT EASEMENT • CITY OF RENTON PARCEL • THROUGH PARK AND AIRPORT. PERMANENT EASEMENT ALL BEARINGS ARE REFERENCED TO THE GRID MERIDIAN OF THE WASHINGTON COORDINATE SYSTEM, NORTH ZONE, NAD 83(91). A STRIP OF LAND, FIFTEEN FEET (15') IN WIDTH, IN SECTION 7, TOWNSHIP 23 NORTH, RANGE 5 EAST, W.M., IN KING COUNTY, WASHINGTON, THE CENTERLINE OF SAID STRIP DESCRIBED AS FOLLOWS: BEGINNING AT THE INTERSECTION OF THE NORTH MARGIN OF NORTH 6TH STREET WITH THE EAST LINE OF THOSE LANDS ABUTTING THE CEDAR RIVER RECEIVED BY THE CITY OF RENTQN ON DISSOLUTION OF COMMERCIAL WATERWAY DISTRICT NO. 2 UNDER A DECREE OF DISSOLUTION DATED JULY 3, 1956, KING COUNTY SUPERIOR COURT CAUSE NO. 494024, IN SAID SECTION 7; THENCE.SOUTH 12° 47' 42" EAST • ALONG SAID EAST LINE 23.38 FEET TO A POINT DESCRIBED AS THE TRUE POINT OF BEGINNING OF PARCEL A, BEING THE POINT OF BEGINNING OF THE CENTERLINE OF A TEN FOOT WIDE EASEMENT GRANTED TO THE MUNICIPALITY OF METROPOLITAN SEATTLE'IN DOCUMENT RECORDED UNDER KING COUNTY RECORDING NO. 5514905; THENCE ALONG SAID RECORDED EASEMENT CENTERLINE ON THE FOLLOWING COURSES AND DISTANCES; NORTH 89° 34' 11" WEST 45.35 FEET; THENCE NORTH 07° 08' 30" WEST 250.00 FEET; THENCE NORTH 01° 35' 13" EAST 400.00 FEET; THENCE NORTH 12° 29' 24" WEST 489.72 FEET; THENCE NORTH 12° 56' 36" WEST 1314.62 FEET; THENCE, LEAVING SAID RECORDED EASEMENT CENTERLINE SOUTH 77° 03' 24" WEST 0.41 FEET; THENCE NORTH 64° 56' 33" WEST 5.83 FEET TO AN INTERSECTION WITH THE WESTERLY SIDELINE OF SAID RECORDED EASEMENT AND TRUE POINT OF BEGINNING OF HEREIN DESCRIBED CENTERLINE OF THE FIFTEEN FOOT WIDE EASEMENT; THENCE CONTINUING NORTH 64° 56' 33" WEST 17.97 FEET; THENCE NORTH 16° 53' 58" WEST 376.07 FEET TO A POINT HEREIN DESIGNATED AS POINT Z; THENCE NORTH 87° 45' 17" WEST 965.89 FEET; THENCE NORTH 22° 33' 40" WEST 256.26 FET; THENCE NORTH 35° 48' 35" WEST 69.43 FEET, MORE OR LESS TO THE NORTHERLY BOUNDARY LINE OF THE CITY OF RENTON'S MUNICIPAL AIRPORT AND TERMINUS OF SAID CENTERLINE OF SAID FIFTEEN FOOT STRIP OF LAND. DHA •Surveying & -Mapping Woodinville, WA CITY OF RENTON PARCEL _ THROUGH PARK & AIRPORT • PERMANENT EASEMENT Page 2 SIDELINES OF SAID STRIP SHALL EXTEND TO OR TERMINATE AT THE WESTERLY SIDELINE OF SAID EASEMENT RECORDED UNDER RECORDING NO. 5514905 AND IN LIKE MANNER AT SAID NORTHERLY BOUNDARY LINE OF THE CITY OF RENTON'S MUNICIPAL AIRPORT. TOGETHER WITH A SMALL PARCEL OF LAND ABUTTING SAID FIFTEEN FOOT EASEMENT AND LYING NORTHERLY AND EASTERLY RESPECTIVELY OF THE FOLLOWING DESCRIBED LINES: BEGINNING AT POINT Z AS DESCRIBED HEREIN, THENCE SOUTH-16° 53' 58" EAST ALONG THE CENTERLINE OF SAID FIFTEEN FOOT STRIP EASEMENT 22.78 FEET; THENCE SOUTH 73° 06' 02" WEST 7.50 FEET TO THE TRUE POINT OF BEGINNING OF THE SOUTHERLY LINE OF SAID LINES; THENCE NORTH 87° 45' 17" WEST ALONG SAID SOUTHERLY LINE 12.12 FEET TO AN INTERSECTION WITH THE WESTERLY LINE OF SAID LINES; THENCE NORTH 02° 14' 43" EAST ALONG SAID WESTERLY LINE 16.48 FEET TO ITS TERMINUS ON THE SOUTHERLY SIDELINE OF SAID FIFTEEN FOOT EASEMENT. THE TOTAL LAND AREA, COMPRISED OF THE PRECEDING FIFTEEN FOOT WIDE STRIP AND ABUTTING SMALL PARCEL IS 25,451 SQUARE FEET OR 0.584 ACRES, MORE OR LESS. w,��►,,�,,w,,y' B. WAg, •• •�. •Prepared By: 4 mow° •�,• ; to Duane Hartman & Associates, Inc. CI)� 3v, Job No.: 260.00 ', y . November 13, 1997 •• 10957 S. 1O�GISTER�.��4 i `SAL LA�9 EXPIRES 7/28/ 9i7 j . DHA Surveying & Mapping _ Woodinville, WA • BRYN MAWR SYSTEM IMPROVEMENTS PERMANENT EASEMENT • CITY OF RENTON PARCEL WESTERLY END OF NORTH 6TH STREET. • • PERMANENT EASEMENT ALL BEARINGS ARE REFERENCED TO THE GRID MERIDIAN OF THE WASHINGTON COORDINATE.SYSTEM, NORTH ZONE, NAD 83(91). A PARCEL OF LAND SITUATED IN THE SOUTHEAST QUARTER OF SECTION 7, TOWNSHIP 23 NORTH, RANGE 5 . EAST, W.M., IN KING COUNTY, WASHINGTON, WHICH IS CONTIGUOUS WITH A PORTION OF THE SIDELINES OF A TEN FOOT WIDE EASEMENT GRANTED TO THE MUNICIPALITY OF METROPOLITAN SEATTLE IN DOCUMENT RECORDED UNDER KING COUNTY RECORDING NO. 5514905, SAID. PARCEL BEING DESCRIBED AS FOLLOWS: BEGINNING AT THE TRUE POINT IOF BEGINNING OF PARCEL A AS DESCRIBED IN ABOVE RECORDED DOCUMENT, THENCE CONTINUING SOUTH 12° 47' 42" EAST ALONG THE SOUTHERLY PROJECTION OF THE WESTERN BOUNDARY OF SAID PLANT NO: 20 AS • DESCRIBED, 5.14 FEET TO.A POINT ON THE SOUTHERLY SIDELINE OF SAID TEN FOOT RECORDED EASEMENT AND TRUE POINT OF SAID EASEMENT DESCRIBED HEREIN; THENCE NORTH 89° 34' 11" WEST ALONG SAID SOUTHERLY SIDELINE 50.91 FEET TO AN ANGLE POINT IN SAID SIDELINE; THENCE NORTH 07° 08' '30" WEST ALONG THE WESTERLY LINE OF SAID RECORDED EASEMENT 4.46 FEET; THENCE LEAVING SAID WESTERLY SIDELINE NORTH 89°05' 14" WEST 5.31 FEET; THENCE SOUTH 00°54' 46"WEST 15:00 FEET; THENCE SOUTH 89°05' 14" EAST 59.52 FEET TO A POINT ON THE SOUTHERLY PROJECTION .OF THE WESTERN BOUNDARY OF SAID PLANT 20 DESCRIBED HEREIN; THENCE NORTH 12° 47' 42" WEST•ALONG SAID PROJECTION 11.33 FEET TO THE TRUE POINT OF BEGINNING OF HEREIN DESCRIBED EASEMENT. CONTAINING 652 SQUARE FEET OR 0.015 ACRES,. MORE OR LESS. • PrerSared By: q:.tiw � u, • V ' Duane Harfman &.Associates, Inc. ' '•v : . z: g Job No.: 260.00 ' November 13, 1997 10957 9 Jw 1;• ' #STE • °N,qL EXPIRES 7/28/92. � . �. .,_. DHA Surveying & Mapping . Woodinville, WA • BRYN MAWR SYSTEM IMPROVEMENTS PERMANENT EASEMENT CITY OF RENTON PARCEL / APPROXIMATELY 260 FEET NORTHERLY OF-NORTH 6TH STREET. PERMANENT EASEMENT ALL BEARINGS ARE REFERENCED TO THE GRID MERIDIAN OF THE WASHINGTON COORDINATE SYSTEM, NORTH ZONE,.NAD 83(91). A NARROW TRIANGULAR PARCEL OF LAND IN THE SOUTHEAST QUARTER OF SECTION 7, TOWNSHIP 23 NORTH, RANGE 5 EAST, W.M., IN KING COUNTY, WASHINGTON ABUTTING A PORTION OF THE EASTERLY SIDELINE OF THAT EASEMENT GRANTED TO THE MUNICIPALITY OF METROPOLITAN SEATTLE IN DOCUMENT RECORDED UNDER KING COUNTY RECORDING NO. 5514905 AND LYING WESTERLY.OF THE FOLLOWING DESCRIBED LINE: • BEGINNING AT MANHOLE RO1-61 AS DESCRIBED IN SAID RECORDED EASEMENT; THENCE SOUTH 07° 08' 30" EAST ALONG SAID EASEMENT CENTERLINE 13.91 FEET; THENCE NORTH 82° 51' 30" EAST 5.00 FEET TO THE EASTERLY SIDELINE OF SAID RECORDED EASEMENT AND TRUE POINT OF BEGINNING OF SAID LINE DESCRIPTION; THENCE NORTH 01° 08' 17" EAST 261.95 FEET TO A POINT ON SAID EASTERLY SIDELINE OF SAID RECORDED EASEMENT AND TERMINUS OF SAID LINE DESCRIPTION. . CONTAINING 255 SQUARE FEET OR 0.006 ACRES, MORE OR LESS. WAS,iI••• • Prepared By: 't •w 0 • Duane Hartman & Associates, Inc. °• Y , ;w Job No.: 260.00 , �clT'F,R�,.•�� 2. November 13, 1997 0 1vAL LAND`' EXFIR!:S 7/28/9'5 DHA Surveying & Mapping Woodinville, WA BRYN MAWR SYSTEM IMPROVEMENTS PERMANENT EASEMENT CITY OF RENTON PARCEL ABUTTING RESTROOMS BUILDING IN PARK. PERMANENT EASEMENT ALL BEARINGS ARE REFERENCED TO THE GRID MERIDIAN OF THE WASHINGTON COORDINATE SYSTEM, NORTH ZONE, NAD 83(91). A STRIP OF LAND, FIFTEEN FEET (15') IN WIDTH, SITUATED IN THE SOUTHEAST QUARTER OF SECTION 7, TOWNSHIP 23 NORTH, RANGE 5 EAST, W.M., IN KING COUNTY, WASHINGTON, THE EASTERLY LINE OF WHICH IS CONTIGUOUS WITH THE WESTERLY LINE OF A TEN FOOT WIDE EASEMENT GRANTED TO THE MUNICIPALITY OF. METROPOLITAN SEATTLE IN DOCUMENT RECORDED UNDER KING COUNTY RECORDING NO. 5514905, THE CENTERLINE OF SAID FIFTEEN FOOT WIDE STRIP OF LAND BEING DESCRIBED AS FOLLOWS: BEGINNING AT MANHOLE R01-63 AS DESCRIBED IN ABOVE RECORDED DOCUMENT, THENCE NORTH 12° 56' 36" WEST ALONG SAID RECORDED EASEMENT CENTERLINE 86.52 FEET; THENCE SOUTH 77° 03' 24" WEST 5.00 FEET TO THE SIDELINE OF SAID RECORDED EASEMENT AND TRUE POINT OF BEGINNING OF THE CENTERLINE OF HEREIN DESCRIBED EASEMENT, THENCE CONTINUING SOUTH 77° 03' 24" WEST 34.28 FEET, MORE. OR LESS, TO THE EASTERLY FACE OF AN EXISTING RESTROOMS BUILDING AND TERMINUS OF SAID CENTERLINE: SIDELINES OF SAID EASEMENT SHALL TERMINATE AT OR EXTEND TO SAID FACE OF THE RESTROOMS BUILDING. CONTAINING 514 SQUARE FEET OR 0.012 ACRES, MORE OR LESS. i -03 B• .& Prepared By: 0 .oc WAS�f,:. •4 ,'tiw tfl Duane Hartman & Associates, Inc. ` , J . Job No.: 260.00 ; °• ;o November 13, 1997 : 7 • , low 15)•. a :: ' lokkL LAW EXPU s 7/28/9� DHA Surveying & Mapping th`•� a- 4Floodinville, WA • .. • BRYN MAWR SYSTEM IMPROVEMENTS PERMANENT EASEMENT I- CITY OF RENTON PARCEL APPROXIMATELY 800'NORTHERLY OF PARK RESTROOMS BUILDING AT ENGINEER STATION 34+34 (OCTOBER 1997 PLAN/PROFILE DWG.). PERMANENT EASEMENT ALL BEARINGS ARE REFERENCED TO THE GRID MERIDIAN OF THE WASHINGTON COORDINATE SYSTEM, NORTH ZONE, NAD 83(91). A STRIP OF LAND, FIFTEEN FEET (15') IN WIDTH, SITUATED IN THE NORTHEAST QUARTER OF SECTION 7, TOWNSHIP 23 NORTH, RANGE 5 EAST, W.M., IN KING COUNTY, WASHINGTON, THE EASTERLY LINE OF WHICH IS CONTIGUOUS WITH THE WESTERLY LINE OF A TEN FOOT WIDE EASEMENT GRANTED TO THE MUNICIPALITY OF METROPOLITAN SEATTLE IN DOCUMENT RECORDED UNDER KING COUNTY RECORDING NO. 5514905, THE CENTERLINE OF SAID FIFTEEN FOOT WIDE STRIP OF LAND BEING DESCRIBED AS FOLLOWS: BEGINNING AT MANHOLE RO1-63 AS DESCRIBED IN ABOVE RECORDED DOCUMENT, THENCE NORTH. 12° 56' 36," WEST ALONG SAID RECORDED EASEMENT CENTERLINE 882.55 FEET; THENCE SOUTH,77° 03' 24" WEST 5.00 FEET TO THE SIDELINE OF SAID RECORDED EASEMENT AND TRUE .POINT OF BEGINNING OF THE CENTERLINE OF HEREIN DESCRIBED EASEMENT, THENCE CONTINUING SOUTH 77° 03' 24" WEST 43.00 FEET TO THE TERMINUS OF SAID CENTERLINE. CONTAINING 645 SQUARE FEET OR 0.015 ACRES, MORE OR LESS. Prepared By: is ,}• _° Duane Hartman & Associates, Inc. � �. Job No.: 260.00 A. November 13, 1997 {F • l� ri` 1J '• t DHA _ Surveying & Mapping Woodinville, WA EASEMENT . .• lC( ► &-E — I��3ST in sy s'em • PJc—Y EnteCea TIIE CITY OF RENTON, a municipal corporation of the second class under the laws and statutes of the State of Washington, hereinafter referred to as "Grantor' in consideration of the sum of One. Dollar and other good and valuable consideration, the receipt of which .is hereby • acknowledged, does by .these presents convey and grant unto the MUNICIPALITY OF METROPOLITAN SEATTLE, a Washington corporation, and its assigns , an easement for 'the purpose of installing, constructing, • operating, maintaining, removing, repairing,, replacing and using a sewer line with all connections , manholes and appurtenances thereto, together with the right of ingress and egress for the aforestated purposes , to, from, across, along, under and in the following • described property situated in Renton, King County, State of . Washington, to-wit: Easements ten (10) feet ' in width lying five (5Y feet on each side of the following described center lines : PARCEL A - Commencing at a point on the north. margin of Sixth Avenue North in the City of Renton, distant thereon North 89° 34 ' 11" West 1150.13 feet from the intersection thereof with 'the west margin of Logan Street North, said point being the southwestern corner of the land now occupied by United 'States Air Force Plant No . 20; , thence along the southerly projection • of the western boundaryof said Plant No. 20, South 12° 47 ' 42 " East, 23 .38 feet to the True Point of Beginning of Parcel. A; 1 Thence from said True Point of Beginning; North 89° 34 ' 11" West, 45 .35 feet to manhole No. R01-60; thence North 7° 08 ' 30" West, 250. 00 feet to manhole No. RO1-61; thence North 1° 35 ' - 13 "- East, 400.00 feet to manhole No. R01-62 ; ' thence North 12° • 29 ' 24" West 489.72 feet to manhole No. R01-63 ; thence North 12° 56 ' 36" West, 1924.19 feet to a point on the Inner Harbor Line of Lake Washington, distant thereon North 88° 52 ' 33" West, , 26 .94 feet from the northwestern corner of said Plant No . 20 . PARCEL B - Beginning at the point designated in Parcel A above • as manhole No . R01-63 ; thence North 77° 12 ' 18" East, 21 . 14 feet to the western boundary of said Plant No. 20. Grantos• however, reserves and retains all right, title and interest which may be used and enjoyed without interfering wLth the easement rights herein conveyed, including use of the surface land of said easement. • • 1 VO1_1160() PAGEc.)`ts'' . P " Grantee, its 'susors and assigns , hereby „ :ee and covenant, at its own cost. and expense, 'to indemnify and save harmless the City of Renton from any and all damages , judyiuents , cost, claims , expenses , . '. causes of action and demandslof every kind or nature which may arise "`' and result by reason of or in consequence of or in connection with the ,v) ij installation, construction, maintenance or use of said utility ease- 1 ment, and Grantee further to defend any such action or claim, without cost or expense to the City of Renton. • . . Reference is hereby made to those certain contract documents • entitled "Metro Contract No . 62-2" and paragraphs B5 .07 , 08 , 09. C1 .12 sub paragraphs "1" , "2 " , "3" , " and "5" , C1.10 (schedule 3) , " ' paragraph C1 .15 are hereby. incorporated in and made a of this Utiliy Easement as the minimum requirements to be imposed on Grantee ' s Contractor in favor of and for the benefit of the City of Renton. An endorsement of public liability insurance coverage en the part of the Contractor shall be furnished unto the City of Renton, • prior to any construction, . naming and designating 'Grantor as an additional insured thereon. Grantee further covenants and agrees to provide for restoration . of surfaces and other improvements as soon as the construction work within the easement areas hereinabove specified has been completed and all such restoration work shall require the written approval of • Grantor . • Dated this 7 Zday of i I • • CITY OF RENTON, a icipal • corpdration • • B • • ti, h •• . • • • STATE OF WASHINGTON ) • • ) ss . COUNTY OF KING ) On this 27th day of November 19 62 . , before me the under- signed, a Notary Public in and for the State of Washington, duly commissioned and sworn, personally appeared Walt Reid and • Helsnie Nelson , to me known to be the President; of the Council and City Clexk , respectively; of the City of Renton, the • municipal corporation that executed the foregoing instrument and acknowledged the said instrument to be the free and voluntary act and deed of said corporatidnfor the uses and purposes therein mentioned and on oath statedrthat they were authorized to execute the said instrument and that the seal affixed is the corporate seal•'o:f ..said corporation. ' ' WITNESS my hand and official seal hereto affixed the day and • above written. li ,' Notary Public in, and for the ' •.� '•�i' a • State of Washington, residing <^ F•;:r ` �- at Renton • • • • • • • • • • • • • • • • • • Filed for Record /0-`'' `f 12_C 4:-2''Mr Request of Metro • ROBERT A.MORRIS, County Auditor • • • •. • Construction Mitigation Description: For City of Renton Conditional Use Permit: Item No. 8 Proposed Construction Dates: Construction of the project is proposed to occur between March 15, 1998 through December 31, 1998. Proposed Hours of Operation: The hours of construction are planned to be 24-hours a day. This will expedite work in the Cedar River Trail Park,Renton Municipal Airport,and the Cedar River crossing area. Work in the Park is from the intersection of N. Oh Street and Riverside Drive N., along Riverside Drive N.to the Cedar River crossing. The Cedar River Crossing involves microtunnelling from the Park,westward under the Cedar River and Renton Municipal Airport to the restaurant parking lot. The 24-hour work day is planned in order to complete the work within strict time limitations. The County contractor must be out of the Park in time to allow the USACE contractor to mobilize and commence river dredging and levy construction. It is anticipated the USACE contractor will commence construction in the beginning of August, 1998. Proposed Hauling/Transportation Routes: Proposed hauling and transportation route for the east side of the project is likely to be along Riverside Drive N.southward to N.6`h Street,then eastward along N.6th Street to Logan Avenue. Routes will then continue either eastward along N. 6th Street towards Park Avenue N or southward along Logan Avenue towards SW Sunset Boulevard. Proposed hauling and transportation route for the west side of the project will be along the airport's West Perimeter Road to Rainier Avenue S. Traffic may either continue northbound or southbound on Rainier Avenue S. Measures to be Implemented to Minimize Construction Impacts: The contractor will implement Best Management Practices(BMT's)in order to minimize construction impacts on the surrounding area. Dust from the project and it's effect on surrounding areas will be controlled by washing trucks,covering loads prone to producing dust,and spraying water on areas yet to be restored where dust may be blown from construction activity or wind. Paved areas will be swept regularly either with a street sweeper or manually. Traffic and transportation impacts will be mitigated through the implementation of a traffic control plan submitted by the Contractor. Whenever possible and as the construction schedule permits,the contractor will be expected to haul materials during off-peak traffic times. The Contractor will be required at all times to have BMT's in-place which help prevent mud,erosion,and siltation to adjacent areas. Erosion control methods shall be used to prevent silt-laden water from entering the Cedar River,Lake Washington,or the adjacent stormwater facilities. Tliage fk cgE,y3 to include; • -ti b dsLL;r-,;VIEN7 PLANNING CITY OF RENTON but are not limited to;straw bales,filter fabric,catch basin inlet protection,silt fences,check dams,and mulching of exposed areas. The contractor is to have all construction equipment fitted with appropriate noise muffling and/or reducing devices in order to minimize the effects of noise in the vicinity of the project. The contractor will be expected to meet the requirements of the City of Renton Noise Ordinance and applicable OSHA and WISHA standards. Special Hours Proposed for Hauling Due to the compressed schedule for work to be completed in the Park,the construction contractor will need to haul 24-hours throughout the day while constructing within the Park area. This is also due to the lack of space along N. Sixth Street and Riverside Drive N. There is little room available for the stockpiling of materials. Preliminary Traffic Control Plan: The contractor will be required to submit a detailed traffic control plan to the County for review. The traffic control plan is likely to include the following features: Eastside of the Project: • Along N. 6'h Street,there will be one lane of traffic during construction of the King • County sewer line from the Eastside Interceptor to the park entrance. This will be the northern lane of N. 6'h Street • The,traffic along N.6th Street will be directed and controlled by flagmen posted near the intersection of N. 6'h Street and Logan Avenue,the entrance to the Boeing Parking Lot,and near the Apron D access at the Park entrance. • There will be no vehicular access by the public to the park. This is due to tight access and space constraints. There will only be access for construction vehicles. Westside of the Project: • Construction traffic will be approaching from the north from the restaurant parking lot to Rainier Avenue South. • Traffic control will be provided at the intersection of the Perimeter Road entrance to Rainier Avenue. • Traffic control will involve flagmen to direct construction traffic and control regular traffic when construction equipment is moving onto and off from Rainier Avenue. • Traffic will also be controlled when necessary from the south approach of the West Perimeter Road to Rainier Avenue. • Traffic control will involve flagmen to direct construction traffic and control regular traffic as it access Rainier Avenue South from the Perimeter Road. . J• DEVELOPMENT SERVICES DIVISIC WAIVER OF SUBMITTAL REQUIREMENTS FOR LAND USE APPLICATIONS _ LAND USE PERMIT SUBMITTAL WAIVED MODIFIED COMMENTS ;REQUIREMENTS BY BY . ..:, Calculations, Survey, Drainage•Control Plane Drainage Report 2 . Elevations,Architectural3AND4 Elevations, Grading 2 J_'+ _ Existing Covenants (Recorded Copy). Existing Easements (Recorded Copy) 4 Flood Plain Map,. if applicable 4 ' Floor Plans 3AND4 Geotechnical Report 2 D3 • Grading Plan, Conceptual 2 Grading Plan, Detailed 2 King County Assessor's Map Indicating Site 4 Landscaping Plan, Conceptual a Legal Description 4 List of Surrounding Property'Ownersa Mailing Labels for Property Owners 4 Map of Existing Site"Conditions4 Master Application Form 4 Monument Cards (one per:monument) , Parking, Lot Coverage & Landscaping Analysis 4 Plan Reductions.(PMTs) 4 Postage 4 Public Works Approval Letter2 Title Report or Plat Certificate 4 Topography.Map (5' contours)3 Traffic Study 2 Tree CuttingNegetation Clearing Plan 4 Utilities Plan, Generalized 2 Wetlands Delineation'Mapg / ;;. � :; _ Wetlands Planting Plan 4 / Wetlands Study This requirement may be waived by: 1. Property Services Section PROJECT NAME: YIe\GNu✓ ��k�nn � 2. Public Works Plan Review Section 3. Building Section DATE: 1k `3I� 4. Development Planning Section h:\division.s\develop.ser\dev.plan.ing\waiver.xls • King County Department of Natural Resources Water and Land Resources Division . Office of Open Space 506 Second Avenue, Suite 708 Seattle, WA 98104 Phone (206) 296-7800 FAX 296-0516 December 5, 1997 Ms. Laureen Nicolay Current Planning Division 200 Mill Avenue South Renton, Washington 98055 Ord Justification for the Conditional Use Permit Request /997 9 7-103 FAR ��v�� Bryn Mawr System Improvements rot �c Dear Ms. Nicolay: The following is the required Justification for the Conditional Use Permit Request for King County's proposed Bryn Mawr System Improvements. A. Comprehensive Plan: The proposed use shall be compatible with the general purpose, goals, objectives, and standards of the comprehensive plan, the zoning ordinance, and any other plan, program, map, or ordinance of the City of Renton. The Comprehensive Plan designates the site as Employment Area-Industrial (EAI). As with other utility uses, no area of the City are.specified for this use in the Comprehensive Plan. The proposal will compatible with the following applicable Policies and Regulations. General Policies Policy U-2. Promote the co-location of new public and private utility distribution lines with planned or pre-existing systems in joint trenches and/or right of ways where environmentally, technically, economically and legally feasible. { To minimize impacts, the proposed pipeline will be jointly constructed with a new. Boeing stormdrain interceptor within Cedar Rive Trail Park. The joint construction is intended to precede dredging of the Cedar River by the US Army Corps of • • Engineers which will also impact the park. The proposed pipeline will also replace the existing sewer pipeline within Cedar River along much of its alignment. Wastewater Systems Policy U-61. Coordinate with the regional wastewater agency and adjacent jurisdictions in the planning andtmaintenance of regional wastewater systems in and near the city. Policy U-63. Coordinate with the regional wastewater agency and adjacent jurisdictions to ensure that wastewater lines passing through Renton are operated in a safe manner at all times. KingCounty, as the regional wastewater agency, is proposing these improvements. 9 9 Y; p p g p King County is also coordinating with the Bryn Mawr-Lakeridge.Sewer and Water District to provide additional capacity and reduce overflows to Lake Washington. Shoreline Master Program Regulation 7. 18.02 Special Considerations for Pipelines Installation and operation of pipelines shall protect the natural conditions of adjacent water courses and shorelines. A. Water quality is not to be degraded to the detriment of marine life nor shall water quality standards by violated. B. Native soils shall be protected from erosion and natural conditions restored. Water course banks and bottom's shall be protected, where necessary, with suitable surface treatment. The proposed pipeline will not be constructed within Lake Washington or the cedar River., The pipeline will be tunneled beneath the Cedar River, which.may necessitate the removal of old, existing piling within the river. No other inwater work is anticipated. Best Management Practices shall be employed to avoid impact to water quality and erosion. All disturbed areas shall be restored to existing or better condition; including landscape restoration. Regulation 7. 18.03 Major Utilities-Specifications . C. Pipeline Utilities: All pipeline utilities shall be underground. When underground projects are completed on the bank of a water body or in the wetland or a shoreline, the disturbed area shall be restored to the original configuration. Underground utility installations shall be permitted only when the finished installation shall not impair the appearance of such.areas. The proposed facilities shall be 'underground. Restoration shall be completed to original or better condition. Regulation 7. 18.05 All-inclusive Utility Tunnels: For the distribution of local utilities, utility tunnels under the street right of way are recommended to carry all local utility services. For new development, the tunnel could be built at the time of road construction. The tunnel would include all utility services, both public and private, necessary for use in the,public right of way, such as wiring for street lighting and water lines for fire hydrants and all utility services necessary for the private uses of the are.The proposed pipeline is a regional collector pipeline and does not provide local service. Segments of tunneling will be required beneath the airport runways, and beneath Logan Street to avoid air and vehicle traffic conflicts. B. Community. Need: There shall be a community need for the proposed use at the proposed location. In the determination of community need, the Hearing Examiner shall consider the following factors among all other relevant information: 1) The proposed location shall not result in either the detrimental over- concentration of a particular use within the City or within the immediate area of the proposed use. 2) That the proposed location is suited for the proposed use. The proposal will reduce overflows of sewage to Lake Washington due to capacity limitations of the existing conveyance system, thereby improving water quality. The proposal will not affect proposed uses in the area. The alignment of the pipeline was chosen after consideration of several alternatives (please see Pre-Design Report, Bryn Mawr, June 1997 submitted with this. application) The selected alignment has fewer environmental impacts, avoids inwater construction, and can be completed at less cost than other alternatives. ; The alignment is proposed primarily within existing transportation corridors. C. Effect on Adjacent Properties,: .The proposed use at the proposed location shall not result in substantial or undue adverse effects on adjacent property. The proposal will result in temporary impacts from the construction of the underground facilities. Following restoration, not adverse effects are anticipated on adjacent properties. Y ' Review Criteria • Lot Coverage; Yards; Height N/A • Compatibility - the facilities will be underground and located in P-1 and Heavy Industrial zones. • Parking - N/A • Traffic - Temporary impacts will result from construction, such as one-lane traffic on N. 6th Street and Burnett Street, and closure of the Cedar River Trail Park access roadway. No long term traffic impacts are expected. • Noise, Glare - Temporary impacts will result from construction equipment only. • Landscaping - All disturbed landscaping shall be restored in kind. • Accessory Uses; Conversion - N/A • Public Improvements = The proposed improvements will ensure adequate service capacity for the Bryn Mawr-Lakeridge Sewer District to reduce overflows to Lake Washington. We look forward to participating in the City of Renton's review of our proposed improvements. I can be reached at 296-7816. Thank you. VgtonSRA , Senior Real Property Agent King County Department of Natural Resources • Water and Land Resources Division Office of Open Space 506 Second Avenue, Suite 708 Seattle, WA 98104 Phone (206) 296-7800 FAX 296-0516 December 5, 1997 Ms. Laureen Nicolay Current Planning Division 200 Mill Avenue South Renton, Washington 98055 Project Narrative LIES a 799 Conditional Use/Shoreline Permit Applications - 97-103 oEv np;v,- Br n Mawr System Improvements ern(ONTpoA N ..G Dear Ms. Nicolay: King County Wastewater Treatment Division proposes pipeline improvements in the vicinity of the Renton Airport and Cedar River Trail Park. King County's project is called the Bryn Mawr System Improvements and is described as follows: The Problem: The Bryn Mawr-Lakeridge Sewer and Water District, located in unincorporated King County, discharges sanitary sewer flows to the King County wastewater treatment system near the southwest.corner of Lake Washington. These flows are delivered via the Bryn Mawr Trunk to King County's East Side Interceptor. Due to the limited capacity of the existing Bryn Mawr Trunk, and infiltration and inflow to the Bryn Mawr-Lakeridge system, untreated sewage overflows into Lake Washington approximately five times a year. The Project: King County has determined that the most appropriate strategy to reduce overflows • into Lake Washington consists of increasing the capacity of its conveyance system and initiating a program to reduce infiltration and inflow to the Bryn Mawr-Lakeridge system. The existing King County/Bryn Mawr conveyance pipeline system starts at a location immediately northwest of the City of Renton airport (on private property) and proceeds easterly into Lake Washington just north of the airport, it then turns south and enters the north end of the Cedar River Trail Park. The pipe proceeds south down Riverside Drive to North Sixth Street, at that point it turns east down North Sixth Street until discharging into the East Side Interceptor (ESI) located in Burnett Avenue North at North Sixth Street. To increase the capacity of the existing conveyance system it is proposed that a new pipe be installed which generally follows the same alignment, but avoids in- water construction. The proposed alignment is as follows: 1) Beginning near the northwest corner of the Renton airport, a 24" pipe will be installed along the west and south sides of the existing restaurant building (formerly Mindemann's), a short section of the pipeline in this area will be located with the Urban shoreline designation of the City of Renton. The pipeline will then be tunneled under the north end of'',the airport, the Cedar River, and into Cedar River Trail Park. The pipeline crosses'an area that historically was a portion of Lake • Washington and a large fresh water marsh that was reclaimed over a number of years by random filling. The shoreline of the Cedar River is a low, sandy embankment, prone to flooding., The airport is a P-1 zone. This portion of the pipe alignment will be an inverted siphon and operate under low pressure. 2) Within Cedar River Trail Park,; the existing pipe will be removed and replaced with a new, larger, 36" pipe along Riverside Drive. 3) Within North Sixth Street, the existing pipe will be abandoned in place and a new 36" pipe will be laid parallel to and.south of the existing pipe. The pipe will be tunneled under Logan Avenue North to avoid traffic impacts. The extreme north portion of the project, north of the airport, is within unincorporated King County. The remainder of the project is within the City of Renton. For the project segment within Cedar River Trail Park, the pipeline will be jointly constructed with the previously permitted Boeing stormdrainage interceptor. I suggest that Mark Pywell be involved in project review, since he reviewed Boeing's project. Public notice of both Conditional Use and Shoreline permit applications will be required. Since the pipeline alignment is primarily located outside street rights of way, King County will be negotiating the acquisitions of easements necessary for the construction of these improvements. Easements will be necessary from the City of Renton for pipeline segments across the Renton Municipal Airport, beneath the Cedar River, and through Cedar River Trail Park. Easements will also be required from The Boeing Company for segments crossing parking lots near Logan.Avenue North and N. 6th Street. We propose to provide you with the appropriate evidence of easements/agreements from the property owners prior to permit issuance. Since these easements will not be finalized for approximately 90 days, and since permit processing must be completed before a construction contract can be awarded, we ask that Conditional Use/Shoreline Substantial Development permit review begin now in order to allow construction to commence in March 1998. This timing is important in order to finish construction of both the Boeing stormdrain interceptor and Bryn Mawr System Improvements within Cedar River Trail Park in July 1998, and make way for the Corps of Engineers' 205 project in July/August 1998. Please refer to the completed SEPA threshold determination for a discussion of construction mitigation measure's. We look forward to assisting with your project review. Please contact me at 296- 7816 whenever you have questions or would like additional information. Thank you. Sincere) ry Elli gton SR/ A Senior Real Property Agent f, . GARRY STRUTHERS ASSOCIATES, INC. ® ENGINEERING PROGRAM MANAGEMENT ENVIRONMENTAL SCIENCES December 17, 1997 Mr.Larry Ellington Office of Open Space Department of Natural Resources Water and Land Resources Division King County 506 Second Ave., Suite 708 Seattle,WA 98104-2311 RE: Bryn Mawr Dear Larry: Enclosed are copies of our Draft Geotechnical Report for the Referenced Project. The report was marked draft because of the possibility that the pipe line alignment might have changed after issuance of the report. This has not happened;the pipeline alignment presented within the report reflects our fmal alignment. Therefore the recommendation and conclusions presented in the report are current. Sincerely Vicki Sironen,P.E. Project Manager cc: Rick Andrews IR 'n Ic p®.>9P D enclosures O:T:: i 19g7 O L..-. . , L/,ivNING CITY OF RENTON \\gsamain\ENG\95 Projects\95-08 BRYN MAWR\correspondanceWEllington4.tm.doc:v 12/17/97 1 3150 Richards Road, Suite 100 • Bellevue, WA 98005-4446 • (425) 519-0309 Fax • (425) 519-0300 C4' • 91- 163 • • crT '0 " eEIVEDnetsir�" MEMORANDUM OCT 2 9 9997 atilt I>Iiyc; DIVISION DATE: 10P 1°c 7 TO: Construction Services, Fire Prevention, Plan Review, Project Planner FROM: Jim Hanson, Development Services Division Director SUBJECT: New Preliminary Application: 5g.)/N /MPP V M LOCATION: A meeting with the applicant has been scheduled for //.O , Thursday, /\f 0VeA14/b-6y /.3 4i- in the 3rd floor conference room. If this meeting is scheduled at 10:00 AM, the MEETING MUST BE CONCLUDED PRIOR TO 11:00 AM to allow time to prepare for the 11 :00 meeting. Please review the attached project plans prior to the scheduled meeting with the applicant. You will not need to do a thorough "permit level" review at this time. Note only major issues that must be resolved prior to formal land ' use and/or building permit application submittal. If you are unable to attend the meeting, please send a representative. Please submit your written comments to /4 4'k. PYwtl/ at least two (2) days before the meeting. Thank you. • 6v P ` • • RECEIVEn • /0 79/ '7 DEVELOPMENT PLAN OF R PLANNING CITY / PITON 1 City of Renton InterOffice Memo To: Mark Pywell From: Kayren K. Kittrick = T‘ E s Date: November 13, 1997 Subject: Bryn Mawr System Improvement PreApplication Review NOTE ON PRELIMINARY REVIEW COMMENTS CONTAINED IN THIS REPORT: ' The following comments on development and permitting issues are based on the pre-application submittals made to the City of Renton by the applicant. The applicant is cautioned that information contained in this summary may be subject to modification and/or concurrence by official decision r makers (e.g. Hearing Examiner, Boards of Adjustment, Board of Public Works and City Council). Review comments may also.need to be revised based on site planning and other design changes required by the City or made by the applicant. STORM DRAINAGE ( f ` 1. Coordination with the Boeing Oiutfall project and the Renton Airport is essential. 2. Erosion Control shall be strictly maintained throughout the project for the life of the project. Any work in proximity to storm drains or the river or the lake shall strictly adhere to the King County standards for erosion and sedimentation control. TRANSPORTATION 1. Restoration of all facilities including, but not limited to, paving, sidewalks, curb & gutter, street signs and street lights is required. 2. A traffic control plan is required for any work in the right-of-way. A schedule of construction showing any closures shall be submitted with the application for construction permit. These closures shall include the park/trail closures with pertinent signing. PLAN REVIEW A - 1. All plans shall conform to the,Renton Drafting Standards which are attached for reference. Also attached for general information are a fee reference sheet and the King County Storm Water standards as adopted by the City of Renton. 2. A construction permit is required.When plans are complete three copies of the drawings,two copies of the drainage report,a construction estimate and application fee shall be submitted at the fourth floor counter. A fee worksheet is attached.for your use, but prior to preparing a check it is recommended to call 235-2631 for a fee estimate as generated by the permit system. CC: Neil Watts • • • CITY OF RENTON P.LANNINGBUILDING/PUBLIC WORKS MEMORANDUM DATE: September 9, 1997 TO: Neil Watts FROM: Dave Christen SUBJECT: Bryn Mawr System Improvements - 60% Submittal Per our recent conversation, I am passing on the 60% submittal for the subject project to your staff for review. At Gregg's request, I have reviewed this project for potential impacts related to the possibility of open cut on the portion along N. 6th Street. Metro has proposed the use of jack and bore for the portion of the project within the Logan St crossing to.Burnett. West of this location, they are proposing open cut. The depth of this portion of work varies from 20 feet to 15 feet. To hold the trench, the contractor will probably need to drive sheets or some other method for creating a stable trench environment other than the traditional trench box method. The surrounding uses along this alignment are primarily parking lots to support Boeing. Towards the west end, a portion of Boeings Commercial Airplane operations exist in the form of outdoor, parking facilities. With these adjacent uses it does not appear that open cut will have a significant impact on the adjacent uses and as such, the need to perform trenchless operations in this area does not appear to be • required. The only other mitigating factor to this will be the impact to Boeing users entering and existing this portion of the project area. Again, in a quick look of the adjacent facilities, it appears that Boeing would be able to direct the majority of its employees along Logan to keep them from this portion of N. 6th Street. I have spoke with Gregg on this and he generally agrees that Metro's proposed methodology for construction is acceptable as long as they can show that they are able to adequately address the issue of traffic control through this reach. If you have any questions, please contact me at x-6212. • • cc: H:\wW6ODOTNMEMO.DOT\bh I � • CITY OF RENTON Planning / Building / Public Works MEMORANDUM DATE: November 13, 1997 TO: • Pre-Application File FROM: Mark R. Pywell, AICP SUBJECT: Bryn Mawr System Improvements Pre-App 97-103 We have completed a preliminary review of the pre-application for the proposed development. The following comments on development and permitting issues are based on the pre-application submittals made-to the City of Renton by the applicant. The applicant is cautioned that information contained in this summary may be subject to modification and/or concurrence by official decision makers (e.g., Hearing Examiner, Zoning Administrator, Board of Adjustment, Board of Public Works, and City Council). Review comments may also need to be revised based on site planning and other design changes required by City staff or made by the applicant. The applicant is encouraged to review all applicable sections of the Renton Municipal Code. 1. The project is to construct a 36"sanitary sewer line across the airport's north end (P-1 Zoning), under the Cedar River, through the Cedar River Park (P-.1 Zoning), along N. Riverside Drive, along N. 6th Street, and across a parking lot (IL Zoning). The public right-of-way for streets in Renton is not zoned. 2. This project will require SEPA review, Shoreline Substantial Development Permit, and Hearing Examiner Conditional Use Permit. 3. Pipeline on drawing C101 appears to pass through a landscaped island in a parking lot. Can this be rerouted to avoid the required landscaping? If not, how will the landscaping be restored and what will it include? 1.•=1,(�.� - � 4. There is a lot of work programed for the Cedar River in the next couple of years (Boeing Pipelines, dredging work in the river, & dike work in the park) how will the landscaping and design of these project be coordinated? 5. The Airport Supervisor, Gail Reed, has expressed concerns and requirements for this project. How will these be addressed? 6. What is the proposed time line for this project? From: Gail Reed To:Mark R.Pywell Subject:Bryn Mawr System Improvements on/near Renton Airport Date:Monday,November 03, 1997 3:45PM Mark, Major issues that must be resolved prior to formal land use arid/or building permit application submittal: 1. To my knowledge, no City,of Renton engineering department has reviewed the proposal to determine that the proposed boring will NOT affect the runway. — K. jc-W'►eark GG-1z3);a',.s3o-. 2. The proposal is being sent to the Seattle Airports District Office this week by Larry Ellington,for a review of the design and a determination of compatibility with the airport operations. The FAA MUST approve the design before land use/building permits may be issued. 3. The property at the northwest corner of the airport is leased to Specialty Restaurants, currently in default to the City. Permission for the use of this property must be obtained by Metro from the Lessee,unless other guidance is obtained from the City Attorney's office. I recommend that David Dean,from the City Atty's office, attend the meeting to furnish information on legal implications. 4. I am very concerned about the construction process. Although this meeting is to review the 60%plans,things have a way of moving very fast and the next thing I know the contractor is wondering where he can stage materials. There are not now, and there will not be,any place a contractor may stage materials. Everything will have to be hauled in and hauled out daily, unless space is obtained at;the restaurant area. When the construction moves to the runway edge,as proposed on the east side,haul in and haul out will be the requirement. 5. I will not permit work to begin until I have received concurrance from the FAA and am satisfied with the work plan from Metro and the contractor. • CITY OF RENTON PLANNINGBUILDING/PUBLIC WORKS MEMORANDUM • DATE: November 3, 1997 TO: Mark Pywell rati FROM: Rebecca Lind STAFF CONTACT: Troy Schlepp (277-6167) SUBJECT: Bryn Mawr System Improvement-Long Range Planning Comments (on and near the Renton Airport) The Comprehensive Plan designates the site as Employment Area-Industrial (EAI). As with other utility uses, no areas of the City are specified for this use in the Comprehensive Plan. The following Utilities Element policies apply to this proposal. General Policies Policy U-2. Promote the collocation of new public and private utility distribution lines with planned or pre-existing systems (both above and below ground) in joint trenches and/or right-of-ways where environmentally, technically, economically and legally feasible. Wastewater Systems Policy U-61. Coordinate with the regional wastewater agency and adjacent jurisdictions in the planning and maintenance of regional wastewater systems in and near the city. Policy U-63. Coordinate with the regional wastewater agency and adjacent jurisdictions to ensure that wastewater lines passing through Renton are operated in a safe manner at all times. Shoreline Master Program . Regulation 7.18.02 Special Considerations for Pipelines Installation and operation ofpipelines shall protect the natural conditions of adjacent water courses and shorelines. A. Water quality is not to be degraded to the detriment of marine life nor shall water quality standards be violated. _ B. Native soils shall be protected from erosion and natural conditions restored. Water/coarse banks and bottoms shall be protected, where necessary, with suitable surface treatment. Regulation 718.03 Major Utilities-Specifications C. Pipeline Utilities: All pipeline utilities shall be underground. When underground projects are completed on the bank of a water body or in the wetland or a shoreline, the disturbed area shall be restored to the original configuration. Underground utility installations shall be permitted only when the finished installation shall not impair the appearance of such areas. November 3, 1997 Page 2 • r Regulation 7.18.05 All-inclusive Utility Tunnels: For the distribution of local utilities, utility tunnels under the street right-of-way are recommended to carry all local utility services. For new development, the tunnel could be built at the time of road construction. The tunnel would include all utility services, both public and private, necessary for use in the public right-of-way, such as wiring for street lighting and water lines for fire hydrants and all utility services necessary for the private uses of the area. • • • King County Wastewater Treatment Division Environmental Planning Department of Natural Resources • 821 Second Avenue � �� '�, Seattle,WA 98104-1598 yq ¢¢ ¢4�, July 24, 1997 DEVELor�v,t e 97 r PLANNIN TO: Bryn Mawr Project File ciryoFsENroN G FROM: Tim Goon SUBJECT: Corrections to the Bryn Mawr System Improvements Project Checklist The following changes have been made to the project's environmental checklist in response to comments received from the City of Renton (June 13, 1997). General Comment The reference to Cedar River Park throughout the checklist should read Cedar River Trail Park. Surface Water • B.3.a.2) No changes to the checklist are required. B.3.a.5) The checklist has been revised to read: The proposed alignment does cross through an area designated on FEMA Flood Insurance Rate Maps as Zone X, and will tunnel under lands designated as Zone AE (lands inundated by 100-year flood). Zone X is defined as, "Areas of 500-year flood, areas of 100-year flood with average depths of less than 1 foot or with drainage areas less than 1 square mile; and area protected by levees from 100-year flood". See.Fiqure 2. • B.3.c.2) Construction specifications would address handling and disposal of possible contaminated ground water. B.3.d. No changes to the checklist are required. B.7.b.2) No changes to the checklist are required. B.8.c. No changes to the checklist are required. B.8.f'The checklist has been revised to read: Areas witF the City of Renton are zoned Industrial Employment and Residential Single Family. / • LEGEND • - ,,,, E. SPECIAL S.LI FL000 HAZMO AREAS:HUNOATEO • . �9 RT too-YEAR It000 ' tan• .,...•u,t..-..Ir.. ' IOM u1 I.F.../•.•l Yw rti.• •' ' • ` • rr•p r •..1 d.�w • • . • - t0M110 M1.1 r/..•r 1 Yw...y F. . r.ft.....f-•T A.•. r...A 1.M.•AM.k.F... • err is.....A SO1.1 AN 1..r+..11..rft.d W 1... F. raw.. h.. .rw • .ftew•.r r .hot• • SOIN I Cr•u w...IF.1.... ' - rower.r 1...Y..b.M. . • • • loot V. •a.—For wk.A....I..• . ,,yam. r.4 F.....•+.A irg' �! FL000WAT AW3 N ZONE At ({� r l/�F ...w r OTHER FE000 AREAS t�V'J t/ . tan.: . ..... .e afar re,. war 4w R,.~i a.andsr bp . OTHER AREAS . . SO.n R •.w.e...I.errs SO.. LIMIT OF . ' `"` RENTON . CEDAR DETAILED ` Sa4 0 F. In rad, 161 Inftwar a. AIRPORT RIVER STUDY CORPORATE LIMITS LE COASTAL 7M327 illiiii► h\\1 f —..N1 f��NI ZONE AE M' ''.ZONE` N°nh•eoei=A wr s_N • 0 "'""^' • �,. �('�... . .. 'Bridge;_ ,�71 xk ZONE N E X —-- ' :r: �:^ �._ �'.1 a i::.i :.t 1.. Ire. PM. Ms. ZONE A �'tn 5 • - ....Tar I....., Unm I• b:li-:: ;y`::1L c'..w).1t, Z Yr I\.. 1�• • Ir • AIfW W UL\.1'.'I.�fY;tie'•'k _Y £Et.ESTI 1•i ORAM+.IPAR•l.YieF`Ki Ir.T �L.Ei iy. .,T f.I. 11w.••.Dow.. • �• , ��. ';.',S3 :.i,:: `y�, • RM7 x °'—ft..,U. ` ! NATIONAL FLOOD INSURANCE PROGRAM .<??:$: £:rid:.1 t .' i':.it+' • .;' .f '•..01'.,;y.,53`v'js,:. :.y-. tY. .?jt' "-. •W ....,.• £.,r t :-. 1...•.e.••.w.....Mr. 'k} fE+ �j <',i°' i j j.:-`�qq' .'<:. i 1T•OT•30..]7•Zr3a- r:.w oww r v7 1.0 m • NOTES ' . . ,. " .� : „• :; ; • FIRM -st, Spear F."'"• r"""" ROOD INSURANCE RATE MAP • • ..•ir:•:.. :•.4 t•, • '•. _•e=;. Ut Cr..........h.en..w......r.....raM-•V,� ? ': •,1" �'�: ?+��: r. . ..w.a. M�.w•r Una r KING COUNTY o era...Ore.. >�••2"•Te;� • i':•`,; 4•, '.., Mwr3..6.R.1b.raft...r•..Eww 4 M.MlAo. WASHINGTON AND e Ss:a <• ';:e.st�.•.pgl I�f�!'-••'��� . 1 .....r n INCORPORATED AREAS ,,5 ..:.:;.. 'Q,. Ca.an..r.TT...I.....�.In. ....M.... .•,�.k, .3:.: :5`=,j�F'iK? I...err • rk '�F c': i ' `K c- a 1......el ws waft.......r...r r dr...,d...r. I . ` •: • •l z_ : V. ��� a �.rr4 Y..a.•rr r0•.':•...,.F..-r PANEL 977 OF 1725 t vM�tSy rtral. %.`1ry!LY� 1 , - t..* .ww• ..r ,W. an MAP MOOR Fen r•NEu MOT 1.1.rteq • ZONE X ,' : ti, •;,. 't �. .': ,..........^_.F.�,...r V.—r .:', ,:a:'.''•v <.:{ , _'.{ . .t . ,...r.rr w.+.w n.r 4...w+V.II.r.M1 . .. `';': r •:;: V•r'n, war we..•w...M.....•r.r . O. . 2.;. 7...:.w l' '•S,y".a•: .`: ,,.u wW;A" M ..S.•..••.r r..Oft.*her. bras near.... .. '.i %'• .'. � ...was C. r.....,..�• A.r ran vt..+.• C4LE2 • 'xr! ? '•,,...E`• y�ti,(1.1: m �328 FF 7 S+ ,t,y e..r...e.r .r..r r was was.1.... oa.aRR£T NUMBER asEu j^:r=.;:':M1 � ••s;:: t.p,41S, ',• :I•`• s. fF� ro man.Tn MIMI , 5.y• . �-�i vi: N•flk y� JE T• i N..w.V was...�I.�.rr.�..,.I.•:..Pt•. n1.A ono MN F. 1 :d1;:w l"• .,:if q' .2Ei^` r.>_.•r on I.r..Taw w.w `''.•..• :',•�,P?`s•'.. :t:,s`E�`. �':=c-`p-e.•M'�" a,':*:,:s ,..Y......wan.r.�..........+•ew fared I' t:'idSI:. ' N• • ':'.• MAP REPOSITORY :�• w Ml.rr Ind*.!. , '`.:ip.;;•:g.i.,1'w:; xxi; p_...1c:::-y 1i1?,M? ZONE X' iatid'.C9UL'CLYr'H'1 "<1'ti;.:'1.: p i.v .Iy S EFFECTNE CATE a . ' RATB77 _ 1 - ��. ' COWINIAIOE Ft�Ms,A•AN:1 WI Y••,: MAP i,, UNINCORrO ;AREA.g''•;' :4;.; NUMBER .,: 53h~.•$'•'fn<`aR.c.XZsi£.!. i,. )'`i ..•C2f' "'�`a" 53033C0977 F 9.15-tA:.: -,t.'4;e4e v+'."."•'e: jf ii •' a 'i<���y`._ EF/ECIM rafted EOf REMSIOF.TOa T/. PANEL: i�. Wit!:' r"j;F; ,..jw-•�..:i=Fil:: A.......a.r...�are Y..,.. -w�'.m'. "-�„�� �£. •-• �YA.• >�_ :. ' ���, MAP REVISED: '�:.,�•`��. ;�� � -;_�,-is-;.3=: ••-�3y'�;:;:�: 7 /'"-��' MAY 16,1995 •,.. f^YU )L�,r,'�i2T •"M ;Ve. �4",,� � :",'....: T•few..W rr w.M..e" e. • . I� • `•'is N:•� .::I'-t. V `",14.;`_f':.'"7•:: _sarbAi - - i`.o:,�' 's`•'1.:1iz J;.:3;'S.. . ,mane.:....,r.....n•...M.mw.m 1�\` '• . .. .�y' `f� y.K.'�. :� '1W�^. :_S. Obi •,- tile . i 1�, •.,•`.• R�ON• •Z s.iii.;x. - :I•'x t'1 ;I it' • Federal Emergency Management Agcncy fe•l'''�aim: < . �,..✓ •: >;.�• .•r.4 �..-• AIRPORT' .,.,. ����.`' :;,.�� _- =a .>:_>_;,r-..E t,. '1 as ., • `•�1 _ ;.j:i':: a i'"- afar;: ,tt•._. •ir~ • AP►ROtn.UTE SCALE M FEET • >": ! ,.c:'�::-,:.•+'.•._ry art -,,.?a'." O S00 O me ' `: '� `+ ^Y-�[. .^=''x'• is• _-.j.:... _ E:�_ _ .•. yam, -.�at�.1- 72.q�+•+-"-Y,i}•2..- ..1:^Y•. *f £'r!'�:-=-r`.WSJ�.�y'TI i,."�! �-CH'.:. '1a:'rC a 3 9 E.: 6TH ' ' :• ` • 3Y; :h?11•It/ 11 ,1� ,,, , NORTH • it,"'j:'• „` i w,4::: S I per,, • w:µ ;'i;Er:, ash. , hl -'' ,,,, _ _ 'k... • ZONE X 4. ''� 1' _ ZONE X .e :> `, �ti= y M' , ';,= t z • 0z Z 0 D '.•a• •4, ya ASS _ .`' ,1 3y" ,�a ••' i • 0 King County Wastewater Treatment Division Environmental Planning• r Department of Natural Resources 1J I \V/ IE p 821 Second Avenue ; ; V ' Seattle,WA 98104-1598 Uri"(. JUL 3 0 '1997/ July 29, 1997 !n F!C OF OPEN•SPr CE Mr. Gregg Zimmerman, Administrator City of Renton Planning/Building/Public Works Dept. • 200 Mill Avenue South Renton, WA 98055 ' RE: Corrections to the SEPA Checklist King County's Bryn Mawr System Improvements Project Mr. Zimmerman: , Thank you for your comments on the environmental checklist for King County's Bryn Mawr System Improvements project. The checklist has been corrected per the information you • provided. The issuance of a Determination of Non-Significance is still appropriate for the . project and an EIS will not be prepared. • The comments you submitted regarding project scheduling and construction methods have been forwarded to Mr. Rick Andrews, Bryn Mawr Project Manager. Mr. Andrews will contact you regarding these issues at a later date. If you have any further questions regarding the project's SEPA process or issuance of the Determination of Non-Significance please contact me at 684-1174. Sincerely, - • Tirri Goon, Senior Environmental Planner _ Environmental Compliance ' cc: R. Andrews L. Ellington •� CIT' :OF RENTON ..� :�.... Planning/Building/Public Works Department Gregg Zimmerman P.E.,Administrator Jesse Tanner,Mayor , June 13, 1997REC NI • L Tim Goon JUN 1 a 1997 Environmental Compliance Wastewater Treatment Division sNVIROt lmlrNTAL 821 Second Avenue pLANNING Dl\11SlON Seattle,WA 98104-1598 SUBJECT: KING COUNTY WASTEWATER DIVISION BRYN MAWR SYSTEM IMPROVEMENT PROJECT. Dear Mr. Goon: I . Thank you for the opportunity to comment on this project,most of which will be constructed in the City of Renton. We have reviewed the environmental checklist for the proposed project and have found several responses that we believe are incorrect and would like to see the applicant correct. We also have included comments on the scheduling and methodology of construction which are intended to reduce the environmental impacts of this project. on the City of Renton. These. comments will likely not alter the threshold determination but are important for reducing impacts • on Renton's facilities and infrastructure. We are recommending that the comments on scheduling and methodology be incorporated as conditions on the environmental determination.. Our comments are listed below. If you,have any questions please contact Gregg Zimmerman at 277- 6211. Please note that these comments represent the views of the City of Renton's Planning/Building/Public Works Department. Other City of Renton Departments may submit their own comments on this project. Scheduling and Methodology of Construction: 1) Trenchless construction'(micro tunneling,boring,jacking, etc.)is strongly recommended for the portion of the interceptor within the N. 6th Street alignment, particularly the section at Logan Street and Burnett Street. Depth of bury(to top of pipe) ranges from about 12-feet to nearly 20 feet along this alignment. Impact to the roadway • and transportation needs of the proposed open trench construction will be significant. This impact could be reduced by judicious use of trenchless technology. It should be noted that Boeing has access to its facilities off of N. 6th St., and also that this street may be needed • as a haul route for Cedar River dredging spoils. • 2) Three projects are proposed along the east bank of the Cedar River within the same . • general time frame: the Bryn Mawr System Improvements,Boeing's storm water . interceptor,line, and Renton's and the Army Corps of Engineers' 205 Cedar River flood • • mitigation project. The accumulative impacts of these three projects could cause the popular Cedar River Trail to be closed to the public for up to three years: It is strongly • recommended that the agencies sponsoring these three projects coordinate common time dines on these projects in such a way as to reduce the accumulative•impact of the projects on the trail. • 200 Mill Avenue South - Renton, Washington.98055 Page 2 June 13,1997 • General References throughout the document to the Cedar River Park should be changed to the Cedar River Trail. Cedar River Park is located east of I-405 between the Cedar River on the south and Maple Valley Rd(SR-169)on the north. Phased Construction,pg.4. The narrative in paragraph five states that Phase I which includes sewer pipe construction activity would be implemented in the fourth quarter of 1997 and could last two or three months. It should be noted that flooding of the Cedar River often occurs during the last and first quarters of the year and also the water table during this time of year typically is higher than during the third'quarter. Environmental Elements, Surface Water, pg. 9, 10 The response to Item B.33.a.2) states that `[c]onstruction of the proposed system improvements would require work adjacent to Lake Washington and the Cedar River. No construction would occur within the lake or river." However; on page 6 the narrative states that the`project corridor extends from an incorporated area immediately west of the Renton Municipal Airport,'along the City of Renton's Cedar River Park and ends at the intersection of N. 6th Street and Burnett Street within the City of Renton." Both the narrative and attached Figure 1. describe/show the Bryn Mawr Siphon crossing the Cedar River parallel to 115th Place, if extended..'It would appear from the drawing that work would occur within the Cedar River. As a minimum, even if this work is accomplished by tunneling, the response here should state that 'the work would occur on lands covered by water." Likewise, Item 3.a.5) appears to be in error. In response to the question 'Does the • proposal lie within a 100-year floodplain?, the applicant's response is 'No." We have reviewed the FEMA National Flood Insurance Rate Maps for the mouth of the Cedar and south along the Renton Municipal Airport and these maps clearly indicate that project area depicted in Figure 1.is within the`special flood hazard area inundated by 100-year flood." This should be corrected before the final environmental determination is issued. Under ItemB.3.c.2) Water{Runoff, on page 10 the response to the question `Gould waste material enter ground or surface waters? If so, generally describe."The applicants have • responded: `The project does not propose discharging waste material of any kind into ground or surface waters."' However, elsewhere in the checklist we are told that ground water would be discarded to the `sanitary sewer, local storm drainage facilities or to the Cedar River depending upon water volumes and quality." On page 12 under Item B.7. Environmental Health the checklist narrative states that `[c]ontaminated groundwater and soil_are likely to be encountered. during construction within Cedar River Park [sic]. — Volatile organic compounds have been found in groundwater samples collected within • Cedar River Park [sic]." Given the amount of dewatering required for this project and the • likely encountering of contaminated groundwater and soil, it would appear that waste 'material could enter•ground,water or surface waters. Item 3.c.2)Water Runoff on page 10 should be corrected to state that dewatering could result in contaminated groundwater being discharged into surface waters. Under ItemB.3.d. regarding `Measures to reduce or control surface, ground and runoff impacts, if any"no measures are listed. The narrative says that these " . . . will be ' Page 3 June 13,1997 included in the project's construction contract specifications." How is the reader to know whether adequate techniques are proposed for this environmentally sensitive area? WAC 197-11-335 states that the lead agency shall make its threshold determination based upon information reasonably sufficient to evaluate the environmental impact of a proposal. Without knowing what measures, if any, are to be employed to reduce or control surface, ground and runoff impacts, it is difficult to assess whether potential impacts in this area are mitigated, or not. Item B.7.b.2),pertaining to noise, states that construction noise levels could be expected to range from 79 to 88 dBA measured at a distance of 50 feet from the source. Since the City's and County's noise ordinances are predicated on noise measured at the edge of the receiving zone it is unclear whether noise levels will comply with adopted noise regulations. Residential receiving sites in both the County and City restrict levels in excess of 60 dBA except these can go up to 70 dBA when not exceeding 5 minutes in any one hour or 75 dBA when not exceeding 1.5 minutes in any one hour. Reference is made that although weekend or evening work is not anticipated it may be employed to avoid construction related disruptions. It should be noted that nighttime (10 PM to 7 AM) noise levels are typically reduced by 10 dBA from those shown above. Item B.8., Land and Shoreline Use, under "c"where the applicant is asked to "describe any structures on the site"states their response as `hone." Since the project description indicates that the project will pass through the area where Mindemann's Restaurant is located as well as park sites with structures on them, it would appear more correct to state that there are structures on the project site but note that none are proposed to be demolished, etc. Under `I" where the applicant is asked to give the `current comprehensive plan designations of the [project] site"the applicants have given this for King County but not correctly indicated those for Renton. Since virtually all of the project is in Renton, this should be corrected. Renton's Comp Plan designations for the project"site"include:Employment Area-Industrial, and Residential Single Family. Sincerely, 3 Gregg Zimmerman, P.E.,Administrator Planning/Building/Public Works Department cc: • Jana Huerter Jack Crumley Mike Katte/uiann • Sam Chastain Sandra Meyer Neil Watts — Ron Straka Don Erickson Leslie Betlach Dave Christensen L ). JjWJJ I 1iuj MAY 2 3 '097 uOue, IY OFFICE OF OPEN SPACE May 23, 1997 • TO: Larry Ellington FROM: Tim Goon, Environmental Compliance 7<, SUBJECT: Project SEPA. The environmental review for th rvn Mawr System—Improvemera has been completed and a Determination of Nonsignificance (DNS) was issued on May' 23, 1997. Public comments will be solicited until June 7, 1997. If you have any questions' or comments, please contact me at 684-1174. Enclosures • I III King County Wastewater Treatment Division • Department of Natural Resources 821 Second Avenue Seattle,WA 98104-1598 DETERMINATION OF NON-SIGNIFICANCE .(DNS) Project name: Bryn Mawr System,Improvement Project Project Description: King County Wastewater Treatment Division proposes to construct a third barrel to the existing Bryn Mawr Siphon and approximately 4,400 linear feet of 36-inch • diameter sewer pipe. Construction of the proposed system improvements would occur in two phases. Phase I (sewer pipe construction) would begin in the Fall 1997. Phase II (siphon barrel construction) is anticipated to occur in the Spring of 1999. Location of Proposal, Including Street Address, if any: The project corridor extends • from an area immediately west of the Renton Municipal Airport, along the City of Renton's Cedar River Park and ends at the intersection of N. 6th Street and Burnett Street within the City of Renton. • Responsible Official: Maureen Welch Position/Title:' Manager, King County Wastewater Treatment Division Address: 821 Second Ave. MS 81 E Seattie, WA 98104 • Date: C-7-1c/7 7-- . Signature: Proponent and Lead Agency: King County Department of Natural Resources Wastewater Treatment Division • Contact Person:. Tim Goon, Senior Environmental Planner Environmental Compliance 821 Second Ave. MS 120 Seattle, WA 98104 (206) 684-1174 Issue Date: May 23, 1997 . The lead agency for this proposal has determined that it does not have a probable significant adverse impact on the environment. An Environmental Impact Statement (EIS) is not required under RCW 43.21 C.030(2)(c). This decision was made after review of a completed • environmental checklist and other information on file with the lead agency. This information • is available to the public upon request (for a nominal photocopying fee). THE DETERMINATION OF NON-SIGNIFICANCE (DNS) IS ISSUED UNDER WAC 197-11- 340(2);.the lead agency will not act on this proposal until after June 7, 1997. Comments must be submitted or postmarked by this date. If you have any questions about the procedures for SEPA appeals, please call Tim Goon at (206) 684-1 174. • A.AI IA /it Tr.,% A /1/1I IS I1'Y In,.,r/�r• A.•.T ENVIRONMENTAL CHECKLIST A. BACKGROUND • 1. Name of proposed project, if applicable: Bryn Mawr System Improvements 2. Name of applicant: • King County Department of Natural Resources Wastewater Treatment Division 3. Address and phone number of applicant and contact person: - I King County Department of Natural Resources Wastewater Treatment Division 821 Second Ave. MS'81 Seattle, WA 98104-1598 • CONTACT: Tim Goon, Senior Environmental Planner Environmental Compliance MS 120 Telephone: (206) 684-1174 4. Date checklist prepared: May 3, 1997 5. Agency requesting checklist: • King County Wastewater Treatment Division 6. Proposed timing or schedule: Design and construction of the project will be completed in two phases. Actions included in each phase are described in section A.11. of this document. The first phase will be constructed in the late third quarter of 1997. Phase II design will - occur during 1998, with construction anticipated during 1999. This checklist addresses the range of proposed actions for the entire project. 7. Do you have any plans for future additions, expansions, or further activity related to or connected with this proposal? No. 8. List any environmental information you know about that has been prepared, or will be prepared, directly related to this proposal. None. 9. Do you know whether applications are pending for governmental approvals of other proposals directly effecting the property covered by your proposal? If • yes, explain. Yes, there are two other proposals that may effect the area covered by the Bryn Mawr project. The U.S.Army Corps of Engineers/City of Renton and the Boeing • Company intend to carry out separate projects within, and adjacent to the proposed Bryn Mawr project corridor. The Boeing Company intends to construct a storm sewer which would convey stormwater from its facilities to an outfall. The U.S. Army Corps of Engineers and the City of Renton intend to undertake a joint project to dredge and construct flood control measures along the lower reaches of the Cedar River. 10. List any government approvals or permits that will be needed for your proposal, if known. . Both phases of the Bryn Mawr project would require all or some of the government approvals or permits listed below. Washington Department of Ecology Temporary Water Quality Modification Stormwater NPDES Washington Department of Natural Resources Proprietary Agreement King County Shoreline substantial development Grade and Fill Construction Street Use City of Renton Conditional Use Shoreline substantial development Grade and Fill Construction Street Use Airport use Park use 11. Give brief, complete description of your proposal, including the proposed uses and the size of the project and site. There are several questions later in this checklist that ask you to describe certain aspects of your proposal. You do not need to repeat those answers on this page. (Lead agencies may modify this form to include additional specific information on project description.) The Bryn Mawr siphon is the connection point between the Bryn Mawr-Lakeridge • Sewer District and the King County sewer system. When heavy rainfall occurs,the siphon's capacity is exceeded causing overflows into Lake Washington. The Bryn Mawr System Improvements project was selected by King County to eliminate the ' six to ten overflows that occur annually. This objective would be achieved by increasing system conveyance capacity. The Bryn Mawr System has two components: 1) the Bryn Mawr Siphon and.2) the Bryn Mawr Trunk Sewer. The Bryn Mawr Siphon consists of an inlet structure, an outlet structure and approximately 1,500 linear feet of 8 and 14-inch diameter inverted siphon constructed in Lake Washington. The Bryn Mawr trunk is a 27- �/ inch diameter gravity sewer which extends from the siphon outlet structure to the Eastside Interceptor at the intersection of North 6th and Burnett streets. The length ' of the Bryn Mawr,Trunk is approximately 4,400 feet. The project location and' system elements are shown in Figure 1. 2 Bryn Mawr System Improvements • Environmental Checklist • • r: '• ;;:.,I BRYN MAWR SIPHON, PROPOSED PHASE II FIGURE 1 - m • BRYN MAWR TRUNK, PROPOSED PHASE ! BRYN. MAWR SYSTEM --�--� EASTSIOE INTERCEPTOR • IMPROVEMENTS PROJECT ■ ABANDONED TREATMENT PLANT - ,/ DEPARTMENT OF NATURAL RESOURCES . . WASTEWATER TREATMENT DIVISION . # Like . / . i • NST , \_____' ' I�lashing�tort. � � .. . .. . • e-,,o ,,,o. 1 r.'IIt. \ cii.,,, SO4 ,.. 115TH ST "'%'b- 9,AT LAUNCH . 5,1)11( : iiii.„,s.„ . , ::, , '/' 1RENTON �`, v 0 PLANT '( •i ta r V ' 120TH ST x z N . 6TH 5T ! ' / . 0 533 ' W q•• Q z p 0 t _ 124TH ST • s_% .- - -- , 6TH ST . • •.9$ . ri AMON I . imn . ,„,,,,, /or . H �O. Hs STATION 11111 C t1:;;rz 1-.7 . ,, m,.,. ��, , ifirrii o , • \A .. . ••�' J ry arRPORr.wY � ;. .- \L; 2r1nsT s �'•:� RENTON s i. `'� t AVE S --ir- .. • i . Ar King County is proposing to construct and operate a third siphon barrel 24-inches in diameter and replace the 27-inch Bryn Mawr Trunk with a larger 36-inch pipe.The • Figure 1. proposed project can be described in terms of the three elements below. • Construct a new siphon inlet connection for the third barrel immediately upstream of the existing siphon inlet. This connection would be a below- ground structure. • Construct a new 24-inch inverted siphon approximately 1,700.feet in length. This siphon would operate as a third barrel to the existing siphon. The 24-inch barrel would convey flows from the new siphon inlet structure to a connection with the Bryn Mawr Trunk. • Remove and replace the existing Bryn Mawr Trunk(27-inch reinforced concrete pipe) with a 36-inch diameter reinforced concrete pipe through Cedar River Park. Construct a 36-inch diameter pipe which would parallel the Bryn Mawr Trunk along N. 6th Street. The new pipe would convey flows from the three siphon barrels to the existing Eastside Interceptor. Approximately 4,400 linear feet of pipe would be constructed. Phased Construction Construction of the proposed system improvements would occur in two phases. Phase I construction would include sewer pipe construction activities within Cedar River Park and along N. 6th Street. First phase construction would occur during the fourth quarter of 1997. Construction is anticipated to last two to three months. The remainder of the project would be included in Phase II. Activities would include construction of the siphon inlet, the third siphon barrel and connection to the Bryn Mawr Trunk. Construction of the second phase is anticipated to occur during the 1999 construction season and last approximately three months. Dewatering is anticipated to be required along the entire alignment. Siting and construction of the siphon and pipe would require acquisition of permanent and temporary easements. Sewage flow conveyance will need to be maintained during Phase I construction. Submersible pumps and pipes will be used to convey flows around those segments of the trunk under construction. . Project Elements Siphon Connection to the Existing System. A new inlet structure would be constructed to connect the new siphon barrel to an 18-inch line at a point immediately upstream of the existing siphon inlet. The inlet structure can be described as a below grade rectangular concrete vault that diverts flow into the new siphon barrel when the existing two barrels are at capacity. Construction of the inlet structure would require excavation to install the vault and to make the necessary connections to the existing conveyance system. - The outlet of the proposed third barrel would connect to the new 36-inch Bryn Mawr Trunk in the vicinity of the existing siphon outlet. The outlet connection would be made using a typical manhole structure. 4 Bryn Mawr System Improvements Environmental Checklist 24-Inch Siphon Barrel. The siphon barrel would convey flows from the Bryn Mawr-Lakeridge Sewer District connection to the Bryn Mawr Trunk. Approximately 1,700i feet of 24-inch diameter siphon would be constructed. Beginning at the siphon outlet in Cedar River Park, the alignment crosses to the west under the Cedar River and the Renton Airport into the parking lot of Mindemann's Restaurant. This portion of the alignment could be constructed in one or two'segments'using trenchless construction methods. From the parking lot the alignment continues to the west and northwest to a connection with the Bryn Mawr-Lakeridge Sewer District system. Construction methods will be employed that avoid or minimize construction related disruption to surrounding residential and commercial uses, airport operations and • the Cedar River. 'Methods of construction such as trenchless excavation methods (i.e., boring, jacking; directional drilling, microtunneling) as well as open cutting will be considered. I All trenchless construction methods would require excavation of shafts or pits in Order to conduct construction operations. For each construction reach,two pits are required. Equipment is located in one pit in order to conduct operations, and a pit is located downrange in order to receive the pipe. Typical pit sizes for boring and jacking methods are 20 x 30 feet and 20 x 15 feet, operating and receiving respectively. Pit depths could range from 10 to 15 feet. Shoring of the pit sidewalls-will be required and dewatering measures are anticipated. Bryn Mawr Trunk. The existing 27-inch reinforced concrete pipe within Cedar River Park would be removed and replaced with a new 36-inch reinforced concrete pipe. Along N. 6th Street,the 27-inch trunk would be paralleled with a 36-inch reinforced concrete pipe. The new pipe would convey flows between the proposed siphon outlet and the existing Eastside Interceptor. The replacement pipe would remain within the existing Bryn Mawr Trunk easement within Cedar River Park. Along North 6th'Street,the pipe would be located within street right-of-way. Manholes would be installed along the pipeline at approximately 400i foot intervals. Temporary construction easements will be required. Method of construction would be open cut. Excavation depths within Cedar River Park are anticipated to.range from 6 to 12 feet. Anticipated high groundwater table and loose granular soil conditions will necessitate the use of trench box or.sheetpile shoring in conjunction with dewatering measures. j . Subsurface conditions along North Sixth Street will likely be similar to those along N. Riverside Drive (Cedar River Park access road),requiring similar construction measures. Excavation depths along the final 1,000 feet of the route are expected to be 15 to 20 feet. Sheetpile shoring and dewatering will likely be necessary to satisfactorily support Ithe excavation sidewalls. ;12. Location of the proposal. Give sufficient information for a person to understand the precise location of your proposed project, including a street address, if any, and section, township, and range, if known. If a proposal would occur over a range of area, provide the range or boundaries of the site(s). Provide a legal description, site plan,vicinity map, and topographic map, if reasonably available. While you should submit any plans required by 5 • Bryn Mawr System Improvements Environmental Checklist the agency,you are;not required to duplicate maps or detailed plans submitted with any permit applications related to this checklist. The project corridor extends from an incorporated area immediately west of the Renton Municipal Airport, along the City of Renton's Cedar River Park and ends at the intersection of N. 6th Street and Burnett Street within the City of Renton. Section 7 T23N R 5E B. ENVIRONMENTAL ELEMENTS 1. Earth a. General description of the site: Flat, rolling, hilly, steep slopes, mountainous, other(see below). b. What is the steepest slope on the site? (approximate percent slope)? The steepest slope is found in the area of the old Bryn Mawr treatment facility. Slopes separating the abandoned treatment facility and the airport are roughly four percent. c. What general types of soils are found on the site? (for example, clay, sand, gravel,peat, muck)? If you know the classification of agricultural soils, specify them and note any prime farmland. - The project corridor encompasses an area that historically was once a portion of Lake Washington and a large fresh water marsh. Construction of • the Lake Washington Ship Canal lowered the-level of Lake Washington by approximately nine feet. The marsh land and the area formerly covered by the lake were reclaimed over a number of years by random filling. Previous borings in the project area described soils as three to five feet.of loose granular fill underlain by soft peat and organic silt extending to depths ranging from 13 to 25 feet. Medium-dense sand and firm clay were encountered below the soft peat and silt. d. Are there surface indications or history of unstable soils in the immediate vicinity? If so, describe. No. • e. Describe the purpose, type, and approximate quantities of any filling or grading proposed. Indicate source of fill. See the information presented in Section A. 11. for a description of construction methods. Estimated volumes of excavated material are 13,000 cubic yards for the pipeline, and 650 cubic yards for the third siphon barrel and inlet structure., The amount of imported fill required for the proposed project is dependent upon the engineering characteristics of the native soil. Native material would be used as fill or cover whenever possible. Imported material would be used to provide an engineered base or as cover material. All imported material would be subject to material specifications, inspection and acceptance by King County's project construction manager. 6 Bryn Mawr System Improvements Environmental Checklist All excavated material that cannot be used as fill shall be disposed of at an approved disposal site. There is a potential for encountering contaminated soils and groundwater along the.proposed siphon and pipeline alignment. The discussion in Section B.7.a. provides information on the potential for encountering contaminated soil and groundwater and how contaminated material would be addressed during construction. f. Could erosion occur as a result of clearing, construction, or use? If so, generally describe. I Yes. Construction activities could cause erosion on a short-term basis. Construction activities•such as site clearing and grading, excavation, materials handling and stockpiling pose the greatest potential for erosion. Operation of the facilities would not pose an erosion potential. g. About what percent of the site will be covered with impervious surfaces after project construction (for example, asphalt or buildings)? Surface areas disturbed due to construction would be restored to pre- construction conditions. h. What measures are proposed to reduce or control erosion, or other impacts to the earth, if any? ' Except during'project construction, there would be no long term erosion impacts to the earth due to operation of the proposed system improvements. Project construction activities would employ construction related Best Management Practices such as temporary erosion and sediment control measures. Typical BMP's that could be employed are filter fabric fences, hay bales, covering soil • stockpiles and exposed soils,Using temporary soil covers such as mulch or grasses, diverting storm water away from exposed soils through.the use of berms, and use of settling ponds, or grassed swales to prevent sediment from moving into water courses, open ditches and storm drains. Other measures could include the following: - avoid excessive clearing and grading; - - limit the extent and-areas of excavation and other earthwork activities near waterways; - designate personnel to inspect and maintain temporary erosion and sediment control measures; - store construction materials away from surface waters; -maintain spill containment and clean up material at active construction sites; - install temporary erosion and sediment control measures prior to when site _ clearing and grading activities begin; - employ temporary slope protection; and -restore disturbed area by replanting or repaving as soon as practical after construction is completed. • j Temporary erosion and sediment control measures would be identified in the project plan and construction specifications documents. Erosion control and slope. • 7 • Bryn Mawr System Improvements Environmental•Checklist stabilization measures would be implemented as required by the permitting jurisdiction. Erosion control measures would be established on site prior to clearing, grading or excavation activities. Limits of construction activities would be delineated on construction drawings to maintain required buffers around water courses. 2. Air a. What types of emissions to the air would result from the proposal during construction, and when the project is completed? If any, generally describe and give approximate quantities if known. Temporary construction related air emissions would include dust caused by equipment movement and exhaust from construction equipment. Emissions would consist primarily of soil particles, carbon monoxide and hydrocarbons. . Operation of the completed project would not result in emissions. • b. Are there any off-site sources of emissions or odor that may affect your proposal? If so, generally describe. No. c. What measures are proposed to reduce or control emissions or other impacts to air, if any? Construction related dust emissions would be addressed by employing dust control measures during dry weather conditions, such as watering construction areas to wet bare soils, and cleaning roadways around the construction areas to control dust emissions. Construction equipment related emissions would be addressed by requiring proper maintenance of equipment,using electrically powered equipment where practical, and avoiding prolonged idling of vehicles and equipment. 3. Water a. Surface: 1) Is there any surface water body on or in the immediate vicinity • of the site (including year-round and seasonal streams, • saltwater, lakes, ponds, or wetlands)? If yes, describe and provide names. If appropriate,state what stream or river it • flows into. Yes. Lake Washington and the Cedar River are within the project area. The old Bryn Mawr treatment plant is adjacent to Lake Washington. The proposed inverted siphon'alignment crosses under the Cedar River. The King County Sensitive Areas Map Folio does not identify any wetlands within the project corridor. 8 Bryn Mawr System Improvements Environmental Checklist • 2) Will the project require any work over, in, or adjacent to the described waters? Construction of the proposed system improvements would require work adjacent to Lake Washington and the Cedar River. No construction would occur within the lake or river. 3) Estimate the amount of fill and dredge material that would be placed in or removed from surface water or wetlands and indicate the area of the site that would be affected. Indicate the source of fill material. None. 4) Will the,proposal require surface water withdrawals or diversions? Give general description, purpose, and approximate quantities if known. No. . 5) Does the proposal lie within a 100-year floodplain? If so, note location on the site plan. No. 1 6) Does the proposal involve any discharges of waste materials to surface waters? If so, describe the type of waste and anticipated volume of discharge. No. b. Ground: 1) Will ground water be withdrawn, or will water be discharged to groundwater? Give general description,purpose, and approximate quantities if known. Dewatering would be required where the depth of excavation extends below the groundwater table. Dewatering is likely to occur throughout most of the alignment. The anticipated methods of dewatering are sumps and in-trench pumps. Wellpoints may be employed in areas where surface settlement is a concern. Groundwater would be discharged to the sanitary sewer,local storm drainage facilities or to the Cedar River depending upon water volumes and quality. Discharge of dewatering volumes to the sanitary system would require a King County Industrial Waste discharge approval. The Department of Ecology would have to approve discharges to the Cedar River. • • No groundwater withdrawals would occur once construction has been completed. 9. Bryn Mawr System Improvements 1 Environmental Checklist / _ I ' i 2) Describe waste material that will be discharged into the ground from septic tanks or other sources, if any (for example: Domestic sewage; industrial, containing the following chemicals...; agricultural; etc.). Describe the general size of the system, the number of houses to be served (if applicable), or the number of animals or humans the system(s) are expected to serve. None. - c. Water Runoff(including storm water): I) Describe source of runoff(including storm water) and method of collection and disposal, if any (include quantities, if known). Where will this water flow? Will this water flow into other waters? If so,describe. Operation of the proposed system improvements will not require storm runoff control as all improvements would be located below ground. Runoff within the project corridor eventually reaches Lake Washington. During project construction the source of site runoff would be - rainfall events. Construction activities would be managed to control' • runoff amount and prevent erosion and sedimentation. See information contained in Section B.1.h. 2) Could waste materials enter ground or surface waters? If so, generally describe. The project does not propose discharging waste material of any kind into ground or surface waters. Construction related material could find its way into ground or surface waters due to accidental spills, mechanical failures or if construction activities deviate from the project construction contract or permit conditions. d. What measures are proposed to reduce or control surface, ground and runoff impacts; if any. Spill prevention and control measures will be included in the project's construction contract specifications. Erosion and sediment control measures are described in Section B.1.h. 4. Plants a. Check or circle types of vegetation found on the site: . x deciduous tree: alder, maple, aspen, other: urban ornamental (e.g., London Plain Tree) x evergreen tree: fir, cedar,pine, other x ' shrubs x grass ' pasture crop or grain 10 • Bryn Mawr System Improvements Environmental Checklist wet soil plants: cattail, buttercup, bullrush, skunk cabbage, other water plants: water lily, eelgrass, milfoil, other types of vegetation other(describe) b. What kind or amount of vegetation will be removed or altered? Vegetation along the proposed alignment consists of grasses, and • landscaping. Vegetation along the proposed project alignment is extensively managed and typical of species found in urban areas, landscaped parks, airport environs and roadway right of way. c. List any threatened or endangered species known to be on or near the site: • None. A search of the Natural Heritage Information System found no records of rare, threatened or endangered plant species occurring within the project area. d. Proposed landscaping, use of native plants or other measures to preserve or enhance vegetation on the site, if any: Areas disturbed by construction activities would be restored to preconstruction grade and vegetation characteristics. .5. Animals a. Circle any birds and animals which have been observed on or near the site or are known to be on or near the site: birds: 'hawk,heron, eagle,songbirds, other: mammals: deer,bear, elk,-beaver, other: fish:- bass,salmon, trout, herring, shellfish, other: smelt,whitefish and sculpin. b. List any threatened or endangered species known to be on or near the site. A review of the Washington Department of Fish and Wildlife's Priority Habitats and Species database did not identify threatened or endangered • species on or near the project alignment. 'c. Is the site a part of a migration route? The Cedar River contains anadromous fish runs. Species include coho, fall chinook, sockeye, summer and winter steelhead and smelt. , d. ' Proposed measures to enhance wildlife,if any: 11 Bryn Mawr System Improvements • Environmental Checklist. . Ir Construction methods proposed to install the siphon barrel under the Cedar River would eliminate the need for inwater construction thus avoiding adverse effects upon the Cedar River. Coordinate construction activities with those wildlife resource agencies responsible for approval or review of the siphon crossing under the river. 6. Energy and Natural Resources a. What kinds of energy (electric, natural gas, oil,woodstove, solar)will be used to meet the project's energy needs? Describe whether it will be used for heating, manufacturing, etc. During construction, fossil fuels would be utilized to power construction vehicles, equipment and haul trucks. Electrical energy would also be used to operate some construction equipment. Operation of the siphon and sewer trunk will not require electrical energy. b. Would your project affect the potential use of solar energy by adjacent properties? No. c. What kind of energy conservation features•are included in the plans for • this proposal? List other proposed measures to reduce or control energy impacts if any: None. 7. Environmental Health a. Are there any environmental health hazards, including exposure to toxic chemicals, risk of fire and explosion, spill, or hazardous waste, that could occur as a result of this proposal.If so, describe: • The only hazardous materials used for project construction activities would be fossil fuels (e.g., diesel and gasoline) used to power vehicles and equipment and various lubricants and solvents. It is possible that inadvertent spills of these substances could result in health hazards. Contaminated groundwater and soil are likely to be encountered during construction within Cedar River Park. Volatile organic compounds have been found in groundwater samples collected within Cedar River Park. King County's Industrial Waste Program has established and enforces discharge limits to regulate the quality and quantity of waste waters discharged to King County's sanitary sewer system. Available groundwater quality data indicate that construction-related dewatering effluent generated during pipeline replacement construction would be suitable for discharge directly to the King County sewer system without pretreatment. Field screening of excavation spoils for visual signs of contamination and for volatile organic vapors would be conducted during construction operations within Cedar River Park. If any suspected material is detected 12 Bryn Mawr System Improvements Environmental Checklist . • during the construction, soil would be subjected to further analytical testing to determine appropriate handling/disposal action. 1) Describe special emergency services that might be required. None. 2) Proposed measures to reduce or control environmental health hazards, if any: Construction of the Bryn Mawr System Improvement project would eliminate sanitary sewage overflows to Lake Washington. This would have a positive effect on public health and beneficial uses of the lake. Occupational Safety and Health Act (OSHA) regulations regarding safety equipment and procedures would be strictly enforced on construction sites. Discharge of trench dewatering volumes to the sanitary sewer system would require an Industrial Waste Discharge authorization from King County. Project construction specifications would include procedures for identification and handling of contaminated soil and groundwater. b. Noise • • 1) What types of noise exist in the area that may affect your project (for example: traffic, equipment, operation, other)? None. 2) What types and levels of noise would be created by or associated with the project on a short-term or a long-term basis (for example: traffic, construction, operation, other?) Indicate what hours noise would-come from the site.. Construction activities would result in short-term impacts upon project area noise levels. Construction noise would consist of engine noise, and mechanical and scraping noises associated with the use of heavy construction equipment such as bulldozers, graders, scrapers, loaders and excavators. Construction.noise levels would vary depending on the specific equipment used for a particular activity. Based upon previous construction projects, noise levels could be expected to range from 79 to 88 dBA measured at a distance of 50 feet from the source. • Noise would be limited to the areas of active construction. Hauling activities and workers commuting to and from the job site would contribute to traffic noise. Construction of the various project elements is anticipated to take place between the hours of 7:00 a.m. and 7:00 p.m. on weekdays. • 13 Bryn Mawr System Improvements Environmental Checklist • i� Weekend or evening work is not anticipated, but may be employed in order to minimize or avoid construction related disruptions. Construction noise levels would comply with the applicable regulations of the permitting jurisdiction. Operation of the siphon and pipeline would not generate a discernible noise. 3) Proposed measures to reduce or control noise impacts, if any: • Measures to reduce or control noise impacts during construction "could include the following measures: - use noise attenuation barriers/enclosures around certain equipment; -require mufflers on all gas powered equipment - limit the times of certain construction activities which produce high noise levels; and - encourage the use of electric or hydraulic tools whenever practical. Prior to the start of construction, King County will coordinate construction activities with business operations and residents within the project corridor that may be sensitive to construction related • noise, dust, vibration or traffic. All construction activities would comply with the applicable noise regulations. 8. Land and Shoreline Use a. What is the current use of the site and adjacent properties? Land use along the proposed siphon and pipeline consists of mobile home/multi family within unincorporated King County; and commercial/public facility, park and industrial within the City of Renton. b. Has the site been used for agriculture? If so, describe. - No. c. Describe any structures on the site: None. • d. Will any structures be demolished? If so,what? Construction of the siphon and pipeline would cross streets, curbs, parking areas,utilities lines, sidewalks and landscaping. e. What is the current zoning classification of the site? Those portions of the alignment within unincorporated King County are zoned residential R-8 and R-48 (8 and 48 dwelling units per acre). The airport and park properties are within Renton's,Public Use (P1)zone. That portion of the alignment along N. 6th Street is zoned Heavy Industrial. 14 Bryn Mawr System Improvements Environmental Checklist • f. What is the current comprehensive plan designation of the site? Areas within unincorporated King County are zoned residential, allowing 4 to 12, and greater than 12 dwelling units per acre. Areas within the City of Renton are zoned Industrial Employment. g. If applicable,what is the current shoreline designation of the site? King County and Renton have designated the shorelines of Lake Washington and Cedar River within the project corridor as Urban. h. Has any part of the site been classified as an "environmentally sensitive" area? If so, specify. No. i. Approximately how many people would reside or work in the completed project? None. j. Approximately how many people would the completed project • displace? None. k. Proposed measures to avoid or reduce displacement impacts, if any: Not applicable. 1. Proposed measures to ensure the proposal is compatible with existing and projected land uses and plans, if any: King County's Water Pollution Abatement Plan acknowledges the need for the proposed facility based upon Comprehensive Land Use Plans of the . tributary areas. Compatibility with land use and plans of the jurisdictions within the project.corridor would be met through compliance with the required-permits and approvals for siting, construction and operations. 9. Housing r - a. Approximately how many units would be provided, if any? Indicate whether high, middle, or low-income housing. ' None. b. Approximately how many units, if any,would be eliminated? Indicate whether high, middle, or low-income housing. • None. c. • Proposed,measures to reduce or control housing impacts, if any: Not applicable. 15 Bryn Mawr System Improvements • Environmental Checklist • 10. Aesthetics a. What is the tallest height of any proposed structure(s), not including antennae; what is the principal exterior building material(s) proposed? Not applicable. b. What views in the immediate vicinity would be altered or blocked? None. c. Proposed measures to reduce or control aesthetic impacts, if any: None. 11. Light and Glare a. What type of light or glare will the proposal produce? What time of . day would it mainly occur? None. b. Could light and glare from the finished project be a safety hazard or interfere with views? No. c. What existing off-site sources of light or glare may affect your proposal? None. • d. Proposed measures to reduce or control light and glare impacts, if any: None. _ 12. Recreation a. What designated or informal recreational opportunities are.in the immediate vicinity? Renton's Cedar River Park& Cedar River Trail Bike trail along Rainier Ave. So. b. Would the proposed project displace any existing uses? Construction of the third siphon barrel outlet and replacement of the Bryn Mawr Trunk would temporarily limit access and use of Cedar River Park. • c. What measures are proposed to reduce or control impacts on recreation, including recreation opportunities to be provided by the project or applicant,if any? • 16 Bryn Mawr System Improvements Environmental Checklist • Project construction activity within Cedar River Park requires approval from Renton'js Parks and Recreation Department. Several measures would be implemented to reduce potential impacts on recreational uses and users during construction. If possible, construction activities would be scheduled to minimize interference with users of recreational facilities. Construction activities conducted in the vicinity of recreational uses would include safety measures to prevent conflict with construction and to allow detours around active construction areas. Construction would be coordinated with the agencies responsible for management of the recreational facilities. Disturbed areas would be restored as soon as practical after construction is complete. Operation of the proposed facilities would not impact recreational uses. 13. Historic and Cultural Preservation a. Are there any places or objects listed on, or proposed for, national, state or local preservation registers known to be on or next to the site? If so, generally describe. None are known to existwithin the project corridor. b. Generally describe any landmarks or evidence of historic, archaeological, scientific or cultural importance known to be on or next to the site. None. . c. Proposed measures to reduce or control impacts,if any: • None. 14. Transportation a. Identify public streets and highways serving the site, and describe proposed.access to the existing street system. Show on site plans, if any. Rainier Avenue So. north of Airport Way to 114th Street (access to the abandoned Bryn Mawr treatment facility) is a four lane.principal arterial • with curbs,:sidewalks, and a bike lane. Airport Perirrieter Road extends along the west, south and a portion of the east perimeter of the airport. The perimeter road is a two lane road. North Riverside Drive is a two lane roadway that provides vehicle access through Cedar River Trail Park. Motor vehicle access to the park is via North Sixth Street. North Sixth Street between Riverside Drive and Logan Avenue North is a three lane designated principal arterial. • b. Is the site currently served by public transit? If not,what is the • approximate l distance to the nearest transit stop? 17 Bryn Mawr System Improvements Environmental Checklist King County Transit provides service along Rainier Ave. So. and Logan Ave.No. c. How many parking spaces would the completed project have?'How many would the project eliminate? None. d. Will the proposal require any new roads or streets, or improvements to existing roads or streets, not including driveways? If so, generally describe (indicate whether public or private). No new roads or streets would be constructed. Driveways, curbs, streets and sidewalks would be repaired and restored if affected by construction activities. Street enhancement beyond direct construction related effects are not anticipated given that the project impacts are short-term, limited to the project's construction phase, and avoid long-term adverse effects upon capacity or operation of the project area transportation system. • e. Will the project use (or occur in the immediate vicinity of)water, rail, or air transportation? If so, generally describe. The project does not anticipate using water,rail or air transportation. The proposed siphon alignment crosses the Renton Municipal Airport and under the Cedar River. The proposed siphon barrel alignment crosses the Renton Municipal airport. Construction of the siphon through the airport would be accomplished using boring,jacking or other trenchless methods. f. How many vehicular trips per day would be generated by the • completed project? If known, indicate when peak volumes would occur. None. g. Proposed measures to reduce or control transportation impacts, if any: - Project construction would result in short-term disruption of normal traffic flow. Construction activities affecting traffic would primarily be truck trips to and from the active construction site. Where practicable, crossings of roads would be accomplished by jacking or other methods to avoid traffic impacts. King County would coordinate with the City of Renton and King County Roads to address construction traffic control within their respective - jurisdictions. These plans would include designation of haul routes,public roadways access and egress, scheduling, establishment of detour routes, signage, flagging, maintaining access, and temporary measures to separate pedestrians and bicyclists.from construction zones and construction-related traffic. • 18 Bryn Mawr System Improvements • Environmental Checklist • Proposed construction activities within the airport will be coordinated with the manager of the Renton Municipal Airport. Construction will comply with applicable Federal Aviation Administration requirements. 15. Public Services a. Would the project result in an increased need for public services (for example: fire,protection, police protection, health care, schools, other)? If so,, generally describe: • No. b. Proposed measures to reduce or control direct impacts on public services, if any: • • None. 16. Utilities a. Circle the utilities currently available at the site: electricity, natural gas,water, refuse service, telephone, sanitary sewer,septic system, other. . C. SIGNATURE The above answers are true and complete to the best of my knowledge. I understand that the lead agency is relying on them to make its decision. Signature. Date • • • • • • 19 ' Bryn Mawr System Improvements Environmental Checklist .1; SECTION 02920 SOIL PREPARATION AND SOIL MIXES PART 1 -GENERAL 1.01 DESCRIPTION A. This Section specifies the requirements for soil mixes for lawns and planting areas. 1.02 SUBMITTALS A. Procedures 1. Section 01300. B. Submit the following samples to the Engineer for approval: 1. Submit soil analysis from a soils testing laboratory for compost to the Engineer. Indicate source and obtain the Engineer's approval before hauling to site. 2. Compost-two (2) pound bag. PART 2 -PRODUCTS 2.01 MATERIALS A. Compost 1. Compost shall be 100% GroCo, as manufactured by King County and as distributed by Sawdust Supply Co., Inc., Seattle, WA or equivalent. In addition, compost shall have the following characteristics: ` a. Shall be made of fir/hemlock sawdust and biosolids. b. Shall be composted for over one year. c. Shall have a pH from 5.5 to 7.5. d. Shall contain at least 25%organic matter by dry weight. e. Shall have a maximum electrical conductivity of 5.0 mmhos/cm. f. Shall have a maximum carbon to nitrogen ratio of 40:1. g. Shall be certified by the Process to Further Reduce Pathos_,,s (PFRP) guideline for hot composting as established by the Unita i ie 4%i'° nmental Protection Agency. DEC 3 /997 PART 3-EXECUTION � ImN.nN ING 3.01 PREPARATION AND PLACEMENT OF SOIL DEV CITYOFyR C73130C 02920-1 Bryn Mawr System Improvements A. Prepare existing soil: Lawn areas shall be rototilled to a depth of six (6) inches and shrub/ground cover planting areas shall be rototilled to a depth of eight(8) inches. Remove from site all general debris, woody material, roots,weeds, weed seed, concrete and stones larger than 1-1/2" diameter within 2"of the surface. B. Lawns 1. Two (2) inches of compost shall be thoroughly tilled into the top four (4) inches of the pretilled base of existing soil. Remove from site all general debris, woody material, roots, weeds, weed seed, concrete and stones larger than 1-1/2" diameter within 2" of the surface. C. Herbaceous Planting Beds (Shrubs& Ground Cover Plantings) 1. Four (4) inches of compost shall be thoroughly mixed into the eight (8) inches of the pretilled base of existing soil. An additional four(4) inches of compost shall be thoroughly mixed into the top four (4) inches of amended soil. Remove from site all general debris, woody material, roots, weeds, weed seed, concrete and stones larger than 1-1/2" diameter within 2" of the surface. D. Trees 1. Trees in Isolated Conditions Backfill planting pits with native soil adding no additional soil amendments. 2. Trees in Planting Areas Amend planting pit soil around trees to match amended soil in planting areas. 3. Remove from site, all general debris, woody material, roots, weeds, weed seed, concrete, and stones larger than 1-1/2" diameter within 2" of the surface which is generated from the tree planting process. END OF SECTION C73130C 02920-2 Bryn Mawr System Improvements SECTION 02930 LAWNS PART 1 -GENERAL 1.01 WORK INCLUDED A. The Section specifies the requirements for sodding, seeding and hydroseeding. 1.02 SUBMITTALS A. Procedures 1. Section 01300 B. Product Data Submit product literature with name of product, manufacturer's name and compliance with specifications. 1. Commercial fertilizer 2. Dolomite lime 3. Mulch for hydroseeding 4. Seed a. Certification of mixture with purity, proportion by weight, weed seed content and germination percentage. C. Maintenance Schedule - 1. Submit maintenance schedule for sod, seeding and hydroseeding during the guarantee period as described in Section 02930, Paragraph 3.07. Schedule should include at a minimum watering, fertilizing inspection and replacement. 1.03 DELIVERY, STORAGE, AND HANDLING A. Grass Seed 1. Deliver in clean containers of uniform weight and label as required by law. 1.04 PROJECT/SITE CONDITIONS A. Time of Seeding 1. Do not seed during windy weather and when the ground is frozen or excessively wet. C73130C 02930-1 Bryn Mawr System Improvements PART 2 -PRODUCTS 2.01 MATERIALS A. Sod 1. One year old from a seeding of 50% Perennial Turf Type Ryegrass, 30% Hybrid Kentucky Bluegrass and 20% Fine Fescue. Cut one (1) inch or less in mowing height prior to being lifted from field. Sod shall be dense, in vigorous condition, dark green in color and free from disease and harmful insects. B. Drought Tolerant Grass Seed Mix#1: Certified quality seed shall meet the following: % by %of Min. % of Max. % Weight Ingredient Pure Seed Germination Weed Seed 15% Stallion Select Perennial Rye 98% 90% 0.5% 17% Morning Star Perennial Rye 98% 90% 0.5% 16% 240 Perennial Rye 98% 90% 0.5% 20% Creeping Red Fescue 98% 90% 0.5% 20% Camaro Chewings Fescue 98% 90% ' 0.5% 10% Eureka Fescue 98% 90% 0.5% - 2% Red Clover 98% 90% 0.5% C. Wet Tolerant Meadow Grass Seed Mix#2: Certified quality seed shall meet the following: % by % of Min. %of Max. % Weight Ingredient Pure Seed Germination Weed Seed 70%. Perennial Rye 97% 90% 0.5% 15% Cindy Creeping Red Fescue 95%. 90% 0.5% 15% Longfellow Chewing Fescue 95% 90% 0.5% D. York Hydroseed Mixture: Certified quality seed shall met the following: - 1. Grass seed mixture shall be made up of 100% Ryegrass mix.. 2. All seed shall be pure, live seed. E. Fertilizer 1. Lawn fertilizer(14-18-12). Acceptable product is Pacific Agro or Lilly Miller, or equivalent. 2. General lawn fertilizer(6-2-4). Acceptable product is Pacific Agro or Lilly Miller. 3. Sodding fertilizer(12-4-8). Acceptable product is Pacific Agro or Lilly Miller. F. Dolomite Lime 1. Fine ground dolomite retained by Taylor Standard Sieves as follows: #20, sieve retains 0 percent. #100, sieve retains 25 percent. C73130C 02930 -2 Bryn Mawr System Improvements 2. Packaged in new, waterproof, non-overlain bags, clearly labeled as to weight, manufacturer and content. G. Water 1. Ensure an adequate supply of water. Furnish all necessary hoses, equipment, attachments, and accessories for adequate watering of lawn areas. H. Mulch for Hydroseeding 1. Silva-Fiber as manufactured by Weyerhaeuser Company, dyed green to facilitate inspection of the placement. I. Tackifier for Hydroseeding 1. Tackifier shall be an organic biodegradable binder made to hold mulch to soil. PART 3 -EXECUTION 3.01 EXAMINATION OF SITE A. Prior to installation of lawn, verify the location of all electrical lines, utilities, and under drainage systems. Take precaution not to disturb or damage sub-surface elements. Contractor shall make repairs to damaged utilities at own expense. B. Confine work to areas designated. Do not disturb existing vegetation outside of project limit lines. Protect all existing vegetation within project limits designated not to be removed. Replace vegetation damaged as a result of Contractor's operation to satisfaction of Engineer. • C. Contractor shall be cognizant of all existing buildings, equipment, paving, surfacing, and fencing so that landscape operations do not damage any of the above mentioned items.- Repair or. replacement shall be made at the Contractors expense in a manner satisfactory to the Engineer. 3.02 INSPECTION A. Inspection of Sod 1. Submit sample of sod to the Engineer for acceptance prior to delivery to site. 2. Inspection and acceptance of sod is mandatory and the Engineer reserves the right to reject sod at any time until final inspection and acceptance. 3. All rejected sod shall be removed from site. 4. Produce sales receipts and certificates of inspection if requested. B. Inspection of Grading 1. Finish grades must be observed and approved by Engineer prior to seeding or sodding. 3.03 INSTALLATION A. General C73130C 02930-3 Bryn Mawr System Improvements 1. Notify the Engineer of all subsurface drainage or soil conditions detrimental to growth or survival of lawn. B. Grading 1. Establish finish grades with amended soil in accordance with elevations shown on the drawings, ensuring no pockets or any other surface obstructions to positive drainage are present. C. Sodding 1. Install sod immediately upon delivery to site. Grade to receive sod must be smooth without depressions or high spots prior to laying. 2. Apply 12-4-8 fertilizer at the rate of 6 pounds per 1,000 square feet with dolomite lime at the rate of 50 pounds per 1,000 square feet. 3. Lay sod over prepared surface, working from plywood platform strips placed over newly laid sod: Lightly rake the seed ahead of strip and lay with all joints tightly batted. 4. Maintain soil moisture during laying operation. D. Seeding for General Lawns 1. Seed lawn areas at the rate of six pounds per 1,000 square feet. 2. Sow half of seed at-right angles to the first sowing. Lightly rake to cover seed and compact by rolling. Water as required to maintain moist soil to a depth of at least (4) inches. 3. Apply 14-18-12 fertilizer at the rate of 30 pounds per .1,000 square feet, together with dolomite lime at the rate of 50 pounds per 1,000 square feet. 4. Produce a close stand of grass within 60 days after seeding. Approximately 21 days after germination re-fertilize with (6-2-4) fertilizer at a rate of 15 pounds per 1,000 square feet. Re-seed barren areas as originally specified. E. Hydroseeding 1. Notify the Engineer not less than 24 hours in advance of seeding operation for approval of grade before seeding. 2. Accomplish seeding with a hydroseeder which utilizes water as the carrying agent, and maintains a continuous agitator action that keeps seed and fertilizer mixed in uniform distribution until pumped from tank. 3. Maintain pump pressure for a continuous non-fluctuating system stream of solution. 4. Apply seed, fertilizer and mulch at the following rates: a. Seed-240 pounds per acre b. Fertilizer(14-18-12)-200 pounds per acre C73130C 02930-4 Bryn Mawr System Improvements c. Mulch (Silva-Fiber)- 1,000 pounds per acre d. Tackifier-40 pounds per acre 5. Produce a close stand of grass within 60 days after seeding. Approximately 21 days after germination re-fertilize with (6-2-4) fertilizer at a rate of 15 pounds per 1,000 square feet. Re-seed barren areas as originally specified. 3.04 MAINTENANCE AND CLEANUP A. Hydroseed Areas 1. Maintain constant moisture to a depth of six (6) inches. For lawn areas, keep areas free of undesirable weeds and grasses by the application of selective weed killers or hand pulling. Maintain by watering, weeding, reseeding, mowing, fertilizing and other necessary operations to establish an even, thick, vigorous stand of grass. B. Site Maintenance 1. During the period of construction, the Contractor shall keep all areas of construction and _ items of work clean and in good condition. Keep areas free of trash and debris; keep concrete pavements swept clean; and maintain mulched, neat and orderly planting areas. C. Cleanup 1. Prior to provisional or final inspection, the Contractor shall clear the project site of all debris, elippin-gs;artd-discard-materials. 3.05 PROTECTION OF SEEDED AREAS A. Protect against harm from wind, trespassing and damage. Provide safeguards and protection. Replace damaged portions. 3.06 INSPECTION AND ACCEPTANCE OF LAWNS A. Request for Inspection 1. Notify the Engineer at least three(3) days before anticipated inspection. B. Acceptance of Work 1. Upon completion of all repairs, the Engineer shall verify provisional acceptance of lawns to the Owner. Provisional acceptance lawns shall constitute the beginning of the guarantee period. 3.07 GUARANTEE PERIOD AND FINAL ACCEPTANCE A. Duration of Guarantee 1. Lawns shall be guaranteed for a period of one (1) year from_the date of provisional acceptance to be in good, healthy, and flourishing condition. C73130C 02930-5 Bryn Mawr System Improvements 2. Replace defective materials noted and upon completion of replacements, final acceptance will be verified in writing by the Engineer. END OF SECTION • C73130C 02930-6 Bryn Mawr System Improvements SECTION 02950 TREES, SHRUBS AND GROUND COVER PART 1 -GENERAL 1.01 DESCRIPTION A. This Section specifies the requirements for trees, shrubs and ground covers for maintaining existing landscape or the placement of new landscape. Existing landscape is to be maintained according. Replacement landscape plants are only to be provided when existing plants are not removed, maintained, and replanted in acceptable condition by the contractor. 1.02 QUALITY ASSURANCE A. General 1. All replacement plant material shall be nursery grown under climate conditions similar to or hardier than at the site and meet or exceed applicable American Association of Nurserymen (AAN) Standards. 2. Replacement plants shall be of normal habit of growth, healthy, vigorous, and free of disease, insects, insect eggs and larva. 3. Measurements shall be taken with all branches in their normal growing position. 4. Prune no plants prior to delivery to site. 5. Trees shall not be broken nor bark bruised, cut, or removed in any manner. B. Standards 1. Measurements, caliper, branching, grading, quality, balling and'bur-lapping shall follow the American National Standards as defined by the American Association of Nurserymen in the American Standard for Nursery Stock(ASNS),ANSI Z60.1-1986, latest edition. 1.03 SUBMITTALS A. Procedures 1. Section 01300 B. Plant Materials 1. Replacement Plant Procurement a. Verify all sources of supply to insure that all plants of the species, size and quality specified are available. It is the Contractor's responsibility to locate plant materials. b. Submit samples of all plant material to the Engineer for acceptance prior to shipment to site. Color photographs may be acceptable. C73130C 02950-1 Bryn Mawr System Improvements c. When requested by the Engineer, produce sale receipts for nursery stock and certificates of inspection from required authorities. 2. Replacement Planting Quantity: The total number of replacement plants provided shall be the same as those destroyed during construction. Existing plants may be removed, maintained, and replaced provided they are in good health and acceptable condition. 3. Substitutions a. Substitutions are strongly discouraged. No substitutions shall be made without the written approval of the Engineer. Requests for substitutions must be accompanied by written proof from at least 5 sources (major suppliers) that any plant is not available. C. Maintenance Schedule 1. Submit maintenance schedule for all plants during the guarantee period. Schedule shall include at a minimum watering, fertilizing, inspection and replacement. 1.04 DELIVERY, STORAGE, AND HANDLING A. All plant material shall be transported to planting locations with care to prevent damage. Tie back branches as necessary, and protect bark from chafing with burlap bags. Do not drag plant material along ground without proper protection of roots and branches. B. If planting is delayed more than 24 hours after delivery, set balled and burlapped plants on the ground, well protected with soil or wet peat. Adequately-cover all roots of bare root material with soil or wet peat. Protect rootballs from freezing, sun, drying winds or mechanical damage. Water as necessary until planted. Do not heel in plants for more than one (1)week. C. Special Handling of Trees Three (3) Inch Caliper and Larger 1. Lift all trees by rootball only. Secure on pallet as necessary to avoid breaking root ball. 2. No bark scars will be accepted. Protect bark from cables and lines with burlap cover or rubber mat. Tie back branches as necessary to avoid breakage during installation. 1.05 PROJECT/SITE CONDITIONS A. Planting Time 1. Balled and Burlapped Stock a. Plant during periods which are normal for such work, as determined by season, weather conditions and accepted practice. 2. Do not plant when ground is frozen or excessively wet. B. Disposal of Waste Materials 1. Remove all plastic labels, materials, and synthetic burlap from planting pit, after plant is in place. Remove from site. C73130C 02950 -2 Bryn Mawr System Improvements PART 2 -PRODUCTS 2.01 REPLACMENT PLANT MATERIAL A. Condition of Replacement Plants 1. All plants shall be from stock which has been acclimated to conditions similar to those at the project 'site and which have been consistently cultivated and grown in these conditions. No cold storage plants. B. Replacement Trees and Shrubs 1. Trees a. Straight trunks with leader intact, undamaged and uncut. Rootball diameter shall be in accordance with ASNS. 2. Replacement plant materials shall be sound, healthy and vigorous; well-branched and densely foliated when in leaf; free from disease, insect pests, eggs or larva and with healthy, well developed root systems. C. Balled and Burlapped Stock 1. Dig with firm, natural, balls of earth of sufficient diameter and depth to encompass fibrous and feeding root system. 2. Wrap root balls firmly with burlap and bind with twine or wire mesh. D. Container Stock 1. Grown in delivery containers for not less than six (6) months but not more than two (2) years. 2. Root bound conditions and broken balls of earth will not be allowed. Do not handle by trunks, stems or tops. - 2.02 TREE STAKING MATERIALS - A. Deciduous and Coniferous Trees • 1. Stake trees with two (2) -2 inch x 2 inch cedar or fir wood stakes (see detail for length). Attach to tree with wire tie loops (four(4) times diameter of tree), and 3/4" diameter black rubber garden hose to protect tree trunk. 2.03 FERTILIZER AND BARK MULCH FOR TREES, SHRUBS AND GROUND COVERS A. Fertilizer 1. (6-10-8)as produced by Pacific Agro or approved equal. B. Bark Mulch 1. Ground Fir or Hemlock bark of uniform color free from weed seeds, sawdust and splinters. Mulch shall not contain resin, tannin, wood fiber or other compounds detrimental to plant life. Moisture content of bagged mulch not to exceed 22 percent. Size range of 1/2"to 1-1/4"with a maximum of 20 percent passing 1/2"screen. C. Cultivate soil to remove all existing weeds and grass. Apply two (2) to three (3) inch layer of bark mulch throughout planting bed for shrubs and ground covers, and in a minimum three (3) foot radius circle around trunk of each tree. See landscape details for depth of bark mulch. C73130C 02950-3 Bryn Mawr System Improvements 2.04 TREE WRAP A. Tree wrap to be placed on trees planted in fall and removed by the following spring. Tree wrap to extend from base to second set of branches. PART 3 -EXECUTION 3.01 INSPECTION A. Inspection of Trees and Shrubs/for Replacement 1. The Engineer may visit nursery location with the Contractor to select and tag all specimen plant materials. This would include trees over two and one-half(2-1/2) inch in caliper and shrubs over thirty-six(36) inches in height. 2. The Contractor shall locate specimen plant materials and be present for inspection of plants at source. Request the visit at least seven (7) days in advance of the desired inspection date. 3. Inspection, and acceptance of all plants, prior to planting is mandatory and the Engineer reserves the right to reject any or all plant material at any time until final inspection and acceptance. 3.02 INSTALLATION A. General 1. Notify the Engineer of all subsurface draining or soil conditions detrimental to growth or survival of plant material. B. Trees and Shrubs 1. Locations of all trees shall be inspected and accepted by the Engineer prior to planting. Indicate the location of each tree with a two (2) inch square by two (2) foot long wood stake or wire stake with flag. Place containerized or balled-and burlapped shrubs in proposed locations for,observation by Engineer prior to planting. `Begin planting after approval of locations by the Engineer. 2. Procedure for Planting a. Apply (6-10-8) fertilizer to backfill at one (1) pound per inch caliper of tree and at 30 pounds per 1,000 square feet for shrubs. b. Add native soil to bottom of plant pit and tamp firmly to prevent settlement. Place plant in pit in upright condition and remove binding of upper one-third of balled and burlapped stock and loosen burlap or release root covering and spread roots of container and bare root plant. c. Fill planting pit to two-thirds depth and tamp with foot. Flood holes with sufficient water. d. After surplus water drains off, fill hole to finish grade with backfill and form soil basin around each plant. Tamp soil firmly and add bark mulch. Stake tree. C. Ground Cover 1. Place plants in containers in proposed locations for observation by Engineer prior to planting. An area of approximately 1,000 square feet should be laid out showing a typical C73130C 02950-4 Bryn Mawr System Improvements configuration. Engineer reserves the right to field adjust plant locations prior to planting. Begin planting after approval of locations by Engineer. a. Clean ground cover areas of all extraneous material. b. Apply 6-10-8 fertilizer to amended soil at 30 pounds per 1,000 square feet for ground cover areas. c. Dish out plant pockets in staggered rows. Set plants to grade, laying plant at 45 degree angle with slope before backfilling with amended soil. d. Cover ground cover beds with bark mulch after completion of planting. 3.03 PROTECTION A. Protect against harm from wind, trespassing and damage. Provide safeguards and protection. Replace damaged portions promptly and as specified. 3.04 PRUNING AND REPAIR A. After installation, all plant material shall be pruned in conformance with the best horticultural practice, appropriate to the type of plant. Top pruning shall remove all damaged twigs and branches, and compensate for loss of roots during planting operation. Top growth removal to compensate for root loss shall not exceed one-fourth (1/4) of the top growth unless otherwise specified or directed by the Engineer. _ B. Pruning shall be done in such a manner as not to change the natural habit or shape of the plant. All cuts shall be made flush, leaving no stubs. Cuts over three-fourths (3/4) inch diameter shall be treated with an approved tree wound dressing. Pruning shall produce a clean cut without bruising or tearing the bark and shall be in living wood where the wound can heal over properly. Evergreen plants shall not be pruned except to remove dead or broken branches. 3.05 MAINTENANCE AND CLEANUP A Site Maintenance 1. Maintenance shall coincide ,with and be continuous during• planting operations. Maintenance shall continue until all planting is complete and accepted to establish thriving plants. 2. During the period of construction, the Contractor shall keep all areas of construction and items of work clean and in good condition. Keep areas free of trash and debris; keep concrete pavements swept clean; and maintain mulched, neat and orderly planting areas. B. Cleanup 1. Prior to provisional or final inspection, the Contractor shall clear the project site of all debris, clippings, and discard materials. 3.06 INSPECTION AND ACCEPTANCE OF PLANTINGS A. Request for Inspection 1. Notify the Engineer at least three (3) days before anticipated inspection. B. Acceptance of Work C73130C 02950 -5 Bryn Mawr System Improvements 1. Upon completion of all repairs, the Engineer shall verify provisional acceptance of planting materials to 11 the Owner. Provisional acceptance of plant materials shall constitute the beginning of the guarantee period. 3.07 GUARANTEE PERIOD AND FINAL ACCEPTANCE A. Duration of Guarantee 1. Plant materials shall be guaranteed for period of one (1) year, unless otherwise specified, from the date of provisional acceptance to be in good, healthy, and flourishing condition. 2.. Replace defective., plant..materials noted and upon completion of replacements, final acceptance..will.be verified-in writing by the Engineer. END OF SECTION • C73130C 02950 -6 Bryn Mawr System Improvements **************************************************************** City of Renton WA Receipt **************************************************************** Receipt Number: R9708249 Amount: 2 , 514 . 08 12/31/97 09 :50 Payment Method: CHECK Notation: #644459 KING CO Init : LMN Project LUA97-195 Type: LUA Land Use Actions Total Fees : 2, 514 . 08 This Payment 2 , 514 . 08 Total ALL Pmts : 2 , 514 . 08 Balance: . 00 **************************************************************** Account Code Description Amount 000 . 345 . 81 . 00 . 0006 Conditional Use Fees 2 , 000 . 00 000 . 345 . 81 . 00 . 0016 Shoreline Subst Dev 500 . 00 800 . 05 . 519 . 90 .42 . 1 Postage 14 . 08 • 11 -05 ( y) fi BRYN MAWR SYSTEM IMPROVEMENTS CONTRACT NO. 073130C DEPARTMENT OF NATURAL RESOURCES WASTEWATER TREATMENT DIVISION King County RECEIVED DEC 3d 7997 OCTOBER 1997 DEVELOPMENT PLANNING CITY OF RE"NTON PERMIT SUBMITTAL 44 . GARRY` STRUTHERS ASSOCIATES, INC. • and._ Associated Firms ...,_ .L BRYN MAWR SYSTEM IMPROVEMENTS .............................. . ............................. ........................... ............................ ........................... ........................... .....:......:....::::::::::,.....,.: kt::_-s>s:;_al PROPOSED BRYN MAWR SIPHON —. PROPOSED BRYN MAWR TRUNK LYNNWOOD EASTSIDE INTERCEPTOR (EXISTING) SNOHOMISH CO. -- -- -- + Tor KING CO. ULSB❑ REDMOND 'I P Lake �f • _ ' Washington •`•• �C9 .: .•:• �. """'• SEATTLEVip, i��i BREM T❑ ': : : 113TH ST O BOAT LAUNCH �� 0�5F 11:1 \ .................. RENTON �1.1�ri7 BOEING 1 QUKWIL CITY LIMIT. A RENTON y PLANT R.NTON a G� r+ \\ill. VASHON) .-:. 1201Ti ST z z8T ISLAND ... SITE LOCA • i� c T „„„ /0• • ••••••• KENT z C) it ,, ,MAPLE pZaVALLEY v �_ 7icir • 724TH ST ¢ 6TH ST ion .:......... ..:. © liii REIJTON ..,.. ..... -\ • AUBURN / / MEMORIAL • • HS STADIUM ............• .. .•. •.................... ......... .•.•"•••. ... •••• ..: 0 Q =KING CO. _.-1/2, -13$0- m ,. < IIIMINIale,1:11° PIERCE CO. v, �. .. .4 ,,, ., TACOMA ` 51---- N A®IRPO AIRPORT WY P`�'P% �' o'® `��" . . .• :__ z-J n NW 2 DST ���® Si y� y, ..1 ~Z 50�� .:rl r •' •:av� �n4 TZo 5 TODIN U ........... al• S VICTORIA Si a , , P� z tL O `�' W _NW O N Q VICINITY MAP LOCATION MAP LL NO SCALE NO SCALE PERMIT Q= I SUBMITTAL j 9AEVATIO DESIGNED: CHECKED: DEPARTMENT OF NATURAL RESOURCES DATE: ELEVATION D EQUALS MEANS •'x EA LEVEL 19Z9 USC k GS `ADJUSTED 19K7J r - KING COUNTY PIPE: K.J.D. © BRYN MAWR SYSTEM IMPROVEMENTS ♦ GARRY STRUTHERS ASSOCIATES, INC. ELEVATION 100 EQUALS DRAWN: SCALE: FILE NO: 40 3150 Richards Rood, Suite 100 MEANS SEA LEVEL 19Pp USC k GS(SEA STEDLEVEL 1917) 192 Bellevue, WA 98005-4446 Q.D.H. VICINITY MAP AND Phone: (425) 519 0300 I� RECOMMENDED: NONE DRAINING NO: . ♦ Fax: (425) 519-0309 ` CONTRACT NO: King County LOCATION MAP G100 APPROVED:o No. REVISION BY APP•D DATE COORDINATES BEARINGS ARE C731 30C SHEET NO: OF BASEDON WSSE CO- 1 � O ORDININ NORATE SYSIEM NORTN ZONE -- �� ��` DRAWING INDEX DRAWING SHEET TITLE NO NO r- `� 45•BEND 50JA EXISTING INVERTED SIPHON PHON INLET TO REMAIN IN SERVICE TON STA 58+45.47 / N 185913.37 \`` H. E 1297744.06 ii_ G100 1 VICINITY MAP AND LOCATION MAP Sys , Ft. J) -�j�BEND R x W \0� N11B597 42963 G101 2 KEY MAP AND DRAWING INDEX . �i �129775 .8 LAKE WASHINGTON ��� ♦ G102 3 ABBREVIATIONS, STANDARD SYMBOLS AND LEGEND `_��� G103 4 GENERAL NOTES AND CONSTRUCTION NOTES c T- DNyT'.569756• �'� STA 42+fi5.94 C101 5 PLAN AND PROFILE STA. 00+00 TO 5+00 I 802.6 t N 185712.fi6 ,`� ', E 1398940.69 11 4(BEND NJ \1 C102 6 PLAN AND PROFILE STA. 5+00 TO 10+00 ST 09tLj MH R01-41C ( STA 42+50.94 12-787908 /\ �` C110 N IB529B.77 / 1298946.91 C103 7 PLAN AND PROFILE STA. 10+00 TO 14+03,86 C104 8 PLAN AND PROFILE STA. 14+03.86 TO 19+00 5'BEND IIJ X FL22 1/2Bf{ND(R NJ) EpSnNr,MH ROt-42 C1O5 9 PLAN AND PROFILE STA. 19+00 TO 24+00 /1 STA 52+31.84 STA 337.07• E i29i9°iaH ROt-4 C106 10 PLAN AND PROFILE STA. 24+00 TO 29+00 1 STA 39+91 IN 1299051 129905+6.0 •-• I R•NTON C107 11 PLAN AND PROFILE STA. 29+00 TO 34+00 CITY LIMITS MH R01-41 STA}9+66.0 C108 12 PLAN AND PROFILE STA. 34+00 TO 39+00 N 184943.13 E 1299073.43 C109 13 PLAN AND PROFILE STA. 39+00 TO 42+65.94 MH RO1-41 STA 34+13.5 C110 14 PLAN AND PROFILE STA. 42+65.94 TO 47+00 N 1:4 1 . • E 1299172.35 C111 15 PLAN AND PROFILE STA. 47+00 TO 52+00 C112 16 PLAN AND PROFILE STA. 52+00 TO 56+00 C113 17 PLAN AND PROFILE STA. 56+00 TO 61+09.71 O • 37'373 Itli C114 18 RENTON SEWER CONNECTION DETAIL C115 19 SITE PLANS: SIPHON OUTLET & SIPHON INLET STRUCTURES C120 20 T.E.S.C. AND RESTORATION PLAN STA 0+00 TO 10+00 vo r ,1, 11�11 C121 21 T.E.S.C. AND RESTORATION PLAN STA 10+00 TO 19+00 MHI-40 STA 2RO8+97.1 P\ C122 22 T.E.S.C. AND RESTORATION PLAN STA 19+00 TO 29+00 N 184009.06 7 E 1299287.99 11 .t 1 C123 23 T.E.S.C. AND RESTORATION PLAN STA 29+00 TO 39+00 Q C124 24 T.E.S.C. AND RESTORATION PLAN STA 39+00 TO 47+00 C125 25 T.E.S.C. AND RESTORATION PLAN STA 47+00 TO 56+00 MH R01-63 i C126 26 T.E.S.C. AND RESTORATION PLAN STA 56+00 TO 61+09.71 STA 23+98.2 N 129940056 C130 27 T.E.S.C. EROSION/SEDIMENTATION DETAILS C131 28 DETAIL SHEET 1: MANHOLE AND 24" DIA. LOCKING FRAME & COVER MH R01-62 STA 20+52.1 C132 29 DETAIL SHEET 2: CURB AND TRENCH N 123104. 11 .5 \ II I E 189947 .53 C133 30 DETAIL SHEET 3: SIPHON OUTLET STRUCTURE C134 31 DETAIL SHEET 4: SIPHON INLET STRUCTURE DETAILS & SECTION MH R01-61 vl STA 16+26.1 9 E 1299466.07 C135 32 DETAIL SHEET 5: FLOW METER VAULT & MISCELLANEOUS DETAILS C136 33 DETAIL SHEET 6: MISCELLANEOUS DETAILS NH ROI-60 i \ C137 34 DETAIL SHEET 7: WATER TIGHT LOCKING MANHOLE FRAME & COVER STA 14+03.86 LL N 1B2S34.821� ctW cto2J c dt _ �x. S1 O1 35 STRUCTURAL NOTES E 1299459.66 w} a D j t� Y _ S102 36 EASTSIDE INTERCEPTOR CONNECTION"" oo MHRII - Z_ MM R01-5B 'arm V o C3 STA 114 STA 7+65.4 5 STA 4.26.0 W IMH R 1-32 S103 37 DETAILS �, Z0 ,� w �R STA DES+at x o N 1825 8 N 182 1 64 w E 129975.78 E 1300132.22 E 170047N6 .y „__, K -U f1a o R. 0 I �vv PERMIT <Z SUBMITTAL DESIGNED: CHECKED: DEPARTMENT OF NATURAL RESOURCES DATE. £ 4SA. CARRY STRUTHERS ASSOCIATES, INC. K.J.D. BRYN MAWR SYSTEM IMPROVEMENTS OCTOBER 1997 3150 Richords Rood, Suite 100 DRAWN: SCALE: Q FILE No: Bellevue, WA 98005-4446 C.G.H, KEY MAP AND DRAWING NO: 5, Phone: (425) 519-0300 RECOMMENDED: NONE DRAWI Fox: (425) 519-0309 CONTRACT I/O, King CountyE. DRAWING INDEX G 101 No. REVISION BY APPD DATE APPROVED: C73130C SHEET NO: OF , 2 ABBREVIATIONS ABBR ABBREVIATE(D) CL CENTER LINE, CHLORINE, CURRENT LIMITING DIFF DIFFERENTIAL FM FORCE MAIN MAIL MATERIAL REQD REQUIRED ACT ACTIVATED CHAM CHAMFER DIM DIMENSION(ED) FWD FORWARD MAX MAXIMUM RET RETAIN(ING) L. ADPT ADAPTER CH CHANNEL, CABINET HEATER DISCH DISCHANGE(ED) FDN FOUNDATION MECH MECHANICAL RETW RETAINING WALL AD ADDENDUM CV CHECK VALVE, CONTROL VALVE DISC DISCONNECT FURN FURNISHED MJ MECHANICAL JOINT RT RIGHT ADD ADDITIONAL CHEM CHEMICAL DN DOWN FUT FUTURE MED MEDIUM RH RIGHT HAND ADH ADHESIVE CO CLEANOUT DWG DRAWING GALV GALVANIZED MTL METAL R/W RIGHT-OF-WAY ADJ ADJUSTABLE CLR CLEAR, CLEARANCE DAB DRILLED ANCHOR BOLT GSKT GASKET MIN MINIMUM RDWY ROADWAY AGG AGGREGATE CLK CLOCK DIP DUCTILE IRON PIPE GV GATE VALVE MISC MISCELLANEOUS SAF SAFETY _ AMB AMBIENT COMPT COMPARTMENT EE EACH END, ENGINE EXHAUST GA GAUGE MIX MIXTURE SAN SANITARY SEWER ANSI AMERICAN NATIONAL STANDARDS INSTITUTE COMP COMPLETE(TION), COMPACTION) EF EACH FACE, EXHAUST FAN GEN GENERAL, GENERATOR METRO MUNICIPALITY OF METROPOLITAN SEATTLE SCH SCHEDULE ANC ANCHOR COMPR COMPRESSOR EW EACH WAY GL GRADE LINE WTR-C2 NONPOTABLE CITY WATER SEC SECOND, SECONDARY AB ANCHOR BOLT CAD COMPUTER AIDED DESIGN EWEF EACH WAY EACH FACE GBV GLOBE VALVE C2 NONPOTABLE CITY WATER SECT SECTION AGV ANGLE GATE VALVE CADD COMPUTER AIDED DESIGN & DRAFTING EA EACH GR GROOVED NRS NONRISING STEM SEW SEWER AV ANGLE VALVE, ACID VENT CMA COMPUTER-MANUAL-AUTO CONTROL STATION ESMT EASMENT GRTG GRATING N NORTH SK SKETCH AVE AVENUE CONt., CONCRETE I EAST UNU GROUND N/A HOT-APPETCABLE SL SLOPE ARCH ARCHITECT(URAL) CCP CONCRETE CYLINDER PIPE ELL ELBOW GRT GROUT NIC NOT IN CONTRACT S SOUTH ASTM AMERICAN SOCIETY FOR TESTING MATERIALS CCSP CONCRETE LINED & COATED STEEL PIPE EL ELEVATION (ELEV.) GD GUARD NTE NOT TO EXCEED SPC SPACE AUX AUXILLARY CMU CONCRETE MASONRY UNIT EMBD EMBEDDED, EMBEDMENT HH HAND HOLE NTS NOT TO SCALE SPG SPACING AVG AVERAGE CNDS CONDENSATE EMER EMERGENCY HS HAND STATION 0/C ON CENTER SQ SQUARE BPR BACK PRESSURE REGULATOR CND CONDUIT ENCL ENCLOSURE H HAND OHP OVERHEAD POWER SS SANITARY SEWER B/B BACK TO BACK CONN CONNECT(OR)(ION) EC END OF CURVE HDWR HARDWARE OPNG OPENING STD STANDARD BK BACK, BOOK CONST CONSTRUCT(ION)(ED) ENGR ENGINEER HDR HEADER ORIG ORIGINAL STA STATION BCFV BACKFLOW CHECK VALVE CJ CONSTRUCTION JOINT ENTR ENTER, ENTRANCE HT HEIGHT OA OVERALL STG STARTING BFP BACKFLOW PREVENTER COTR CONTACTOR EQ EQUAL HI HIGH OVFL OVERFLOW STL STEEL BAC BACTERIA. BACTERIOLOGICAL CONT CONTINUE(D), CONTROL, CONTINUOUS EQUIP EQUIPMENT HWTR HIGH WATER PVT PAVEMENT STS STORM DRAIN SEWER BALV BALANCING VALVE CONTR CONTRACT(OR) EQD EQUIPMENT DRAIN HORIZ HORIZONTAL (HOR) PERM PERMANENT STRUCT STRUCTURE BV BALL VALVE CORP CORPORATION EQUIV EQUIVALENT N NCH PHASE PHASE SW SOUTHWEST BSN BAR SCREEN CRE CORROSION RESISTANT EST ESTIMATE(D) NFO NFORMATION PIVC PT OF INTERSECTION OF VERTICAL CURVE TAN TANGENT BM BEAM, BENCHMARK CORR CORRUGATED EXC EXCAVATION D NSIDE DIAMETER PSI POUNDS PER SQUARE INCH TEL TELEPHONE BRG BEARING CMP CORRUGATED METAL PIPE EXIST EXISTING F NSIDE FACE PT POINT T.E.S.C. TEMPORARY EROSION SEDIMENTATION CONTROL BTD BEARING TEMPERATURE CTR COUNTER ES EXISTING SURFACE NSTL NSTALL PVC POLYVINYL CHLORIDE TYP TYPICAL BTWN BETWEEN CCW COUNTER CLOCKWISE EJ EXPANSION JOINT NT NTERIOR, INTERNAL PC PORTLAND CEMENT UG UNDERGROUND BCR BEGINNING OF CURVE CENTER CSK COUNTERSINK(SUNK) EXT EXTERIOR NVEL NVERT ELEVATION (IE) POS POSITION UN UNION BLK BLACK, BLOCK(ING) CPLG COUPLING EX EXTRA NV NVERT, INVERSE PP POWER POLE UP UTILITY POLE BF BLIND FLANGE CRN CRANE FAB FABRICATE(D)(TION) JT JOINT P/S PRE-STRESSED V VALVE BO BLOWOFF XLP CROSS-LINKED POLYETHYLENE F FACE JF JOINT FILLER P/C PRECAST CONCRETE VC VERTICAL CURVE BC BOLT CIRCLE, BEGIN CURVE CUFT CUBIC FEET (FOOT) FF FAR FACE, FINISHED FLOOR KIP 1,000 POUNDS QTY QUANTITY VCP VITRIFIED CLAY PIPE BOP BOTTOM OF PIPE CFH CUBIC FEET PER HOUR FS FAR SIDE LB POUND QTR QUARTER VOL VOLUME BLVD BOULEVARD CFM CUBIC FEET PER MINUTE FED FEDERAL LVL LEVEL R RADIUS, RISER WTR WATER BKT BRACKET CFS CUBIC FEET PER SECOND FRP FIBERGLASS REINFORCED PLASTIC LL LOW LEVEL RR RAILROAD WF WIDE FLANGE BLDG BUILDING CUIN CUBIC INCH FIG FIGURE. LW LOW WATER REC RECEIVE W/ WITH BUV BUTTERFLY VALVE CUM CUBIC METER FLT FILTER, FLOAT LWL LOW WATER LEVEL RECD RECEIVE W/O WITHOUT BP BYPASS CUYD CUBIC YARD FCR FINE CRUSHED ROCK LWR LOWER RED REDUCE, REDUCER W WEST CDF CONTROL DENSITY FILL CYL CYLINDER FIN FINISHED MACH MACHINE REF REFERENCE CI CAST IRON DEC DECREASING FTNG FITTING MAINT MAINTENANCE REG REGULATE(OR)(ED) CIP CAST IRON PIPE DEPT DEPARTMENT FIX FIXTURE MGMT MANAGEMENT REINF REINFORCE(ED)(ING) CEM CEMENT DESCR DESCRIBE FCA FLANGE COUPLING ADAPTER MH MANHOLE R/C REINFORCED CONCRETE CMC CEMENT MORTAR COATED DSGN DESIGN FLG FLANGE(D) MAN MANUAL RCP REINFORCED CONCRETE PIPE CML CEMENT MORTAR LINED DET DETAIL FLEX FLEXIBLE MFD MANUFACTURED REBAR REINFORCING BAR (CONCRETE) CTR . CENTER DIAG DIAGRAM FL FLOOR LINE, FLOW LINE MFR MANUFACTURER RESTL REINFORCING STEEL �/p C/C CENTER TO CENTER DIA DUCTILERIRON-PIPE FTG FOOTING FT FOOT, EET M/L MATCHMFG ALINE.ING REPL REPLACE(ED)REM ) TYPICAL f ICAL SECTION AND--- - - - --- REQ REQUIRE((ING) STANDARD SYMBOLS DETAIL NUMBERING SYSTEM //�� NATURAL GROUND OR GRADE '\/` STREET LIGHT OHP OVERHEAD POWER LINE EDGE OF TRAVELED WAY, - ] [ ABANDON & PLUG PIPE �" i INVISIBLE OR HIDDEN LINE `X\X TEL BURIED TELEPHONE CABLE " HANDRAIL POWER VAULT (1) SECTION CUT TAKEN ON SHEET 20 \��/�� NATURAL GROUND OR GRADE ® VALVE TS TRAFFIC SIGNAL CONDUIT �., G NATURAL GAS SURVEY MONUMENT OR IS DIRECTIONO SECTION SECTION LETTER DRAINAGE DITCH PERMANENT BENCH MARK IS LOOKING 1 .�:'�t•-'T.] (WITH FLOW DIRECTION) 6 EY.A • ROCK P FIRE HYDRANT i1 NEW FORCE MAIN, EXISTING MANHOLE DRAWING ON WHICH 20 20 SEWER OR WATER -- OUTLINE OR BOUNDARY SECTION WAS TAKEN— .."----DRAWING ON WHICH CONCRETE WATER METER BOX O NEW MANHOLE SECTION APPEARS 125 EXISTING CONTOUR \V BREAKLINE (2) SHEET 20 SHOWS THE SECTION & IS IDENTIFIED AS BELOW PRECAST CONCRETE (SECTION) ❑ CATCH BASIN OR INLET 125 PROPOSED CONTOUR A GRID LINE *BH-1 SOIL BORING & DESIGNATION SECTION LETTER ;00���� I I UTILITY VAULT IDENTIFIER ����� ^yB CONSTRUCTION EASEMENT © UTILITY NOTE SCALES 1 1 0 2�� O AA�pA��1♦• CONCRETE BLOCK f DECIDUOUS TREE & SIZE s--s-o�l ttww G DRAWING ON WHICH J DRAWING ON WHICH CENTER LINE OF PIPE OOOO°°OO0000O WOOD POSTS ® WATER OR GAS METER SECTION WAS TAKEN SECTION APPEARS j//�j� BRICK EVERGREEN TREE & SIZE EXIST. LIGHT POLE (3) DETAILS ARE CROSS-REFERENCED - CENTER LINE OF ROAD IN A SIMILAR MANNER, EXCEPT THAT DETAILS ARE IDENTIFIED 'line?°`�` BY NUMBER RATHER THAN BY (!�w$! !; CHECKER PLATE ® COORDINATE CALL OUT - - POWER POLE LETTER -- PROPERTY LINE --�-- GRATE 27"STS STORM DRAIN & SIZE _ LIMITS OF CONSTRUCTION - ---- SECTION OR -_-- ---- SUBDIVISION LINE " x TEMPORARY CONSTRUCTION FENCE •- - 10"SS SANITARY SEWER & SIZE - EXISTING ASPHALT PAVEMENT PERMANENT EASEMENT BOUNDARIES OUTLINE EXIST. ' 27" SS EXISTING SANITARY SEWER INSTALLATION M57+00 = MONUMENT LINE STATION =,- , SOD OR SEEDING RESTORATION �r _ _ __ w 36" SS • CEMENT CONCRETE PVT f t Z r - PROPOSED SANITARY SEWER - - ,l - --- o o (NO CURB) 57+00 = PIPE LINE STATION - _ F CC LANDSCAPE RESTORATION 4"W WATER MAIN & SIZE - x z o _ x % EXISTING FENCE \���/ \���/ \���/ WETLANDS SYMBOL - z -0 15"IW 15" INDUSTRIAL WATER LINE a • ij��i�i�ij��L� ROCKERY WALL — ' — - -.-'f4' z_ rn 1 2"F FIRE MAIN & SIZE EXIST. CULVERT/PIPE WETLANDS BOUNDRY o N U E x P BURIED POWER CABLE SILT FENCE cxi x X X r PERMIT �_ L SUBMITTAL J - - DESIGNED: CHECKED: DATE: DEPARTMENT OF NATURAL RESOURCES �, GARRY STRUTHERS ASSOCIATES, INC. K.J.D. BRYN MAWR SYSTEM IMPROVEMENTS OCTOBER 1997 3150 Richards Road, Suite 100 DRAWN: SCALE: FILE NO: Bellevue, WA Road, 4446 G.G.H. ABBREVIATIONS, STANDARD Phone: (2 93000 RECOMMENDED: NONED�wN Fax: (425)5) 519-0309 CONTRACT NO: King County SYMBOLS AND LEGEND Cl 02 APPROVED: No. REVISION BY APP'D DATE C73130C SHEET NO: OF 3 • GENERAL NOTES: TEMPORARY EROSION / SEDIMENTATION CONTROL NOTES: ..- 1. HORIZONTAL DATUM BASED UPON THE STATE PLANE GRID SYSTEM, NORTH 1. APPROVAL OF THIS TEMPORARY EROSION/SEDIMENTATION CONTROL PLAN (TESCP) DOES NOT CONSTITUTE ZONE, NAD 83/91. AN APPROVAL OF PERMANENT ROAD OR DRAINAGE DESIGN (E.G. SIZE AND LOCATION OF ROADS, PIPES, 2. VERTICAL ELEVATIONS ARE BASED ON METRO DATUM WHICH IS NVGD (USC & RESTRICTORS, CHANNELS, RETENTION FACILITIES, UTILITIES, ETC.) 5 GS GEODETIC MEAN SEA LEVEL) PLUS 100 FEET. 2. THE IMPLEMENTATION OF THESE TESCP AND THE CONSTRUCTION, MAINTENANCE, REPLACEMENT, AND 5 3. EXISTING UTILITIES AND OTHER SUBSURFACE INFORMATION SHOWN ON THE UPGRADING OF THESE FACILITIES IS THE RESPONSIBILITY OF THE APPLICANT/ CONTRACTOR UNTIL ALL PLANS IS NOT GUARANTEED TO BE ACCURATE OR COMPLETE. THE CONTRACTOR CONSTRUCTION IS APPROVED. SHALL LOCATE ANY SUBSURFACE OBJECTS THAT MAY AFFECT OR CONFLICT WITH 3. THE BOUNDARIES OF THE CLEARING LIMITS SHOWN ON THIS PLAN SHALL BE CLEARLY FLAGGED IN THE FIELD THE WORK OF THIS CONTRACT. PRIOR TO CONSTRUCTION. DURING THE CONSTRUCTION PERIOD, NO DISTURBANCE BEYOND THE FLAGGED 4. A COPY OF ALL DESIGN STANDARDS SPECIFIED FOR THE USE ON SITE SHALL CLEARING LIMITS SHALL BE PERMITTED. THE FLAGGING SHALL BE MAINTAINED RY THE BE-AVAIL-ABL-EIN-THE-CONTRACTOR'S-OFFICE AT ALCT1ME . APPLICANT/CONTRACTOR FOR THE DURATION OF THE CONSTRUCTION. 5. THE CONTRACTOR SHALL PROVIDE AND MAINTAIN TEMPORARY SEDIMENTATION 4. THE TESCP FACILITIES SHOWN ON THIS PLAN MUST BE CONSTRUCTED PRIOR TO ALL CLEARING THE COLLECTION AND EROSION CONTROL FACILITIES AND POLICIES , TO ENSURE THAT GRADING ACTIVITIES, AND IN SUCH A MANNER AS TO INSURE THAT SEDIMENT LADEN WATER DOES NOT 4 EROSION OF THE SITE DOES NOT OCCUR AND THAT SEDIMENT-LADEN WATER ENTER THE DRAINAGE SYSTEM OR VIOLATE APPLICABLE WATER STANDARDS. ► DOES NOT LEAVE THE SITE. FACILITIES AND POLICIES SHALL BE ADJUSTED AS 5. THE TESCP FACILITIES SHOWN ON THIS PLAN ARE THE MINIMUM REQUIREMENTS FOR ANTICIPATED SITE SEASONAL CHANGES OCCUR AND AS SITE CONDITIONS CHANGES. CONDITIONS. DURING THE CONSTRUCTION PERIOD, THESE TESCP FACILITIES SHALL BE UPGRADED E.G. 6. THE CONTRACTOR SHALL PROVIDE CONTINUAL, RATHER THAN PERIODIC, ADDITIONAL SUMPS, RELOCATION OF DITCHES AND SILT FENCES, ETC.) AS NEEDED FOR UNEXPECTED MAINTENANCE AND CLEANING OF THE WORK AREA, THE ROADS AND FACILITIES STORM EVENTS AND AS THE CITY REQUIRES. USED BY THE CONTRACTOR, AND THE SUBCONTRACTOR, AND THOSE PORTIONS OF THE CONTRACTOR'S YARD AND THE LAY-DOWN AREA USED BY THE 6. THE TESCP FACILITIES SHALL BE INSPECTED DAILY BY THE APPLICANT/CONTRACTOR AND MAINTAINED AS CONTRACTOR AND THE SUBCONTRACTORS. NECESSARY TO ENSURE THEIR CONTINUED FUNCTIONING AND OPERATION. 7. THE CONTRACTOR SHALL PREVENT CONSTRUCTION DEBRIS FROM ENTERING 7. ANY AREA STRIPPED OF VEGETATION, INCLUDING ROADWAY EMBANKMENT, WHERE NO FURTHER WORK IS NEARBY WATERWAYS AND WETLAND AREAS. ANTICIPATED FOR A PERIOD OF 2 DAYS, SHALL BE IMMEDIATELY STABILIZED WITH THE APPROVED TESCP 4 8. CONSTRUCTION EQUIPMENT SHALL BE CONTINUOUSLY MAINTAINED IN TOP METHODS (E.G. SEEDING, MULCHING, NETTING, EROSION BLANKETS, ETC.) GRASS SEEDING ALONE WILL BE 4 WORKING ORDER AND FREE FROM LEAKING FLUIDS. EQUIPMENT WHICH, IN THE ACCEPTABLE ONLY DURING THE MONTHS OF APRIL THROUGH OCTOBER INCLUSIVE. SOLE OPINION OF THE ENGINEER, IS IN POOR OPERATING CONDITION, SHALL BE B. ANY AREA NEEDING TESCP MEASURE, NOT REQUIRING IMMEDIATE ATTENTION, SHALL BE ADDRESSED WITHIN REMOVED FROM THE SITE TO THE SATISFACTION OF THE ENGINEER. FIFTEEN (15) DAYS. 9. CONSTRUCTION EQUIPMENT SHALL BE SERVICED AND MAINTAINED ONLY WITHIN 9. THE TESCP FACILITIES ON INACTIVE SITES SHALL BE INSPECTED AND MAINTAINED A MINIMUM OF ONCE A AREAS APPROVED FOR THAT PURPOSE. THE CONTRACTOR SHALL SUBMIT TO THE MONTH OR WITHIN 48 HOURS FOLLOWING A STORM EVENT AND AS THE CITY DEEMS NECESSARY. ENGINEER A REQUEST SHOWING THE AREA AND THE PROVISIONS TO BE MADE 10. AT NO TIME SHALL MORE THAN ONE FOOT OF SEDIMENT BE ALLOWED TO ACCUMULATE WITHIN A CATCH FOR BERMING, COLLECTING WASTE OIL, AND PREVENTING RUNOFF OF PETROLEUM BASIN. ALL CATCH BASINS AND CONVEYANCE LINES SHALL BE CLEANED PRIOR TO PAVING. THE CLEANING PRODUCTS INTO THE SURROUNDING AREAS. OPERATION SHALL NOT FLUSH SEDIMENT LADEN WATER INTO THE DOWNSTREAM SYSTEM. 40 10. PIPES ENCOUNTERED DURING THE EXCAVATION SHALL BE TRACED OUT AND 11. STABILIZED CONSTRUCTION ENTRANCES AND WASH PADS PER CITY STANDARD, SHALL BE INSTALLED AT II.REMOVED OR SUPPORTED AS REQUIRED DURING CONSTRUCTION. THE BEGINNING OF CONSTRUCTION AND MAINTAINED FOR THE DURATION OF THE PROJECT. ADDITIONAL 11. THE CONTRACTOR SHALL SUBMIT A DETAILED PLAN FOR CONTROLLING DUST MEASURES MAY BE REQUIRED TO INSURE THAT ALL PAVED AREAS ARE KEPT CLEAN FOR THE DURATION OF ON THE SITE, TO BE APPROVED BY THE ENGINEER. THE PROJECT. 12. BEFORE ANY CONSTRUCTION MUST DEVELOPMENT ACTIVITIESKING OCCURS, A 12. DURING THE TIME PERIOD OF NOVEMBER 1 THROUGH MARCH 31, ALL PROJECTS DISTURBED AREAS THAT PRECONSTRUCTION TM MEETING OE HELDA WITH KING COUNTY, THE CITY OF ARE TO BE LEFT UNWORKED FOR MORE THAN 2 DAYS SHALL BE COVERED BY ONE OF THE FOLLOWING RENTON, DEPARTMENT OF PUBLIC WORKS AND THE ENGINEER. • 13. A COPY OF THESE APPROVED PLANS MUST BE ON THE JOB SITE WHENEVER COVER MEASURES: MULCH, SODDING OR PLASTIC COVERING. CONSTRUCTION IS IN PROGRESS. 13. ANY PERMANENT RETENTION/DETENTION FACILITY USED AS A TEMPORARY SETTLING BASIN SHALL BE 3. 14. ISSUANCE OF THE BUILDING OR CONSTRUCTION PERMIT BY THE CITY OF MODIFIED WITH THE NECESSARY EROSION CONTROL MEASURES AND SHALL PROVIDED ADEQUATE RENTON DOES NOT RELIEVE THE OWNER OF THE CONTINUING LEGAL OBLIGATION STORAGE CAPACITY AND SHALL BE CLEANED OUT ENTIRELY WITH PROPER DISCHARGE OF WASTEWATER. 3 AND/OR LIABILITY CONNECTED WITH THE STORM SURFACE WATER DISPOSITION. (I.E. SANITARY DISCHARGE). IF THE PERMANENT FACILITY IS TO FUNCTION ULTIMATELY AS AN INFILTRATION FURTHER THE CITY OF RENTON AND KING COUNTY DOES NOT ACCEPT AND OR DISPERSION SYSTEM, THE FACILITY SHALL NOT BE USED AS A TEMPORARY SETTLING BASIN. OBLIGATION FOR THE PROPER FUNCTIONING AND MAINTENANCE OF THE SYSTEM 14. WHERE SEEDING FOR TEMPORARY EROSION CONTROL IS REQUIRED, FAST GERMINATING GRASSED SHALL PROVIDED DURING THE CONSTRUCTION. BE APPLIED AT AN APPROXIMATE RATE (E.G. ANNUAL OR PERENNIAL RYE APPLIED AT APPROXIMATELY 80 15. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ADEQUATE POUNDS PER ACRE). SAFEGUARD, SAFETY DEVICES, PROTECTIVE EQUIPMENT, FLAGGERS, AND ANY 15. WHERE STRAW MULCH FOR TEMPORARY EROSION CONTROL IS REQUIRED, IT SHALL BE APPLIED AT A OTHER NEEDED ACTIONS TO PROTECT THE LIFE, HEALTH, AND SAFETY OF THE MINIMUM THICKNESS OF 3 INCHES OR 3,000 LBS/ACRE. PUBLIC, AND TO PROTECT PROPERTY IN CONNECTION WITH THE PERFORMANCE 16. AS CONSTRUCTION PROGRESSES AND UNEXPECTED SEASONAL CONDITIONS DICTATE, AND AS THE CITY II OF WORK COVERED BY THE CONTRACT. REQUIRES, THE PERMITTEE SHOULD ANTICIPATE THAT MORE TESCP MEASURES WILL BE NECESSARY TO ► PROTECT ADJACENT PROPERTIES AND ENSURE MINIMUM WATER QUALITY FOR SITE RUNOFF. IT SHALL BE TRAFFIC CONTROL NOTES: THE RESPONSIBILITY OF THE PERMITTEE TO ADDRESS DEFICIENT TESCP CONDITIONS AND PROVIDE 1. ANY WORK WITHIN THE TRAVELED RIGHT-OF-WAY THAT MAY INTERRUPT ADDITIONAL FACILITIES, OVER AND ABOVE MINIMUM REQUIREMENTS OUTLINES ON THE APPROVED PLANS. NORMAL TRAFFIC FLOW SHALL REQUIRE AN APPROVED TRAFFIC CONTROL FILTER FABRIC FENCE INSTALLATION NOTES PLAN BY THE TRAFFIC ENGINEER DIVISION OF THE DEPARTMENT OF PUBLIC WORKS OF THE CITY OF RENTON. 1. THE FILTER FABRIC SHALL BE PURCHASED IN A CONTINUOUS ROLL CUT TO THE LENGTH OF THE BARRIER TO 2. CONTRACTOR TO SUBMIT A TRAFFIC CONTROL PLAN TO THE CITY OF RENTON AVOID USE OF JOINTS. WHEN JOINTS ARE NECESSARY, FILTER CLOTH SHALL BE SPLICED TOGETHER ONLY AT 2 FOR APPROVAL PRIOR TO CONSTRUCTION. CONTRACTOR CANNOT COMMMENCE A SUPPORT POST WITH A MINIMUM 6-INCH OVERLAP, AND BOTH ENDS SECURELY FASTENED TO THE POST. 2 WORK UNTIL APPROVAL IS GRANTED. 2. THE FILTER FABRIC FENCES SHALL BE INSTALLED TO FOLLOW THE CONTOURS (WHERE FEASIBLE . THE 3. THE TRAFFIC CONTROL PLAN IS TO INDICATE SIGNAGE, FLOW OF TRAFFIC, PHASING, FENCE POSTS SHALL BE SPACED A MAXIMUM OF 6 FEET APART AND DRIVEN SECURELY INTO THE GROUND AND FLAGGING PLAN FOR ALL WORK WHICH WILL AFFECT TRAFFIC. -(MINIMUM OF 30 INCHES). 4. ALL TRAFFIC CONTROL PROCEDURES ARE TO BE IN ACCORDANCE WITH MUTCD STANDARD. 3. A TRENCH SHALL BE EXCAVATED, ROUGHLY 8 INCHES WIDE AND 12 INCHES DEEP, UPSLOPE AND ADJACENT 5. THETRAFFIC CONTROL PLAN IS TO INDICATE DETOUR ROUTE(S) TO THE WOOD POST TO ALLOW THE FILTER FABRIC TO BE BURIED. A TRAFFIC ALONG BURNETT STREET TRAVELLING BETWEEN 5TH AND 6TH STREET.AND SIGNAGE FOR 4. WHEN STANDARD STRENGTH FILTER FABRIC IS USED, A WIRE MESH SUPPORT FENCE SHALL BE FASTENED •6. THE CONTRACTOR IS TO MAINTAIN ONE LANE OF TRAVEL ALONG SIXTH STREET SECURELY TO THE UPSLOPE SIDE OF THE POST USING HEAVY DUTY WIRE STAPLES AT LEAST 1 INCH LONG, III BETWEEN LOGAN STREET UP TO AND INCLUDING THE ENTRANCE TO THE BOEING TIE WIRES OR HOG RINGS. THE WIRE SHALL NOT EXTEND MORE THAN 36 INCHES ABOVE THE ORIGINAL ► PARKING LOT ADJACENT TO APRON D. GROUND SURFACE. 7. THE CONTRACTOR MUST COORDINATE WITH BOEING WHEN BLOCKING ACCESS 5. THE STANDARD STRENGTH FILTER FABRIC SHALL BE STAPLED OR WIRED TO THE FENCE, AND 20 INCHES OF TO THE PARKING LOT. THE FABRIC SHALL BE EXTENDED INTO THE TRENCH. THE FABRIC SHALL NOT EXTEND MORE THAN 36 INCHES ABOVE THE ORIGINAL GROUND SURFACE. FILTER FABRIC SHALL NOT BE STAPLED TO EXISTING TREES. 6. WHEN EXTRA STRENGTH FILTER FABRIC AND CLOSER POST SPACING ARE USED, THE WIRE MESH • z r SUPPORT FENCE MAY BE ELIMINATED. IN SUCH A CASE, THE FILTER FABRIC IS STAPLED OR WIRED °z DIRECTLY TO THE POSTS WITH ALL OTHER PROVISIONS OF STANDARDS NOTES 5 APPLYING. • °ce o Z 7. THE TRENCH SHALL BE BACKFILLED WITH 3/4 INCH MINIMUM DIAMETER WASHED GRAVEL. :C u ° 1 8. FILTER FABRIC FENCES SHALL BE REMOVED WHEN THEY HAVE SERVED THEIR USEFUL PURPOSE, BUT -.- - NOT BEFORE THE UPSLOPE AREA HAS BEEN PERMANENTLY STABILIZED. z N J 9 9. FILTER FABRIC FENCES SHALL BE INSPECTED IMMEDIATELY AFTER'EACH RAINFALL AND AT LEAST DAILY °• v 8 DURING PROLONGED RAINFALL7. . ANY REQUIRED REPAIRS SHALL BE MADE IMMEDIATELY. 4= r PERMIT L SUBMITTAL J DESIGNED: CHECKED: DATE: DEPARTMENT OF NATURAL RESOURCES K.J.D. BRYN MAWR SYSTEM IMPROVEMENTS OCTOBER 1997 CARRY STRUTHERS ASSOCIATES, INC. 4,SA4 3150 Richards Rood, Suite 100 DRAWN: SCALE: Q -FILE N0` Bellevue, WA 98005-4446 C.G.H. GENERAL NOTES AND Phone: (425) 519-0300 RECOMMENDED: NONE DRAWING NO: Fox: (425) 519-0309 CONTRACT NO: King County CONSTRUCTION NOTES G103 No. REVISION BY APP'D DATE APPROVED: C73130C SHEET NO: OF 4 11 i I I BEGIN CONSTRUCTION , I / /// II I MH R01-32A I V /) Z sr o+oo 0 i i , , ;�1 i N I1182440.82 Z LLI E-1300890.93 W i I I I I I I I I I I I ( /1LAN CAP 10. BE //f 1 I r 5 CONNECTION TO CED =D 1WITHUARGETATION I I I LLL���fff itHLt E 4r-P- °I I 1,//1 , 1E 6-NW }.a a / I I II hi ..„4 4 '$f�.�.�� 1 I I ' \ �] 7 RM=2677 a % % 0 j ? INSTALL 2-10"SO/,'1 1 CB I II is n I IE}0 CONC N.==a.2 4M=z_ DROP CONNECTION ^ RM=24.}6 ' cTc r' �'•' '' IE 12"CONC E,I 4�Do oN 1 E 12"CONC w=22 1 NE AND SW SEE '• 'iAIN) EIM10'SN= 4 I I 2+00 IE aDMF=20.1 ANDNEXISTING P Io IE SUMP=1P] ► / =17 OCAT•N OF 4 E • E za w s=, a •. IVIN RIM=25.22 '•LO'ATE 4jSS i ` � ( IE a'coot.vs=z}.1 RH-7 FTM=s].zz - 1 o III •.� -'-- ---'---_._ IE SUMP=22 a AND ONNECT ON IE 24-CONC N,S.E,17-16? /1/ 1 / I - - f/ III 0 ( ' STA 4+26 0 srs 1� o SEE\•WG Gi17 . ' ,.,.Nik. J® --- II •6- - N 1825t5.84 a j 1 _ _ PRDPExir Lite• • MH R 1- \ �-r I'NIA (LOCATION APPROXIMATE) "' -• •• I k--_'' RIM=27 C3 / \� ���, - K�'� 0 IE 5" MP N=25 3 (ABANDONED.MAY 6E AO \ /EIME,wE t].0 'T� 11 1 Q- IE N,S=}.1 UNDER PAVEMENT) MErli �, AT�T���� sTs i-- sts 4 • '`�i� - ABANDON PIPE ////!_i�1 T --- � st_ 4 MEI v. .. -- w��•••eery=..1 _ _ PLUG pGID-ABANDON G=-1 IN PLACE. --- --- --- N_ • -rye Q�aH= - /-, ,.}' L•:1= ., = DING 27 SS - I- ///fI jz,r': EXISTING H INSIDE WALL OF 2 s- - \ci . £ EEAASTT E�INTERCEPTOR =_=1 I- - -- 1.1 --- 'R.-cot a.o-�ser.�2. 2-- > - -1 Iv.sTs _ SIMINI -27=s- ss - -- TLLJ� srs - '��' ] E"-13 1 -1 2 �s REMOi7E EXISTING FRAME 2 >1r s*s n s=_ -- RIM=2].}6 t a. - r sTs 2 ,z-s*s \,.. - E 2a•E=16.0 NE 'ENTON 1 c"'i / RtMOVE AND-REPLACE t2-srs--a- IE r•sw=16.0 == CO.VEFITAND CONE. FILL 15i1NG--1fhSS SLOPE -- r,:MH cFIE o Lccn Sol EE H E r, `t A - ®_ 0.6-tviki_tVITH COMPACTS•- - • M-- - a TO NEW M N#18LE - RM=2].44 Z - MN(LOCATION APPROXIMATE) STR3,ETURAL.-FIL�T - ILL WITH COMPACTED S=0.0028 F� ► IE 1z"E.w=ns 1 �' * _ (ABANDONED,MAY BE ROAD-SUe-RAD STRUCTURAL FILL TO CONNECT TO EXISTING • --- --- '! L_______ -2 _ 2 S �__IE NFIIWMFAIIEIMI , I r _ STS��t -T IT I I/ / R M=26.06 RIM H2J.4aMill " •�_$11.11111 1 ��` _rj1-1 r'11 -� I I - E 1`2 CONC E.2<.5- E 24•E=1100.] IE E.w=t 5.0 IE SEE 12019 $` 1 M o- O �-Ti-IT II I I I I I 11 ;L H J.1-IL ti �' 1 ' IE 96MP_20 4 - 55 ss- ll ' SDmP M A27 39 \ ` r0 MH FIELD LOCATED STS IE 6•CONC NE=2 • L•• 1 1 v c // -T I IE 12"CONC N=190 E to 7COrvC rv-13.1 RIM=27.,',9 IE 12•CONC`6=22.4 ( Ii 1 I n I ' // '- Si5 I 1 ST- 3 3 IE 24"CONC =7 \ 1-' - 7 IC IE�< c=22a IE 25•CONC E=22.r J _ I WATER LEVEL=icy \ Ic 1c CONC. ic c CE I 1 / cR--axa• I Ire x--�_ \ iL'CONC S 20.2 cIMF am�r cr_.s I / - -----iCa-iab - ` x�% \ !�E t"CONC 5'.=1 J.7 IW:: -3 TOPOGRAPHIC INFORMATION IS DERIVED FROM AN r AERIAL SURVEY CONDUCTED ON 2/5/93. SOME I. PERMIT GROUND AND OR TOPOGRAPHIC FEATURES MAY HAVE - - CHANGED.THE CONTRACTOR IS RESPONSIBLE TO BE SUBMITTAL - FAMILIAR WITH THE CURRENT SITE CONDITIONS. - 1� - - 1� r� 0+00 1+00 2+00 3+00 4+00 5+00 ca �. =z. w . =z zw a= r. a pp.O.J Eon aQ' ?�o� : z .off . -. �o zF .: N . £ .. .. .. vQ� :. aQ� o- �w Q� .: .: _ .=Ow H� ... .:: wp a� ..• 20Q ¢� .. :.. N :.0 . . w vox o ox 30. c ox wox fox oVmR . �..NC .6o .. �L�JO ACC JO .a �(Y'_JO• .0_�.w0. :.„O=._Jo . [O 130 • 3 w w c w e EXISTING GR UND. w. w N x Tr 1 ' . . I 130 d •- N 0Z0_ . ZOzQ N . zoza..: zzoza 1 �o.oa zoza . :. .: -- ... . . . . ..-AT. PIP�CENTERLINE z ._i .-... -6-.•:---.-. '''7' . .. . • • 125 • . . O 125 0 ) • r, 1 - .O . : ... .. ... .. Y 1. D 120 �. . IQ 120 . . o �-n w . 115 0 •. I W 115 Y �o • • ...• _ IJ La o EXISTING 27" SS o 110 rt.Of .. I - - 10 110 0oo Q U 105 _ 105 �N z 36" SS (GONG- -O-S=O 0013-FT/F-T' r \ . .. . INV.. 106.63 ' 0 l r V INV.. 106..10 Jam. Q z m .. . .- :: ACK AND BORE SEE®®® • :.: . . .. .. o 100 .:. :.:. 1100 l7%_ &SEAIAP: C`- _ _ ELEVATION 0 EQUALS MEANS DESIGNED: CHECKED: DATE: i SEA LEVEL 1929Ds0 a Os DEPARTMENT OF NATURAL RESOURCES OCTOBER 1997 i/1 (AOIUSTED 1947) - KING COUNTY PIPE: KJD BRYN MAWR SYSTEM IMPROVEMENTS GARRY STRUTHERS ASSOCIATES, INC. 1EVA11ON 10o EDUNS MANS DRAWN: SCALE: FILE NO: u 4964 3150 Richards Road, Suite 100llir SEA LEVEL 1929 USC&OS `�U5iE0194' PLAN Q. PROFILE Bellevue, (425)9519-03446 RECOMMENDED: H. 1" = 2O DRAWING NO: a.�'-- Phone: 519-0300 , V: 1" = 5' Fax: (425) 519-0309 ` CONTRACT NO: King County STA 0+00 TO STA 5+00 Cl 01 i No. REVISION BY APP'D DATE APPROVED: BASED COORDINATES TG ON CO�E C73130C SHEET NO: OF CI ORDINATE STSIUA NORTH ZONE I II 1 V / P1"- -�1 JJ 411. LIE i p x / wlNc id9 1° 0 I-s}s > s.�2_I I I // � I > Eo�1ao , , /i� -- r j -� - t `=rt -t 1 sip I 5 I I V/� I I 'E ,I I' 5 ///I O I I I I 1 I I 1 1 // 1 1 1 I 1 II 1 1 CB �/ //�� --— -I srs RIM=2[.J9 //� I I \/ 1--`\` -IE 12" -19 E.,.- CE ——— — 1 E SUMP=1_.J RIM=24.E] y QI V// Ec"CONS S=21.' r>' I \� --J—_71"a^, --- QV/ I IE SUMP=,9.] I I 1 Y5— I ' .� -- I/ I ) I Nrws4yC�3zficxl IIIIDo [ x _0 u I� PROMO(UN�° Q.Q — — — MH R01-58 L/_/ / / / /I \ TEL— — & I �Q N 182520 12 !G \ \DH-5 � _L. TEL t 7, > srs > 24 STs > 24 sr > Oa 22 s > `S 1[ TEL ...,.,�5�Dn fl+OC1�IM=2<ae - .4 srs30� _ G fl \1 z4 r= > za rs E -1S-n.. 2E-- <• .� 7+-00— .. c &+ s s a< s, 2< srs > 4 -- -----I---- =—I-- ___ - +--_—_—_ —_ — _—_I----- ! 15,4,FPANogNFP LOG ON APPR. (PPANNED LOCATIONPPRa„ 4 V ram_. _—_—_—_- -_— ",,—_�—o_—_t.__ ABANDON PIPE 3=----t--_=_._ IN PLACE. N 6TH ST INSTALL 8"SS 22 SS 27. SS — — s -SROP-CONNECTIp >,r srs—� > s> ss — — - > Iz'ss > > ,r srs E cL1 v =_s s ar > , u"sr> > Tr srs r s srs >u"srs > Z,z'•srs> > ccs css —_ ,a"srs > _ 'INC U srs ��� AAA CAS ' RIM=24.91 [ —PROPERTY UNE IE 12' C E, =,5.9— a x 61 I I ALL W HE COMPACTED ED OI MH Rim-244SE REMOVE AND ABAI-50N 0 I \ �u•:•� 0 i Q niV E'i4.2 \NI I I I EXISTING ROPI CONNECTION. y L' I sue- s ss I STRUCTURAL FILL T 1E 24".w=11.' I1 •ri+`so`'ss ss ss —----ROAD StJBGRABE— • s—EXTEND-8 SS`CONf�ECT10N—`s r ,, ss M :IL 6 0 \ '.IN RESTORE PER OE 70-N TNIANHOEE• s I srs c3 ® 5=0.�,1,�^P1/FT MINIMUM RM=23.<o 0 ss ss ss SS w ns CONNECT I T6 EXISTING PIPE E 12"coNc=w=n.9 , ITS IE 12'CONC E=1E.0 s s sr=_ srs AN DROP CONNECTION. E suma=IE.e srs I s s / ss ?o fig �___— - — L_-- I- TOPOGRAPHIC 0 • INFORMATION IS DERIVED FROM AN I PERMIT CONDUCTED SURVEY CONDUCTED ON 2/5/93. SOME GROUND AND OR TOPOGRAPHIC FEATURES MAY HAVE CHANGED.THE CONTRACTOR IS RESPONSIBLE TO BE SUBMITTAL J FAMILIAR WITH THE CURRENT SITE CONDITIONS. 4111. 5+00 6+00 - 7+00 8+00 9+00 10+00 a a �. X oqX o 71- 130 •(. . oL Q& oo UJw) 130 v o<r �n c ao,, oQ �Qz a oa wQ r. 2 ' :. = v - .. .. .. QUa= �: _ wad .. 2 n �o �� Cd tii va n - ... ... .. .. .. .. .. *Q Iw • zo_w - La' aw ..Qwa1Q .. m 125 Q I N �o way o .. so coo •• EXISTING GROUND - �o< 125 v I __ Imo:.. .. I I .. . ... . . 1P CENTERLINE I 1. . ci 120 Q 120 . . . Q s 110. a 115 w' �1:. • 115 U — I I_ o"EXISTING 27 SS o _ Z T1104 1.•• • -110 T Yfll 1.0 L. NUJ ) . -' - ---- .-' 105 I 36" SS (GONG) O S=0.0013 FT/FT .-.. 36" SS (CONC) ® S=0.0013 Fir Fr • ^I 105 �� �v" ... z I INV. 107 0 L. <z I 6 ' • 100co . .. . . :: 100 DESIGNED: CHECKED: DATE; = ,. ��APDEPARTMENT OF NATURAL RESOURCES EuvAnDN 0 EQUALS MEANS OCOTBER 1997 w (emu LEVEL 1949)055&GS KJD BRYN MAWR SYSTEM IMPROVEMENTS 1- GARRY STRUTHERS ASSOCIATES. INC. ELKINEVATION 0NTY o EQUALS MEANS DRAWN: SCALE: FILE NOT SEA LEVEL 1929 USC h GStir OS.416111. 3150 Richards Road, Suila ,DD cAaU9 ED PLAN & PROFILE CL'-,^ BPhone:• (425)WA 9519503006 , RECOMMENDED: H: 1•• = 20•Fax: (425) 519-0309 V: 1' = 5' DRAWING No: CONTRACT NO: STA 5+00 TO STA 10+00 Cl02 u: ` King County SHEET NO: OF COORDINATES&NiMINGS ARE APPROVED: i No. REVISION BY APP•D DATE BASED DN WASHINGTRI CZO C73130C L ORDINATE SYSIeM NORTH ZONE . , I I . I L-LI I I I , , , N.\ , ,, ----, - \ , , , , , „ , , „ , „ „ \ s :._ 1 , „ „ , 1 II II i, ,, i, 1 I I I I \�\\ \L , ./ i 1 I 1 1 1 _I I- 1 _T ` \ \ 5 I 1 1 I I I I I I I I I I 1 1 I I I I I I I I 1 I I TT e� \\z \ \\\\ 0 \''' ` , I _ID Si_ Si_ STS Sic STS E 00 ' t --1��- —I T-, I r — -�--- —� -- Off'\ \� \b- Z,J 1�✓ / f _ 1 +�I 1 I 1 1 I STS I 1 r 1 -\ B \ �V b'x ON r RIM=2,.n "i \ P, V I I OII I IE=N/A FULL CF I INSTALL 8-SS 1 R,MH I I CD 1 c FACE Q-,� ► WATER h OEERI RM 22!] RIM m21.]4 SSMH \ \\ \5 \ ACE ) a� suMP=las DROP CONNECTION, e e DDNc v/=u.a E Iz"cMP N=I RM=zz+z 11 \ \ MH R01 60 �" 1 SEEI IE 2a iCDNC N=19.1 IE eUMP=191 E P"MIDCH\NNEL\)a SC _��NG \ -* S A '+G 8• uxE e�C6 5 \ \ N 182527.891 / 0 — PROPERTY P/C 93.80 \ -- - - -- - - - x 0 ,� \ \ y'1�,�� I 'MH LOCA91 ,y R %IIJ.ATE �` 1 000111 r4 lE� TEL !� MI"� R01-59 S�EL _S 'C(R)5 5r i \ ' le 1 YA�EDD,A�,,,ND E c.F STA 1 1+a5:`85 C v O P:T wr cHTT. ��<HP TH r �� �1, J ,1\Ii\ I N 182523.78 • SA STS �� �����s� arQ WI/:° STS mi � L t t t . SEE. 'm� v,Tllll� y_� a� ,`s3+ra�Ta¢ikiiiiisiim 0 —�\ 4 ,s..,.. a N iccnnoN Aea oxI T1<"w t2+00 .. � L�' J 4 -------�f—. .. y.— .��.. .. 1ilit4 Is-Iry(neallooNEn.�euncN. ax.) t .—. L ���r'!� +-00 IN eA Jr' - .11 ST W N GRTMOVE EXISTING FRAMEF ��•'�� — -33 ��C-AP=AND�BANDO — -- =_ �t i 1—�_ XISTING 8" SS zJ s 12----8 k ABANDON PIPE t R STOR a �!! 2 s*s s1CnVFR A[JQ_C��NE. FIL sTs CONN TION IN P1ACE. 12-STS I M STOR T •Fi VYITFCOM?ACHE o "' s' cas .-. . - U ROAD SUBG'•0E. - ■ RESTORE PER m. PROPERTY uNE /�. ' Q_ ---n<x< ---1 - � i- � II -- -_I --- _ '� ----- -r-BO� �. srs� LAM STS 01. q. N H;<.s \• sMH ACCESS 11 I CC s �` I 1 I I I I I I 1 e"z"',moc,IANNELJns I-, I 1 1 ,E V-CON I c4_I,.z%z.l C` 01 I 1 I I 1 I 1 I O /�� ° ss GE SOT'., N\\I I ,I 1 1 IE 11II''Nar 1 °rxw i°:s� ),\\ I I I I I I I �31 F , 1 \ 1,SS ` `i ` I I ` MIDCHANN =1J.9 -- — --- L 1 �L-1—JZ --1—ss—'I'----)-- --L- -J_ G , `�_-!�__L_L_L_ I 1 /I- \ �>ss ss a 'ss ss e,.. ._ ss — SS SS ���) STS STS STS STE STS ,,, 1 _ '' k SS Sit r1� D•. 1 \ I I. / Ell=4.93 tij _ 1 `� � • \ TT/ I O It I�"lz COnc w ie.9 I 1 3 N. / rii / T\ I��i '\ I'.\r 1 \I , �,�1 5 . \ - TOPOGRAPHIC INFORMATION IS DERIVED FROM AN AERIAL SURVEY CONDUCTED ON 2/5/93. SOME r PERMIT GROUND AND OR TOPOGRAPHIC FEATURES MAY HAVE CHANGED.THE CONTRACTOR IS RESPONSIBLE TO BE SUBMITTAL FAMILIAR WITH THE CURRENT SITE CONDITIONS. — — — — - - t10. 10+00 11+00 12+00 13+00 14+00 . . . E t _ �a oo �� Cl_ I a a ao Z CCas o~ • 130 Q o 0,,,z =. . Z U 1 130 2 .. O .. .. .. �O O Q .. 2 . 125 �I NQ. � aO... III- _� : .. ... 125 N � . :. T. PIPE CENTERLINE' . . ' :: • ate'+ - : . J • PQ ri 120 QI 120 �—� .. a , :: �I �— ► J 115 w' � . .. -.: 115 . Z � . • o • J .. _ _ .- EXISTING .. .: : .. - Z ::- - - - _ o • cl .1 . ' . . i OM - - - CZ 1 a 105 .I .. - .� J -_ 1 36" SS (CONC) 0 S=0.0b13 FT/FT 105 0' JN z ' IN 107.54 ... . . IMF 086 1 - x • 1 100 �: -. . _ 100 yIy � P: DESIGNED: CHECKED: DATE: ELEVATION 0 EQUALS MEANS DEPARTMENT OF NATURAL RESOURCES OCOTBER 1997 i SEA LEVEL 1929 USC k cs KJD BRYN MAWR SYSTEM IMPROVEMENTS (ADJUSTED 1947) ~ GARRY STRUTHERS ASSOCIATES, INC. KING COUNTY PIPE: ELEVATION 100 EQUALS MEANS DRAWN: SCALE: FILE NO: w _ - ,, S 3150 Rue, WA Road,0 5-4e 100 SEA LEVEL 1929 USC k GS , (ADJUSTED 1947) Bellevue, WA 98005-4446 CGH H: 1' = 20' 0 PLAN & PROFILE T V: 1" = 5' DRAWING NO: f'^ Phone: (425)519-030900 RECOMMENDED: STA 10+00 TO C 103 a Fax: (425) ` CONTRACT NO: King County APPROVED: C COORDINATES k BEARINGS ARE STA 14+03.R iV SHEET NO: OF No. REVISION BY APP'D DATE ED RAS ON WASHINGTON CO- C73130C Li ORDINATE]TSIL'JA NORTH ZONE .N 70 r 0 \''ll ._ CEO '~ 5 0 0 le (------\,----T iiiiiiiA it STA 16+9.00 °uTva=���'}6 75 E 129.466.07 PLW AND ABANDON * 39 ES14i WITH pUT'N� Kc?40 _ �� ley vorRFIEDUL B. OMPLETIONO. ppr Al% PLUG AND ABAN ON 12" STS - - - _ - -- EZE- I� INV 36e PLUG AND/ lANDON 8" IW ) J ) REMOVE EXISTING 27"SS •1-.1 WEST EN, ITH NCRET REMOVE E{XI� 27" SS WEST E D WIT CONCRETE ;�' *, `" AND MANHOLES A , STAI 14+031:• SSOLESA AND REPLACE 1e ND N �g27 • REMOVE, PROTECT • : C'ESTORE KITH 36" SS AND MANHOLES. ........ REPLACE WITH 36 SS c .♦ Lir SE, i 93!80 LAND) NP�!{CCORDINnO� cac_____ -i., �� • CAS AND MANHOLES Ig w SEA t ICATION SECTIO s GAS C ° 02920, 029 • • 0 +. ^�— =16+00 V oToo a "7 'I� - ' �•��: :„_z J1VERSDIDE RIVE T e —r , alp — n vLw� �� Y pe-e % v CHPsT Y v pH-,r v ` CI7 ai �( N 1874 J'-' % pBF-T II % % N W % OHP&i /_V/—��^ * E 129948002 a FL o. F� 1 /. J '\3 AV 12.54 WS td.c I�M '� •• I a1 ny VAULT x 1 1 F f kJ F [1— T F IJF I I /' VVV��` �I ���. PL G AND ABAN00' m m \ ,� L_— �iJ— L ❑ .L ❑ _ _o L lg -L CL 1 ❑ �/, ' ,€XISTIN m; 110. Al J' s0 0 � f 59 >:N_ I _ 1 '4- 1 11 ^ 1�— ��' y-55 'II -===-_�_:_�— -Nu 12.7- ���� /— -- ----_ II •IV �/1 _ y// _ — NV 6.124 --1 i ril,_,,,„‹,_ INV 5 17.6 F� 3- iI I 1 I s _---i- w ., .� o' " ,� m I may 1 I `f ^� eur 1 .1 FK l'l�j„INEftd�'29 2. 3 i� Ij, r—�`C�, _ rf� � I ,,.,zl I I /�-rl. '` i�— 1 T -- /�--A I �n1'J_V_ E'r -- —i i-l----f ---- �/; 7 -\l r TOPOGRAPHIC INFORMATION IS DERIVED FROM AN AERIAL SURVEY CONDUCTED ON 2/5/93. SOME PERMIT GROUND AND OR TOPOGRAPHIC FEATURES MAY HAVE CHANGED.THE CONTRACTOR IS RESPONSIBLE TO BE • SUBMITTAL ..J FAMILIAR WITH THE CURRENT SITE CONDITIONS. 14+00 15+00 16+00 17+00 18+00 19+00 130 �1� w �' 130 gz �� Q 2 I� _ NCC 3 NID . a, 125 �I, —a L❑ . —Q • s_ I �is m • 125 cu v� � I EXISTING GROUND • �'��� • n1n • AT PIPE CENTERLINEI 120 ---- .............. _. .. .. 1�._ -•�_-- • ' 120 il ii , - 11 jljj 115 .: 115 s ' EXISTING 27' SS IIIII .. .J Z r o J 1 - - - 1 oz 110 1= 110 00 lii zg vI T rl IJ I z �< 3 Q 36" SS (GONG) -5=0.001 FT/FT S (GONG) ® _ FT/FT w —w 105I. . .\ \ 1 �- N� yN 36" S S'000.3 1NV 107.86 Z ' V. 108.15 x N ti 1 100 (&N... I: >s- 100 DESIGNED: CHECKED: DATE: SEEAO'N 0 EQUALS MEANS M DEPARTMENT OF NATURAL RESOURCES � E / SEA LEVEL 1919 USc k GS BRYN MAWR SYSTEM IMPROVEMENTS OCTOBER 1997 '4 I<dD NI CDUHIV9P1 E: GARRY STRUTHERS ASSOCIATES, INC. ELEVATION iW EQUALS MEANS DRAWN: SCALE: FILE No: L.I S . 3150 Richards Road, Suite 100 SEA LEVEL 1929 USC k GS .� - (ADJUSTED 19q) Bellevue, WA 98005-4446 CGH H: ," = 20' PLAN & PROFILE C' V; 1" = 5' DRAWING NO: C•^ _. Phone: (425) 19-03000 , RECOMMENDED: STA 14+03.86 TO C 104 a Fax: (425) 519-0309 ` CONTRACT No: King County COORDINATES BEARINGS ARE APPROVED: C7313OC STA 19+00 SHEET NO: OF No. REVISION BY APP'D DATE RASED ON WAS MINGTON CO- i ORDINATE SYSTEM NORTH ZONE O 11 r ` O 5 ✓ ANDREMOVE MANHOLES.GREPLAC It } 5 WITH 36"SS AND LE t f O _ 1 �15 REBARsCAF 6V/TACH , WIC , 1 t A l i ` N163160.676w I I 030 S�xt+ ` 00 81299_90.457 1 1 11 I �� y1V 2oA . 24 '.' \):**1111111/11. "_i5 / 12EFE TO DRAWING C122 \ � —�D PiT" 110 �J 1 �� ! \t t.�t-1� 1 - BHt � o�-i�J > =o :. _ _ �i�� �`411 1� �/ ( �A72K ACSS�O �RI\ 1V% I '141 `\crFiG4:S' 41.1.1. -Am.' * * *villipoiliiiiiiiiIIIIWitr4°1111.L.1111:11511.1114 -- .. ____---- - SS I STA 20+626 0 ;1111111111111:____....rf � �-_� ors ,�QauritN 183184.89 - I'_ I — vfA ��� NV E 18.] E 12:v474.53 H __ - 'v —GAS I c,s BOT 18.3 �� o4UT REMOVE ABANDONED C� u .�� EENV � 2A+D0 /��' - �_' OFSS STS AFTER C PLUG COMPLETION 9 '' °"", '�. I I ' -I MANHOLE OPENINGS 1 �_� / Grp6T c vA" 1� T ' — — _ a ^— e'D4asT'� i e rat a O4P4T o OI+Pki I " 1 23 O WO 1T I 'H� �FdE9115% ' ;O • I 1 I i ` G _-RE TER TO DRAWING C12 L—_1U�rL _L a 1 a I :__1 r-j_I I I J 3- it —�\ I r�1 I I \ Q I r J ,I- \ 1 1 3 \\I ❑ LJ ❑ 1-o I ,\ , TOPOGRAPHICIAL INFORMATION UCTE IS2 DERIVED FROM AN PERMIT AERIAL SURVEY CONDUCTED ON 2/5/93. SOME17 GROUND AND OR TOPOGRAPHIC FEATURES MAY HAVE SUBMITTAL CHANGED.THE CONTRACTOR IS RESPONSIBLE TO BE ,_ L — — — — — — FAMILIAR WITH THE CURRENT SITE CONDITIONS. 19+00 20+00 21+00 22+00 23+00 24+00 a .z a a I • • • o¢ I in 130 ��. 130 • • . 125 +I • .' ... • •• 'N,-Z . 125 u xo. G GROUND... ' • gN ATI PIPE CENTERLINE NN - IN m 120 .. 120 _c 2 a - 115 WI JPo iZ: . 115 Z �.. �, T .. EXISTING 27" SS 3 _� J l I . 110 U1 ,= 110 ez 1 Q, 36" •SS (GONG) '® 5=0.00113 FT/FT 36" SS (CONC)1 0 S=0.0013 FT/FT .: ,Q . Z N w 105 NV 108.69 I• 105 U z r • 4= I I H"Z 1 . 100 J I. • . :: . •• :. • 100 I, ELEVA ON 0 EQUALS MEANS DESIGNED: CHECKED: DEPARTMENT OF NATURAL RESOURCES DATE: i EA IEVEL 1929 USG&cs KJD BRYN MAWR SYSTEM IMPROVEMENTS �' KING COUNTY ViN) OCTOBER 1997 GARRY STRUTHERS ASSOCIATES, INC. Li S LELEVU 1 VA N 100 EQUSALS u�S DRAWN: SCALE: FILE NO: w 3150Richards Rood, Suite 100 (ADJUSTED 1947) Bellevue, WA98005-4446 CGH H: 1" = 20' PLAN & PROFILE a-' Phone: 425 519-0300 RECOMMENDED: ( ) , V: 1" = 5' DRAWING NO: a Fax: (425) 519-0309 ` STA 19+00 TO STA 24+00 Cl 05 n ` CONTRACT NO: King County jNo. REVISION BY APP'D DATE COORDINATES&BEARINGS ARE APPROVED. SHEET NO: OF BASED ON WASHINGTON CO- C731 30C L: ORDINATE]nIGN NORTH ZONE CONT N]g<fiL^'ESJR CAP / EI \J Vgy300 3.e625 .]23 1 \ -'1"k's 1y I , 5 \ ''2.,i, . I I I 5 1 i 1 1 'I CON FAD I h �J7\ 1 t;\\ �2 L ,r-7-\-- n Y2 1 O I RE-rRDDM- ? S `'lrJ 1 V 1 'REMOVE EING 27'SS STA 24 08.7 AND MANHOLES. REN-QCCE 44-, N 183523.04 WITH 36"SS AND MANHOLES. REFER TO 1 2994(10 56 — I I I I I I I I J I I I 1 1 1 1 1 ) I Q 1 I I I I SEE. n I I I I I I I I i I I I 1, I �,- I I Il I QII III , I I I I I I I 1 I I L I I I I I I ,I� / cE < 1 4 4 G SSVH 1 I �/� `� I I I 1'S / I I `')5 I . I „1 R CONNECT E C �- RI 20.4 y/1 JJ--"__ C /oN" SS SERVICE, SEE•Mtn TOP E18i78 r. F��oo tv 24 DD 25+00 tUU ry. 2�'�0o 28+00 EOT 17.36 I� 7-"[7"RCP_ �<]TiCF E5 e]'RCP Sim - - - - -- - ------ -------*_ ---- -� ---- 2 3 L,. ' �_-,—+--�- -+---- - ----- - - `: 't` RIVERSIDE DRIVE BH_ II __ ��gliV _- ._■ - 54"STS - - - - - - _ - - - - - - - - 54"STS - - - _ - - -OHF&i-,ty • CH:T a CHFUT v OHPkT a -- OHF&i x x Of1TFALL x x X -X X H72 x [1. ro DITCH ce ME 1-e< —. CAP ANDrAftANDON e o e<, = « [i-\ , 9.�fi 1111111111111 \\ F F F - I �� F F F a F I�� ii. J --_FH \ STS ', SCRIEEO'x' Paved C - -— \ N15e E25.2<03 - - --� -- - - - E1299370.65E5 I ELEV= - ,` 3' 1. • 3 r, ,: IA ! 1 I 11/ ,-101� TOPOGRAPHIC • EIALSURVEY INFORMATIONCNDCTEIS2DERIVED/9 FROM AN PERMIT AERIAL CONDUCTED ON 2/5/93. SOME GROUND AND OR TOPOGRAPHIC FEATURES MAY HAVE SUBMITTAL CHANGED.THE CONTRACTOR IS RESPONSIBLE TO BE �. �_: . ,: .•-- ' FAMILIAR WITH THE CURRENT SITE CONDITIONS. L 24+00 25+00 26+00 27+00 28+00 29+00. H. - Q co X z . Li 1 o< o p N 130 .. . w . ,. �� I• 130 2 .. pl I ^ • o .. .... .. .. .. ':oc . cv ' • _ U ... ... _ 'ip.. .. 2 N. • .. 1250 125 �o - - , I�a EXISTING GROUND NInv~i :.. . . AT PIPE:CENTERLINE .. 1CO :. �u Er 120 120 a: I N 0. 115 •W' _ 115 L ZI I • EXISTING 27" SS IZ W L L oJ1 '_.J . . . . o 110 U1 : : I2 110 00 zz i--- Q ' ,.S re 1 Q 1. 1 361 S N S=0.6013.:FT/FT. — .a c cc _ a L I __ INV. 109.12 .. I •c _ N UJ S (C0 �) ® I z z 105 . Z 105 _,� . . aZ CO 100 __ • 100 1 I �VA11D DEPARTMENT OF NATURAL RESOURCES , ELEVATION 0 EQUALS MEANS DESIGNED: CHECKED: OCTOBER 1997 DATE: �, KJD BRYN MAWR SYSTEM IMPROVEMENTS " SEA EDD 1947)usc&GS Li GARRY STRUTHERS ASSOCIATES, INC. KING COUNTY PIPE: L] . SEAELE LEVEL 119 9 USCCS MEANS DRAWN: SCALE: FILE NO: w , 3150 Richards Road. Suite 100 (ADJUSTED 1947) Bellevue,Phone: WA 98005-4446 CGH H: 1 = 2D PLAN & PROFILE Ci Phone: (425) 519-0300 RECOMMENDED: dEOM v: 1„ = 5' DRAWING NO: • Fox: (425) 519-0309 u CONTRACT NO: King County STA 24+00 TO STA 29+00 C 106 No. REVISION BY APP'D DATE COORDINATES&BEARINGS ARE APPROVED:BASED ON WASHINGTON CO- C73 1 3OC SHEET NO: OF Li ORDINATE and W NORTH ZONE 1_' 1 1 I i 1 1 * ) .... - \ © 1 �� I1 _% 0 to \ 0 * jo REMOVE EXISTING 27"SS 1.* -\_ J --/'` , , AND MANHOLES AND REPLACE wr�1 Q)1 MH R01-40 WITH 36' SS AND MANHOLE51 1'J , , _-` STA 29+07.6no (j_ 11 , , , I 11 1 E •a92i'T9 I ' I I �( I Q SEE, mH ` ll. GAS "� I 1 I ,'� ED ,\ I I I c cxs l.� 1 I ,s S ca r>ss a I I V) `� f' '' 1 1 I I 1 I GAS I I I I I I 1 I% 33+00 34-�00 1 30+00 31+00 32+00 4 T E1>35 v 2TRCP 2_._A I DD 2TRCP SS 27'RCP>_-, __ _ _- 4 I RIVERSIDE DRIVE RIVERSIDE DRIVE ' o - _ 54"STS - _ _ - - - _ 54"STS - ///: _ _ - _ - _ - - - cne�E'i- BH-5A_ C6-12 \ - -- - - I i 5 .a x x z x x x x IiW°t V x - x 1-FI--x z ❑ E 13333°t,�2 ,1pi a FH �s._ I R 'Z 1 ic ' • YQ ice.. ! I I O FHp ! Tonk TOP 1_`B LL I ❑ 1 4J-i INSTALL 12 SS —lock O OP 1�.zs IJ ► INSIDE DROP °^ N.563c INV N/ Ai7 , o 1 CONNECTION, S 0 4A_G 'n U �� 5=( STA TOP 15119 U 1 kRA (r.4d TX E 1E a3 B0T 15.56 O INJ S 17 84 I u9i ` F F F i F �� F \ F I® i IW C 1La4 Paved O//';�� 12'CI STS > > ut I I I I-'/ F F / i 1 F 1 F _ F� - tits, / 1› _- 771:111';' I 13,SK _ F -Yt 4'l'C I / ( � -� 3 ,jrTa ��I(T 13.dKY 1G CI I I ` II ' I I ".I 1 III I - 1 TOPOGRAPHIC INFORMATION IS DERIVED FROM AN r PERMIT AERIAL SURVEY CONDUCTED ON 2/5/93, SOME GROUND AND OR TOPOGRAPHIC FEATURES MAY HAVE SUBMITTAL ni CHANGED.THE CONTRACTOR IS RESPONSIBLE TO BE ` — — — — — ...1FAMILIAR WITH THE CURRENT SITE CONDITIONS. -_ . .. ,. - I 29+00 30+00 31+00 32+00 33+00 34+00 Ln 130 130 2 0 to - IM.. • •• 5 lO:. o: 12 ,�-+ 'ISTING GR..x. cu _g _ .: . :. .: '' AT PIPE CENTERLINE ... , NIN . . ~ 120 N0 •' : 'M ---- --- ----- — - 120 v . I-,— - :.-- --. .. --. ... ... ._ :. .. - ... .. s 10, a 115 _ •.. Wfi'.. . . �� . . 115 Z 1 • .: - EXISTING 27":SS.- J _ L..] 110 21 i 110 00 ■ • . o . 3 " SS (CO C) ® S=0.0013 FT/FT 1 1 Z 1 NV. 10995 a I I w° N0z 105 J z . LL= <Z 100 �... 100 �`AUO DATE: DEPARTMENT OF NATURAL RESOURCES c= ELEVATION 0 EQUALS MEANS DESIGNED: CHECKED: OCTOBER 1997 SEA1/1 19471usc&CS KJD BRYN MAWR SYSTEM IMPROVEMENTS `- GARRY STRUTHERS ASSOCIATES. INC. KING COUNTY PIPE: Q U SEA ELEVATION 11929 EQUALS &NGS DRAWN: SCALE: FILE NO: w 4S4464 3150 Richards Road, Suite 100 � - (ADJUSTED 1967) Bellevue, WA 98005-4446 CGH H: 1" = 20' ' Phone: (425) 519-0300 , RECOMMENDED: V: 1" _ j' PLAN & PROFILE DRAWING NO: in Fax: (425) 519-0309 STA 29+00 TO STA 34+00 C 107 CONTRACT NO: King County i • No. REVISION BY APP'D DATE COORDINATES&BEARINGS ARE APPROVED: SHEET NO: OF BASED ON WASHINGTON COO C731 30C Li ORDINATE Bn�FlA NORTH ZONE Iill 0 / � \ 5 I MONITORING . Cril) I / — WELL / / 5 MH RO1-41 STA 34+24.0 0 /// N 184512.36 FLOW METER C� E 1299172.35 CONSOLEfie , SEE STA�4+34 42' LT. Q, ® N 184040.81 MH RO1-41: '= / E 1299237.58 / PROTECT O SEE, MONITORING STA 38+89 :7 II �-I O / WELL E OVE EXISTING 27" SS 0E 129905r�87 ► ' AND MANHOLES AND REPLACE MH R01-41A I ITH 36" SS AND MANH ES STA 38+66.07SEE,®i In 1 (� N 184943.17 _____. _ ( E 1299073.43 e o0 c METEqRLNG V 0 �J J v , SEE, `�` — - - �+ Q • 1 I STAh34�134 1 I 11 �J a REFER TO DRAWING C123 O ts.m® `.' (n�' I N 1(84Q50.35 6V E 1;2 SEE,99278.49 ' 34I00 c1a +00 'nwo 2racr SS--,N, b+ /�J"w`, ':r 4 --�— ....:,, o.o LINE "A"I ---------_-- -�'--------'1------- -------+____==_cam_—_—_--_ . ---_---_—+------_--+-- ;� 0 4 I RIVERSIDE DRIVE I 04"STS '�- - - - CONNECT 27"SS Z "'" `s TO NEW MANHOLE x K SOO s ' =i . �-j' I ''s- not u aol FNq %�' K ""'"<`• "-- ''Dt K 0 REMOVE EXISTING 27" " �1 — ,1,LL I NV a7s1551 ul AND REPLACE WITH 27" SS U' I PROTEC' N F—` —E I I RI6EHTP90�SN�ET�C109 ► ;4-DI si , vR1 ING F > SIX > LS F\ F 1 -F__- ii5 _ _ :— `51I LL 2aN t32KV F F , F '` e _ Sib b"DI SD G O ' Sic SS S1S I L 3 Rn TOPOGRAPHIC INFORMATION IS DERIVED FROM AN _ r AERIAL SURVEY CONDUCTED ON 2/5/93. SOME I PERMIT 71 GROUND AND OR TOPOGRAPHIC FEATURES MAY HAVE r%, _ t CHANGED.THE CONTRACTOR IS RESPONSIBLE TO BE r `' ILIL-::'SUBMITTAL J FAMILIAR WITH THE CURRENT SITE CONDITIONS. - 11 , 34+00 35+00 36+00 37+00 38+00 L3.. 39+00 I— cL I 130 I i. 130 I � o .4 � IO 125 N 125 ® CU ; .. .. EXISTING GROUND Vim+ fM I �< AT PIPE CENTERLINE• In i. ' .... I �,I• Q 120 r . I-(ICE ,1---- ��, , 115 , c • Z i _ • iiij W JI �.. I 0Z 110 7— _J _ 110 0 0 —oo — 1 " 36" SS (GONG) ® S FT/FT 3 Q INV. 110.39 INV. 110 95 W NJ 105 MI I 105 z. — Z I INV. 111 •.02 0_ >- cc I I—z 1. CO 100 �. 100 �E""PDEPARTMENT OF NATURAL RESOURCES I SEA LEVE 0 29 us MEANS DESIGNED: CHECKED: OCTOBER 1997 $ 194IPE: &cs KJD BRYN MAWR SYSTEM IMPROVEMENTS CARRY STRUTHERS ASSOCIATES, INC. KIND CION ONf1 PIPE: -I SEA ELEVMETED 11929 00 NSC&OS DRAWN: SCALE: QFlLE ND: 4FS4464 31Bel Rice WA R980 S-4e 6Bellevue, WA 98005-4446 ccH I e A�dPhone: (425) 519-0300 , RECOMMENDED: V: 1" = 5' PLJII• & PROFILE DRAWING NO: Fox: (425) 519-0309 � T CONTRACT No: King County STA 34+00 TO STA 39+00 C 108 i No. REVISION BY APP'D DATE COORDINATES&BEARINGS ARE APPROVED: L_ BASED INATE SYSTEM NORTH ZONE C73130C SHEET NO: OF /---- �� \ _ I I\ \\ \\ \\\\\ \\ \\ \\ \\ \\ \\ \\ //• / \ v U\t // // / ./'�` "\—/-/ \ \ \ \\ \\ \\\ \\ \\ \\\ \\ \\�� C u_ / • 'e \\ i / / 1\\mow/// ,. _ / 5 \\\. -/ /_ /_ 11 1 -_-'1 I / IOW ‘Sri / LC/ / rAght /..- ±., r ,-1 , zzz, zz, zz, ) I ii z. __ .. , ., .. • Q' S // // , z, zz, 1-41.0 X.,,,,„ j/`` STA 38+9D.OA co. M R01—irThm1F3,,,,A �� // / // STA 42+50.94 y� N h85298.73 \ `�/` • oo = E _ ter , , , / L9 0oMI ao+oo �/ aT+oo a +'oo / 4\Alc'�` �I �� LINE "A" 4 EXISTING MH R01-42 F°°`°�o'^9 ; IPHO kJTLET STA 39+30.67 A Aim MH R01 41.D LINE A" 185 +659_4 OUTLET J i M1iBOL-41A CI 0P I N 18531 OUTLET V STA-36+66.07 W s 129:9 55 STRUO URE 8' KM 2T'RLc I I CONNECT 27"SS TO SEE,® I I I Q •CE LID. 10' _ J EXISTING MANHOLE j �J 150.00 / 4 *r x pt t REMOVE EX1$TiN 27-5 - RIVERSIDE p R MII —Rcr x= REPLACE WITH 27" SS - _ DRIVE 4 SEE.QIPFOR DETAILED F 11 —U—� fE IiDFICE-�N L-0WER a:� MIL ► x SITE PLAN OF THIS AREA �� 2<D1 RIGHT ON THIS SHEET. �• - , cQc E ADr —x—x - _ GI d SAN F ADT �vxr'z!o`�'-< lif NW _/Ni,.- 9ra �I wili —_ 1.v�F— e0_i 13.50 1 45 c'01 SD II _4N O ,'�. -a- __ 7,,..„,e7 _ EAN I PLAN FOR REPLACING r -=cp Q O r-77TT7� ice \ ,'� , ..r�—�� ��� ' �i��— ��-- _ im ��": �I - I EXISTING 27" SS 3 . vIIJ a � - r, TOPOGRAPHIC INFORMATION IS DERIVED FROM AN - r AERIAL SURVEY CONDUCTED ON 2/5/93. SOME 1 PERMIT GROUND AND OR TOPOGRAPHIC FEATURES MAY HAVE CHANGED.THE CONTRACTOR IS RESPONSIBLE TO BE Illo FAMILIAR WITH THE CURRENT SITE CONDITIONS. SUBMITTAL 411 39+00 40+00 41+00 42+00 38+50A 39+00A 39+50A - of • El 130 • �I: o I -_ 130 ' • • • . 2 cnn rl • 125 .. .H� .: . : . �� +�CD cO'131o� =o 125 cu WI AT EPIPECENTERLIN•E . oNlI ¢ Na 120 Z —_ r F w� 120 • 'rj.4- . .• : . ' • : n, EXISTING.GROUND— —.. — i-�. `, i.,,, • PE �ENTERLIN MI . .. .. I N _ EXISTING 27 SS —• ► 115 Qf �i 115 I ° W. -_ da'. t Z J - 110 r I I 27 55 (GONG l _ 0 0 36�SS (GONGS @�S-QO^'�3 1= _ LINE. A. 110 Q Z I - INV.•113.71 3 z z U INV.- 111.52 t Q a t INV. 110.95 r 105 w w¢ � �:. 105 • Y o --i< t INV-1r1 4. ' crl �7 I I:.. PROFILE FOR IEPLAC NG 2 11 o - 100 <Z I • . . . . . . . 5�. I:: EXIST 7. 100 EXI G SS L,q • BASE MAP: DESIGNED: CHECKED: DATE: CJ - ELEVAPON 0 EQUALS MEANS DEPARTMENT OF NATURAL RESOURCES / - $U lEVF1 1929 USC&GS OCTOBER 1997 (AGJUSICD l947) KJD BRYN MAWR SYSTEM IMPROVEMENTS GARRY STRUTHERS ASSOCIATES, INC. ~ KING COUNTY 92PuuA15 MEANS DRAWN: SCALE: • FILE NO: ' 3150 Richards Road. Suite 100 SEA LEVEL 1929 USC&GS (ADJUSTED 1947) Bellevue. WA 951 9-03 446 CGH H: ," = 20'17 PLAN & PROFILE RECOMMENDED: - Phone: (425) 519-0300 = 5 STA 39+00 TO DRAWING Fax: (425) 519-0309 ` RA CONTCT NO: King County °' APPROVED: STA 42+65.94 COORDINATES k BEARINGS ARE / No. REVISION BY APP'D DATE RASED ON WASHINGTON CO- C7313OC SHEET NO: OF L,_ ORDINATE S>•sIW NORTH ZONE \\''''"- ''L ,'', \ % • • \\\,\ / '/ n CITY OF RENTON • \-:' \\ --- _r / / ORDINARY HIGH o / / ��, AIRPORT s 5 \l,„, ` , / / ORDINARY HIGHI _, \ \ _---- �, WATER MARK \---- o ,/• / /'d \ �, / // /// ) SHORELINE + ID I III -� II : / // I I + / ; \ •• 1 ,/ LOCATION OF •• •TION OF ' / EXISTING PILES. \ �' /t // EXISTING PILES. DEPTH UNCERTAIN 1 • ATI N F\ ,/ // CONTRACTOR CAN CONTRACTOR CAN I REMOVE PILES IF IN REMOVE PILES IF IN I Q I I �\ �;. C� ,./ I (\ \ \ 0\ i _±2i _ ` 44+00 ` k u 1 ,1//� as+oo �/%o a��oo ' / S � \\\\\ : L\:1T/ I(� ( 1 E 129 942.55 BH-2$ / \�\ SEE. c1u / / /// \\\ I Ll II \ \ . /1\7, _ ----,, I\ / TRAIL PARK CEDAR RIVER / // ?` BH 3 II L II\ \ ' / 'fl \ \ ''' I II III C:\ \ TOPOGRAPHIC INFORMATION IS DERIVED FROM AN PERMIT AERIAL SURVEY CONDUCTED ON 2/5/93. SOME GROUND AND OR TOPOGRAPHIC FEATURES MAY HAVE SUBMITTAL CHANGED.THE CONTRACTOR IS RESPONSIBLE TO BE FAMILIAR WITH THE CURRENT SITE CONDITIONS. L - _ _ _ _ _ J t 42+00 43+00 44+00 45+00 46+00 tci 47+00°- I: .: :MICROTUNNE'L ..: : .� �' :: •... � �. ...: '..�. �. �. .. 1 EX TI D . _ IS G GROAN • ... . . RENTON.MUNICIPAL AIRPORT. : SAFETY ZONE 120 PIPE CENTERL NE .: .. r. co A 120 s... AT v a APPROXIMATE . . 2 l WATER EL: N' . . I o 2 115 .. . . .. • • 115 .. + • APPROXIMATE ELEVATION OF N : EXISTING IVER BOTTOM (01994 DATA) 110 L. CEDAR.:RIVEIj.. I: Q I� 110 t— J I I :. APPROXIMATE. ELEVATION OF. . I I•(n ' N , 1OS I RIVER BOTTOM AFTER 1998 DREDGING L : 'W INV—tfi1 4 IILF PR G rEVATOE� 105 / CONTRACTOR.CAN-GRQU7:BETWEEN' I Z_. (C/ D E E EL I N ELEVATIONS j 103.AND.95 TO •'J �- 1OO (9900)/ IMPROVE'SOIL'STABILITY. oo / // IU • 1OO =:zo G 1 Q 2' MIN. N a IIftu z D w 3 I j • <- . 36" CARRIER PIPE,-24 SS ® 5=0:008 FT/FT NV.•92:33 . . . -. I 90 _ i i � ,. j • I 90 — ELEVATP: DESIGNED: CHECKED: DEPARTMENT OF NATURAL RESOURCES DATE: , E uifiN 0 EQUALS MEANS OCTOBER 1997 � $G ltYF1 1929 USC @ GS $ADJUSTED 19A7j KJD BRYN MAWR SYSTEM IMPROVEMENTS c CARRY STRUTHERS ASSOCIATES, INC. KING IELEVAIIO COUNTY00 EQUALS MEANS DRAWN: SCALE: FILE NO: i - SEA LEVEL 1929 USC k CS 1 Richards Road, Suite SE LEV471 EL 1929 rSA _ Bellevue, WA 98005-4446 CGH H: 1" = 20' 1" = 5' PLAN & PROFILE r^RO FI LE DRAWING NO: & Phone:Fax (425))519-03090 `� RECOMMENDED: STA 42+65.94 TO C 110 CONTRACT NO: King County STA 47+00 `Lr No. REVISION BY APP'D DATE BBA00SESION�WASIVRGTTON CDARE APPROVED: C73130C SHEET NO: OF l` ORDINATE SnIW NORTH ZONE 1 I I Ii1 ,\ 1 •I I I 1 5 I 11 III _\ 1111: \ 'I I �I ' • I O I 1\ I\ OI 1 1 • I II I t 1 1 I 0 , + I ,1 1 II I + =x dl -I 1 N + ' 11 1 II II I I 'N I __ I111; I 1III / 'I, LOCATION OFBORE pIT 1 I I 1 a� oo 48+00 49+00 ————_I• �o+oo 1 I ——1 /////////j sz}ao / 4 I BH-4 ___--___-II I _. --- / Y __��%7////�d E6�8.81 I A\ e IE SUInP_1 E,6--iJ 1 1� -� 4 WI --- ii l- I 4. UI r- --,i III I I----1 8 I,/1 — _`i `\// I 1 1 " l r\ i r 1 — I ► — 1, — _ ——y a I- — I I ; II I II _ c __ - I _— I I ' / , EN/AI I t - TOPOGRAPHIC INFORMATION IS DERIVED FROM AN kr r AERIAL SURVEY CONDUCTED ON 2/5/93. SOME - - 1 PERMIT GROUND AND OR TOPOGRAPHIC FEATURES MAY HAVE SUBMITTAL CHANGED.THE CONTRACTOR IS RESPONSIBLE TO BE ' • I;;1. t FAMILIAR WITH THE CURRENT SITE CONDITIONS. '' ` ` . J 47+00 48+00 49+00 50+00 51+00 `; s - 52+00 '"f .. . . . _. 125 .. ,. .: 125 .. MICRO . .• 2 p, .. .. I:. ..�ENTON :MUNICIPAL: AIRPORT•:S'....:. ..,... TUNNEL .. .... .. .... .. ... ... .. .. .. .. .. ... .. .. .. ... .. .. • /4FETY BONE: I EXISTING.. . .. 2 • 120 . . .. .:'.9 I : . . .. : I- - . . : . .. .. . . °D. AT PIPE.C NOTERLOINE 120 I� a ..I .... -.. .. .. .. ..- . .. .. .. .. .. .. -... .. .. .. I.Y..,. -... 115 QI Id. Q .. 115 I_ ,. :: .:: . :. .. : :. : . , .. . t •WI I ZI �. _ • • IJJ .. - .- o . .. --. - ..N105 UI �.. I U 105 H • • • LD 95 i J 1: . 4r.CARRIER PIPE. 24": SS ®.$=0.008 FI/FT :... . .. :. :. . • . 5 NV. 99 0 Z I � 9 . ,P, DESIGNED: CHECKED: DEPARTMENT OF NATURAL RESOURCES DATE: ELEVATION 0 EQUALS MEANS �EA LREL 19Z9 USC A:GS OCTOBER 1997 A°USTE°,sal KJD BRYN MAWR SYSTEM IMPROVEMENTS CARRY STRUTHERS ASSOCIATES. INC. KING COUNTY PIPE: ELEVATION 100 EQUALS MEANS DRAWN: SCALE: FILE NO: 3150 Richards Rood, Suite 100 SEA 1929 USC&GSlir 4S4d. Bellevue, WA 98005-4446 (ADJUSTED TB°'> CGH H: 1" = 20 PLAN & PROFILE u Phone: (425) 519-0300 , RECOMMENDED: V: 1" = 5' DRAWING NO: it - Fax: (425) 519-0309 CONTRACT NO: King County STA 47+00 TO STA 52+00 C 111 APPROVED: COORDINATES&BEARINGS ARE BASED ON WASHINGTON CO- C73130C m No. REVISION BY APP'D DATE ORDINATE SYSTEM NORTH ZONE SHEET NO: OF / A„„,,,,, .,....._ , ,,,,,,r... ,,, ,. / \` l \ q(i.,:,,,,,N . 5 1 \ E: * . 4in=zs.9� 4� ir 5 I 1 � f iiIIK c';t2u.�OR5.9 z2"CRFE M.'U:eVTAa�T 4s4ii"IIIII N • ME UNIT 2%© AT �OCY ?../ -�\\ J _�� � EX TIN WTHI , / 10 ION / 7ir • TOBE SEDA --"'�" x � •-` , • • ..FELON-BOTH /`� 56 Do 5•:--�• THES FITTINGS. 2 . SSM f \ R1M_2allir 45' BEND (F x m lir e —� — a N 22 2' BEND '�L x Ft STA 52+ 1-.84 / / / j / N 185350.92 I I 554 ,11111r E-12fl7977 •• 53+40 / / / 54+ D II I I 1 I 4 \` - _—______ _ 'I ,. ----=11 1 4 BEND1cFL) -- c =o �' 4 �/�;` ;\�/ STA 54+88.09 v yhq k ST •'JOINTS i BEI USED A / ��85587 08 1 t� U w=,SszP NW=,50 OF \•N BOTH z c= 9 RE E TO BE � ° \` / / O� IE ,s RELOCATED Q 4 I° SIDES • E FI 1es. / / / f ��� I =V CPP SE= E" :Y OTHERS. IE SUMP=,a.3 ,/ ` ``'tee\ //_ :/ / o ' ��•�� 0 \ i I 1 T ��.....:(;s:7„,"‹ tia �IP � U': N S'Q ELINE 6.0 � \°\ , / / / / � -SUMP=,S i �: S ORDINARY HIGH 1 _ '`` ' , \ �� I/ - WATER MARK ��aF� , , ,3 `- f./ - ��,/ / >� �„ NDtMSHORE LAKE WASHINGTON ,, ,, OUTH / p 3 ir / / /� `� RESTAURANT (/ \\���� , • . TOPOGRAPHIC INFORMATION IS DERIVED FROM AN . AERIAL SURVEY CONDUCTED ON 2/5/93. SOME r PERMIT GROUND AND OR TOPOGRAPHIC FEATURES MAY HAVE CHANGED.THE CONTRACTOR IS RESPONSIBLE TO BE __ SUBMITTAL J FAMILIAR WITH THE CURRENT SITE CONDITIONS. t . 52+00 53+00 54+00 55+00 56+00 . .. . o. , o z130 ,. a� o� a a � a a za _ 1305a5 _x : p IY: • UEL QU ; U w 2 . tn 2 . ' oU � ' M/. . oa= fx ii za o125 . = o Ii F:. .. . . . .. 125 oCL CI- + a Co "a � � ao Win .. C a � . � a EXISTI GROUND. �Qo ¢ z •I n I gX I- \ .s 120In 12O • m;� AT PIP CENTERLINE ' 1 _1. •• •• ifa.� I _--��, •7 ,, , 4 . 7 „. (ni 1 N 115 . . W . 115 _ • .. .. =I MAINTAIN MIN. 2'WITH DCLEARANCE.L 1 1.0 (J o 11 O 2A BOTH SIDES OF BOX TO FCULVERT -0U. . .. 110 o z a _ _. - ' - - - - - -- - ..- - - _• Zo T t z Iv< O DI ® 5-0:00577"FT/FT 1052a" ss (. ) - ._ I• � 105 N a 2 F _ �x _004 ..... +Wa 4 SS pl .s.: :.: •100 N1 :' 100 a DESIGNED: CHECKED: DATE: B�ENAP: E,EVATIGN 0 EOUALS MEANS DEPARTMENT OF NATURAL RESOURCES ,9i�lusc cs RD BRYN MAWR SYSTEM IMPROVEMENTS OCTOBER 1997 CARRY STRUTHERS ASSOCIATES. INC. KING COUNTY PIPE: . ELEVATION 1009EQUALS MEANS DRAWN:K SCALE: ©i FILE NO: 3150 Richards Road, Suite 100 SEA STEL leis use&GS U - (ADJUSTED 194]) Bellevue, WA 9519-03446 RECOMMENDED: H: 1" = 2D' PLAN & PROFILE Phone: (425)) 1 -03000 ' = 5 STA 52+00 TO STA 56+00 DRAWING NO: 12 o_ Fax: (425) 519-0309 ` APPROVED: a ` caN ucr No: King County COORDINATES&BEARINGS ARE m No. REVISION BY APP'D DATE BASED ON WASRINCTON CO- C73130C SHEET NO: OF ORDINATE SYSTEIA NORTH ZONE �� 1 NT 185+89Z ofill0.41111" s * "' r., ,.(' ........ / '>eNNN'48'' MH \ / / 1297539.0 'm R STRAIN JOINTS TO BE USE • / / , 0 \ 5 � 7" OF THESE FITTIN ` Q ,• ••2 1 • FLZ I:, 4 .ASIk ,-rifj- ,I' ` / • NT•185+1 S69 N 18 780 �_ 59+99.49 4 �• 4�\ „H E 1297595 16 / / / � HOME • BE , `'M= / / // RELOCATE/ I ` F,,=, O ', / r • :Y OTHERS. \. III E` � 11%.\\ � = / / ^'A'843.2 1 ► N. ..,:i / E 12 7487.7 END J f STA 60+ 43 �� N 18 2253 • o g a f 60 %,� re /%/ E 12.7552.17 BRYN WR o X p 9x$ry 1\\h gig`- FLOW ME1ER VAULT 4 .i./ ' _ / ' - ', NTA M9+22 099 IIIP a nE 1297588.16 TA 59+85.24 sec• / r I l 1 11-1/4• B D FL x FL U N 185919.50 / / L /j7--„,„, , i.th r.0 E 12976INLET . STA 58+42.9 <= ,,,. '"<e, SIPHON INLET • \ E 1297-751_08� die ��r�, ;29`'"N STRUCTURE n. !9 SEE > a4 • //. / — —e-- -- �-TAILED 1110. / °p xp F,,, 1 SEE, . 7.77 • / / of a N O j 7 / a�.c /c'r°n ITE P F� IS AR / ce„ °c SHCFf(NE �\ / kfD • r' / °SAv .. k 1'F„� 7,-- E'<<, BEND r 1n'H` ( /_ •_, �i STA 58+ 46/ I 1 £'zz,`3SEO• RESTRAINED JOINTS TO BE U A a /N 78 3.37 0 •7744.06 ` 3 MINIMUM OF 50 FEET ON BOT' _ SIDES OF THESE FITTINGS. / `/ TOPOGRAPHIC INFORMATION IS DERIVED FROM AN / r AERIAL SURVEY CONDUCTED ON 2/5/93. SOME 1 PERMIT GROUND AND OR TOPOGRAPHIC FEATURES MAY HAVE SUBMITTAL CHANGED.THE CONTRACTOR IS RESPONSIBLE TO BE _ — — _ _ — FAMILIAR WITH THE CURRENT SITE CONDITIONS. 1 56+00 57+00 58+00 59+00 60+00 :- -- 61+00 F-. M Z Lacs, ti . a . 135 o- 2I- �� 135 aW gNz u°>put 0 2 01 Z� 2 130 OI 130 N lL r 0 a � u -wt 125 mow,-I /. . .. rim 125 HI: I EXISTING GROUND A �' f /� 110 INV 125.78 I --✓--- / AT PIPE CENTERLINE--`—/�—/_ --_/�_ INV t25.52- INV t25.52 N W 1 INV t26.02 1.. N 120 .' J i ‘3y 24" SS (GONG) z _ I ep- o • S=0 0095 FT/ z v 115 I Z w �CD <FAD f 115 2- x_ o of c I 44CI 1.4 S' ¢ I-U-> in-Lc ? _La-Q 2� MIN .- - ZO4 . .. F, rw.i J 110 �� i. ��� 110 0� ;� o 3 I 24" SS (DI) S=0.00577 FT/FT to sr< .. •13 �gz a Z z .. .. : d I wm ... • Q.I. tnz0 z 105 I. I-^ w-� tO D_'2LL 105 • DESIGNED: CHECKED: • EELLEVATITION 0 EQUALS MEANS DEPARTMENT OF NATURAL RESOURCES DATE: "" was 1929 USC&GS KJD BRYN MAWR SYSTEM IMPROVEMENTS (ADd as 19a) OCTOBER 1997 CARRY STRUTHERS ASSOCIATES, INC. pLE COUNTY PILE: C ` ELEVATION 10a EQUALS MEANS DRAWN: SCALE; FILE N0: j ,I�• 3150 Richards Road, Suite 100 SEA LEVEL 1929 USC @ GS (ADJUSTED 1947) Bellevue, WA 98005-4446 ccr+ H: 1" = 20' Phone: 425 519-0300 RECOMMENDED: PLAN & PROFILE ( ) V: 1' = 5' DRAWING NO: Fax: (425) 519-0309 ` CONTRACT NO: King County STA 56+00 TO Cl 13 ORD NO k BEARINGS ARE STA 61 +09.71 `m' No. REVISION BY APP•D DATE coon ON WASWNG RI APPROVED. C73130C SHEET NO: OF L CO- ORDINATE SYSTEM NORTH ZONE d ` • \ \ / ' \ \ j \\ " \ \\ \ STA-0+008-\— — \ s `n N N 182519.12\ sy_ / E 1300911.47, 4 j£ / � -- INSTALL NEW \ u ' ' - �' �' 'O \ \ CITY MANHOLERINN 0" 'r. /I • �f ► SS,`SEE® \ : \\-- 9itX \ O ` \` gy .� \ \_0 1 0+2,5/ 0+./5 0\ o's N srAR Uo+.7E7.a s� ' O�m= £�=N \ ra4 r \ \ ,F, \ ��•\ E \ NAP �� iv R / 18246.14 EL3R� DOPC HEN TO OFF�ERT�tN / /\C('' -••••^NEP / ' , \ :\1:), n-70\ \ %> 1,\`'n\‘‘ \ '1'3'''''''': \ \'* , o. \ 2n I� Oc s . tv. z\ ° c -s 1d \ I`� �-p1\ m �^ N , ► 104 P tit\w4 1 4p2?J 'f 7.illi....„.. 0 ..?- . -ct '1%V\\\ '''\\%\ \.‘\\ '4 To ..t'0,..i., --""••------- 3 ----••-------------""----1:-------- ------ ---------- ----'-------------------" r PERMIT ill 0+00B 1+ooB I SUBMITTAL J . 130 I cn 130 2 2 125 = �AT P CENTERLINE... 125 EXISTINGPIPE C DINE 120 --1.19.14 INV INV 122. 4 120 • INV 116.p6 41 (EXISTING PIS) ► INVERT = EAT I 1 15 I 24" SS(CONC) ® S=0_0Qfi F7/FF(MIN 115 r I 1 10 j INV .7a 2 1 10 0 0 1 14 z re /. EA SIDE >14i _.- z W 8 105 II .. .cRos I _ �� 3E„ BRYN MAWRI TRUNK cI�' o N 105 t 106.1 Qz 100 INV 103:0_J . 1 00 • SEA: DESIGNED: CHECKED:ELEVARON 0 EQUALS LEANSDEPARTMENT OF NATURAL RESOURCES DAM • SEA LEVEL 1929 USC A CS (AD�usTeo teal OCTOBER 1997 KEL COUNtt PIPE: K.J.D. © BRYN MAWR SYSTEM IMPROVEMENTS YEAN9 SEA LEVEL 192 USC DRAWN: SCALE: FILE NO: m �� CARRY STRUTHERS ASSOCIATES, INC. ELe7AnoN too EouALs 3150el Richards Road, Suite 100 k GS(ROUSTED 19a71 RENTON SEWER Bellevue, WA 98005-te 1 coH H: 1" = 20' m Phone: (425) 519-0300 � RECOMMENDED: V: 1" = 5' DRAWING NO: Fax: (425) 519-0309 ` CONTRACT NO. King County CONNECTION DETAIL C114 APPROVED. E63106E SHEET NO: OF No. REVISION BY APP'D DATE ONSSED ON�WASHINGTON CO-ARE MOiNATE SYSTEM NORTH ZONE �� 16" D.I. OV RFLOW _ _ ` TI H�' y-L- linli -Nlib..Niiiiiiii/rgain-Mi. i --Alinall111111, ��"" --��� LINE 0 LAKE PUMP STATION ABANDON EXIST NG - ---- _ •,�,.,,i , .inn �:Ta1o1aE _ SANITARY EWER Illiir — — — h.. -.:[er: AI ig�_ • - I—� XISTJNG_EEN - - AND ROC WALL— _ EX1SUr1G�NH01 M.PillI 111111111 ` APIPP ��\ \-�=ss _:mii.i's` x'`t1 ms_ r�1:�...S:;ram — t. �,. ......... s .sue .°"S:i. xzx�>xe � ..,ECT T0��, ► \- tT�,e s_ • �'`<•�.re..z: a;- s=".".. EXISTING . .E I ES 24"SS 1 __ I r� 48" MANHOLE 111 7 I I� I ' ' V6" :.I. RTED SIPHON FLOW METER I I I 10' D.I. INVERTED SIP to N ;s 72" MANHOLE WITH ULTRASONIC VAULT® --� -=�T ,�- 4 -,- -- •_ �.', ` T 9(Op a DOWNLOOKER FOR LIQUID ® �� _ �� t J -may N N ------ LEVEL MEASUREMENT 24' 4" (D.I. INVERTED SIPHON ' \ a \ ... �. -, NEW SIPHON ' b ` /`/�I N c,. In v \ NO INLET STRUCTURE I ,iI N.\ ABANDONED WASTEWATER REATMENT RLANT/ \ r-ri J1 \\ \ 4 \ \ SITE PLAN: SIPHON INLET STRUCTURE 16 SCALE: 1" = 10' -- 3 3 I ❑ --------........ n fl Q / i LINE FROM m SIPHO (RAIN • VALE ; N 1i 5299.2: ro 2 E 1298937. 8 4 " DRAIN 2 OLE MH R01-41.0 .EE,NW 4410 STA 42+65.94 WY \ ,,,,,..fik SIPHON OUTLET . , ______ __________,_,.._________________7„___„___,__ STRUCTURE +00 36" SS SEE, __________ _... _________ 0, 4. ,„,- .„ ........,..., MH RO1-42.8 • • STA 42+50.94 Z oz 11. • CJ 1 1 • Ei z� Z -Q • w LA Z —J O NQ SITE PLAN: SIPHON OUTLET �N SCALE: 1" = 10' r PERMIT , <z L CL SUBMITTAL J e � : DESIGNED: CHECKED: DATE: • ELEVAnoN D EQUALS vDws • DEPARTMENT OF NATURAL RESOURCES ' SEA LEVEL 1929 USC h GS (ADJUSTED 19a) OCTOBER 1997 N KING LOUNtt PIPE: KJDBRYN MAWR SYSTEM IMPROVEMENTS CARRY STchards S ASSOCIATES, INC. ELEVATION 100 EQUALS DRAWN: SCALE: Q FILE NO: ti4$4664 3150 Richards Rood, Suite 1OO MEANS SEA EVEL 192yy use k cs(AILIuSrEp 19a7JBellevue, WA 98005-4446 CGHSITE PLANS. Phone: (425) 519-0300 � RECOMMENDED: 1"—1O' DRAWING NO: Fox: (425) 519-0309 ` CONTRACT NO: King County SIPHON OUTLET & Cl 15 ,n No. REVISION BY APP'D DATE COORDINATES,BEARINGS ARE APPROVED. C73130C SIPHON INLET STRUCTURES SHEET NO: OF BlSED ON WASHINGTON CO- U ORDINATE 9Y9TEM NORTH ZONE II ! E �' 1 I 1 i i i 1 l // BEGIN CONSTRUCTION • I t// a I 5 STA.0+00. - N 182440.82 ; jj / 1 5 E 1300890 93 I k C 6 i J CONNECT TO. .. t V / i Z EASTSIDE .INTERCEPTOR_ C Z.''' l� i�' I 1 O lil SEE DRAWING'5102.: I iIII I 1--` PROMO INLET 111 III L I //� + .Z 7! I = #I i 1 #/A j—� =2553 O.iO . A OR© W 111. I I ,N t 9rr�/a 0 CE PROTECTION N IE 10"CMP L':=22 C .Q W, III T •- ivi O. .. ° I -- suMP-707 @ % / I N5, 23 E ®� Q IN y//I I Q C E=235 111 I I I I %/) 1 I^ I 1 1\ MIR R,MR,u=2E.JJ- s�1 1�BI ."' IE 39"coxa Ns �T I 1 I 1 cR I/ / 1 RE - 3 ' 1� -ts i �A'.'., -�'�'y. ...� 1 RIM=25.95 //2 RIM=<<.3a I ON) IE 50'�N517: �• ' _ _ IE,2"CONC::=22.t Y, I Z IE 12-2,9CON E,L'!=2 / L'CERTAIN I IE SUMP=20.1 IE SUNP=197 E za. 7a 1711 .-:i 2+00 k/) PROVIDE INLET 11 B" <a GONG N' �.''::. "a J s PROTECTION j k ILyT CONIC ws=z3.1 _. a. I III. .-- - ----i:4 3MP=22 fi I _/ '� n `` . i I 11 I 1 �y aTE-C--TI�IY ` 25.afi i __ _ _ 4 N.H RQI-32 ' �` / — _ \, • � ♦ FM=2,..„ — ,—.____ LOCATION APPROXIVA'r " -... - ..— /I•E-.. Hr PRGp;',DNf^. P RiM7.D9 / ari A 061= 1 A 0'1 NG .a'/ . 1E a"CMP Ns25.3 ABhNDONED,MAY BE, ' q, j■LN\ mwava IE N.S-r.1 _ / .p` rga 4-- • 0. 1 • 1 .N3 0 'S• UNDEft'PAVEA:EN i1 4. 1 - #) . n • — — -- — — ��� / • IV LJ+T' ss • 6TH- —" B 11 H -i� Po Sis t. >—.—.- ,,.. •w .-"R..9r R5c 2:Ls i5 -Z _ _I_ ! 3"Si, • S .. .. —Sr-Sr - — _ 1 T ss --- _ : — - —— — • nIM=27,36 — >_ > sis--� E 2a` N'.1.. • 1 • `r'al=_�— MT��fZ 0 a lz sis MIN(FIELD LOCATED) r�s _ C. Lis ' �_1 CAS CAS r _� - _ - Ass � \ E D8 6 CAS 1 film=27.a4. , _ -I 'h'Mµ{LDCAPON APPROXIMATE) 11 GAS s. T IE 12"E•5..17,5 - I .) f _y • (A'cANDONED•MAY BE - I <-�._. e<nC,n,. -__.--- - . .. __ FRCFERTY uNE _...UNDER PAVEMENT)- --- Si5 -- _ _ }I- o -R, - _ RIM,2757 - - ,;I ' 1 1 1 - C= to _is—G w .. -' \ • n _. 3 I I /] 1 • ! 1 1 I I ! I// -I (�/ V 31„_,F t I I 1 1 1 1 1 1 f ✓/ I I I I " -� -�1-/J I 1 I 1 1 I 1 Ix"I z9.51 nn U i ® 1 cis L--`-r- / 1-- -- --r----'-r-1•--�--- >-ter- - ' I ! 1 1 1 4111 I I I I I I 1 \ I I 1///I I 1 1 1 1 1 I I 1 NOTES:) PROVIDE STRAW BALE CHECK DIAMS ' 1 1 // 1 1 1 1 1 1 1 1Li; O AS REQUIRED BY 'THE ENGINEER I I ' I I I I / DURING CONSTRUCTION.I I El_ 1 ce //� 2) REPLACE CURBS DAMAGED DURING I sis srs Rlm=u.3a CONSTRUCTION SEE I E IE 12 CONIC 521-221.7 I// ,, 1 d O I IE suMP=19.7 / I CB RIM=2S of -- - 1 IE a"CONC S=ZI.3 3) INSTALL ASPHA 1IIREN,H-PATCH �r�i �' I///J lE`-uSIP 19.7 I OVER INSTALLE PIPES, SEE __- —I 1 (1J —If - .o_., PROVIDE_-L T �N>29535.92a_2J lO I IT cci I/ . PROVIDE INLET 30LC33.335 L Rl r ;TIT Ra t�N 4) LIMITS OF CON RUCTION ARE WITHIN + E - 2 — ' t y QR 2Q m O 2 CITY RIGHT-OF-WAY AND CONSTRUCTION " 2 I �...,,,_�„--, r'.� ,..,.. \ I `� ® EASEMENTS AS.SHOWN. I� PRavERrc uNE I — — H `1 1� I I nu STA g 60 / G5 TEL -• -- .. N sni sr i„�- . �, 15"r (AonV NE9:oG,IC -RL 1 411; • • W T 9 v = - - - F-� N 5' �� • a •i 27.ss / - .- is 12 E:5 > > 1z-,rs z7 s ... -.. 1 v' ss 27 SS-- . 7W - zJ SS- CD '� CAS 1 7 tt_ W} GAS car _ d— A9 GAS Z 1 I Lss — O LJD U _ _ To RiM=24.9t I_-1 PROPEStt UNE IE 12-CONC E:::=1 8.9 _ Z K 73 1 L I w RIM z<.6a u rl 8 ® \ Q cv'e,: I Z w o / V C. =� ss ---- ,=_s ss ss IS I as _ iE za•N s'=-,?I -- \I - _ -- `5 '' I Z N LLI d ` — 1 I I - <— `'' =`- 3--�I------5------- s-- -< ss ,I s » ear le as \7 0l mc¢i IG J *s - ST5 T.,.1 1 1 —'__,N -.n.7-C3 /lcv"2a2' rc M=2.`..°u 5� ss — LL= 3i3 w,sE R 14' 2�9N�E'::=,7.9 'PERMIT L MS = �7 r sTs 516 6 sis oNG E=la.o Qz CO S�IBMITTAL iE•; BAS : DESIGNED: CHECKED: DATE: •• ELEVATION D EQUALS MEANS DEPARTMENT OF NATURAL RESOURCES / SEA LEVEL 1929 USC&GS NOVEMBER 199- (ADJUSTED 1942) KJD BRYN MAWR SYSTEM IMPROVEMENTS UI - KINGING CO COUNTY PIPE: r GARRY STRUTHERS ASSOCIATES, INC. ELEVATION 100 EQUALS 9 DRAWN: SCALE: ©, FILE NO: II • 4r.SA4 3150 Richards Road, Suite 100 h G5S SEA LEVEL( U1947)useCGH Bellevue, WA oad. Su4446 CL Phone: (425) 519-0300 ®� RECOMMENDED: H: 1' = 20' T.E.S.C. AND DRAWING NO: Fax: (425) 519-0309 RESTORATION PLAN C120 In CONTRACT NO: King County u/+ No. REVISION BY APP'D DATE COORDINATES&BEARINGS ARE APPROVED: C73130C — SHEET NO: OF OORRDDINATENMTEM NOR"TIIQ ZONE STA 0+00STA 1 0+00 • • 1 I I I I 1 1 I 1 I 1 I 1 1 I 1 1 I 1 1 I I 1 1 1 I I 1 1 1Al ln \� { I 1 I I 1 \'\' El pry) / I 5 - 5 D�- � r T- r �OEJNG AC _SSA \ , 0 \‘P \ /# we I 1 I+1I I 1 1 RTs wI ♦ �Y'KE oN R,M=21. I 1 1 IE=N/A FULL OF S6MH 1 CE \ ` 1L FACE'' I I 0 II I 1 1 1 1 WA 'G EDPERI I PROVI I IN HT RIM�zz.a] t PRwVI�F_INI FT R,M=a1], ssMH \t \" 45., �Q1 --\ PROTECTION ' E E•gg2 c,=1 a 1 PROTECTION ,2-CMP N=19.3 aiMozz.tz \ vr�1 5 1 IE 24CCNC N=19.1 tE_,•.p=ty1 _ N,DCENEL=a._ MH-R 1' 60` �OR® — ORe \ , \ STA 4+03.86 <t- ��ROPERTR❑NE-L — — —917 .fin , . N182527:8•LL 1 C , \ E 12994�3.8• MHEccAMA e �y �ANDCE —la I T£1 TEL �y 'IL< < 6SLL 66 C 5 C(RI 95 C- `' � I i M1 E AO, PA./ - �e eTe �a' sT5 -C 3a Si5 _ C �r P OHP>i \ 1 _ -` , .. ..-.. - i�T \/ ISP*.- 0 ��US ��` -.. - - .rs-r, raeauNen txAned noGFar' - - .'. .. 'j� T 2-+00 - _ - 2 i' Mn ., .:• �HPaT DO 1 E. . �1_�_�_._��� .__�_�_�_� �_. .__ ^�_ .. _�_�_a�_5 t _ vEp.LCfATCN KGRC%.) .. .. t...Y(ADMIX/YET,L .,n[FRO%.) . t, �11 �-IE=11 o.i6 CA•V N' 6TH° T 1• 1 'Vat1 2.\!," ttG ' t LAN C E RESTORATION MI AS REQUIRED ACCORDING V — PROPERTY UNE :• ING ACC S __ _/ \TO SECTION 02930 AND 02950 _.—._._.ICU T— e \ ` RrM�22,a 1 �:',: .. —� 0 ce-u-axa � I I _ I �-- I I I 1��1— -� ---��� - - _ �_ — � � I sTs > sis s RIM=22<_ I Q \C 1 I /I S1 UAL zc I,\\I I NOTES 4 1 I u,,t2FrEI 17 9 1 T °z+_. •N I I 1 1 1 I PROVIDE ST8'M D'/TN G I I I E 2 MICCHANNEL�1].' 1` 2"GONG F 'l -ss- ss eCTIzs5 h T11 ROVIDE_STRAW BALEICHEIK DAMS1 I',J 1 I `w;,,,",';:{ Is...\\ ss I I I ss I INLET PUGII N� , 1. 1. : V \ zo tINLET PROTECTION D RING `' ss ss '-'--s -`AS-RECOIRE=O Tk1EEE NGINEER - L- 1-i---_L_!--L-_-J- "�tsJ__,_�I_ I _ L_L -> 1 DURING CONSTRUCTION. N s_ r • \ f rrr STs STs-2---RE-PLACE-CURBS-DAMAGFn n,RING I\ MM,= /i-,.•/ f 9T5 sT5 r' 1"��'' CONSTRUCTION, SEE a ss ss ss wN: r I. I I/ VW: / 1 ———— 1NSTALL^ASPJ IALT_TRENCH_ __ \ N i ,E E P N=ta a , 1 — OVER INSTALLED PIPES, SEE® L TT Y c•r8 ^COP W=18. f0 \\ /7--- 7L�,-- •tE t'coNc w=t6.9 +, \ I i I 4) LIMITS OF-CONTRUCFION-ARE-WITHIN / / / / T "I• 't \��---- t1 1 1 CITY RIGHT-OF-WAY AND CONSTRUCTION `: I EASEMENTS AS SHOWN. •t \\-"\,1 I\ ` I 3" 3 --) , 11\ 0 J ------A- j 0 �� _��m C d a3SF STA R!)+• 6�6 LIMITSINSTA OFL ECON$7RUCTRY E LACING 1 Q £ f,^I T}6a -. , 'Imo'' ` Q d ram- N 18 75•.00C �— OAS ALONG EXISTING CURB/EDGE E 129•'66.07 OAS _ ��d&B OF PAVEMENT ( PI L TY CA ) I U) \ a ` Ail \ MH �201-60i ��! ' :.. CAS CAS D. �` t�+. to*oo 2 _ �� STA 14+03.8• �. - ,r -,c6ss 0 c= _ _� ��_�_ _�_�_�__�____.��y - i 3 N 182527.8• ill r —_�__ 2 N. iL -'� � E •949 :/s'" .� - I I .. RIVERSIDE DRIVE m �I L��- '�" _ _ al :Rt a :��y � 7H'� tn I - i'. •H HP'T - Pa� cli G,oa —. Ste— • I �I E c99c_002 - M 13 •I d nW'i2E Q - - . o^6CvJ2Ti `':\:: ` :::I SIA 16+9.80, 15.5 Ft 1 '• ��F •ESTa -11MII�OF ' ` ca • :,..;.;..;..;..;::.' DQ. , 1 I `I •.,� Vi) DITCH-� CONSTRUCTION SOD OR°SEEDING I ,L a 1 c u / 1 .;,.`.: _ —�Et 1'T8_I L LI .e� L ° ° -ALONG-CX4STING L U /�\//C�J �. ;.` 1 i T FENCE. RESTORATION I QNI I ..t:` y RING TO iLi at u/) I 1p'�4,:� `a3`.':'' "R / PROVIDE INLET SECTIONO 02930 m •Pr 1 . �. :'�":i'" ::::;' _PROTECTION 4 - - - - - - o ' 1 ,I,� 3�� NSTRUCT y iC / WTI _ - Z> p - {� `•,.: = TWO \\, \ NEW DITCHe ss ---- -iu",a_z.� _ _---__ F� • ZS 1: / 1 e ,.`\ \\ SPA 14+38.a8 31.38' RT. ss -_ Nv E tea o0 �%� Ji IiI IN ,r'J,]6 o Z o u N 2.6 z —u t I EL 11p:6P — w z. — — 1> iI c h I EDT i"1 �K SHINERAL�9 T ,/ Q 1 _ N182E35.736 `sue - W N W Et 299559.Oa3 J, � I �� I zPERMIT p 7:= SUBMITTAL a r. • �vA� DESIGNED: CHECKED: yy U�� .- DEPARTMENT OF NATURAL RESOURCES DATE: _ ELEVATION O EQUALS MEANS • `,'� C> .e SEA LEVEL 1929 USC&GS •(ADJUSTED 1947) = NOVEMBER 199 IP KING COUNTY PIPE: KJD C:1) BRYN MAWR SYSTEM IMPROVEMENTS 0 Sy.S4464 CARRY STRUTHERS ASSOCIATES, INC. ELEVATION 100 EQUALS B DRAWN: SCALE: FILE NO: m 3150 Richards Rood, Suite 100 css(Asw�Dso,eai7 USC Bellevue, WA 98005-4446 CGH T.E.S.C. AND L'• Phone: (425) 519-0300 RECOMMENDED: H: 1" = 20' . . . . DRAWING NO: a Fax: (425) 519-0309 ma CONTRACT No: Kin Count r APPROVED: g r CP RESTORATION PLAN Cl21 C7313000N STA 10+00 — STA 1 9+00 SHEET NO: OF No. REVISION BY APP D DATE CCOOR INATES HIKE RINGGSOARE ORDINATE SYSTEM NORTH ZONE - s ,_. ,,,,....„. \ , \ \, :_ 1 PROVIDE INLET PROTECTION 1 l NIN1 5 5 ( I0 ' 1por I �- L" �. .� -REeARaGAP W/TACK ••1' :l ,Cas,,m2c<� � 24 00 �1 I STALL EMPORARY FENCI _ •';" •j" h R'' Sw"5 5_ •� N,R31E"676 { h •• -"�` -7( �'�? `'� 'cwFx' IE,29938Da5] LIMITS 0E COftUC�10 Aill, w / / t4-- A - ) ALONG EXISTIN URB/EDGE 3 � '.•• :F P• EN,Ti�p'-ICAL oe �/� _,>;�.q.. .� � ...• L',IV,//N�-'!UI/_,/LCV `/�/,L/<V� t 01,1, 9-� �• - `I/� b .' �~ ,s v • ••' 1 ''4-11K---, 0 * 84. 9'‘IIINIL.L.- * -'11/Fir'. ...S"2. 01+-6622-Og.ifr. ** �I �� PROVIDE-INLET Er-L299 ,'., < �a ../ CONSTRUCT \ P �.�� PROTECTIONink OR AF3k a I! �; R R r ' ; WEL11870 0, 12 RT. NEW DITCH_ ) C3 Ce ro my `J �{�`' 1 e07 1E3 �a9 ,L'A,DD ./' PaS �I S �/ ., // REPLACE EXISTING Z ---c - ` 14 00 <„ "$H-90� / _ - -�''. �I z A9,`D WITH 4 H a CHP> �.,.,Y ,�� STS TO,DITCH LIMITS OF DI 1 ..F �_ �—f- t G? ' �, •, '"F + w �� CONSTRUCTION 1 ud: / ALONG EXISTING ,� c, FENCE. SOD OR SEEDING NOTES: \ 1 R VIDE STRAW BALE CHECK DAMS N 1) P 0 � RESTORATION N INEER RE UIRED BY THEE G R ING TO AS O D TIO N v. C .. TRUC IN ONS DURING C R TO ED DU •\ S 1 cEe .' SECTION 02930 .f..:.:. SECT O + _1 , -,,, / DITCH 2) REPLACE CU' -p 1'AGED DURING 41 SreAM,� =I r R tt' ss �� CONST: +N, SEE1e VAIII T I STA 21 _ :•1, 15.0 RT. ETTILIIt L a s a ❑_ / INSTALL ASPHALT TRENCH PATCH - I I' 1 REPLACE ESTING OVER INSTALLED PIPES, SEE 10\\ 1 (�I I --I' STS TO DITCH NI ❑ C J o L o 1 WITH 4" DI c 1-----__ N. Nc 645 3- 3 ,L.Fv.... -- C) 11{! `'I ` I ICI I ,1N I ,1' • 1 e h,'Z" I I CON I I -41 11ht PAO� , 1 OI (INSTALL TEMPORARY FENCING lO LIMITS OF CONSTRUCT] N + NG EXISTING CURB/EDGE (�� I0 OF PAVEMENT S(TYPICAL) 0 PRO IT/DE INLET ` ) / (�1 \ V ' PROTECTION V �\ oOR© 2 I re:I ,. 1 2 ...X _ , X,_, ;K• ...X, X..� I 3t • j! X. X X X r•X I 1 � I (/�' I "1 4 :l I' 1 1 '' STA Q4+Q8.7 J ` I \� ! III II' 1 J ( x ' lJ yzy)M�� N 18352 04" f J ws \ u �: "� .I I . + c•"s-- ), • RIwM zo a 1 q ; E�1299�F00 58?� J"`s I I ; J• "' •1 ..JI... c�°s •X• X .. CE " 1 " 2a 00 - +OD "" ••• eb+uV 1 27+00." 28+00"�. INV F'S;50O 29 00 �-z]n:P.is - <]c P s<� : - ,.3c p �27 _. __ EDT ] "kCP H-3. - se B PIM 2 }� � � _ �.�,`, o"f`� RIVERSIDE DRIVE . 10. •'� 5 -p 'S D ai Iu wP a ,C .T.. H I H. TC i 1 i?DT R, GH :0 Ci t 1 gS`�. e,o 11 I - E 2-9a' <99-0,]2 W �\CONSTRUCT M1v S fit E;i�b;Fo€, REPLACE_ EXISTING 0 0 J UI T (---\ F ` P NEW DITCH a F F — F STS IU"DITCH '}"TI ?z 1 1, 4 sr; - HLU -LIMFFS-OF--- --- WITH-4 DI /1 1 =♦ z0 �1.41 SOD OR SEEDING MA,` DITCH Q� CONSTRUCTION \\ Q E I / 9T; ALONG EXISTING I z -L2 Pi? 1 ' EH r• 1 I RE-STORATiON \ —r ENCti 1 ACCORDING TO << NJ LLJ W SECTION 02930 \ D"A ED 1 z - N1-}52624O'_ _ -PaveC 0 I jtr, 1 1I \ I ELV]3705955 ^- -- —12 I I P �z II �I �\ UBMI TAL • BAO DESIGNED: CHECKED: '; DEPARTMENT OF NATURAL RESOURCES DATE: ELEVATION 0 EQUALS MEANS — - •. - SEA LEVEL 1929 USC 6 GS (ADJUSTED 1947) - - NOVEMBER 1 99- KING COUNTY PIPE: KJD BRYN MAWR SYSTEM IMPROVEMENTS GARRY STRUTHERS ASSOCIATES. INC. ELEVATION 100 EQUALS DRAWN: SCALE: FILE NO: 3150 Richards Road, 100 MEANS SEA LEVE 1g2@@ use b:GS Am.194]) "'- .S.A. Bellevue, WA Road, Suite4446 cGH T.E.S.C. AND Phone: (425) 519-0300 RECOMMENDED: H: 1„ = 20' DRAWING NO: Fax: (425) 519-0309 ® CONTRACT NO: King County RESTORATION PLAN Cl2 2 No. REVISION BY APP'D DATE COORDINATE BEARINGS ARE APPROVED: C73130C SHEET NO: OF BASED ON WASHINGTON CO- STA 19+00 - STA 29+00 ORDINATE SYSTEM NORTH TONE i a .. (:) oce I ,......T -4o ,e- * (V I E 1299287.97 -ram INSTALL T PO' RY FENCING 1.0 r lip I x....,., :.,:. •..x. j....fix.....- �c . , x u..... 1 0 E ► 3 � ! \^ t I I # OOP ENT (TYPICAL) j CAS LIMI S OF CONSTRUCTIO" ,.. :.. I AF AVEMS7INGRB/ED r • � , ,7.,. :, u r. _ �- 1 ��. c� I I I q: • I I a ... M AL .d;.`Ir I-a 1 I �"':) I I I I I E) 1 i TOP 8.20 73 a z7 R P 2 i1o0 30+00 • 31+oD 3 +bif' ••334-01" ���������/ • 1\ / I .27-RCP SS-, 27-RC'. '� 34 00 1/ I RIVERSIDE DRIVE. I RIVERSIDE DRIVE 4 .°. 4 - 4 "'":'':.'DITCH. .. '.:'.:".:'.. _ .:... ..:. ...=�� ,`.,..I7..,.,....�.'.,.`.,.. :DI.��DITCH-,",`•. ... t C Jyi ii33i, n ,. r Nv 921 .• . .. .. E..is.i:• : POT � r I — CON\ ST____ \ ODORSEEDG FHp I >I V• /Na.'fi36 FHQ 1 J PROVIDE STORM NEW DITCH 0 I Tc �., k RESTORED STA 31+53.25.116' RT. LIMITS OF roP ,a.2s �' DRAIN INLET I b No5E'c DITCH w N n.7s I V o PROTECTION DURING A-ez cE-1-4: TOP i e.Ea I r STALL 72 LF I Q 1 I / CONSTRUCTION Bs u.0.STA RESTORATION INVeo E 15E FENCE. m.a_ 12" RCP S=0,0019 , ► ' o I iv,5 17.-_ ACCORDING TO I eor ,ss6 I .VI11g SECTION 029301 I I / I F SIA 36+19.42 KI INV = '1J-tl1 F I P_ve= ,/ c 1 I 12-CI TS ' I STA-33+31,4:- R{-INV=1C.6JI I I 1 /� / 1 I I II .. / y I I 1 1 I I I�-1I I I — (_\_7_,) v NOTES: ' • 3 °) 1) PROVIDE STRAW BALE C ECK DAMS i'•.,, I // L. 1 1 AS REQUIRED BY THE ENGINEER i ./ . \ e DURING CONSTRUCTION. . - I �,Th 2) CONSTRUCTION,REPLACE CURBS SEAMAGED URING / 1�• �` � 01 *° 1 3 I E MH RO1-41 B�� 1 / • �/• / i 1 J ) ST L ASP T TRENCH PAT C7 � OVER INSTALLED PIPES, SEE GA, l ' O I NT 18 953:257 1 1 : // // ► _ (�} 11{r E 1299051.87 M1 x Im �^ INSTALL TEM - RY FENCI G (� STA R 8+66.A ' ' 1x X Jt r LIMI S OF CONSTRUCTION ( }PROVIDE INLET '� STA 38+66.07 I j •IQ MH R01=41 x -1 ALONG EXIS7IyC/CURB/ DGE titirr PROTECTION N 184943.17 a oo —_�_�_�_� 1 i I iF- ;> STA 34+24.0 :l I e 0 �F PAVEME�I7 (TYPICAL) A OR z CB E 1299073.43 x �1, (1 184512:36 I I J i To E1E.D7 17 b• �� . '�� V 129917,2.351 I: am,Bz 3400 3+00 Win. ® .. . _ .. • , ° P RIVERSIDE DRIVE 7 T H' C "":: d >t J PD T i ni I L, 1 - - L. .N - _ \m E2-3a FH^ CONSTRUCT I SOD OR SEEDING I p;-- •s= UIRESTORATION I I / y '' 8`I9 I, Ij_ ,w ► 1 NEW DITCH IP ACCORDING TO LIMITS OF _STA 36fZ9 0-19'-RT F RESTORED REP CE EXISTING1-1- / j r3.,,,,Q /\ SECTION 02930E C jCE-- �S`ITING F EL 117.10 DITCH �I WITSTS T4 DLI 5 l�L� �;� F-WITH -DI z`•DI (11 F -`I F 11 F ` F r FENI.L Si: >N �O I I SiS Y < < ' N77;77- 1 s'-- c --s 1� cn4 a'LI .5NV STE I� I SiSOfiN DI SD 0 F Z 1.0 I]5N I I = Zo Sis I Si5 1 U 4 U I I N IJ1 , I Dlv' Z p to \„-.,°1 - • , PERMIT '_ 1 2 SUBMITTAL • • aASEM,w: DESIGNED: CHECKED:ELEVATION 0 EQUALS MEANS • DEPARTMENT OF NATURAL RESOURCES DATE: SEA LEVEL 1929 USC h GS (AONSIED 19AZ1 KJD BRYN MAWR SYSTEM IMPROVEMENTS I.OVEMEBER 1997 KING COUNTY PIPE: 4S.4116‘ CARRY STRUTHERS ASSOCIATES, INC. ELEVATION 100 EQUALS DRAWN: SCALE: FILE NO: 3150 Richords Road, Suite 100 MEANS SEA LEVE ALSQ uselir k GS(A0.IUSTFD 1917) Bellevue, WA 98005-4446 CGH T C Phone: (425) 519-0300 ®I� RECOMMENDED: H: 1" = 20' 1 •E•�J•C• AND DRAWING NO: Fax: (425) 519-0309 CONTRACT NO: King County RESTORATION PLAN C 123 No. REVISION BY APP'D DATE COORDINATE BEARINGS ARE APPROVED: C73130C SHEET NO: OF WED RDIN ON WSTEM TON CO- ORDINATE STA 29+00 - STA 39+00 ORDINATE WASHI NORTH ZONE N 185175.08 : .......:..... .... ... i :: :t':::t::is is\':i':;::;\': - :. ... . ......,,:. -::;�:;' rs r.' . ry ':: : '.'::. ...I TEMPORARY CONSTRUCTION -__ FENCING .,.:...,:'... ' .:.:.::.:. .... r..:...>:. ..:: :.:. :: . .I � / // 2 LIMITSTRqqF / /CONSUCTION • • • crr ��//1r /� ��� �c I ��,�♦'� �/ � ������/ �� .RESTORATION� � � � ►AS REQUIRED _ v �♦ • r/ /\ „\ INSTA,OF1O.1S • FI°NNCIN ACCORDING TO � //�� S C ON 029 I /i � .� QI I / P C ►-zr•_ � � `/ a,14_ OFPAVEMENT TYPICA )r •:::...,;,:,:i.6: : * ''''''?:1111:1;411:,,k,-/-'4*.-kfle. 'i ?'".:At„..4.1,. ,i A A:4,,,,,.;.:§$ 4W.1:P:'i'..-''':04.1'l..".':;.:'*.. ''..IM:,.!:;.:::': ::::'l';'1';:...'.Vif.0.1MIKAggiN..j.g. .''.1.;.:P/.12,1Q1'. -...:7:1,.....'.;•:i<1.'15..1.'ri: :'!/1,'!'/ON::Ii• -Ad'd°' -.'" "- -.==r---.0-...-.. 0,. .. AD.......... ..:................... .. _ ice. .,•. / ...:>....... .. • � �1..... . .}.. ...I I . .1.............. ... .7.. / / ROT •TI N fl- , . I IiI . i 5 . . . ..... 2 65794` .... . . .................... ..185 13A8 . . ..: . . R TCH >:::.. ,.::r':.':;: r,:r;;;:::.:.. r;STSf::T r.:: .:r:r:::.. DITCH..:..,::':;:;:rr;r: .: ':. . :': j::;:..:;.r..::.. _.:: '<•..:::..::..:.. .. ER w „ ,.WIT.::4 .' \\\v:.v t, ���♦ t• �:�'a���� t, \ \�i\ i\t, wt`c t, \`t.\V. .��t�i••�aNcl°r�‘\t,\j,�:�\�\)7 t•• r nl - -.... _ t•�.:1t\ t• t\ L NLy t\t•L,.., IL�� \ r . ,� t•1 �• �\ N \4/ �r c° I E old . -- � ��, k --11/ .• /fil•1y.Ljl\IJ�••�—lam �•�Zst�.�►'ma — •Y Apr 0 �' [] CONSTRUCT -- CD. R TO •. ��iLiL k%z �� =���=u'�i�es��iilrsni!e»Rri• _ _ LAI WIN -S 7PIa5.aU11•°IerA t f•L. .ZriTiT T ��ui"I!!:��� ( ` 1.'_, • ,.I� , 3 ° •• � � jii�: Yll�i � ;:.:..-= Ili` --------- �. '9!J SECTION 02930 � e1 �i>.�� ��� • ILMM .�1�1' I uN = =777T77 I. I • ��W2"3 - tr sw - - -- r>,� �l� • 0 \ 114 /j•'°1-.1:::::.:'/:''''.•':. V,. ... \ \_ • 1:/..."1.:.:::::.:::.i:: .::::.:•:::::'., . �a n�i .:..:::::..: �: \� `\� `1;:.:O a;:- ./.: I NOTES !' II I, " ...:::: ` `� ` j • 1) PROM El STRAW BALE CHECK DAMS •, A \ N ` `1,1..:f>;:i:i::4.;1. '. ; , I AS RE IRED BY THE ENGINEER `` ,' /:::: ... I O DURIN CONSTRUCTION. 11� ;i.<:;k .':`::`!';:%::::, ..• \ \ iiii 1 • �`� if _ : I 2) REPLAtlE CURBS DAMAGED DURING �t� ��'..::.:. ..... `\� ,�`��`. + CONSTRUCTION, SEE®s like 2 E \�r ��+� i� tII IN 3) INSTALLIASPHALT TRENCH PATCH 2y, \ w :' : ' • OVER INSMLLED PIPES, SEE 11111 I� "kS!4t41* II�, i ? __:•,I' :::':::r.;;r.:. :. ::;a : E��I'I'`''.c' ' ' .. A1i' ':I, j;,::;:'.'':,, �• 44+005+0011 \ , IL \ \'•it :;r:.:;:'i'>i>'!'': �� ` A 1:5342.12 I ► 't .......... ..V.‘, 1 saso7 iiti \lk I . V,�` `.�1]i'1� /';::';.. 330.94 I1=1 1 f ` .. ti • LIMITS OF ON• RUCTION w a:;:'::. ~ :, �\1/4:‘,:-N,:i. /.: 8843.24 C� FOR RECE NG PIT. V ___- z�i :.;: : ` .• '::.. U CONTRACTd M ST COMPLY I r o�`�11 t �y� ` � / �% oWITH RESTR•KTI NS AND :Q I.; . 1 100 ri � ��� ` `\ • :.:; INSTALL TEMPORARY •.. REQUIREMENTS F THE ,y 'I. 1 I --_� x zo /._..-• RENTON Mty ICI AL AIRPORT. �� `\ ,•• \ i � CONSTRUCTION FENCING {� I I I I S 1 53-, \ fi1 �` `•f'r7S h• _s._ ..-..,. i, .::;;:.!::. . LIMITS OF CONSTRUCTION i I I `--- w��\ �� � Z��4 ` EXISTING CURB w• f.:-..:: \ i 1 l'I I1 z N J1110\ 4- • } Dx -\.... •,s: 1 ' :::;:: (ii PER } SUBMITTAL 11 BAs : DESIGNED: CHECKED: DEPARTMENT OF NATURAL RESOURCES OAIE. • • FEEVATION D EDUALS MFINS • Fq IflEl,..7 USE&GS NOVEMBER 199' • {ADJUSIEO,9.7) KING COUNTY PIPE: DKJ RAWN: C:11 BRYN MAWR SYSTEM IMPROVEMENTS CARRY STRUTHERS ASSOCIATES, INC. E�vAnoN 10o EDuus -• 4$4126‘ ANEANS SEA LEVEL,9Z9 UsC DRAWN: SCALE: FILE N0: 3150 Richards Road, Suite 100 x a(ADJUSTED 1sa> Bellevue, WA 98005-4446 CGH C Phone: (425) 519-0300 ®� RECOMMENDED: H: 1" = 20 T•E•S•C• AND DRAWING NO: Fox (425) 519-0309 CONTRACT NO: King County RESTORATION PLAN C 124 APPROVED:II STA 39+00 - STA 47+00 No. REVISION BY APP'D DATE cooRDIHATEs BEARINGS ARE C73130C SHEET NO: OF Mina W..tiATON CO- ORdN.TE SYSTEM NORTH ZONE 1 I II 11 1 I ' 1 - _- __ 1 1 _\ 'I \ II 'r I 1 1 1 1 I 1 s I I 5 i I I _AO _ 11 11 I 11 I OI I 1 O I11 - \ 11 IO 1O I - :MIT F I I + .. •-;- I _ CONSTRUCTION-� (� •,... -• fir. I••• I IALONG EXISTING 1 i i0 \,,, _ _-I I I 11 I FENCE I I 1 _..... ti• IQ t \ QI r 1 I 1. �. illo �--'I I L .1 I I� II ft 1. 1 \__. i_- ' r I 1 47TI00 48+00 49+00 I 50+00 1 I 51+00 1 I 1 1 _ 52100. v/ I --ill 4 I I ------ -- ///////// -------- --- c. wl I I I �__ . , _ A°fi'__ Iw ` E �ONC N,S=17.1 c SU.VP36c 1 1 BH-a I J Z T 1 I VI 1 1 ' I I , ` _— I I I / E 12981 10.18 I - PROVI IN T _ Q• `/ I I I I I 11 l/ l Ir ll PROTECTION k, _ I -——II 1'Y - .. III 1 1 1 I 11 /T\ _/ }/ :Tim: -.�-'I' - u I1 1 ,I 1 I // ,{., / 1 1 I I 11 % / / �i `. I I i / ce I _- J'RIN,=i6 fi—�_ 67RURE FlJ41J I 11 // / / //I: DIqr.I..N/a0- 1 I 1 II a i/ / - I 3 3 /,\„\\ \ '''),, \/'-/ /K.' //T ' / ,/ \ 1 'il 5 t\\E) J Qi)\///��� oF1.112'N,Pr • / / '/ J l ....... .... .......T..../— / I - `� \ V�V 1 E SUMP-05. y/ �/ 7 J) / / ` li 1 3 /// 7/I„ ' / / `II J 5 y7 /a.. \` \ 5 9O . C M=29.t5 IE,2 B 1'^C•PP'.' 6 � 1 Ic 12 SW=26.J cL'MP l / / / N 1 / // E 1297944 28 /, \ T fsus=2s` , IP PROVIDE INLET _ �= �' �i ~»~ PROTECTION © IMIT F TR N �129• 0- Z se ;Jd / Mk OR ALONG I�y 5 / \ / / LIMIT OF CONSTRUCTION- ' ifs —_ !s ss y, ��� s- 2 \ ALONG EXISTING FENCE , .. m '. i s I•_ 56 tip..... \ 2 I a RM=2@ 3 _x _ I ........• ew / 53+�0 / •/ / / 54+00 I 1 I / 17 / NOTES: I /.......... 1) PROVIDE STRAW BALE CHECK DAMMMS`\` --- ----- -- ----- ------� AS REQUIRED BY THE ENGINEER / �. �►" - . .. . .... *;;..•• 1 ' DURING CONSTRUCTION. / / 2) REPLACE CURBS DAMAGED DURINGitiiiii . ..Isi .\\// s .......... / V.V. f - - ir \ CONSTRUCTION, SEE s / � �� � J7 -. � 1_/i` / ,El1p•�CPP N44=1`.3 dP INSTALL ASPHALT TRENCH PATCH „. .�I/C\` �� / r �� / 11' l / / • �� i E suNF P43 OVER INSTALLED PIPES, SEE 1u ` y✓ E 12979; a� \ - , / / ' �\ // j / / � PROVIDE INI FT 1 1 0 t85594'.93 'ROTECTION 4) RESTORE/ALL GRAVEL OR UNIMPROVED - -- / \` ; / \ / / / �f\ a;%� / / o 'ROVt: INLET E 1297892.2 GORED oo ROAD SURFACE TO ORIGINAL/ CONDITION. ST �.._ \_ / /l / ��l`'Q / `r '/ ®®OR z10N i I ` (.2 z o / 5) RESPO1fD TO ALL TEMPORARY EROSION \-- - .' \ / / / i Q ^�^ ® I 1 / 1 z -Q 1 AND RESTORATION REQUIREMENTS OF / u-I NJ LA / ei ,;,,,' � 1 / / , I I - w !` \ / I �,,�"! ! �11 ' RIM,1�p s�=16.0 r I ` / N a THE RENTON MUNICIPAL IRPORT. OO .\ 1/ �� _,5.z > J / ,2� S c / ./ ` /1 \� / / 1. x T Iz SUBMITTAL - • EVC: DESIGNED: CHECKED: .. ' " ` DEPARTMENT OF NATURAL RESOURCES DATE: • ELEVATION D EQUALS BEANS " "' SEA LEVEL 1929 USC&GS NOVEMBER 199(ADdusRED 1947) KJD BRYN MAWR SYSTEM IMPROVEMENTS KING COUNTY PIPE: _ FILE NO: ♦ GARRY STRUTHERS ASSOCIATES, INC. ELEVATION 100 EQUALS DRAWN: SCALE: r„y ^ . S MEANS SEA LEVEL 192 USG `.....'s� 3150 Richards Road, Suite 100 &Gs(AD LEHE 19.T� CGH Bellevue, WA 98005-4446 C Phone: (425) 519-0300 ®� RECOMMENDED: H: 1" = 20' T•E•V.C. AND DRAWING NO: Fox: (425) 519-0309 CONTRACT NO: King County R ESTO RATI 0 N PLAN C 125 • APPROVED: C7313OC SHEET NO: OF No. REVISION BY APP'D DATE BBASSEDION�WASHINC01N CO- ORDINATE STA 47+00 - STA 56+00 ORDINATE SYSTEM NORTH ZONE I /L (--"- AtilliMMIII s / _ 5 1. N 185935.22 E 1297459.16CbAllivagre.-- I 4101, A/( / )7,-e W ? I.\\/*/ \. /:A 1....-. 4 .,G/ f ► /. /// 1 // // 7 1 / . 1 • /a / / / r 7 1 /> '/.' •, ., .*f. :///i/L//- III .._, /-„r,. 1 . • 785903.33 /1II1ftI1I III/I,II.„Ii.Il.*IIIIIIrI\II / /i / / :° LIMITS OF CONSTRUC ON ► _/,..._. C i:I,l.... \ , �A Q ' ALONG PROPERTY LI/ErJJ 3 / . / 1 ® : s,,/ .,ra -2= 3 ._/ ,' / r ._, I ,{-` ,2 c"'F` 22 5 / / � N 185784.87 I // =z5 1 �}� 7719.35 / LIMITS OF / � .•' j • /r/Ae CONSTRUCTION /44)", I tr7 /f. Re:Z:,_2, �, ' /� !_i/l�\ 185784.87 /4 9<_ '19, �o� •'r, /_i: E 1297949.35 / s' �sbo2.4_: / ( ► �2 SW=26 _ SUM?( 7' i No, ... =� Z E 1297788.88_�/ i o _ / ff//j, 4u /.. ............. N 1857 1.48 r-,- , . 55-__ss / / ♦ A,H- I- t D i S RIM vYl s=,53 2 �7i ' °a 2 2 — . w /), / +DO s / re / ..a n / _ / NOTES: / 55+00 / � •••••• _ ss ,l f 1) PROVIDE STRAW CHECK DAMS / _ a+oo / AS REQUIRED BY�LTHE ENGINEER ��7 k ate':� �J DURING CONSTRUC�ON. v ��� E 12978i8 88 '� \ '� /,,, 2) REPLACE CURB DAMAGED DUR N ` /CONSTRUCTION EEC) TOo OF 9a\''� I/ 1 t1 /�. .. `,.t........ ....... /. c5 Fr uw=0 1� . ONSIMIT c I,z' • 3) (N RINSTALLEDLASP T TRENCH PATCH ► t I RIA,Paz CONSTRUCTIO R =`' _,3.a q ! / ,,`,2'spp.;E=1s 9 t E �E / ES, SEE/ / „?=,AS 1\ SHORELINE / 4) RESTORE ALL GRAVEL ORN IMPROVED ` I / ` \1+ 7I / ROAD SURFACE TO ORIGINNN/AAA CONDITION. , I 10 RESPOND/O ALL TEMPOR� EROSION / z INSTALL TEMPORARY / 5) / AND/RESTORATION REQUI EMENTS OF �' / SILT FENCING , 1 ' THE R€NTON MUNICIPA AIRPORT. o 0 x Zo :=rD I \ z t ,si \ / N W \/ I k,.......,..„ 1 Q ' /: T JUT t. �PE MIT <z _ SUBMITTAL R/SVATIO DESIGNED: CHECKED: DEPARTMENT OF NATURAL RESOURCES DATE: - _ ELEVATION 0 EOUALS MEANS SEA LEVEL 1929 USC&GS NOVEMBER 199- ING(ADJ COUNTY 1947) KJD BRYN MAWR SYSTEM IMPROVEMENTS KING TO NI PIPE: FILE NO: • . GARRY $TRUTHERS ASSOCIATES, INC. ELEVATION 100 EouAts DRAWN: SCALE: A MEANS SEA LEVEL 1929 USC 3150el Richards Road, Suite 100 &GS(ADJUS ED 1947) CON T.E.S.C. AND Bellevue, WA 98005-4446 RECOMMENDED: Phone:- : (425)) 519-0309- 3000 �� " ' NO: 2° KingCounty RESTORATION PLA DRAWING NO: Fax: (425) ` CONTRACT J APPROVED: C73130C STA 56+00—STA 61 +09. / 1 SHEET NO: OF No. REVISION BY APP'D DATE COORDINATES BEARINGS OARE BASEORDINATE SYSTEM NORTH ZONE 3' MAX. TYP. 5 00.r 00 5 OOo 00. . °° o 00 ; ofb • 2"x2" WOOD STAKES uu -XIST1NG-INLET FILTER FABRIC SEEDING AND MULCHING LIMITS OVER WIRE MESH EXISTING / ::;::: RVARIES WASHED EXIST ROADWAY SN S 1 .u. ink TYP. ALL SIDES �. 1411,14 mom Mir 'I °p / N _REALIGN DITCH AS 12" MIN. 1111 12" MIN. 111 Mir 11 NEEDED TO MAINTAIN WI.. ALL 4 BRYN MAWR 1' MIN COVER OVER SIDES 4 TRUNK STRUCTURES ■ ■ • 0 O 0 il O ' 0D0 00 0 00 / 0 .00.. 4111 0 p. INLET PROTECTION DETAIL - TYPE I INLET PROTECTION DETAIL - TYPE II TYPICAL RESTORATION SECTION DETAIL 4111 STATION 14+00 NORTH TO BOEING FENCE LINE e DETAIL GI SCALE: NONE SCALE: NONE SCALE: NONE 3- 3 FILTER FABRIC MATERIAL 60' WIDE ROLLS. USE STAPLES OR WIRE RINGS TO ATTACH FABRIC TO WIRE - e2x2x14GA WIRE FILTER FABRIC MATERI, lo ' FABRIC OR EQUI •2"X2"X3' LONG STAKES 1 -6 —3" MINUS GRAVEL 1 -6 �....•.•.•........•..:..<. MIN. MIN. •.❖.❖.❖..❖.❖•••••.•..�..� 3/4" TO 1-1/2" ; :4�;�;�;•;�!• �:R5:�:�•�: ��;�;: 2 x 2 x 14 G A WIRE WASHED GRAVEL ATTACH FILTER FABRIC TO POSTS of 1O •�.....................;:......••°•.'•' FABRIC OR EQUI N •,�•�•Oiiiiiiii4•ii4.•40� 12" E WITH 1/2" HEAVY DUTY STAPLES •..❖•••••••❖.❖.•••..•..M o 2 MIN. ��•�•� �::iy i•••o•:':' N o �� —� 2 n \ice\i .. �p;:�:;:;:; 0 G z. II111 EXISTING INLET GRATE .;❖:❖;•;•;•;•;•;•;• p•, '��%\�i ( ' a a a_'i u �•��%iL iiiiiii 4•i'i �� o �� OO > O N :! 1rII E10 -BOTTOMF FILTER MATERIAL WASHEDGVELACKFILL 6' MAX 8' M�o� 'a -I I FABRIC ❑N THE SURFACE FILTER FABRIC •¢^09 A _ t L� u I OVER 1/2" WIRE MESH , I 2x4 WOOD POSTS, STANDARD OR BETTER OR .- 8^ EQUAL ALTERNATE: STEEL FENCE POSTS 2x4 WOOD POST 0 �► ALT: STEEL FENCE POS • wy O0 1-Z SECTION e SILT FENCE49 SECTION 4111 SECTION ® ?_ 1, SCALE: NONE SCALE: NONE SCALE: NONE SCALE: NONE z wa W N W Z N _ U�JU U1 -�,- . - r PERMIT _U r �' Q Z L SUBMITTAL J DESIGNED: CHECKED: _ DEPARTMENT OF NATURAL RESOURCES DATE: K.J.D. BRYN MAWR SYSTEM IMPROVEMENTS AUGUST 1997 GARRY STRUTHERS ASSOCIATES. INC. DRAWN: SCALE: • Phone: (425) 519-0300 TEMPORARY EROSION FILE NO: 4 3150 Richards Road, Suite 100 Bellevue, WA 98005-4446 CCH N RECOMMENDED: AS SHOWN / DRAWING NO: s P. Fax: (425) 519-0309 _CONTRACT NO: King County SEDIMENTATION DETAILS C130 APPROVED: No. REVISION BY APP'D DATE C73130C i SHEET NO: OF STANDARD 24" LOCKING NOTES: 2'-9" DIA 1/2" WEB (8 AT 45') - 1 5/8' (IN 3 SEGMENTS WHERE FRAME & COVER, SEE O 1. REFER TO SPECIFICATION SECTION 02601 3" LETTERS, SAME CAM LOCKS ARE PLACED) UTILITY STRUCTURES FOR MANHOLE SECTION AND DIMENSION 1" (IN SEGMENTS WHERE CAM _1 REQUIREMENTS. AS CLEATS 11 CONCRETE ADJUSTING BLOCKS 2. BASE REINFORCING: LOCKS ARE NOT PLACED)— 2_p" / 0.35 SQUARE INCHES/LINEAR FOOT IN BOTH DUCTILE IRONso 8"MIN. ECCENTRIC CONE 5 16"MAX, / A DIRECTIONS. 4)0 D i e (NP) LOCK POSITION 5 MINIMUM YIELD STRENGTH = 60,000 PSI. f I V 3. TOP HALF OF PIPE TO BE REMOVED TO CONTOUR . LIFTING / / /'f/ o OF INSIDE OF MANHOLE. BROKEN EDGES TO BE HOLE (-_ _-�_ - NTisk N Ire PLASTERED SMOOTH WITH MORTAR. TYPICAL ALL a o �� .� o .� _ -- 5 /� / MANHOLES. - o11111. 0-- - -— X 4'-0" PRE-CAST SECTIONS 4. ELIMINATE 2' BY 4' PRECAST CONE SECTION ON O L J / (OPTIONAL) MANHOLES LESS THAN 11' DEEP TO CROWN OF o��Vn► - / OD o 6SEWER. BEFORE REDUCING 7' DEPTH OF A 4' OR � L-I 2 6' CIRCULAR MANHOLE, USE REDUCING SLAB FOR ' 2' 0" DIA .41 f 7, SUPPORTING ADJUSTING BLOCKS. ► o I ) I I 1 I I I I I I I o r 5. PRECAST MANHOLE SECTIONS SHALL CONFORM TO ASTM C-478 AND THE SPECIFICATIONS, EXCEPT s E WF! WHERE OTHERWISE NOTED. CONTRACTOR SHALLSECTION0 POLYPROPYLENE SUBMIT DESIGN DRAWINGS FOR APPROVAL. a SCALE: NONE ENCAPSULATED STL 6. ALL MANHOLE RISERS JOINTS SHALL BE RUBBERMANHOLE STEP GASKET TYPE, CONFORMING TO ASTM C-443. I ICLEATS \ DETAILS OF JOINTS SHALL BE SUBMITTED TO THE I I4ENGINEER FOR APPROVAL PRIOR TO FABRICATION. 4 /yamJOINTS AT BASE, CONE AND ADJUSTING RINGS// SHALL BE SEALED WITH MASTIC PER\ SPECIFICATION SECTION 07900. / 44J o z • 6'-01D 0 7° CLEATS 3 8' /// HIGH, 1 3" WIDE 7. PENETRATIONS OF EXISTING MANHOLES SHALL BE / w % SEE NOTE 12 MIN MADE BY CORE DRILLING AND USE OF A "KOR-N- AT TOP, 3/4" 41 SEAL" FLEXIBLE WATERTIGHT RUBBER BOOT, OR WIDE AT BASE, BY LINE DRILLING AND GROUTING PIPE IN PLACE 2" LONG SPRINGLINE OF PIPE WITH NON-SHRINK GROUT. EXTRA PRECAUTIONS / % :� • CHANNEL SHELF SLOPE ARE REQUIRED TO ENSURE GROUTED PENETRATIONS PLAN OF FRAME AND COVER0 ► 1" IN 12" (TYP) ARE LEAK FREE. SCALE: NONE 8. ALL 12" THRU 24" CONNECTION OF NEW MANHOLES /y ° -- tye �� z_ SHALL BE INSTALLED WITH A "KOR-N-SEAL" "' 1/4" / FLEXIBLE WATERTIGHT RUBBER BOOT. CONNECTIONS �\ PER NOTE THAT 24" SHALL BE GROUTED IN PLACE, \\ GREATER 9. ALL JOINTS EXCEPT PIPE JOINTS, SHALL BE /j/ j / �, I MORTAR FILLED. HOLE FOR STAINLESS 3 / 10. SHALLOW MANHOLES REQUIRING THE MANHOLE FRAME r \\ x :o- 3 1///f�/�j�����/ 9" MINIMUM PRECAST 2' 1 1/2" DIA STEEL COTTER PIN \, TO BE PLACED DIRECTLY ON THE REDUCING SLAB, • x . 1 BASE SECTION, SEE THIS DIMENSION SHALL BE 26". 1 1//8"O HOLE4* A EACH END - NOTE 2 11. BELLS SHALL BE CAST INTO PRECAST MANHOLE 3 REQUIRED 60• q 1/2" EVERDUR PIN M 1/8" BASE BY MANHOLE MANUFACTURER. TYP , TYP TYP 6" MINIMUM CRUSHED /fr** " ROCK W/ PORTLAND 12. ALL MANHOLES ARE 6'-0" ID EXCEPT MANHOLE2 1/2" 24" THRU 48" DIA PIPE CEMENT R01-60 AND Ro1-42.A WHICH SHALL BE ` .� ■ _ 2" 1/8" 7'-0" ID AND THE RENTON MANHOLE. CAM LOCK 411 TYPICAL TYPE-B PRECAST MANHOLE 3 REQUIRED �` �� 3/4,.5/8 SCALE NOOfNE ► SCALE: 1/2"= 1' 0" i<---.__:a111I I C. 120' TYP 120' TYP OFFSET X - 36",42",48" ID x10 r DEFLECTION a - �■ ANGLE (A) DIP RCP ■ �p 1 CENTER OF MH \ \ 2 LESS THAN 35' 0" 0" SEE NOTE 3 'j,v#444r.. BASE • / / 2 35' TO < 55' 3" 2" (TYP) ds4� ■ 55' TO < 75' 6" 4" �- 75' & LARGER 10" 8" MACHINE 3/32" of MACHINE BOTH io USE 84" DIAMETER MANHOLE FOR 48" RCP >75' 00<-1 PLAN OF UNDERSIDE OF COVERQ "SCALE: NONE MH FRAME \ 1/2" WEB CONCRETE ADJUSTING + } 4�0 \ REQ'D OPPOSITE WEBS) / iry__ BLOCKS ® � ,V* ` 1"0 LIFTING HOLE (2 N PRE-CAST REDUCING SLAB ' �Kt_ E � ` r. ^i v \\ fikomiiii P. r,► PI OF PIPES AND t,. \ z Zo� I,. STATION POINT *.,.41/ p la �� � n / �I. .�' / U L+.U ` Q t m SEE NOTE 10 1 3 4' 1" _ Z -J BASE - PLAN SECTION Jin TYPICAL REDUCING SLAB SCALE: 1/2 1'-0" 0 r PERMIT SCALE: NONE . O <Z SCALE: 1/2"= 1'-0" ® L SUBMITTAL J . . DESIGNED: CHECKED: I +'O _ DATE: DEPARTMENT F`NATURAL RESOURCES CARRY STRUTHERS ASSOCIATES, INC. K.J.D. BRYN MAWR SYSTEM IMPROVEMENTS OCTOBER 1997 4S.4464, 3150 Richards Road, Suite 100 DRAWN: SCALE: © FILE NO: Bellevue, WA 98005-4446 CDH DETAIL SHEET 1 NPhone: (425) 519-0300 RECOMMENDED: AS SHOWN DRAWING NO: aFax: (425) 519-0309 CONTRACT NO: King County MANHOLE AND 24" DIA. C131 No. REVISION BY APP'D DATE No. C73130C LOCKING FRAME AND COVER SHEET NO: OF STA 0+00 TO 14+00 TRENCH PATCH, ASPHALT OVERLAY EACH 10" 6" ENTIRE TRAVELING LANE DAMAGED 1'� MIN. STA 14+00 TO 42+20 TRENCH PATCH, ASPHALT REPLACE CURBS ^ 4" X 8" STRUCTURAL 2" ASPHALT OVERLAY CLASS B f GRADE WOOD SKID 2 1/2" 5" 1/2" BROKEN DURING CONSTRUCTION ' ♦�♦V� (TYPICAL) STA 51+00 TO 55+00 TRENCH PATCH, REPLACE CURBS ASPHALT CONCRETE PAVEMENT i ?' j� CL B OR E TO MATCH EXISTING f BROKEN DURING CONSTRUCTION 5 THICKNESS, AS PERMANENT F 5 / * ` I TRENCH PATCH GROUT OPEN(TYPICAL) TOP OF LIP AT DRIVEWAYS �' SPACE l\\\\\\\\\\\\ \\\\\\ \\\\\\ \\ \\ \\\\\\\\\\\\ \\ \\\ \1\ `L 2" SAWCUT AND REMOVE A VXM �"'� ill i �- �' R GRiD SI AC TH 1=iT1-1I I-1 I1-1 I I 11-1 I I. 1=' e. ,VI VARIES - S.. \�1►\` — /\/ / AR4000W IIIII I�El I 1' EXISTING ASPHALT 441r �, 36" OR 24" DIAMETER SS ' '2.\%\2,,���j/��N 6" CRUSHED SURFACING II- 11(II PAVEMENT TOP COURSE ,,."" 60" OR 42" STEEL CASING PIPE ► EXTRUDED ASPHALT OR CEMENT ® III II CONCRETE CURB TRENCH BACKFILL 1 NO SCALE TYPICAL CASING & CARRIER PIPE 8 PERMANENT ASPHALT TRENCH PATCH RESTORATION 10 NO SCALE -- CURB, GUTTER, AND SIDEWALK NOTES: NO SCALE 1. A DUMMY JOINT CONSISTING OF 3/8" OR '/a" X 2" PREMOLDED JOINT MATERIAL SHALL BE PLACED IN CURB AT A MINIMUM OF 15 FOOT INTERVALS. WHEN CURB S IS PLACE BY SLIP-FORMING, A PREMOLDING STRIP TO X" THICK AND UP TO FULL 4 DEPTH MAY BE USED. 4 2. SUBGRADE COMPACTION FOR CURBS, GUTTERS, AND SIDEWALKS, SHALL MEET A ' MINIMUM 90 PERCENT OF MAXIMUM DENSITY. 3. CONCRETE CURBS, GUTTERS, AND SIDEWALK SHALL BE CLASS 3000, FURNISHED AND PLACED IN ACCORDANCE WITH WSDOT/APWA STANDARD SPECIFICATION, SECTION 6-02, 8-04 AND 8-14. COLD WEATHER PRECAUTION AS SET FORTH IN WSDOT/APWA STANDARDS SPECIFICATION SECTION 5-005.3(14) AND 6-02.3(6)A SHALL APPLY. 4. EXTRUDED CEMENT CURB SHALL BE ANCHORED TO EXISTING PAVEMENT BY EITHER STEEL TIE BARS OR ADHESIVE IN CONFORMANCE WITH WSDOT/APWA STANDARD SPECIFICATIONaIII SECTION 8-04. 5. EXTRUDED ASPHALT CURB SHALL BE ANCHORED BY MEANS OF A TACK COAT OF ASPHALT LI ► IN ACCORDANCE WITH WSDOT/APWA STANDARD SPECIFICATION SECTION 8-04. LOCATION TAPE SAWCUT EXISTING EXISTING ASPHALT COLOR RED PAVEMENT BACK TO PAVEMENT BROKEN SURFACE iv�i�y`�w� _g S . 6" MIN. lt. , 6" MIN. !pu a � PLAN MANHOLE WALL 3 \/\\j\\j l ';4!-111-i Il l l l-III=III 111=ill-III \j\ \\j\ 04, /\\/\\ \I1i IIllE1111-1111�1111111111=111111111111111E11'\\/\\/\//\ 3 BLIND FLANGE �r SEAL WITH MODULAR _ _ _ _ MECHANICAL SEAL //\-III-111E=11 1 1 11=1 II-1 I I=1 I1I l I //\//\� CUT IN HALF � 1=1I1=111=III-III=11=111 ilifi'I-!/\ , 24" X 12" TEE (MJ) ONE LENGTH OF DUCTILE IRON /\ III-111E111=111-III-11 11\-111=1I1\� UNDISTURBED SOIL �/ - OR 10" X 6" TEE (MJ) / PIPE TO SOLID BEARING MATERIAL ^ TRENCH BACKFILL \\ 111E111=i11-111E!I1-1I1-111-III= / q.\ OR 8" X 6" TEE (MJ) /1 _ PER SPECIFICATIONS / \\\ AlI I—I I la I I-1 11=1 11-I I I—III=1 i t=1' \/ \ri\, r � \,_Ili-III=111-III-111=i11=111=1i1-\\ BLIND FLANGE CUT IN �!r\r/ri-,, FLEX COUPLING 1/2 DIA \/-1=i1 111=11=/\ SS HALF, ATTACH TO MJ \ 1=1 AS NEEDED I / 4 y\ I 11=11I111 1 -111=111—I I I e OR FL SPOOL PIECE MII I ail'r I t�: I. / ► EMEI I I III=H= •/\\ �I !MI /\s// /• • 11 IJ 11- -I I-1 I I I1EII .III $SI I. ii* /\/\ \/� GRAVEL BACKFILL / MJ CROSS WITHOUT / / \ FOR PIPE BEDDING -IEEE- —�— / / jr\\jj\jam\% 8", 10" OR 24" SS GASKET ON VERTICAL \\\\ \ �1-II • 11-III ii -- :� / //� FLEX COUPLING PER SPECIFICATIONSInp�ci SPRINGLINE , \ \\ \�\\ AS NEEDED ` • :�ii..,,,, \ IRON PIPETTOH OSOL SF OLID PVC RUBBER , /\ / RING BELL AND Y\ \ \ \\ BEARING MATERIAL. � "'� ." .�.��"' 28 (SAME SIZE AS MANHOLE N� - /\// // // COMPACTED ��t ♦�» 1 SPIGOT PIPE / \\ \\ \\\� ^�i ,��I' ��N^ 1 SEAL WITH MODULAR � 2 wt. �i ,�.i:+�«�,.� 6" MECHANICAL SEAL INCOMING PIPE) \\ \\ \ BACKFILL 2 WATER TABLE AFTER / COMPACTED BACKFILL %. /\�/\\\\/ DEWATERING BEFORE l MIN = OD+2' I } I •1 --� / /\ TRENCH EXCAVATION MAX = 1.5ID+2' 1 2' MIN. o �j12" OR 6" DUCTILE IRON PIPE2-3/8" STAINLESS ST,EL Q • /\/\/\� ANCHOR BOLTS WITH 1 X3/16"„ 12" OR 6" ELBOW (MJ) r \///\//\� STANLEISSSTEEL MESTRAPL OR ISXA/8 TYPICAL TRENCH SECTION 6 / / o �' \\\\j 6' O.C. - 2 STRAP MINIMUM. ' NO SCALE ■III NJIIII \/�\/\A DEREMOVAL OF STANDPIPE.ALLOW GASKET TO FOR ► TRENCH NOTES: __i \ \ \// 1. THE TRENCH WIDTH AT THE TOP SHALL BE WITHIN THE CONSTRUCTION EASEMENT AND GROUT TO MATCH 90' o%///..09. • ��o� \ AS DETERMINED BY THE CONTRACTOR TO SUIT THE CONSTRUCTION OPERATION AND INVERT TO ENSURE ".'/A SEAL WITH MODULAR GROUT TO MATCH �Z-Zif/ /\//\//\//\\/ UTILITIES. PROTECTION OF ADJACENT PROPERTY ARE THE CONTRACTORS RESPONSIBILITY. SMOOTH TRANSITION MECHANICAL SEAL 90' BEND INVERT \//\//\// //\//\//\//\//\//\//\// • Z J 2. THE HEIGHT AND THE SUPPORT SYSTEM FOR THE VERTICAL SECTION SHALL BE 0TO INSURE SMOOTH \•\\-\\.\\ \\\\ \\\\ \\ o DETERMINED BY THE CONTRACTOR AS REQUIRED FOR THE PROTECTION OF ADJACENT OUTSIDE DROP TRANSITION PVC 90' BEND / /\/\\\\%/\/\ z�PROPERTIES AND IMPROVEMENT. 3. TRENCH SUPPORT SYSTEM SHALL BE USED WHERE REQUIRED BY W.I.S.H.A. PER MANHOLE CONNECTION GROUT IN PLACE z -u 1 CHAPTER 296-155 WAC. NO SCALE ELEVATION J - ' .. Z w< 4. ALL SHORING INCLUDING SHEETING SHALL BE REMOVED WHEN BACKFILL IS COMPLETE. - . z N REMOVAL SHALL BE DONE AT A TIME AND IN SUCH A WAY SO AS NOT TO DISTURB L_= -` - �ci - PIPE BEDDING AND SO AS NOT TO ALLOW SLOUGHING OF ADJACENT UNDISTURBED SOIL. INSIDE DROP 9 r_ _,N 5. MATCH EXISTING GRADES AND SURFACES. I PERMIT z 6. THE WATER TABLE SHOWN ON THE DETAIL IS DIAGRAMATIC AND MAY VARY. MANHOLE CONNECTION -- <- NO SCALE L SUBMITTAL J 4 DESIGNED: CHECKED: DATE: - •1 DEPARTMENT OF NATURAL RESOURCES CARRY STRUTHERS ASSOCIATES, INC. K.J.D. BRYN MAWR SYSTEM IMPROVEMENTS OCTOBER 1997 3150 Richards Road, Suite 100 DRAWN: SCALE: FILE NO: 4Silk Bellevue. WA 98005-4446 CGH DETAIL SHEET 2 RECOMMENDED: AS SHOWN DRAWING NO: Phone: (425) 19-03000 CURB AND TRENCH C132 Fax: (425) 519-0309 CONTRACT NO: King County No. REVISION BY APP'D DATE APPROVED: C73130C SHEET NO: OF 4© EXISTING 4"0 r SERVICE LINE 120" PRECAST MANHOLE USE BEND IF NEEDED 5 FABRICATED STEEL PIPE 24' LONG RADIUS =1;/ 4" FLEXIBLE 5 ..# WITH BLOWOFF BASE ELBOW (FL) / COUPLING ADAPTER 18" WELDED STEEL MANHOLE 4"0 "INSERT TEE" BY PIPE INC., PER AWWA C-208 ��� KOR-N-SEAL BY NPC, INC. OR APPROVED EQUAL 24" FLEXIBLE �•, // CORE DRILL JOINT COUPLING It 8"0 HOLE ill ICI i Ir/ /AMP.j��.I roir 1r 74111111:1 4"0 PVC PIPE SEAL WITH MODULAR MECHANICAL SEAL ASSEMBLY WITH SST BOLTS AND NUTS AS SPECIFIED. 36" DIAMETER SS45'6" PLUG VALVE (FL) ;Vir;i/I (SIPHON DRAIN VALVE) 1 ► ft 4 MJ X FLANGE ADAPTOR a � 4 MANHO NOTE: LE Ito DRAIN SERVICE LINE TO BE INSTALLED FLUSH WITH THE 36"0 SS ID' �//////� ' INVERTED SIPHON OUTLET STRUCTURE ® 4—INCH SANITARY SEWER SERVICE CONNECTION e ► SCALE: 1" = 4' SCALE: 1" = 1' APPROXIMATE EL. 121.0 APPROXIMATE EL. 121.0 MANHOLE FRAME Ank II—, I—III—i I—III—I - -u - ��-III—i — —I —III— —III—I —I I—III—i :—III—I —III—I —i -ISM _I — —i — —i —i —I - AND COVER, SEE — — I— — = —I — =1 —III— — =I III—III—IIIIII— I—III—I I—I —III— —III—III—_I 1— co DO NOT INCLUDE I.111-111—I I I—I I1 4 /-111-111-111-111-111-111—III= 11=11I—I 11-1 E —111-111-11—111-04 — THE WORD METRO "1-111-1 — — % ' III-1 111 ITI—I MODULAR MECHANICAL SEAL —1 1 11 I �� ! = —i ON COVER. - - I 11E1 I I—I 11-1 l II I I—I I I—I 1 I—I 1 I-111—I I GI 6 3 — — 1 I— - =� ,I I III- - - -� � = / � 3 1 / 1 I1—II 1� 24 , ADJUSTMENT (4" MIN.) -1 1 I� —1 T ASSEMBLY WITH SST BOLTS IF*�0 § 1117 12"MAX' ilk/ �� AND NUTS ACCORDING TO — CONE j 1 SPECIFICATION SECTION .II 1 VII: 1 -,N' 6-1/2 �, % N � RUBBER GASKET JOINTS d i IN ACCORDANCE WITH ASTM C-443 / /EL. 110.35 1C % ► / 24" FLEXIBLE 4I NI it E /4" DEFORMED BAR / COUPLING ADAPTORS //� STEPSSHALL BE INCLUDED / L24" BASE z ,/, / f ELBOW (FL) / / \ o p. CONCRETE RISER BY PIPE INC., 120" PRECAST MANHOLE ` ^ i� OR APPROVED EQUAL. 120" PRECAST MANHOLE /_ 2 MODULAR ECHASST NICAL SEAL ,"/ 6" %= / ORDDGA RV NIZED STEEL ALUMINUM 2 AND NUTS AS SPECIFIED 24" DIP 6" PLUG VALVE (FL) is / 24" BASE (SIPHON DRAIN VALVE) \ 18" WELDED STEEL MANHOLE \ ��J� MAX. PIPE SIZE 30" I.D. / / ELBOW (FL) PER AWWA C-208 0 SLOPE 1 MJ X FLANGE ADAPTOR 24" FRP 1'-8" 1'-6' / r CONCRETE FOOTING 24" DI / �� )____5--. / MODULAR MECHANICAL SEAL /-- / CONCRETE SHELF / es / CAST IN PLACE CONCRETE SLAB ASSEMBLY WITH SST BOLTS ` . CAST IN PLACE CONCRETE SLAB Q MORTAR / l'' / ► c-s yn I j ® AND NUTS AS SPECIFIED �II�:i,oI�J \ FILLET / CAST IN PLACE BASE SECTION J928 3 /' I L / - 24" FLEXIBLE // a /a /EL. .5 \ COUPLING 24" DI ADAPTORS 2' t / 6, X o_I z a 6" SS CLEANOUT_X ., A 6" SS CLEANOUT _ o• 0 9- DISCHARGE TO DISCHARGE TO :: Z �o ° 48"0 MH, SEE ® 48"0 MH, SEE 1 o CITY OF RENTON --- z -Lu oin_ _ SECTION D SECTION ® SANITARY MANHOLE-DETAIL �N SCALE: 1" = 4' SCALE: 1" = 4' PERMIT NOT TO SCALE 410 i--z L SUBMITTAL J 5 — DESIGNED: CHECKED: DATE: DEPARTMENT OF NATURAL RESOURCES K.J.D. BRYN MAWR SYSTEM IMPROVEMENTS OCTOBER 1997 S GARRY STRUTHERS ASSOCIATES, INC. DRAWN: SCALE: — Q FILE NO: ' 3150 Richards Road, Suite 100 Bellevue, WA 98005-4446 CGH DETAIL SHEET 3 Phone: (425) 519-0300 RECOMMENDED: AS SHOWN DRAWING NO: p Fax: (425) 519-0309 CONTRACT NO: King County INVERTED SIPHON OUTLET C133 a. APPROVED: No. REVISION BY APP'D DATE C73130C SHEET NO: OF 5 ® ®1 5 90' BEND (FL) 14'_3'' 9 (.-i 18"MAX. -16" LAKE OVERFLOW II.FLxGR ADAPTER (TYP) 10" KNIFE GATE (FL) ® _ 18"MAX. ��yy 10" TEE (FL) r 10" EXISTING SIPHON • .I . 24" PIPE 4� I^I�,/ - �� - O n - _ • 16 KNIFE - 16" TEE EL. 132.5 4 �(\c • GATE (FL (FL) III ( ADJUSTAB E THICK METAL °° 4 4 • 0 1 , °.�' -- III — / WEIR TYP) PLATE WELDED II M -1- ICI _ SEEM TO ANGLE IRON. B24" KNIFE GATE (FL) 16" EXISTING SIPHON EL. 129.90 116" LAKE _ WAALLS. VAULT _ rL e—, �24" NEW SIPHON OVERFLOW• /// EL. 128.90 e b - II NEW 24" —'v,• ° -_ - C EL. 127.5 II SIPHON , < • • Oil FLxGR ADAPTER (TYP) EL. 125.52 4'_6'" ,TYP 7_8- 24" TEE (FL) , ... HINGED ALUMINUM EL. 124.52 ° BLIND FLANGE ON a' J I TEE FLANGE WITH • WELDED HANDLE (TYP) 10" EXISTING 16" EXISTING SIPHON SIPHON B C INV. 125.52 INV. 127.5 3 3 e INVERTED SIPHON INLET STRUCTURE DETAIL 14 SECTION B . SCALE: 3/8" = 1'-0" -- SCALE: 3/8" = 1'-0" -- EL. 132.5 EL. 132.5 ► a • • ADJUSTABLE OVERFLOW c--�2" COPPER PIPE (TYP) GATEKNIFE . TO LAKE EL. 130.40 ® e e 2" TAPPING 16" LAKE SADDLE (TYP) 2" FIRE HOSE ADAPTER. OVERFLOW GATE KNIFE ; WELD TO BLIND FLANGE. (TYP) 1AT KNIFE 24" SS \ GATE _ 2 2 -— 10"x 10" EL. 127.5 ii - TEE (FL) n \ 10" EXISTING �� SIPHON EL. 125.52 II �1 EL. 125.52 EL. 124.52 10 DI ��11 " EL. 124.52 �� IL �\ 10" FLANGE x GROOVE 10" EXISTING 16" EXISTING NEW 24" / ADAPTERS SIPHON SIPHON SIPHON ► .-- SECTION A SECTION SCALE: 3/8" = 1'-0" -- SCALE: 3/8" = 1'-O" z} o. z Y=;' 0 0 Q U f.U 0 N¢ J U r_____r...,ry PERMIT' �Z U L SUBMITTAL J s DESIGNED: CHECKED: DEPARTMENT OF NATURAL RESOURCES DATE: i _ K.J.D. BRYN MAWR SYSTEM IMPROVEMENTS OCTOBER 1997 r £ S� CARRY STRUTHERS ASSOCIATES. INC. DRAWN: SCALE: FILE No: 3150 Richards Road. Suite 100 Bellevue, WA 98005-4446 HMO DETAIL SHEET 4 Phone: (425) 519-0300 RECOMMENDED: AS SHOWN DRAWING NO: Fox: (425) 519-0309 CONTRACT NO: King County SIPHON INLET STRUCTURE C134 APPROVED: DETAIL & S No. REVISION BY APPECTIONS DIRECTION OF FLOW r- PIPE JOINT TYP. BOTH SIDES 5 / 5 SUMP WITH GRATE ACCUSONIC TYPE FLOW METER Mr //(/// //x-//•E/•////////'///./ ./ y/ / le y POWER CONDUIT / \\ / DOWN TO PUMP / 1 ASSEMBELY / '- // / / o ELECTRICAL POWER i i / CONDUIT FOR ; / \ / SUMP PUMP I 1 ' ✓ .1.--1 •- �-�/ '` -24" MANHOLE ACCESS 4 V//r;//,//,/////r//././•//r//-///-//.�)./X � (TYPICAL OF TWO) 4 POWER AND SIGNAL \ CONDUITS x \ / -LADDER RUNG (TYPICAL) 2" PVC SUMP ! (-IY--' M DISCHARGE TO MANHOLE PLAN Ili) SCALE: NTS NOTE: POWER AND SIGNAL CABLE WILL BE INSTALLED BY OTHERS. 3' 3 a SEE MANHOLE DETAIL GANDG FOR TYPICAL REDUCING EXISTING GROUND SLAB FOR FRAME, COVER, AND ADJUSTING BLOCK REQUIREMENTS. .„TElF31 1 E= i iE_ _ I. ,, I�N I.I IgIp IE9 S E � my,r� P. MF • I • I li r �"W• 3 fO Ls % 2 IIi. i PRECAST VAULTco SUMP PUMP, _ z DISCHARGE TO C DIMENSION (FT) -Z MANHOLE LOCATION PIPE 0 A B C D �,; '.•,''',:y` = zo (l) (MIN.) (MIN.) (MIN.) I ;)• :., z ". STA 29+50 3.0 6.25 2.0 3.0 5.0 w STA 60+00 2.0 4.0 2.0 3.0 4.0 F, z N SECTION A o NU N SCALE: NTS -- c3 PERMIT J Q= L SUBMITTAL J DESIGNED: CHECKED: J DATE. • a DEPARTMENT OF NATURAL RESOURCES • OCTOBER 1997 S GARRY STRUTHERS ASSOCIATES, INC. K.J.D. BRYN MAWR SYSTEM IMPROVEMENTS a _ E — • 3150 Richards Rood, Suite 100 DRAWN: SCALE: 0 FILE NO: Bellevue, WA 9aoos-4aae �MD DETAIL SHEET 5 r Phone: (425) 519-0300 RECOMMENDED: AS SHOWN DRAWING NO: Fax: (425) 519-0309 CONTRACT NO: King County FLOW METER VAULT & C135 s No. REVISION BY APP'D DATE APPROVED: C73130C MISCELLANEOUS DETAILS SHEET NO: OF 4'-6" _ 3/8" ALUMINUM 5 SCUM BAFFLE GROUND EXISTING MH RO1—32 ELEVATION 5 4"x2" SCH. 40 27.09 ALUM. TUBE , ez.r, •/y M / L r'3 /' . / 0 — — o // 0" MIN. 2..- GROUT AND PLUG i;. j 12" MAX. INLET FROM VAULT .' I. EXISTING 12"0V. .' 1'-0— 1 TO GROUND SURFACE � ',/; j / ONE LAYER OF ° o _ ASPHALT COAT ING\a 1::, 0 4 BEHIND WEIR / i a- - o /. . 4 6- MIN. - O L3x3x 1/4, ALUM., /::.,/ 3/4.'0 S.S. A.B., TYP. % / ° TYP., LOOSE 1/2" ALUM. WEIR a - . 12" MIN. _ //- \�NN II. /// \\ e EASTSIDE •\\\\�\W ° i// \�\\ INTERCEPTOR ADJUSTABLE FLOAT CATCHER DETAIL 1 6 GROUT AND PLUG/ rl! „m ` SCALE: 1" = 1' - 0" EXISTING 27"0 ,q bl BRYN MAWR TRUNK I I II 11 11 3 s I.E. 3.1 4 ABANDONMENT OF EXISTING ► BRYN MAWR TRUNK CONNECTION 18 SCALE: 1" = 3' — 0" -- 2 2 ► . W Z J 0 U O Q K U w U Z —U 1 • w W N W v Z _ 0 to V u wi N r PERMIT 71 ,. <z L SUBMITTAL J DESIGNED: CHECKED: DEPARTMENT OF NATURAL RESOURCES DATE: OCTOBER 1997 ♦ CARRY STRUTHERS ASSOCIATES, INC. K.J.D. BRYN MAWR SYSTEM IMPROVEMENTS 3150 Richards Rood, Suite 100 DRAW . SCALE: Fl E NO: Bellevue, WA 951 519-039-03 446 CM0DETAIL SHEET 6 Phone: (425) 00 RECOMMENDED: AS SHOWN DRAWING NO: 4.SA4 Fox: (425) 519-0309 CONTRACT NO: King County MISCELLANEOUS DETAILS C136 No. REVISION BY APP'D DATE APPROVED: C73130C SHEET NO: OF M 5 5 r' SEE NOTE 2 IIW1" RAISED LETTERS f7i OF K I t �� Q�OQ��'�� COG�T� 22 � ../.1 TOP OF SKID DESIGN 111111 kl, - , i� 4 4 ��, o SEWER P p2" 11 1/16" FROM CENTER I. II 7 1 5/16" 10 F NOTES: 1. USE WITH THREE LOCKING BOLTS 5/8"-11 NC STAINLESS TYPE 304 I - � NOTES: STEEL SOCKET HEAD (ALLEN HEAD) CAP SCREWS 2" LONG. DRILL 1. MATERIAL IS CAST IRON ASTM A48 CLASS 30. HOLES SPACED 120' AT 11 1/16' RADIUS. 2. MATERIAL IS DUCTILE IRON ASTM A536 GRADE 80-55-06 2. DRILL AND TAP THREE 5/8"-11 NC HOLES THROUGH 3 FRAME AT 120' AND 11 1/16" RADIUS. 3. DRILL THREE 1 INCH HOLES SPACED AT 120°AND 9 1/2" RADIUS. 3/8" x 5/16" NEOPRENE h 3 GASKET (f2ECESSEDI 60 DUROMETER HARDNESS r WATER TIGHT LOCKING MANHOLE FRAME 19 LOCKING MANHOLE LID 20 BOLT-DOWN DETAIL SCALE: NONE -- SCALE: NONE -- SCALE: NONE11 ' 26 3/8" 25 1/4" 24" 25" { + . L— —J iiiiii7///,,ii zw.1/l 1 2" SO. 1/4" SO. 2 I — I, i —l -- '. 0 1/4"JL , ' 1 3/1J I� ��„ 2 I ^ J L/8- —1 n 23 3/4" I cN COVER SKID DESIGN DETAIL 33 3/4" ' I► SECTION A SECTION B COVER SKID DESIGN DETAIL ® , SCALE: NONE -- SCALE: NONE -- SCALE: NONE u., z J _- Cu- F_Z _ o O z K U LU OU =i z —Q 12 w Z N-1 O N4 U J N r PERMIT �`Z - <_ L SUBMITTAL J » . i DESIGNED: CHECKED: DATE: DEPARTMENT OF NATURAL RESOURCES cp — K.J.D. BRYN MAWR SYSTEM IMPROVEMENTS NOVEMBER 199 £ GARRY STRUTHERS ASSOCIATES, INC. 3150 Richards Road, Suite 100 DRAWN: SCALE: 0 FILE NO: Bellevue, WA 98005-4446 CGH DETAIL SHEET 7 c ! Phone: (425) 519-0300RECOMMENDED: AS SHOWN DRAWING NO: a 4SA. Fox: (425) 519-0309 CONTRACT NO: King County WATER TIGHT LOCKING C137 No. REVISION BY APP'D DATE APPROVED: C73130C MANHOLE FRAME & COVER SHEET ND: OF STRUCTURAL NOTES lit GENERAL: CONCRETE: 5 1. All work shall conform to the requirements of the Uniform 1. All concrete shall be ready—mix in accordance with ASTM C94. s Building Code, 1994. 2. Concrete strengths at 28 days and mix criteria shall be as zr 2. Contractor shall verify all existing conditions and dimensions follows: at the job site and notify the engineer of any conflicts or discrepancies prior to fabrication and construction. Contractor Type of Concrete 28 day Maximum Minimum cement shall provide adequate shoring and bracing of all structural Construction Class strength slump content per cubic yard embers dw rg co n-s truct-ion for construct on loads and earth See See pressure. Options, if provided herein, ore for the contractor's Fill CDF 500 psi convenience. He shall be responsible for all necessary changes, specification specification t coordinate all details, and shall obtain all required approvals. Walls See See ► Costs of additional design work necessitated by selection of & Slab B1 4000 psi specification specification an option or due to errors or omissions in construction, shall be borne by the contractor. 3. Contractor shall submit shop drawings for reinforcing steel 3. Minimum cover for rebar where concrete is and concrete to the engineer for review and approval Cast against earth 3.0 inches prior to fabrication of these items. Cast in forms and exposed to earth or weather: 6 bars or larger 2.0 inches 4 DESIGN 5 bars or smaller 1.5 inches 4 LIVE Slabs and walls (interior face) 1.5 inches in contact with water) 2.0 inches LOADS: 4. All concrete exposed to weather or to freezing temperatures Roof slab Soil wt. + H20-44 while wet shall be air—entrained and an air—entrained agent and soil conforming to UBC Standard 26-9. Total air content shall Floor slab actual wt. of structure be in accordance with table 26—B of the Uniform Building and hydraulic uplift Code. Seismic zone 3 5. All grout shall be non—shrink grout and shall be furnished ► by an approved manufacturer and shall be mixed and placed in strict accordance with the manufacturer's guidelines. FOUNDATION: 1. Foundation design is based on the Geotech report. 2. All foundation plans and excavations shall be inspected and STRUCTURAL approved by a soil engineer prior to placing of concrete. STEEL: 3. Allowable soil bearing pressure _ 2000 psf 1. Fabrication and erection shall conform to the AISC, 4. Lateral earth pressure with level backfill "Specifications for design, fabrication and erection of .3 Non—yielding walls 55 pcf above ground water level structural steel for buildings," and "Code of standard 3 z. 87 pcf below ground water level practice for steel buildings, latest editions. 2. Structural plates and shapes ASTM A36 Fy=36ksi • r REINFORCING Anchor bolts in concrete A307 3. Expansion bolts into concrete shall be "RED HEAD" wedge on— z STEEL: chars and threaded expansion inserts into concrete or con— All bars shall conform to ATSM A-615, grade 60, Fy=60 ksi. crete masonry unit shall be "RED HEAD" non—drilling anchors, WWF shall conform to ATSM A185. All bars shall be detailed both as manufactured by Phillips Drill Company or approved t (including hooks and bends) in accordance with ACI 318-83. equal installed in strict accordance with the manufacturer's ► All bars shall be securely tied in place with double annealed published recommendations, including minimum embedment re- 16 gouge wire. All bars to be lapped a minimum of 30 bar di— quirements. Inserts into concrete masonry units shall be ameter or 2'-0" minimum and staggered unless noted otherwise. into fully grouted cells. Special inspection is required Provide corner bars at all wall intersections. Lap corner for all expansion bolt and insert installation. bars 30 bar diameters or 2'-0" minimum. Lap adjacent mats 4. All welding shall be in conformance with AISC and AWS stan— of welded wire fabric a minimum of 8" at sides and ends. No dards and shall be performed by WABO certified welders using bars partially embedded in hardened concrete shall be field E70XX electrodes. Welds, unless otherwise noted, shall be 2 bent unless specifically detailed or approved by the engineer. 3/16" continuous fillet weld. Welding of reinforcing bars (if required) shall be performed using low hydrogen elec— 2 Concrete wall reinforcing: Provide reinforcing steel as detailed trodes. Welding within 4" of cold bends in reinforcing on drawings. steel is not permitted. SPECIAL INSPECTION: Special inspection shall be provided for the following items: t Excavation and compaction, reinforced concrete, and reinforcing steel. I. U A U Z 4:j'�. II* La l.if Z NW O N¢ JU r PERMIT WU Q= L SUBMITTAL J ,r ` DESIGNED: CHECKED: DEPARTMENT OF NATURAL RESOURCES DATE: L. BAKAR BRYN MAWR SYSTEM IMPROVEMENTS 7/31/97 CiARRY STRUTHERS ASSOCIATES, INC.4 DRAWN: SCALE: FILE NO: �� 3150 Richards Road, Suite 100 ENGINEERS, INC Bellevue, WA 98005-4446 17270 Woodinville—Redmond Rd. E.I. NELSON EAST SIDE INTERCEPTOR e Phone: (425) 519-0300 Woodinville, WA 98072 RECOMMENDED: NOTED DRAWING NO: • Fax: (425) 519-0309 Phone: (425) 488-4382 CONTRACT ND: King County CONNECTION S i 01 APPROVED: No. REVISION BY APP'D DATE C73130C STRUCTURAL NOTES SHEET NO: OF I - ADD 2#6FP6' , L TOP AND B0T I 1 — I EXISTING ESI CENTERLINE 5 1 / VERIFY LOCATION I- I - -. LINABOND MASTIC cx g CUT OR CHIP 1 1/4" 5 _0, _,___\ _ 2 NOTCH IN CONCRETE `' 4`..3"— /T / /-] -•- 18"MIN ,c-� AROUND PROTRUDING PIPE • - z v - 45. a.. =2`" /rADD 1 #5®MID SLAB • CONCRETE 24"Ss ---- ///-- - r_ --7______7/.____ ADD Al p6 LINABOND PVC � • ° •CONCRETE, 7 TOP ND BOT I .) 73' 0 I\ 0 DROP MANHOLE AEI O 'I NOTE: ACTIVATE BOTH SIDES OF LINER INSERTED INTO NOTCH. ® 8`-1' ADD 1 #5 99 MID SLAB NOTCH SHOULD BE MINIMUM 1 1/4"DEEP. 4 g 4 m PROTRUDING STEEL/CAST PIPE (12" DI) (24",36" CONC) 1 to SCALE: NONE • O 0 PLAN - PIPE ORIENTATION PLAN - REBAR AT MANHOLE SCALE: 1/4" = 1`-0`• SCALE: 1/4" = 1•-0" DIRECTION OF FLOW 4"MIN LAP MANHOLE ar __.1 EL 1273 UNABONDA LINABOND LINABOND PVC PVC MASTIC iiii r- xONCRE,' lr�t r CONCREV • • r SHAPE TOP OF CURB TO ACCEPT w _r PRECAST MANHOLE SECTION E ° 3 t AIL 4 AROUND OPENING r RUBBER GASKET i LINABOND MASTIC NOTE: LAP SEAMS IN DIRECTION OF FLOW f p5 012" 4®12'DOWELS AROUND OPENING OR MOVING EQUIPMENT • I I .0 r-I #50.12" 996' • 1 r I DOWELS #5I �= \ 1 EL 119.6 #6®6" c� r 24"PIPE - �.:o EL 118.6 #6®6" r I #641 ®6' #6 99 6 f MANHOLE OPENING ® PROTECTIVE LINER - LINER SEAMS O DOWELS-TYP II. I r l I DOWELS-TYP SCALE: NONE SCALE: NONE A��� 1 1/2"CLR --- P if rnir1l7a! ADD 4 #6 TYP 2'CLR - EL 115.5 TYP 5®12' #5®6 +k �f4 STIRRUPS '4 Si, • THIS AREA TO BE CUT OUT OFJI /'V@6TTR* 1( EXISTING 108"RCP �� "- 11 g6 • ®5" ;,�� A 1 4" J1[1F4 > r -11 6' rGROUT 2 ` ^ O2 r- PER _ a• { ! ] ! 2 PEATIONS, 12"PIPE "'♦ - #5 DOWELS AT -� ��%�� ! i r1lli 1_ q i M EL 105. ' t=a== . El 106.1 6'EMBED - TYP _ {!{f t _ ,,_ _j v �.:- -•' 1 .. ' ® if®�� N ! 4`-0'STU: LL s'. .::=.:i. EL 105.1 I - - iFESEE V.:::,.,__ TO BE SU,.�.. D i :r,.;.:.,., v CTION . : • r! ' STISSDEAT10 6JOINT'WITH SEL 1031WU • OURiNGCSI ..o.. • t,�11 CONSTRUCTION JOINT -�2`TYPE- ROUGHED SURFACE AND WATERSTOP ALL AROUND r WITH ROUGHED SURFACE 6 99 6" SEE 6"EMBED - TYP .ADJUST REBAR AS REQUIRED - ' - •- -,:''''W.- AND- °"`�� ��'" � •��!�� WATERSTOP O TO PROVIDE ADEQUATE CLEARANCE •= =a'4': EXISTING (4)#8' n SEE 5 10"CRUSHED ROCK #5 99 12" AROUND 12"PIPE " Z 108'RCP OR CDF -°^ o 0 1 ys 99 6' ys®s" SECTION (' CONSTRUCTION JOINT _' Zffi #5 99 12" (4)#8. DOWELS NOTE: ALL WALLS AND ROOF BELOW ELEVATION 119.6 SHALL HAVE SCALE: 1/2" = 1`-0` SCALE: NONE z -8 'NOTE: ADJUST REBAR AS REQUIRED PROTECTIVE LINER, SEE O O O w N J TO PROVIDE ADEQUATE CLEARANCE z AROUND 12"PIPE ♦ ,0 r PERMIT N_ SECTION - 24" PIPE (NORTH VIEW) A SECTION - 36" PIPE (WEST VIEW) B <z SCALE: 1/4" = 1•-0`• - SCALE: 1/4" = 1•-0" O SUBMITTAL - L J • DESIGNED: CHECKED: DEPARTMENT OF NATURAL RESOURCES DATE' L. BAKAR BRYN MAWR SYSTEM IMPROVEMENTS 11/13/97 CARRY STRUTHERS ASSOCIATES, INC. `�=�,� DRAWN: SCALE: FILE NO: ..., 3150 Richards Rood, Suite 100 �Z' G ENGINEERS, INC Q 44i, �► Bellevue, WA 98005-4446 17270 Woodinville-Redmond Rd. E.I. NELSON EAST SIDE INTERCEPTOR t Phone: (425) 519-0300 Woodinville, WA 98072 RECOMMENDED: NOTED DRAWING NO: • Fax: (425) 519-0309 Phone: (425) 488-4382 CONTRACT NO King County CONNECTION PLANS, Si 02 No. REVISION BY APP'D DATE APPROVED: C73130C SECTIONS, AND DETAILS SHEET NO: OF - - \ ( , ii , / / II ..E5 / 'Ii \ � (81: ::25Ic suaP=1,71/JL IS -.: \ L \--......,„ \ RIV;.5�:21.\ ' # 10 / / \ I -_ _ CIlr tZ CPP r . �j I` 70PP ,.fi \ .._41111 _,- .400,E4E::: . _ _,....MENNO11011.700#00, # Aillriffie / ----____________. -----1 I I I klii E �! y (:) IE 12 cl' 9 SN2=Z5 �/ \ \ / \ PI' ' DNc r , / 'Th ----.. iff: / \ S \ 53+ 0 / / II 54+I00 55}DO / 4 \ I I I = / , II V - \ W1.11.11111.11111.'.- - I \ /6 4 'EMOVE—E%FSTNG t=DIAMETER / 4 zV=1es O �� L \ TR AND R P .G- -. ........ ..„4 „,„ , / EU =, S3E=,5.9 - - . 4,, lit.................i ,.. 0„,,-- - Illirria ?" \ WTI I1 / / �< N / ',EC. \ \ / ARIM.I E.74-741, , M? c :60 --0---_ / 4 3 3 . a E a I\ v CO N 0 2 2 n O` u 3 w v . O. CZ F- i m C L w} O Z, L'- oz F - ::yam:' LD .r,Z -U CZ 14 W N 41 Q T O. N U r PERMIT <_ CD L SUBMITTAL J BASEMAP: DESIGNED: CHECKED: DATE: ELEVATION 0 EQUALS MEANS • 5EA 1TON 1929 Dsc& DEPARTMENT OF NATURAL RESOURCES cm i (ADJUSTED,947) KID BRYN MAWR SYSTEM IMPROVEMENTS NOVEMBER 199 KING COUNTY PIPE: CARRY STRUTHERS ASSOCIATES, INC. ELEVAT10N 100 EQUALS LJ MEANS SFA L.EV'EL 192 USC DRAWN: SCALE: FILE NO: L.J 4S4464 3150 Richards Rood, Suite 100 s GszsTEO19473Bellevue, WA 98005-4446 CGH TREE CUTTING ccPhone: (425) 519-0300 RECOMMENDED: 1" = 40' DRAWING NO: Fax: (425) 519-0309 `®Ln CONTRACT No: King County AND CLEARING PLAN j No. REVISION BY APP'D DATE COORDINATES,BEARINGS ARE APPROVED: C73130C NO. 3 SHEET NO: OF BASED ON WASHINGTON CO- ORDINATE SSTEM NORTH ZONE A �r 0 J C) (-7--- -- * C 5 RETAIN THESE TREES - OULiA'1 N�56 15 Adill ,_ _ 7 ,41,171:111,11.- 11116... /AND GROUND COVER � _ aJ- L1 C 0 AMIli _ my �-- _+�'�� Ammo REMOVE EXISTING 6' DAME ' -------4111 1 II: a TREE AND R ��� .. . — 1-94re 16+00 61 �zT'RTa 99 p— . RIVERSIDE DRIVE Vs'icw • �' ��� �� OHF&T - OHP&T OHPecT GHP&T � p'—� I 'y� OHP&T OHP&T ` CE-5 OHPxT ' N-,E3]A s SOUH_II N 1822747.9 FL 6". n 4 , ®_a' E 12..9cE0.C2 Y:S ci AM 4 jiji! !Joc6 _ iip * REPLA4�)I/f��j1111 f �V'� •• INN N1<� I�NV E l <'���_ / INV SE 1760/ INVS12.5 — �'� uo^ EOT 1 .1 FI(5Y/SHINEFdr 29 I 3 / N1EZB`_5904 `._ n.( ; Et Z5555904,1 SJ \ ' and', i I � - FT �\ 3 3 1 0 0_ E 6 N ,0- Go (U 0 ^ 2 2 N oN ) 0 In LU CZ 00 / • 3 . rn L Z} O O 0 / ~0 ," U ._U L.-,) o -a J v, r PERMIT <_ CD L SUBMITTAL J Ln BASEAIM: DESIGNED: CHECKED: DATE: ELEVATES 0 EQUALS MEANS SEA STE DEPARTMENT OF NATURAL RESOURCES / �AD�usnD 1929 USC&GS I9471 NOVEMBER 199: KING COUNTY PIPE: KJD BRYN MAWR SYSTEM IMPROVEMENTS CARRY STRUTHERS ASSOCIATES, INC. ELEVATON 100 EQUALS DRAWN: SCALE: - FILE NO: w ♦� 3150 Richards Rood, Suite 100 c"ss(nwus�19673 use0 Bellevue, WA 98005-4446 CGH pc Phone: (425) 519-0300 1" = 40' DRAWING NO: - ® RECOMMENDED: TREE CUTTING♦ Fax: (425) 519-0309 • ` CONTRACT NO: King County AND CLEARING PLAN in APPROVED: j No. REVISION BY APP'D DATE COORDINATES&BEARINGS ME C73130C A l o• SHEET NO: OF BASED ON WASHINGTON CO- V L� ORDINATE S'STETA NORTH ZONE 0 . 5 o 5 Z J, o W 0 r Wc3 0 ' I i������w����r��� CB 5 3 �� 0 REMOV G 6' DIAMETER ZZ 00 AN 'LA 3r IE 10"MP W-22./ IE SUMP=207 ,•■ _ W 27= C E=23 9 IP- 1.4 I +00 1 11 CP:e �. nn.• CB / 1111 • �. RIM-26.A 1_ I� Q 1,1 1I CB RIM=2a 39 ll na 3D'cDNc N.s / ���.11 �� STS —�' J - RIM=25.95 ONRIM=26.65IE t2' CONC`.v=221 IE BUMP�19.]NC E,Yv=2 UYC'TAINJ IIE SUMP=20-t IE 12"E_]. N�,c BH IE7 a'Y TS 174 % n •25.22 + $IM=2]22 -- 4 JMp N22.9,5=23.1 IE Za"CONC N,S,E,W=16.9 .. • ___ ___ ._.- ________o- _ rat --- r� ...�,�.,._.,. '• - • CB __ � T~ �` 'RIM=25.96 ; ..-._ _ _ - -._.._/ ___ 4 RIM=2T.34 IV:MH LOCATION APFRO%IMATE tn. PROPERTY UNEI MH RL'1- - �'� �� IM=26 6] RIM=2].09 0 0 '•'� ��\NWT\'\ IE 9"Ca N=25.3 ABANDONED,MAXMAY BE E E�'f=1]0 NI IE N,S=3.1 « Y,\ ��I� ' / UNDER PAVEMENT) ' ' STS Agr,.n - - _ . IS altirniemmutiMi IE12""E150] 6 _..-..... _ _ Mn .— LI NU FIELD LOCATED �.� �,-...�. w" RIM=2].44 �'+- (ABANDONED. MAY BE IE 12"E,w=1 NW/ LOCATION APPROXIMATE 15 PROPERTY UNE UNDER PAVEMENT) _ 'r-'� STS ' 't n �]�a•0 0NEp�T - 1 ...AA ..• 3 3 11 PO - 0 0_ £: . d db • 2 2 N - I - 3 c1 wO. CC ' i m La i Z r o - o 3 Z_ CIO 0 CZ t - • W L Q Z IN LU U N PERMIT <Z CO SUBMITTAL J • o BASEMAP: DESIGNED: CHECKED: DATE: ELEVATION 0 EQUALS MEANS • DEPARTMENT OF NATURAL RESOURCES (ADJUSTED 1947) NOVEMBER 199: inI SEA LEVEL 1929 USC&GS KING COUNTY PIPE: KJD BRYN MAWR SYSTEM IMPROVEMENTS ~ GARRY $TRUTHERS ASSOCIATES. INC. ELEVATION 100 EQUALS DRAWN: SCALE: ALE NO: ' ♦� 31 el Richards Rood. Suite 100 e"E ss(Asa�us�En 119ii3 use Bellevue. WA 98005-4446519-03 CGH TREE CUTTING cr Phone: (425) 519-0300 RECOMMENDED: 1 = 4D DRAWING NO: ♦ Fax: (425) 519-03D9 Valk � APPROVED: CONTRACT NO: King County AND CLEARING PLAN in II i No. REVISION BY APP'D DATE BASED @BEARINGS ARE C73130C NO. SHEET NO: OF oN BED ON WASHINGTON CO- Li ORDINATE SYSTEM NORTH ZONE kit 4 `s 5 .X f NOTE: FOR FURTHER DETAILS I OF PIPE SUPPORT, SEE GRINNELL REMOVE EXISTING TOP SLAB I PIPE STANCHION,TYPE B, FIG 63. (2) #6 INSTALL REPLACEMENT SLAB _ p I I ill SEES 6 ® 6" B 4 ® 12"T 1 5/8'0 THREADED INSERT 5/16 r TS 12 x 12 x 1/2 MO.' WITHDUI4 BRASSGSLAB CAPREMOVAL FOR USE '�i����� TYP I �\������ ana�m m lk I-J-2 (4) 7/8'0, ASTM A325 THREADED BARS a ---I EXISTING I ____ __�,- ik Al EACH WITH (2) HEX NUTS AND STD WASHERS �� " VAULT 1 Y =�.T / PL 1/2 x 30 x 2'-6" 40,,4 ���' E 6 ® 6" B 4 3'-0" x 3'-0' x 9'CONC PEDESTAL ��� 4 ® 12 T 1_1_Jam'�/ I N .....:::-V, '1 #6 x 5'-0"CO 1.-0" L J •1 ©WALL CIRCUMFERENTIAL STEEL _��\ TOP AND BOT F 5-4' -I ' L J 5 (5) #4 STIRRUPS C (9) #6 x 8'-0"@ 1'-0" '' (16) #6 SQUARE MESH ®CENTER Q TOP AND BOT I► Nor 14--0" EXISTING VAULT ® INVERTED SIPHON OUTLET - MANHOLE BASE e SIPHON OUTLET MANHOLE RO1-43 - REPLACEMENT SLAB O SCALE: NONE SCALE: 1/4" = 1'-0" SCALE: NONE 3` 3 i L , 4" V 3'-0' k 2"CLR TYP (16) #6 DOWELS - 10 7-0' 7-0" #4 STIRRUPS IF L SEE ELEVATION a E i -.:' n , \\\IIIINI R \ m 2 c i MM111%/% \ 2'-6" m ® 2 /v ;►1�NN�/_==_11 2"TYP z'-z" 2"TYP ® #4 ® 1z^ - TYP r �,�■■ES. (9) #6 x 8'-0"® 1'-0" o THREADED INSERT 1 A SQUARE MESH o- 1 rim%ilmm`, ,� TOP AND BOT TS 12 x 12 x 1/2 a dEgialiElin EKI,I"I",N " CO' OF MH WALL in EXISTING -I (�6 ® 6" I #6 x 5'-0'RADIAL PL 1/2 x 30 x 2'-6" 7 8"0 A325 REINFORCEMENT® 1'-0" THREADED BOLTS 1,..1 VAULT LA , _2: - TOP AND BOT TYP v m • 5/16 I J • 1 w Z SECTION - FOUNDATION STEEL OA SECTION SECTION - REPLACEMENT SLAB oZ SCALE: 1/4" = 1'-0" - SCALE: 1/2" = 1'-0" ® SCALE: NONE T -' ® zo L y -,1 z ``0 1 \; 4 o. NU EA r PERMIT 71 n. a L SUBMITTAL J • ` U- DESIGNED: CHECKED:• DEPARTMENT OF NATURAL RESOURCES DATE: 13 97 u v �C�_ ,/_ L. BAKAR BRYN MAWR SYSTEM IMPROVEMENTS c CiARRY $TRUTHERS ASSOCIATES. INC. ea.,* DRAWN: SCALE: ALE NO: c y Sr. 3150 Richards Rood, Suite 100 ENGINEERS. INClir V. Bellevue, WA 98005-4446 17270 Woodinville-Redmond Rd. E.I. NELSON EAST SIDE INTERCEPTOR Phone: (425) 519-0300 Woodinville, WA 98072 RECOMMENDED: NOTED DRAWING NO: T n 1. Fax: (425) 519-0309 Phone: (425) 488-4382 CONTRACT NO: King County CONNECTION SiO3 u APPROVED: No. REVISION BY APP'D DATE : C73130C DETAILS SHEET NO: OF • - ; ' 91.- 195- ( i) • • ; - • • • • F� --� s� -qn74. ...,.� i • p ,p f b I'. ti.Yw 47;5 - . ' • ' - ' • • : 1 - • . O • • _ . w; - { • • • - _� , -� • - - - . . • • • �� --ter y - - • _ -- - _ - � • • • • geote.chnical engineering '.and : >„��,�..�:;': �,�o� applied . . • , , earth ` ; . sciences • • DRAFT GEOTECHNICAL DESIGN REPORT • . BRYN MAWR SYSTEM IMPROVEMENTS PHASE I BRYN MAWR TRUNK REPLACEMENT RENTON,WASHINGTON • FOR KING COUNTY DEPARTMENT OF METROPOLITAN • SERVICES-POLLUTION CONTROL DIVISION ' AUGUST 8, 1997 . PROJECT NUMBER 006-002 • it Y • • a I ,! • V j PACRIM GEOTECHNICAL INC. • S, GEOTECHNICAL ENGINEERING AND APPLIED EARTH SCIENCES 10700 Meridian Ave North,Suite 210•Seattle,WA 98133•Tel:(206)365-8770•Fax:(206)365-8405 -�1 August 8, 1997 l Garry Struthers Associates,Inc. • 3150 Richards Road,Suite 100 Bellevue,Washington 98005-4446 Attention: Ms Vicki Sironen,P.E. • Draft Geotechnical Design Report Bryn Mawr System Improvements Phase 1 Bryn Mawr Trunk Replacement Renton,Washington for King County Department of Metropolitan Services Pollution Control Division We submit herewith two copies or our draft report titled"Draft Geotechnical Design Report, Bryn Mawr System Improvements, Phase 1 Bryn Mawr Trunk Replacement, Renton, Washington". Our investigation was based on the scope of work outlined in our fax transmission of January 22, 1997,and was authorized by Amendment No. 1 to Consulting Agreement for Bryn Mawr System Improvements dated April 18, 1997. This report presents geotechnical design and construction recommendations for the entire pipeline from the connection with the East Side Interceptor,to the beginning of the siphon section. We appreciate the opportunity to conduct this investigation and look forward to our continued involvement. If you have any questions,please do not hesitate to contact us. '7I Yours very truly, PacRim Geotechnical,Inc. Xiiefiged Harbans L.Chabra Principal i C:'pmjects\8nn MawNcpo tDOC i 1 1 , TABLE OF CONTENTS 1.0 INTRODUCTION 1 ' 1.1 SCOPE OF WORK 1 • 1 1.2 REPORT ORGANIZATION 2 1.3 - PROJECT DATUM 2 1.4 PRINCIPAL PROJECT FEATURES 2 'f 1.5 - LIMITATIONS 3 2.0 SOURCES OF DATA 3 r 2.1 SUBSURFACE EXPLORATIONS 3 2.2 -LABORATORY TESTING 4 3.0 GEOLOGY 4 3.1 REGIONAL GEOLOGY 4 3.2 PROJECT GEOLOGY 5 3.3 HYDROLOGY 6 4.0 CONCLUSIONS AND RECOMMENDATIONS 7 4.1 PIPELINE 7 4.1.1 Anticipated Subsurface Conditions 7 4.1.2 Trench Excavation and Shoring 8 4.1.3 Dewatering 10 4.1.4 Ground Movements 11 i 4.1.5 Pipe Foundation and Bedding 12 4.1.6 Trench Backfill and Compaction Requirements 12 - 4.1.7 Pipe Loads 13 4.1.8 Seismic Considerations 13 4.1.9 Environmental Considerations 15 4.1.10 Jack and Bore Installation 15 4.2 CEDAR RIVER MICROTUNNEL AND ACCESS SHAFTS 16 v 4.2.1 Access Shafts 16 4.2.2 Microtunnel 18 4.2.3 Ground Movement 19 J 4.2.4 Vault at East Side Interceptor 19 5.0 CLOSURE 21 - LIST OF TABLES TABLE 1 GROUND PARAMETERS FOR TEMPORARY LATERAL EARTH PRESSURE DESIGN FOR TRENCHING TABLE 2 ESTIMATE GROUND SETTLEMENT FROM TRENCHING TABLE 3 BACKFILL SOIL PARAMETERS TO CALCULATE PIPE LOADS TABLE 4 RESULTS OF LIQUEFACTION ANALYSIS Ailft I. TABLE 5 RECOMMENDED PASSIVE RESISTANCE FOR JACK AND BORE SHAFTS TABLE 6 MICROTUNNEL ACCESS SHAFT DESIGN PARAMETERS TABLE 7 SOIL PARAMETERS FOR MICROTUNNEL PIPE LOADS h i 1 It °rJ DRAFT f . . • ^; LIST OF FIGURES u FIGURE 1 PROJECT LOCATION AND VICINITY MAP FIGURE 2 LEGEND FOR EXPLORATION LOGS FIGURE 3 PLAN AND PROFILE,STATION 0+00 TO 5+00 FIGURE 4 PLAN AND PROFILE,STATION 5+00 TO 10+00 • FIGURE 5 PLAN AND PROFILE,STATION 10+00 TO 14+00 . FIGURE 6 PLAN AND PROFILE,STATION 14+00 TO 19+00 (- FIGURE 7 PLAN AND PROFILE,STATION 19+00 TO 24+50 u ( FIGURE 8 PLAN AND PROFILE,STATION 24+50 TO 30+00 . FIGURE 9 PLAN AND PROFILE,STATION 30+00 TO 35+00 FIGURE 10 PLAN AND PROFILE,STATION 35+00 TO 40+00 A �`' FIGURE 11 PLAN AND PROFILE,STATION 40+00 TO 42+48.43 1 -y' FIGURE 12 PLAN AND PROFILE,STATION 42+48.43 TO 47+00 . FIGURE 13 PLAN AND PROFILE,STATION 47+00 TO 52+00 FIGURE 14 PLAN AND PROFILE,STATION 52+00 TO 57+00 • `,, FIGURE 15 PLAN AND PROFILE,STATION 57+00 TO 59+14.25 APPENDIX A FIELD EXPLORATION PROGRAM . APPENDIX B LABORATORY TESTING RESULTS - . _ APPENDIX C BORING LOGS COMPLETED BY OTHERS , . • • l• • 1 , ,,.,, • , ,, • . V , . . ^f V • • . • . . . • ii !1 l it t-_ PACRIM GEOTECHNICAL INC. ti , DRAFT , Y L i DRAFT GEOTECHNICAL DESIGN REPORT i BRYN MAWR SYSTEM IMPROVEMENTS ' PHASE 1 BRYN MAWR TRUNK REPLACEMENT RENTON, WASHINGTON FOR KING COUNTY DEPARTMENT OF METROPOLITAN SERVICES -s; POLLUTION CONTROL DIVISION , 1.0 INTRODUCTION - We present in this report the results of our geotechnical investigation for the proposed Bryn Mawr System Improvements Project, Phase 1 Bryn Mawr Trunk Replacement. The existing Bryn Mawr trunk consists of a 27- _ r inch diameter reinforced concrete pipe sewer that extends from the Bryn Mawr inverted siphon,located at the north end of the Renton Municipal Airport, to the Eastside Interceptor at the intersection of North Sixth Street and , C Burnett Avenue North. As part of the Bryn Mawr System Improvements Project,the capacity of the sewer will be I, increased to prevent sewage backflow into Lake Washington. The trunk sewer capacity will be increased by replacing the existing Bryn Mawr trunk with a larger diameter reinforced concrete pipe. The section of the sewer to be replaced extends from the East Side Interceptor to the west approximately beneath I North Sixth Street for about 1,400 feet to the intersection of Riverside Drive North and North Sixth Street, where the pipeline alignment turns to the north. The proposed pipeline continues north for about 2,800 feet,where it turns back to the west and crosses beneath the Cedar River and the Renton Airport in a microtunnel: The pipeline I continues to the beginning point of the existing inverted siphon. i1.1 SCOPE OF WORK il,,, The purpose of the geotechnical evaluation is.to determine subsurface conditions along the alignment, to develop N geotechnical engineering parameters, and to provide geotechnical recommendations for design of the project 1 , features.Specifically,our scope of work includes the following: 1j. 1. Perform a review of existing, available geotechnical information for projects completed in the immediate vicinity of the site area. Conduct design level geotechnical explorations in order to 4 develop geotechnical parameters suitable for design. 2. Prepare this draft Geotechnical Design Report that includes: • A description of soil and groundwater conditions anticipated along the alignment, based on existing boring and test pit and explorations completed for this study. • Pipeline design parameters • Recommendations regarding temporary shoring of trench excavations f 1 PACRIM GEOTECHNICAL INC. 'i ;+ DRAFT • Recommendations for pipe support and estimated earth loads. • Recommendations for dewatering and managing groundwater during construction. • Recommendations regarding seismic design considerations. • Microtunnel design parameters including: • Anticipated tunneling ground conditions • Construction considerations - • Temporary access shaft construction considerations • Design recommendations for the permanent access vault at the East Side Interceptor • I 1.2 REPORT ORGANIZATION This report is presented in two general divisions,findings and conclusions: The material contained in the findings portion of the report(chapters 1 through 3)include the introduction,the sources of subsurface data and the general geology picture for the project. The conclusion section of the report contains a description of the specific subsurface conditions expected at the specific project features, and geotechnical recommendations to be used for design and construction of the project features. 1.3 PROJECT DATUM The project datum that is utilized on all design drawings and boring logs contained in this report is the 1929 Mean Sea Level U.S.0 and U.S.G.S, adjusted in 1947 plus 100 feet. For the purposes of this report, the datum will be referred to herein as"Metro datum". 1.4 PRINCIPAL PROJECT FEATURES I; The principal project features will be described in the order of increasing stationing along the alignment. The features can be seen on Figures 3 through 12,which show the plan and profile of the new sewer line. East Side Interceptor Vault: The permanent vault will be constructed to facilitate connection of the new Bryn Mawr Trunk (BMT) to the East Side Interceptor (ESI). The vault will be constructed in Burnett Avenue North at the intersection of the BMT and the ESI. The permanent vault is planned to be about 6 feet by 16 feet in plan dimension, and composed of reinforced, cast-in-place concrete. The 108 inch diameter ESI has an invert elevation of about 103 at the location of the intersection. Therefore, since the ground surface is at about elevation 127, an excavation depth on the order of 24 feet to the ESI invert, and about 26 feet to the foundation level for the vault is expected. Bryn Mawr Pipeline: The BMT pipeline will be a 36-inch-diameter concrete pipe that is installed from the ESI at station 0+00 to the start of the microtunnel at station 42+48.43. The pipe is gravity flow with a slope of 0.001, foot/foot,from an invert elevation of 106.10 at the ESI,to elevation 110.35 at the start of the microtunnel at station 42+48.43. The ground surface slopes generally down from a high at the ESI at about elevation 127, to a low of about 117 near the connection to the microtunnel section. Therefore,trench excavations are expected to range from about 22 feet near the ESI(station 0+00)to about 8 feet near the microtunnel portion(station 42+48.43). The pipe will replace the existing 27-inch-diameter BMT sewer for the majority of its length,and will be installed adjacent to the existing line. 2 PACRIM GEOTECHNICAL INC. t DRAFT Microtunnel: A microtunmel is planned to allow the BMT to pass below the Cedar River and the runways for the Renton Airport. The east access shaft for the microtunnel at pipeline station 42+48.43 will serve as the terminus of the inverted siphon that begins at the west project end at the connection for the current siphon. The inverted siphon pipeline will be 24 inches in diameter, with a minimum slope of 0.008 feet per foot. The microtunnel pipeline 111 grades range from a low at the east access shaft of 92.83 feet at station 42+48.43, to a high of 99.64 at the west access shaft at about station 51+00. Present plans call for the tunnel to be 850 feet long. The current design indicates that the microtunnel will have a clearance of 2 feet below any future dredging limits presently known (elevation 99)for the Cedar River. The microtunnel access shafts will be about 32 feet deep on the east side to the working floor level of the shaft and about 25 feet deep to the working floor level for the west shaft. The total depth of the shafts will depend on the contractor's method of construction and groundwater control. The microtunnel shafts are considered to be temporary and to be designed by the contractor. The shaft on the east side of the Cedar River will,however,have a permanent manhole constructed inside of the shaft once the microtunnel is completed. At present,no intermediate shafts,or access points are envisioned,however they may be required depending on the contractor's equipment. West End of the Siphon: The siphon will continue to the west from the west access shaft for the microtunnel at about station 51+00, to the current start of the siphon. The alignment through the area is not presently known, although a proposed alignment is shown on the figures for this report. 1.5 LIMITATIONS This report was prepared with the plan and profile information that was available at the time of preparation of this draft report. The pipeline alignment west of the west microtunnel access shaft (west of station 51+00) was not considered by the design team to be known enough to complete design level explorations in that area. Non- /6 geotechnical issues, such as property acquisition need to be solidified before explorations are completed. Once a route is known,design level explorations should be completed along the alignment. The extent of soil and groundwater contamination in the vicinity of the connection to the ESI, and how that contamination will affect design and construction will be further defined after a second round of explorations are completed in the area of boring B-7. 2.0 SOURCES OF DATA +� V 2.1 SUBSURFACE EXPLORATIONS h To complete this study we reviewed available geotechnical and environmental subsurface information that was produced for other adjacent projects and for the initial BMT and the ESI. Once data gaps were identified, PacRim Geotechnical Inc.(PGI)completed two rounds of subsurface explorations for the project. Phase I was completed at the approximate locations of the access shafts for the microtunnel to investigate the feasibility of completing a microtunnel below the Cedar River and the Renton Airport. Phase II was completed to fill in gaps in subsurface' data along the microtunnel portion and the BMT pipeline portion of the alignment. Explorations have yet to be completed for the portion of the siphon west of the west microtunnel access shaft. They will be completed later, once the alignment has been chosen. PGI summary boring logs are included in Appendix A. Laboratory test results are presented in Appendix B. Summary boring logs by-others utilized for this study are included in Appendix C. The specific sources of subsurface data,other than PGI completed borings,include: ! _" • "Geotechnical Report, Boeing Storm Drain Interceptor, Renton, Washington", dated March 20, 1997 by Hong West&Associates,Inc. l 'r • "Subsurface Exploration and Geotechnical Engineering Report, Boeing Apron D Expansion, Renton, Washington"dated January 1992 by RZA AGRA,Inc. 3 PACRIM GEOTECHNICAL INC. V DRAFT • Weston borings along Riverside Drive The proposed Boeing Storm Drain Interceptor will be located on the east side of Riverside Drive, and parallel the new BMT for its entire length along Riverside Drive. Several borings were completed for the investigation near the ' alignment of the storm drain. Information from these borings provided adequate subsurface information such that additional borings were not required along Riverside Drive in order to complete this study. In addition, existing subsurface information was utilized for the BMT pipeline along North Sixth Street, from about station 9+00 to station 14+00. This information was developed for Boeing improvements along Apron D. Copies of boring logs for borings drilled adjacent to the sewer alignment are presented in Appendix C. PGI explorations were completed along the pipeline portion of the BMT along North Sixth Street, and for the microtunnel portion of the project. Borings B-1 through B-4 were completed near the access shafts for the microtunnel(B-1 and B-2)and along the tunnel itself at intermediate points(B-3 and B-4). Borings B-5 through B- 7 were completed along North Sixth Street for the pipeline and for the vault planned at the ESI connection. The locations of the borings completed by PGI and by others but used for this study can be found on Figures 3 through 15. 2.2 LABORATORY TESTING Geotechnical laboratory testing was completed on selected samples retained from the borings. Laboratory testing included moisture and density,grain size analyses,and consolidation tests. A detailed description of the laboratory testing program can be found in Appendix B. The results of the laboratory"testing can be found on the boring logs in Appendix A,and in Appendix B. 3.0 GEOLOGY 3.1 REGIONAL GEOLOGY Renton is located in the Puget Lowland, which is a slightly arcuate, convex-eastward basin lying between the Cascade Range on the east and the Olympic Mountains(coastal range)on the west. The basin is open to the north to the Geogian Depression and the Strait of Juan de Fuca,the latter connecting Puget Sound with the Pacific Ocean. Beneath Puget Lowland, non-lithified Quaternary sediments of varying thickness generally unconformably overlie Tertiary bedrock. These sediments are both glacial and non-glacial in origin. ti The Puget Lowland is underlain by a considerable thickness of sediment,and relatively little bedrock is exposed at the surface. Bedrock is exposed only in parts of southeastern Seattle and near Alki Point. The general topography in the Puget Sound region has been formed by the deposition and removal of soil directly or indirectly by glacial ice. Puget Sound sediment was deposited primarily by a series of Pleistocene age(about 2 million to 10,000 ybp [years before present])continental glacial advances that extended into the Puget Lowland. Prior to the most recent Vashon(Fraser)glaciation, floodplain and fluvial sediments ranging from silt and clay to sand and gravel were deposited within the Seattle area during the interglacial Olympia Stade, dated from about 28,000 ybp to 16,000 ybp in the Seattle area. The most recent glacial period is known as the Fraser Glaciation. The last major advance of continental glacial ice, known as the Vashon Stade,began in the Seattle area about 16,000 ybp. During this glaciation,which lasted until about 13,000 ybp,up to several hundred feet of glacially derived soil were deposited within the Puget Sound area. In the Seattle area, this soil typically includes the glacio-lacustrine Lawton Clay, the advance outwash Esperance Sand,Vashon Till,and minor recessional outwash and ice marginal.deposits. 4 '}---' PACRIM GEOTECHNICAL INC. DRAFT At the onset of the Vashon Stade of the Fraser Glaciation, the Puget Lobe, an arm of the continental glacier, advanced south into the Puget Lowland, blocked the Strait of Juan de Fuca, and formed a large pro-glacial lake. Coarser-grained sediment transported by rivers and streams was deposited in deltas near the lowland margin, and finer-grained sediment settled out in the quiet lake water to form the alternating glacio-lacustrine silt, fine sand and clay deposits of the Lawton Clay. As the Vashon continental glacier advanced southward, outwash sand and gravel was deposited by glacial meltwater, creating an outwash plain in front of the advancing ice. The Vashon advance outwash is known as the Esperance.Sand. Eventually, the glacier overrode the outwash plains, consolidating the Esperance Sand, Lawton Clay, and underlying pre-Vashon sediments. Vashon Till was deposited beneath the ice as the continental glaciers advanced. Glacial till is an unsorted to poorly sorted soil mixture composed of clay-to boulder-size particles that were deposited at the base of a glacier. Compaction by the weight of the overlying ice resulted in a concrete-like appearance of unweathered till. Glacially-compacted soil typically has a much greater density than non glacially-compacted soil. Glacial sediments were modified into elongated hills trending in the direction of ice transport, generally north to south in the Seattle area. The glacial ice also smoothed and locally modified pre-existing topography, forming the Duwamish River Valley and Elliott Bay of Puget Sound. Post-glacial modification of the land had a major influence on the project area. Alluvial and lake bed soil deposits were deposited by the ancestral Black River and by Lake Washington in the project area. The Black River was not only the outlet for the lake prior to about 1911; it was also an inlet during periods of flooding, or periods of high tides. Thick sequences of alluvial sand,silt and organic material were deposited during the period prior to 1911. Between 1911 and 1916, the Lake Washington Ship Canal was constructed, linking Lake Washington to Puget ' Sound. This construction resulted in lowering the surface of Lake Washington a nominal 10 feet(Chrzastowski,. 1983)to the level of Lake Union. Before the Lake Washington Ship Canal was completed in the early 1900's,the Black River drained from Lake Washington, and the Cedar River was a tributary to the Black River. The Cedar River flowed into Lake Washington only during periods of high water flow on the Cedar,and high tide conditions. The Black River then flowed westward and into the Green River, where it continued to empty into Puget Sound. After completion of the Ship Canal project, the outlet feeding the Black River was blocked, and the Cedar River was channelized and redirected into Lake Washington. Flow in the Black River effectively ceased except for the drainage originating on the adjacent drift plain highland. When the lake level was lowered about 10 feet, in the northern part of Renton, both the newly exposed lakebed and surrounding freshwater marshes were filled or otherwise modified by development. 3.2 PROJECT GEOLOGY The majority of the site is underlain by alluvial and lakebed deposits overlain by fill soil. The lakebed and alluvial material is believed to have been deposited prior to construction of the Lake Washington Ship Canal, which was completed in 1916. The lakebed and alluvial soil deposits that were encountered in the project vicinity were generally fine grained sand and silt deposits. Interlayering of organic material within the alluvium suggests that the area was also part of the lakeshore, or marsh land that was periodically exposed to flood waters, or seasonal lake level fluctuations. Fill material was encountered also in the project area. It ranged from thin fill layers constructed to support roadways,to thick fill sequences believed to have been deposited to fill in marsh land after the lake level was lowered as a result of the Lake Washington Ship Canal project. The fill consisted of fine grained sand,and was found to be thickest near the Renton Airport. Detailed descriptions of the subsurface conditions will be presented for each project feature in following sections of this report. 5 PACRIM GEOTECHNICAL INC. DRAFT 3.3 HYDROLOGY In the immediate vicinity of the Cedar River and Lake Washington, groundwater levels are dominated by the two large bodies of water. Groundwater levels in explorations completed in the immediate vicinity of the Cedar River were found to be in very good agreement with the water level in the river. Further away from the Cedar River and Lake Washington, groundwater levels were found to be within about 10 feet of the ground surface. Although measurements were not taken to determine the exact amount of influence, it is very likely that the water levels are dominated by the influences of the Cedar River and Lake Washington. I , • 6 PACRIM GEOTECHNICAL INC. DRAFT vi 4.0 CONCLUSIONS AND RECOMMENDATIONS The conclusions and geotechnical recommendations will be presented in the following sections for.individual project features. In order to minimize repetition, expected subsurface conditions at each project feature are presented in this portion of the report,rather than in the first portion of the report. The report is presented in this fashion so that the reader can view the site specific subsurface conditions for each project feature, and the geotechnical recommendations in close proximity to each other. In general,the project,as proposed,is geotechnically feasible if the recommendations provided herein are followed. There are geotechnical aspects of the project, such as soil liquefaction or ground settlement due to microtunneling or dewatering that will likely be unavoidable,or cost prohibitive to mitigate. This report defines the risks associated with the proposed construction, and presents possible mitigation measures for construction related impacts to existing improvements. Following recommendations are presented for the pipelines portion of the project, the microtunnel portion of the project,the access vault at the ESI,and the pipeline west of the microtunnel. 4.1 PIPELINE The BMT pipeline will be a 36-inch-diameter concrete pipe that is installed from the ESI at station 0+00 to the east access shaft of the microtunnel at station 42+48.43. The pipe is gravity flow with a slope of 0.001 feet/foot, from an invert elevation of 106.10 at the ESI,to elevation 110.35 at the start of the microtunnel at station 42+48.43. The ground surface slopes generally down from a high at the ESI at about elevation 127 to a low of about 117 near the connection to the microtunnel section. Therefore,trench excavations are expected to range from about 22 feet near the ESI (station 0+00)to about 8.feet near the microtunnel portion (station 42+48.43). The pipe will replace the existing 27-inch-diameter BMT sewer for the majority of its length, and will be installed adjacent to the existing line. 4.1.1 Anticipated Subsurface Conditions Typical soil conditions adjacent to the alignment consist of surficial fill overlying recent alluvial deposits. The alluvial deposits range from poorly graded sand to clayey,peaty silt. Fill soil ranges from silty sand and gravel to sand. Groundwater was encountered,or measured at depths ranging from about 10 feet below the ground surface to about 5 feet below the ground surface. A more detailed description of the anticipated conditions within the trench is presented in following sections. ' rI Beginning at station 0+00, silty sand and sand, with relatively thin interbeds of soft silt are expected within the trench excavation. As noted on boring log B-7, a slight hydrocarbon odor was noted in the soil samples in the upper 12 feet of the borehole. Further chemical characterization of the soil will be completed later. The pipe foundation should be in alluvial material identified as loose, wet, fine sand interbedded with silty sand. For the most part, soil expected near station 0+00 within the pipeline depth would be either loose or soft, and predominantly fine sand, or silty sand. The groundwater level was measured at between 9 and 10 feet below the ground surface, at about 12 feet above the proposed pipe invert level (pipe at about 21 feet below the ground surface). Of special note in the vicinity of station 0+00 is the water-bearing gravel unit encountered below the pipe = invert at between 28 and 36-1/2 feet below the ground surface, and the organic, clayey,peaty silt unit encountered at'42 feet below the ground surface. The gravel unit was not encountered in any other borings, and is therefore 1 'S believed to be limited in lateral extent. The organic unit was encountered in other explorations completed for this study, and noted in explorations in the vicinity completed by others. It is therefore believed to be more extensive, and based on observation of the samples secured, it should be relatively low in vertical permeability when compared to the sand and gravel units of the alluvium. ' 7 PACRIM GEOTECHNICAL INC. 1 � DRAFT As the excavation proceeds from station 0+00 to the west, the material encountered in the trench, and at the pipe foundation level, should be similar until the trench excavation reaches about station 7+00. From station 7+00 to station 14+00 where the pipeline turns to the north along Riverside Drive, interbedded silt, organic silt, and fine sand are expected to begin at the foundation level of the pipe near station 7+00,and extend up to slightly above the crown of the pipe at about station 8+00 where the anticipated conditions will be about 5 feet of roadway fill underlain by interbedded silt and sand to about the crown of the pipe, and then interbedded organic silt and sandy silt to below the pipe invert. The underlying organic-rich layer encountered at 42 feet in boring B-7 was encountered at 36 feet in B-6,and31 feet in B-5. In borings drilled along the Boeing Storm Drain Interceptor between BMT station 14+00 and 42+48.43, the surficial fill was typically encountered below the roadway to depths varying from 1 foot to 7.5 feet. Thickness of the fill appeared to increase toward the north. Composition of the fill varied from silty fine sand to sand with varying amounts of gravel. Based on blow count information the consistency of the fill varied from loose to medium dense.Alluvial deposits in the same section typically consist of layers of very soft to soft silt/fine sandy silt, - and loose to medium dense silty sand and sand. All of the subsurface explorations reviewed were terminated in the alluvial deposits. In general, the excavation for the new BMT will be completed directly over the existing 27-inch-diameter sewer line,but will extend about 5 feet below the current invert level of that line. Trench excavation depths are expected to vary from about 9 to about 11 feet to the pipe invert. The majority of the material expected in the trench excavation will be backfill of the existing line. Conditions within the sewer trench are anticipated to consist of - Class II backfill material, which was specified as the required backfill material in the original construction drawings. Class II backfill generally consisted of sand and gravel. Trench backfill will only be encountered to the extent that the final alignment follows the current alignment. Below the bottom of the current trunk line trench,and outside of the trench,loose/soft interbedded alluvial sand,silt,and organic silt is expected. r-, ' Groundwater level is estimated based on previous groundwater levels recorded in the area during previous projects and from groundwater levels reported in the Hong West & Associates report for the Boeing Storm Drain Interceptor. Observations during drilling and measurements completed in wells and piezometers by others indicate � that the groundwater level is relatively shallow and is typically encountered between depths of 3 to 5 feet,or about 8 to 6 feet above the pipeline invert. Groundwater levels are expected to vary depending on the season and the water levels of Lake Washington and the Cedar River, and could approach the ground surface during periods of heavy {!l, rain or flooding. 4.1.2 Trench Excavation and Shoring Trench excavation depths to the pipe invert will vary from 8-1/5 feet at about station 41+00 to 22 feet at station 0+00. Total excavation depths will be greater by the amount of pipe bedding, and foundation treatment (if required). Conventional hydraulic excavating equipment designed to dig to the required depths should have sufficient power to excavate the trench throughout the alignment in the anticipated soil conditions. Dewatering and temporary shoring will be required. Dewatering recommendations are discussed in a following section. The design of trench support systems, and the actual trench configurations should be the responsibility of the Contractor and should conform to the safety requirements of all local,state,and federal codes.All open cuts should be carefully monitored during excavation to detect any evidence of instability. If instability is detected, the contractor should immediately change or adjust their temporary shoring,or dewatering methods to maintain a stable trench. Prior to construction, the contractor should prepare a shoring and excavation plan for the review for the project engineer prior to construction. 4.1.2.1 Trench Retention In order to minimize ground movement adjacent to the trench, and to minimize the impacts to utilities and other surface improvements in the vicinity of the trench,trench retention is recommended. The retention method chosen should also consider the type of dewatering that is being completed for that portion of the trench. Since the trench retention is temporary, it should be contractor designed. This section presents our recommendations for trench rti—1 8 1, O PACRIM GEOTECHNICAL INC. DRAFT retention and provides parameters for lateral support design. All temporary shoring design is the responsibility of the Contractor. The contractor should choose their retention method within the constraints presented in this report. In general, properly designed sheet piles and sheet pile bracing systems will result in less movement of the surrounding soils than utilizing a trench box for shoring. This is because the trench box requires that the excavation be completed first,and remain open long enough to pull the trench box into place. Loose soil then caves in on the sides of the trench box. Ground movement can be reduced by utilizing steel sheets placed between the trench box sides-and the soil. Sheet piles are driven in place prior to the excavation. As the excavation proceeds, interior bracing is installed. Once the pipeline is installed and backfilled,the steel sheet piles are removed. Sheet piles are, considerably more expensive than a trench box, and will likely result in slower construction. However, sheetpiles can be used as a partial groundwater cutoff, while full exterior dewatering to two feet below the bottom of the expected excavation is required for a trench box. Design of temporary shoring should consider the groundwater control method utilized, and how dewatering will affect lateral earth pressures. For instance, if sheetpiles are utilized, and pumping is completed within the sheet piles, lateral earth pressures should consider hydrostatic pressures on the outside of the sheet piles, and a possible reduction in passive resistance on the interior of the sheets if upward seepage pressure is present on the soil on the interior of the sheet piles. If the area is dewatered,lateral earth pressures need to consider the full weight of the soil, but need not include hydrostatic pressures. Lateral earth pressures should be developed using the soil parameters presented in Table 1, or the contractor may develop their own design parameters based on the subsurface information. Table 1—Ground Parameters for Temporary Lateral Earth Pressure Design for Trenching , • Soil Moist Unit,Weight Soil Type;: : OSH.A/WAC;Designation Friction Angle(°) r , • Loose ' sand,silty Type C 28 125 sand,silt - . *pcf=pounds per cubic foot ' The following sections present special considerations for each section of the pipeline alignment that should be considered for design of temporary shoring and construction. ) , Station 0+00 to 8+00. Once the excavation is away from the connection vault for the ESI, there are no major utilities,or structures near enough to the trench to require other than standard trench support with a trench box,and full dewatering. The excavation,however, is greater than 21 feet deep so stacked trench boxes, or steel sheet piles may be more appropriate. Dewatering will be required. It is likely that the pipe will be installed by jack and bore from about station 1+00 to 4+00 to cross Logan Street, so special shoring will be required for the access pits. Additional recommendations for jacking and boring are presented in following sections. In the event that the trench box system is not found adequate to support the soil and reduce ground movement, steel sheet piles with interior braces should be installed. If settlement sensitive structures, or utilities are found in the vicinity, or if settlement should be kept to a minimum,sheet piles should be installed in the areas of concern. Station 8+00 to 14+00. In order to reduce the impacts of ground settlement on surrounding structures adjacent to the roadway, sheet piles and minimum dewatering are recommended in this section. In order to provide an adequate groundwater cutoff, steel sheet piles may need to be longer than the length required for shoring purposes only. For this reason,trench shoring should consider the dewatering method chosen. Dewatering requirements are addressed in another section of this report. Station 14+00 to 42+48.43. The proposed Boeing Storm Drain Interceptor will be installed parallel to the BMT ._ sewer alignment,and within 8 to 10 feet of the BMT. The Boeing Storm Drain Interceptor(SDI) is planned to be about 6 feet above the invert of the.BMT near station 14+00, and transition to about 1 to 2 feet below the invert of 9 PACRIM GEOTECHNICAL INC. • DRAFT the BMT near station 42+48.43. At this point, it is uncertain which of the two will be constructed first, or if they will be constructed at the same time. If the Boeing SDI is constructed prior to the BMT,special care will need to be taken to reduce ground movement,and hence damage to the newly constructed SDI. If the SDI is constructed after the BMT,the contractor will not have to be as careful;however, other utilities and surface improvements are in the area. . 4.1.3 Dewatering Since the bottom of the trench will be 10 to 15 feet below the current groundwater levels,temporary construction dewatering will be required. The alluvial deposits are expected to be relatively permeable, and substantial groundwater inflow will occur if the excavation extends over 1 to 2 feet below the groundwater level. Groundwater seepage will tend to destabilize excavation slopes and increase lateral loads on shoring systems. In addition, groundwater flowing into the excavation can cause sand boils, or heaving at thebottom of the excavation, which will compromise foundation conditions. I ; The goals of dewatering are first,to help maintain a stable bottom over which the structure or pipeline can be safely installed;second,to stabilize the sides of the excavation;and third,to keep the excavation free from water. Bottom stability is needed regardless of the method of retaining the sides of the excavation. Proper dewatering is critical to . an open excavation with sloped sides, and important to a braced excavation with timber lagging; in the latter case, uncontrolled seepage may wash material through the lagging. Steel sheeting requires dewatering only to reduce the lateral pressures and maintain a stable bottom. It may be cost-effective in some areas to use steel sheeting and avoid - the necessity for area dewatering. In that case,the sheets must penetrate to an adequate depth and/or the bottom of the excavation should be dewatered to prevent bottom heave. The Contractor should dewater all excavations, including relief of excess hydrostatic head,to a depth of at least 2 feet below the deepest foundation level to reduce , subgrade disturbance of moisture sensitive soil and to provide a firm base for placing and compacting backfill. Soil deposits anticipated along the alignment are variable,ranging from sand to silt. Consequently,any dewatering system should be planned to effectively cope with varying soil conditions. Initial flows may be significantly higher than steady state flows that will occur once the desired drawdown is achieved. Standby capacity should be available to maintain the groundwater table below critical levels in case of a pump or power failure. Methods of dewatering include sump pumping from an excavation(where there is no stability problem), deep wells,wellpoints,jet-eductor• - wellpoints and subsurface drains. Any or all of these may be appropriate for the structures along the alignment depending on specific conditions. In the use of any dewatering methods, care must be taken to provide the correct filtering(packing)around each dewatering unit to prevent the migration of fines from the ground. Silt and fine sand are the materials most susceptible to being moved by water flow. Discharge from the pumps must be monitored; if significant amounts of fines are being pumped or if the flows markedly decrease,the Contractor should identify the cause of the problem and implement corrective measures. Typical deep wells are 1 to 2 feet in diameter and are limited in depth only by the size of pump. The amount of jdrawdown that a deep well can achieve is a function of the hydraulic properties of the soil,the location of recharge sources,the spacing and depth of the wells,and the pump size. The screen slot size for dewatering wells will vary according to the grain size of the soil in the dewatered zone. Improper slot sizing may cause removal or piping of fines out of the soil and could result in settlement. To the extent practical, given the Contractor's working constraints,the wells should be installed at a uniform spacing as close as possible to the excavation. If a body of surface water is present near the excavation,considerations should be given to placing at least one well on that side of the excavation. Deep wells may be appropriate in the vicinity of the vault at the ESI connection. The Contractor should be required to submit a detailed dewatering plan two weeks in advance of installation. If the initial dewatering efforts are inadequate,the Contractor should be prepared to install additional wells or wellpoints. II The Contractor may terminate trench dewatering after backfilling has progressed at least 200 feet past a dewatering well: All dewatering wells should be abandoned according to the regulations set forth in the Washington State Department of Ecology 173-160 WAC. A conventional wellpoint system consists of one or more stages of wellpoints having 1-1/2-or 2-inch-diameter riser �_. pipes, installed on a line or ring at spacings generally between 3 and 6 feet. The risers are connected to a common 10 y - PACRIM GEOTECHNICAL INC. f DRAFT header pumped with one or more wellpoint pumps. Conventional vacuum wellpoints are limited to about 15 to 17 feet of lift. This amount is dependent on the vacuum system,the barometric pressure and the friction losses within the wellpoint system. Higher lifts can be obtained by installing two or more stages of wellpoints with each lifting about 15. feet. The water is pumped from the collection manifold to the disposal area. Jet-eductor wellpoints consist of a wellpoint screen attached to a jet-eductor installed at the end of double riser pipes, a pressure pipe to supply the jet-eductor pump,and another pipe for the discharge from the eductor pump. This type of system is able to lower the groundwater table as much as 100 feet from the top of the excavation. It is limited in useto soil with relatively low permeability and low groundwater flows.. I Extended dewatering could result in a lowering of the groundwater table over a large area, which could cause settlement of the underlying compressible alluvial soils. The amount of settlement and its lateral extent would depend on the amount of change in water level, the length of time the water level is lowered, and the compressibility,thickness and permeability of the underlying soils. Soils with higher permeability,such as sand and gravel will impact a larger area when compared to finer grained soil such as silt. Prolonged dewatering in sand and gravel could result in a cone of depression that reaches up to several hundred feet away from the excavation. Fine grained silt and fine sand would result in a cone of depression that would extend away from the excavation on the order of 50 feet. . Impacts of dewatering can be alleviated by selecting appropriate shoring methods. In comparison to open-cut } excavations,dewatering within a sheet pile enclosed excavation with sufficient sheet pile embedment acting as cut- off wall to groundwater flow will result in less groundwater inflow and drawdown over a smaller area. Since dewatering will likely impact the Apron D area south of the alignment from station 8+00 to about 14+00,sheet piles should be installed in this area so that the impacts of dewatering are minimized. Dewatering should take place with wells installed within the sheet piles, so that the lateral extent of the dewatering effort can be reduced. Alternatively,the contractor may try to dewater outside of the excavation using well points,and monitor settlement f^ ! at the north and south property lines. The extent of dewatering-related groundwater drawdown should be monitored during construction to minimize the potential for settlement damage. A contingency should be provided for installation of recharge wells should the dewatering system result in significant lowering of groundwater levels beneath existing structures and pavements. 4.1.4 Ground Movements Ground movement, both vertical and horizontal, will occur due to trenching activities. The amount of ground movement will greatly depend on the method of trench support, quality of workmanship and ground conditions. I Excessive ground movement can occur as a result of poor shoring construction, improper dewatering design and installation, and lack of monitoring to detect problems. The estimated ground movements presented in this report assume good workmanship by the Contractor and they assume that the ground conditions encountered during construction are in general accordance with our interpretations. • Ground surface settlement and the zone of ground movement adjacent to the trench excavations will generally be distributed within a zone above a line running from the bottom of the excavation up to the ground surface at a slope of I-1/2H:IV(Horizontal to Vertical). Utilities or structures that are within a zone of influence, or on the ground surface above the zone of influence may be affected by ground movement. Ground performance will be strongly dependent on the Contractor's method and sequence of construction. Good construction workmanship should produce smaller zones of influence and magnitudes of ground movement. Horizontal ground movement immediately adjacent to the excavation should be approximately one-half to one times the estimated vertical settlement. Settlement may also occur over larger areas because of consolidation of compressible soil by dewatering. A discussion of dewatering impacts is presented in another section of this report. Avoidable settlement may occur near the excavations as a result of loss of ground by either removal of fines through improperly constructed wells or wellpoints, or by piping or boils in the excavation walls and bottom. Loss of ground should be preventable by proper design and operation of the dewatering system. Additional settlement can occur as a result of poor construction practices during the temporary shoring installation. The amount of additional ground movements will depend on the shoring system used and the Contractor's method of construction. 1I PACRIM GEOTECHNICAL INC. DRAFT Unavoidable settlement as the result of trenching operations should be in the range of the values presented in Table 2. Horizontal ground movements are expected to be in the range of to 1 times the vertical movements. Table 2-Estimated Ground Settlement from Trenching • ' Vertical Settlement rYpitiCal.Settlement 10 feet. :Vertical Settlement:20 feet;; Excavation De • • • , , .•; ;, -:: ,. to+;Trench{incl)> -%Awayfrom Trench'(inch) Away,from Trench'(inch) 10 . l to.1-'/z %z to 1 4 to'/z 20 1-'/zto2 1 to 1-'/z '/4to 1 • • 4.1.5 Pipe Foundation and Bedding Soft or loose soil may be encountered at pipe invert elevations for all of the piping installed. The excavation bottom may also become disturbed during installation due to construction activities. If soft or loose soil is encountered, or the excavation bottom becomes disturbed, it should be stabilized by overexcavating to firm or medium dense soil or to a maximum depth of 2 feet. A geotextile may be required in some areas to stabilize soft soil in the overexcavated trench bottom. The excavated material should be replaced with material meeting the gradation requirements of Section 9-03.17 of the 1994 WSDOT/APWA Standard Specifications. Foundation material should be thoroughly compacted to provide a dense and unyielding surface. . Uniform support of the pipe should be provided by a minimum of 6 inches of bedding material (below the pipe) meeting the gradation requirements of Section 9-03.15 of the 1994 WSDOT/APWA Standard Specifications. Controlled density fill (CDF) with a minimum compressive.strength of 100 pounds per square inch (psi) may be used as bedding material and should be placed to springline elevation. Granular bedding material should extend to the springline level of the pipe. 4.1.6 Trench Backfill and Compaction Requirements Backfill for pipes should consist of suitable native material, as described below, or clean, imported granular • material. Beneath pavements and up to 2 feet above the crown of the pipe, the backfill should consist of clean; imported granular material meeting gradation requirements of Section 9-03.19 of the 1994 WSDOT/APWA Standard Specifications. In unimproved areas that can tolerate up to about one-half to one foot of long-term settlement, the native soil could be used as backfill from the ground surface to a depth of 2 feet above the pipe crown. The initial backfill around and 6 inches over the crown of the pipe should consist of material meeting the requirements in Section 9-03.15 (bedding material for rigid pipes) WSDOT/APWA Standard Specifications. The Contractor should place this initial backfill in lifts not exceeding 6 inches thickness and carefully work it under the . haunches of the pipe by slicing with a shovel,by vibrating,or by other approved methods. Initial backfill should be thoroughly tamped to provide suitable lateral support of the pipe. Heavy vibratory equipment should not be used. The first lift of backfill above the pipe crown should not be compacted until the backfill has been placed to a height of 2 feet above the crown of the pipe. Subsequent lifts should be placed in lifts not exceeding 8 inches, loose measure. Trench backfill should be compacted to at _least 90 percent of the soil's maximum dry density as determined by the ASTM D-1557 test procedure. Beneath pavement areas the.top 3 feet of backfill should be compacted to at least 95 percent of the soil's maximum dry density using ASTM D-1557 as a standard. 12 PACRINI GEOTECHNICAL INC. DRAFT 4.1.6.1 Reusability of Native Soils Suitable soil for backfill above the initial pipe backfill should consist of clean, granular material that is free of organic and other deleterious material. It should have a moisture content that will allow compaction of the material to the required standards, and result in a non-yielding backfill. It is expected that the majority of the alluvial material excavated from the trench from station 0+00 to station 14+00 will be unsuitable due to high silt and moisture content. Between stations 14+00 and 42+48.43, excavation spoils are expected to consist largely of the Class II backfill specified in the original construction drawings for the BMT in this area. This material is anticipated to consist of sand and gravel fill. There may be a small amount of suitable alluvial material,however, since the alluvium is interlayered with silt,the contractor will need to take care not to mix up the suitable material j-- with unsuitable material. The fill layer encountered in the upper 4 to 5 feet of the borings appears to be suitable for use as backfill provided that the contractor does not mix the sand and gravel with fine grained material from lower in the soil profile. The excavation spoils may be reusable for back fill provided they are free of organics, have a• fines content less than 5 percent,and can be moisture conditioned to within+2 percent of the optimum moisture as determined by ASTM D 1557. During the initial construction activities,the excavation spoils should be evaluated on a daily basis to determine whether they are reusable as backfill. 4.1.6.2 Imported Backfill Imported trench backfill material should consist of sand,bank-run or river-run gravel which meets the requirements.. of Section 9-03..19,Bank Run Gravel for Trench Backfill,of the 1994 WSDOT/APWA Standard Specifications. If backfill is going to be placed in wet weather,the amount of fines(material less than the US#200 sieve)should be maintained less than 5 percent. Backfill within 1 foot of the road way surface should consist of 1 1/4-inch minus crushed rock that meets the requirements of,Section 9-03.9(3), Base Course Crushed Surfacing, of the 1994 WSDOT/APWA Standard Specifications. • 4.1.7 Pipe Loads The soil loads on buried pipe depend on the type and weight of the soil,the type and size of pipe,the depth of the pipe, and the width of the trench. The critical pipe loading will occur when the backfill is dewatered and the full soil weight is applied to the pipe. The vertical overburden (soil) loads on the pipes may be estimated using the design method presented in Gravity Sanitary Sewer Design and Construction, ASCE Manual on Engineering Practice No. 60, (ASCE, 1982) and the soil parameters listed in Table 3. For jacked pipes, the controlling pipe design loads will likely include the magnitude of thrust force during jacking and external fluid pressure such as hydrostatic groundwater,tunneling machine face pressure,bentonite slurry, and any annular fluid grouting that will be done outside the pipe or pipe casing. Loading,such as from vehicle traffic or railroad traffic,should be added to the soil loads. It is anticipated that backfill soil will,in general,consist of granular material. Table 3-Backfill Soil Parameters to Calculate Pipe Loads Granular Parameter-.= Fill Moist Unit Weight 135 Rankine Earth Pressure Coefficient(active) 0.28 Angle of Internal Friction(4) 34° Friction Angle against concrete pipe 24° l 4.1.8 Seismic Considerations Seismic design parameters were obtained from a draft report titled"Recommended Standards for Seismic-Resistant Design, Sanitary and Transportation Facilities in the Municipality of Metropolitan Seattle (Metro) Service Area. This report recommends that King County design its facilities for a Lower Level Earthquake (LLE) and an Upper Level Earthquake(ULE). The LLE is defined as an earthquake having a 50 percent probability of being exceeded in a 50-year period and corresponds to a'mean recurrence interval of 72 years. The ULE is defined as an 13 PACRIM GEOTECHNICAL INC. I • • DRAFT earthquake having a 10 percent probability of being exceeded in a 50-year period, which corresponds to a mean recurrence interval of 475 years. The intent of these criteria is that 100 percent of facilities should remain functional and minimal structural damage may occur during the Lower Level Earthquake(LLE). During the ULE, 75 percent of facilities should remain functional, and there should not be any structural collapses. The report further states that, for areas determined to be susceptible to liquefaction, all pipeline designs should consider mitigation of liquefaction, lateral spread, and consolidation susceptibility. A cost benefit analysis should then be performed to decide if the design should be non-mitigated,or mitigated design. In accordance with the King County's design philosophy,we have based our analyses on a seismic risk level of 10 percent probability of exceedence in a 50-year period(mean recurrence interval of 475 years)for the ULE and a 50 percent probability of exceedence in a 50-year period(mean recurrence interval of 72 years) for the LLE. A table in the Kennedy/Jenks report presents ground accelerations for the LLE and ULE events for different King County facilities,including the Bryn Mawr/Boeing Renton Trunks,and for the ESI. The stated values are 0.23g and 0.35g (percentage of gravity)for the LLE and ULE,respectively. 4.1.8.1 Liquefaction Loose alluvial and fill soil, consisting of sand and silty sand,within about 10 to 40 feet of the ground surface, and below the groundwater table have a potential for strength loss and liquefaction during a seismic event. The characteristics of liquefaction-prone soil include: (1)uniform grain size,(2)little or no coarse sand-or gravel-sized particles, (3) low density relative to the maximum density of the material, (4) no plasticity, (5) inorganic, and (6) saturated. During a seismic event, ground shaking causes the build-up of excess pore water pressure and decrease in soil strength within the liquefaction-prone soil. With sufficient intensity and duration of ground shaking, the porewater pressure becomes equal to or greater than the overburden pressure, and the soil loses all strength or "liquefies". The potential damage to the pipeline or structure will depend on the horizontal and vertical extent of liquefiable materials. Liquefaction below a pipeline could cause damage because of increased uplift pressure from upwelling groundwater or from excessive settlement due to consolidation of the liquefiable soil. Structures may be damaged by loss of foundation support during liquefaction,which may lead to tilting or by settlement due to the consolidation of the soil after liquefaction. Available methods to mitigate the liquefaction potential include in-place densification of the liquefaction-prone soil by means such as vibroflotation,stone columns or compaction piles;pile support of the pipeline and/or structures in liquefiable areas;or by overexcavation and replacement where feasible. The alluvial and fill soil observed in borings and inferred from the cone penetrometer probes completed in the project area possess many characteristics of liquefaction-prone soil. Analyses (Seed et al., 1985) were performed on widely spaced borehole SPT tests to determine the soil zones at each exploration location that would liquefy during the LLE or ULE design events. Due to the varying depositional environments, the thickness and lateral extent of liquefaction-prone soil varied significantly between each exploration. Therefore, we have qualitatively assessed the risks of liquefaction damage to the pipeline and/or structures based on our interpretation of subsurface conditions between explorations and our evaluation of the spatial distribution of liquefiable soil. Table 4 presents the results of our liquefaction evaluation at each boring location for the LLE and the ULE. 14 PACRIM GEOTECHNICAL INC. DRAFT Table 4—Results of Liquefaction Analysis Li Liquefaction Anal sis R is of the esul Y. -BUt1I1 LLE'- B-1 -invert at 21 5 to 10 feet intermittent liquefaction. - 5 to 10 feet intermittent liquefaction. feet - 20 to 45 feet intermittent liquefaction. - 20 to 45 feet intermittent liquefaction. B-2 — invert at - 12 to 27 feet small amounts of liquefaction,none - 12 to 27 feet moderate amounts of liquefaction,none 27 feet below the pipeline. below the pipeline. B-3 — invert .at - 5 to 40 feet,high potential for liquefaction, 17 feet - 5 to 40 feet, high potential for liquefaction in sand 23 feet below pipe invert. layers,up to 17 feet below pipe invert. B-4—pipe invert - 26 to 31 feet,high potential for liquefaction. - 6 to 13 feet,moderate potential for liquefaction. at 21 feet - 26 to 31 feet,high potential for liquefaction. - 7 to 13 feet,ltigh potential for liquefaction. - 7 to 13 feet,high potential for liquefaction. B-5—pipe invert - at 17 feet - 26 to 31 feet, intermittent liquefaction in - 26 to 31 feet, intermittent liquefaction in interbedded soil unit interbedded soil unit. B-6—pipe invert - very slight,or no liquefaction expected. - 13 to 27 feet,moderate liquefaction potential,up to at 20 feet 7 feet below pipeline. B-7—pipe invert - 20 to 28 feet,intermittent liquefaction. - 20 to 28 feet,intermittent liquefaction. at 21 feet - 39 to 42 feet,moderate liquefaction. - 39 to 42 feet,high potential for liquefaction. 4.1.9 Environmental Considerations What was interpreted to be hydrocarbon odor was detected in the soil samples secured from boring B-7 at 2-1/2 and 7-1/2 feet in depth. The samples were not taken in accordance with any environmental sampling protocol, so quantitative analysis was not possible. However, chemical analysis in the King County lab identified diesel and kerosene contamination in the samples. No unusual odor was detected in samples below 7-1/2 feet in depth. In order to define the contaminant levels, and if contamination will impact construction, additional explorations are necessary. 4.1.10 Jack and Bore Installation We understand that pipeline installation by jack and bore is being considered from station 1+00 to 4+00, below Logan Avenue. This is being considered to minimize the impacts of construction on traffic. In this vicinity, the pipeline invert varies from about 21 feet to 20 feet below the ground surface, and about 10 feet below the groundwater level. Jack and bore installation will require dewatered ground conditions for the entire length of the jacked section. • Resistance to pipe jacking will depend on the ground conditions,methods of construction,and the type of tunneling equipment selected for the work. Factors that may be considered to estimate pipe jacking resistance include: details of construction methods such as degree of overcut,manner in which the machine face pressure is controlled, how the soil cuttings are removed, and the effectiveness of bentonite lubrication along the pipe length behind the tunneling machine or tunnel face. Therefore, resistance to pipe jacking cannot be estimated based only on in-situ soil properties. Pipe resistance to jacking should be estimated based on the Contractor's experience in similar subsurface conditions,construction method,and type of tunneling equipment. 15 PACRIM GEOTECHNICAL INC. DRAFT Passive resistance of the soil in the walls of the jacking access pit will be utilized to develop the necessary jacking thrust reaction to overcome the frictional resistance developed along the pipe. The amount of soil resistance will increase as the reaction block is displaced into the soil surrounding the jacking pit. The structural capacity of the jacking pit to accommodate lateral displacements will control the selection of allowable passive soil resistance. The jacked pipe will be installed in alluvial deposits. Subsurface conditions from borings B-6 and B-7 were utilized to provide the expected soil and groundwater conditions. The alluvial soil in the borings at the depth of the pipeline are expected to be loose to medium dense, interbedded fine to medium sand, silty sand, and silt. Occasional scattered organics, and wood chips were encountered. Although not encountered, larger pieces of wood could be encountered,and thecontractor should be prepared to remove logs. Jack and bore methods require fully dewatered subsurface conditions along the entire length of the jacked pipe. Passive resistance of the soil at the jacking pit will be utilized to develop the necessary reaction to overcome the pipe-soil frictional resistance. The available passive resistance may be computed using the equivalent fluid densities given in Table 5. It should be noted that the values in Table 5 are ultimate passive values with no safety factor applied. The designer should apply appropriate safety factors as dictated by their design. Table 5-Recommended Passive Resistance for Jack and Bore Shafts Jacked Pit; Maximum Passive Resistance(pcf)*ocation .. L Anticipated "' station :: :. :. Dewatered . . No ri=Dewatered >� :Soil Type r- 1+00 340 160 Sand,sandy silt '- • 4+00 340 160 Sand,silty sand *The passive resistance values do not include the effect of wall friction 4.2 CEDAR RIVER MICROTUNNEL AND ACCESS SHAFTS The BMT will be installed beneath the Cedar River and the Renton Airport by microtunneling. The east access shaft for the microtunnel at pipeline station 42+48.43 will serve as the terminus of the inverted siphon that begins at the west project end,station 59+14.25. The inverted siphon will be 24 inches in diameter,with a minimum slope of 0.008 feet per foot. The microtunnel pipeline grades range from a low at the east access shaft of 92.83 feet at station 42+48.43,to a high of 99.64 at the west access shaft at about station 51+00. Present plans call for the tunnel to be 850 feet long. The current design indicates that the microtunnel will have a clearance of 2 feet below any future dredging limits presently known (elevation 99) for the Cedar River. The microtunnel access shafts will be about 32 feet deep on the east side to the working floor level(about 3 feet below the pipeline invert)of the shaft and about 25 feet deep to the working floor level for the west shaft. The total depth of the shafts will depend on the contractor's method of construction and groundwater control. The microtunnel shafts are considered to be temporary and to be designed by the contractor. The shaft on the east side of the Cedar River will,however,have a permanent manhole constructed inside of the shaft once the microtunnel is completed. At present,no intermediate shafts,or access points are envisioned,however they may be required depending on the contractor's equipment. 4.2.1 Access Shafts The access shafts are temporary structures that are required to complete the microtunnel construction across the Cedar River and Renton Airport. The shafts will be contractor designed,with the exception of the manhole that will be constructed in the east shaft once the microtunnel is completed. 16 PACRINI GEOTECHNICAL INC. DRAFT 4.2.1.1 Anticipated Subsurface Conditions Expected subsurface conditions at the east access shaft were developed based on exploration B-2, completed for this study. The east shaft will encounter about 4 feet of sandy gravel fill over alluvial soil to the expected depth of the shaft. The alluvial soil consists of medium dense silty sand from below the fill at 4 feet to a depth of 11-1/2 feet. Underlying the silty sand and continuing to a depth of 27-1/2 feet,loose to medium dense fine to medium sand,with occasional scattered gravel is expected. Between depths of 27-1/2 and 50 feet, soft organic silt with scattered interbeds of fine sand is expected. Dense sandy gravel was encountered from 50 feet to 54 feet, the total depth explored. Groundwater was measured at a depth of 5 feet shortly after the exploration was completed in 1995. The groundwater level is expected to fluctuate with the level of the Cedar River and Lake Washington. Expected subsurface conditions at the proposed location of the west access shaft were developed based on exploration B-1, completed for this study. Medium dense silty sand with some gravel fill is expected from the ground surface to a depth of 5-1/2 feet. Below the fill,medium dense,fine to medium sand was encountered in the boring to a depth of 10 feet. From a depth of 10 feet to 20 feet,loose/soft sandy,clayey silt was encountered. From 20 feet to 45 feet, loose silty sand is expected, underlain by loose sandy silt to the depth explored (54 feet). The. groundwater level was measured at about 5 feet below the ground surface. 4.2.1.2. Construction Considerations Since the shafts are considered temporary structures, they will be contractor designed. The purpose of the access shaft shoring will be to resist the lateral earth and groundwater pressures. The access shaft will also play an important part in the groundwater control program. Given the close proximity of the shafts to the Cedar River,and the relatively high permeability of the sandy portions of the interlayered alluvial soil, exterior dewatering is not recommended. The shaft could be constructed by using relatively water tight sheet piles to provide both a groundwater cutoff and resistance to lateral earth and groundwater pressures. The sheet piles should penetrate deep, enough to maintain a safe foundation condition within the shaft. It is recommended that the contractor keep the shaft dewatered to at least 2 feet below the floor level of the shaft,and possibly deeper,if required for shaft stability. A dewatering well installed inside of the sheet pile system may be appropriate,however,the well should not extend below the sheet pile tips in order to minimize the influence of dewatering outside of the shaft. If the shoring is completed in this manner, shaft design should consider groundwater pressures as well as earth pressures on the shoring. The contractor should use the soil properties provided in Table 6, or develop their own using the subsurface information presented herein. Table 6—Microtunnel Access Shaft Design Parameters East Access Shaft(B-2) West Access Shaft(B-1). Depth/Soil . Soil Friction Moist Unit ' Depth/Soil':' Soil Friction Moist Unit Angle($) . Weight(pcf) Angle(4):...: Weight(pcf)0 — 6 0—4 ft,gravel 32°. 130 sand fill ft, silty 30° 105 4 — 12 ft, silty 30° 110 6— 10 ft,sand . 30° 130 sand 10—54 ft,sandy 12—27 ft,sand 30° 130 28° 105 silt,silty sand ( 27—50 ft,silt 28° 110 • • 17 PACRIM GEOTECHNICAL INC. DRAFT 4.2.2 Microtunnel The 24-inch diameter siphon will be installed below the Renton Airport and Cedar River by microtunnel. Present plans are for the microtunnel to extend from station 42+48.43 on the east side of the Cedar River,to about station 51+00 on the west side of the Renton Airport,of a total length of about 850 feet. At this time,there are no planned locations for intermediate access shafts. However, the contractor should decide during the bidding process if an intermediate shaft will be required. If access can be obtained from the City of Renton, a possible shaft location would be between the Renton Airport runway and the west bank of the Cedar River. Given the expected subsurface conditions at the microtunnel,a microtunneling machine capable of full face support with minimal soil loss is required. The machine should be capable of balancing the soil and groundwater pressures for a tunnel up to about 30 feet deep in loose sandy material, and with about 25 feet(-11 pounds per square inch [psi])groundwater pressure. 4.2.2.1 Expected Subsurface Conditions Starting at station 42+48.43,the microtunnel, at its present location,will be in a mixed face condition of sand over silt and organic silt. At the microtunnel progresses to the west,the entire face will be loose, fine to medium sand, with silty interbeds by station 46+00. Between borings B-3 (station 46+00) to B-4 (station 4 (station 49+00), conditions will change from sand to interbedded silt, fine sand and wood chips/organics. The tunnel is expected to be in the same ground conditions from station 49+00 to the west access shaft at station 51+00. The contractor should expect some wood debris and wood chips to be encountered in the alluvial soil deposit at the tunnel level. Although not encountered in the borings, larger pieces of wood could also be encountered since the area was once near the shore of Lake Washington. The alluvial deposit appears to be of relatively low depositional energy(predominantly fine grained sand and silt), and therefore the likelihood of boulders is low. However, since the area was also exposed to occasional flood waters from the Black River, there is a small possibility of encountering a boulder. It should also be noted that what appears to be a cantilever wood pile and wood lagging retaining wall presently exists on both sides of the Cedar River in the vicinity of the crossing. No design or construction records of the retaining walls(bulkheads)could be found at the time of this study. Visual observations indicate that they do not have a deadman system for anchorage, so the walls are likely cantilever. The wood piles are about 12 inches in diameter, and about 5 feet on center. Since the retained height is on the order of 5 feet,the total depth of the piles is probably on the order of 15 to 20 feet, which would put the pile tips slightly above the tunnel crown. The pile depth should be verified prior to construction to make sure there will be no interference,or alternatively,the piles that are on the alignment should be pulled,and an alternate source of retention utilized. 4.2.2.2 Pipe Loads Since the soil is loose and granular,pipe loads should be calculated using the entire soil column over the pipe. The loose nature of the soil will likely preclude any soil arching above_the pipe. The vertical overburden(soil)loads on the pipes may be estimated using the design method presented in Gravity Sanitary Sewer Design and Construction, ASCE Manual on Engineering Practice No.60,(ASCE, 1982)and the soil parameters listed in Table 7. For jacked pipes, such as the microtunnel pipe, the controlling pipe design loads will likely include the magnitude of thrust force during jacking and external fluid pressure such as hydrostatic groundwater,tunneling machine face pressure, bentonite slurry,and any annular fluid grouting that will be done outside the pipe or pipe casing. The design should consider these loads in excess of the soil loads to determine the appropriate pipe design. Loading, such as from vehicle traffic or railroad traffic,should be added to the soil loads. • Table 7-Soil Parameters for Microtunnel Pipe Loads Parameter Silt/Sand Moist Unit Weight 120 Rankine Earth Pressure Coefficient(active) 0.36 --- Angle of Internal Friction(4) 28° Friction Angle against concrete pipe 190 18 PACRIM GEOTECHNICAL INC. ,— DRAFT 4.2.2.3 Liquefaction As previously stated, liquefaction is expected along the microtunnel alignment, especially near B-3 between the Renton Airport runway and the Cedar River. Liquefaction caused by ground shaking is likely to have two affects on the pipeline. Those are: an upward buoyant force during the time that the surrounding soil looses its internal strength due to an increase in the pore water pressure; and downward soil forces on the pipeline once the pore pressures drain and the surrounding soil settles due to rearrangement of the existing relatively loose soil structure. Pipeline buoyancy is likely not a concern since this portion of the pipeline is a siphon,and will likely remain full of water during most of its design life. Settlement of the pipeline after soil liquefaction will likely occur after a design level earthquake if the soil near the pipeline remains in its natural state. Settlement will likely occur over the majority of the microtunnel portion of the pipeline. The amount of settlement will vary, and will likely be the most in the vicinity of boring B-3, where about 12 to 15 feet of loose, relatively clean sand was encountered below the pipeline invert. We expect that up to about 4 to 6 inches of settlement could occur below the pipeline from about station 44+50 to station 47+00. Other portions of the pipeline could be subject to settlement in the range of 0 to 2 inches. The settlement will occur over a relatively large area,so relatively small differential settlements are expected,until the pipeline reaches the shaft locations. 4.2.3 Ground Movement . Unavoidable ground movement is expected to occur from shaft construction, and from microtunneling operations. Avoidable ground movement could occur from improper shaft design and construction, and improper dewatering design and implementation. Ground surface monitoring points should be established around the shafts, especially on settlement sensitive structures or utilities,prior to construction, so that possible problems can be identified and remedied early in construction. Ground movement from properly constructed access shafts should be in the range of 2 to 3 inches immediately adjacent to the shaft, and 1 to.2 inches about 15 feet away from the shaft. Underground utilities, or above ground improvements located in a zone of influence identified by a 1 H:1 V sloping line beginning a the base of the excavation and extending up to the ground surface will be subject to ground movement due to construction of the shafts. Horizontal ground movement is expected to be in the range of%2 to%of the vertical ground settlement. Surface settlement is expected to occur due to microtunneling operations: The amount of settlement will depend, largely,on the care taken by the contractor,and their ability to control the face of the microtunnel so that soil loss is minimized. Ground movement can also occur if improper (too high) grout pressures are used at the microtunnel face, or along the pipeline to reduce friction. Ground heave can occur if pressures are too high for the soil and groundwater condition present. If proper care is taken,the ground surface settlement should be in the range of to inch. The settlement trough will be about 25 to 35 feet wide at the ground surface,with the maximum settlement occurring at the center of the trough. 4.2.4 Vault at East Side Interceptor A permanent access vault constructed to facilitate connection of the new BMT to the ESI. The vault will be constructed in Burnett Avenue North at the intersection of the BMT and the ESI. The permanent vault is planned to be about 6 feet by 16 feet in plan dimension, and composed of reinforced, cast-in-place concrete. The 108 inch diameter ESI has an invert elevation of about 103 at the location of the intersection. Therefore, since the ground surface is at about elevation 127,an excavation depth on the order of 24 feet to the ESI invert,and about 26 feet to the foundation level for the vault is expected. Design issues related to vault design are presented in following sections,as well as construction issues related to settlement and dewatering. 4.2.4.1 Design Issues The design issues related to the permanent vault are the design lateral earth pressures,the allowable foundation soil bearing pressure, and buoyancy of the vault. Since the walls of the vault will not be free to deflect,they should be designed using the at-rest lateral earth soil pressures and groundwater pressures resulting from the design groundwater level. The groundwater level near the vault was measured at about 10 feet below the ground surface 19 PACRIM GEOTECHNICAL INC. DRAFT during our explorations at the site. Since the explorations were completed in the summertime, wintertime groundwater levels are expected to be higher than measured. A design groundwater level at 5 feet below the ground surface is recommended for design. The at-rest lateral earth pressures for design should be modeled by using an equivalent fluid weight of 50 pcf - (pounds per cubic foot) above the design groundwater level, and 25 pcf below the design groundwater level. An allowable soil bearing pressure at the foundation level of 1,500 psf, in excess of the present vertical soil pressure should be used for design. Foundation preparation should consist of overexcavation of a minimum of 1 foot below the planned foundation level, and placement of 1 foot of 1-1/2 inch washed crushed rock. Prior to placing the crushed rock, a geotextile separation fabric (Marafi 140N or approved equivalent) should be placed over the exposed subgrade. The crushed rock will provide'a working foundation that will allow construction of the vault with a minimum of disturbance. The vault should be designed to resist buoyancy from the design groundwater level. Resistance to buoyancy should be gained by the weight of the vault, and by the dead weight of any soil directly over connected foundation elements. Since liquefaction of the surrounding soil will minimize soil/concrete wall friction during a seismic event, utilizing wall friction to resist buoyancy is not recommended. If the dead weight of the vault is not sufficient to provide the required factor of safety against buoyancy, the foundations should be extended so that soil above the foundation "wings" will add to the dead weight of the structure. For granular backfill, a unit weight of 130pcf above the design groundwater level, and 67 pcf below the design groundwater level should be used to size the foundation"wings". 4.2.4.2 .Construction Considerations The main construction considerations involve the dewatering methodology utilized to complete the excavation of { the shaft. 4.2.4.2.1 Dewatering I j It will likely be costly to construct a relatively water-tight shoring system with the excavation being completed to below the depth of the ESI. In order to evaluate the possible ground settlement impacts on the.ESI of dewatering the area around the excavation, consolidation testing was completed on a soil sample obtained from the compressible silt and organic silt layer encountered in boring B-7 at a depth of 42 feet below the ground surface. At the boring location,this layer was the only soil unit considered moderately compressible below the depth of the ESI. • The results show that settlement will likely be in the range of 1 to 2 inches. The area of settlement will likely extend away from the excavation on the order of 50 feet,with the amount of settlement becoming less further away from the excavation. It should be noted that the consolidation sample was obtained from a.boring that is 20 to 30 feet away from the current ESI. It is very likely that the area was dewatered to the depth of the ESI when the ESI was constructed. If this were the case,the compressible soil beneath the ESI will have already been loaded to the extent it would be by new construction, and settlement of the pipeline would be much less. When the site is explored to further identify possible soil and groundwater contamination,an additional boring will be drilled as close to the ESI connection vault as possible. Compressible soil below the pipeline elevation will be tested, and analyses will predict settlement utilizing the new soil information. Settlement predictions will be updated at that time. In order to minimize the impacts of the vault excavation, and dewatering impacts,'it is recommended that the backfill and pipe bedding of the ESI be grouted on either side of the vault excavation so that the trench does not act as a groundwater collection trench, dewatering a large area along the pipeline. The grouting should consist of a permeation grout under relatively low pressure so that the pipe is not damaged,and so that ground heaving does not occur. The grouting effort should consider the pipe bedding and backfill up to the design groundwater level. 4.2.4.2.2 Ground Movement Ground movement because of temporary construction will be the same as described for movement of the trench • walls described in the pipeline section of this report. 20 PACRIM GEOTECHNICAL INC. I . DRAFT 4.2.4.3 Environmental Considerations Additional explorations will be completed in the area to better define the extent of soil and groundwater contamination encountered in boring B-7. A report issued at that time will define these impacts. 5.0 CLOSURE The findings and recommendations contained in this report are based on a review of existing subsurface information, the information obtained from our subsurface explorations on the project site, combined with an interpolation of soil conditions between exploration locations. Within the limitations of scope, schedule, and budget,the conclusions and recommendations presented in this report were prepared in accordance with generally accepted professional engineering principles and practices in this area at the time this report was prepared. This report was prepared for the exclusive use of the BMT design team, and should be supplied, in its entirety to potential contractors at the time of bidding. We recommend that we be retained to review those portions of the plans and specifications that pertain to foundations and earthwork to determine whether they are consistent with the recommendations in this report. We recommend that monitoring, testing, and consultation be provided by our firm during construction to confirm that the conditions encountered are consistent with those indicated by our explorations, to provide expedient recommendations should conditions be revealed during construction that differ from those anticipated, and to evaluate whether earthwork activities comply with contract plans and specifications. We appreciate the opportunity to be of service on this project,and look forward to continued involvement. If you have any questions or comments,or require additional services,please contact us. - PACRIM GEOTECHNICAL INC. • i� I Michael G.Byers,P.E. Harbans L.Chabra,P.E. Project Engineer Principal • 21 PACRIM GEOTECHNICAL INC. I PRO12001.CDR ,i,IiiriiaglaNS,r v I• . 2 , 4;'.:, "12fasVitifiCAFF!'- - - I:\ ---\---\----__-2-=--""---.;• ( , \ 2;c. ,- .-.,i,-A,,•41-',-.- i' • • .-- . :-,, ,,,, -iiiinEakriltiVfl 4611, \ •-- --., ‘-' \ ,-;,,-: 40-;-................. \\• 't,,00- Seattle Coleman Poin 1 del_WAIES_ _-_,Atu . •:-..... — 2.,4. .. ,, ,,,,, 1. k.i.iiiiilinfilKiiir •• VIT --..,______ --N.,._ , . V•--? .. , 1.,,,N,V.IPAriiiiini : I . r"--•--t-----.,1%A. - r',,,-..--, ,,,,,. T.:"...TIMM.:. 1 ,.0.47'); s 8 k, 'i 4—IIIIIb.:*k----- • li • I = ,4 - \ii\.\ (\ Ilk 11014 .1111101r. - ."-- .,,.. 0 1 1----titi rib—out • L "V ti t 1 1 ,.. - .,', ,''''4'Z'' ..) 10;•F ocation .. „ w i I IiT 1 0,1.AATIE . „ , ,-„.., .▪ ,y 1 •d? ij T __ -,----1-. ,1 ,-!•,e.2,-,,,, ,:q,,, . s P 41 ' [ '',i',•'.',:-..''''-' 4 •\ (_, (-.1 ' ,' 1- 4253 -11 Tacoma IN, '..--.; 0 I awr Project Vicinity . ; ,,,,, , A :11,11„L :...,., .,, ''' Olympia DY i ::ff,'":11 'NV:11111Nt1;141-et..k.isiaS1111140 d '," L. •NB i I itt'-1 • ,,..41.,07_4•,*-g.hT•kl`1111111. IF 4.4'14ftw i • A,..r* '-iti."-A%illtartrac:• '`. : Af'IA vb-tia, 1-iiallialLis auk 4"--15.• • s'.„I:•,ti,iere,;:lil • 1 elikwilowliciii______Allp .:aziavt.• "", i---ion, ':---N.fr ,-__ •II,- -xi Ira_ . _____41,_?2,,...dp.k .._ ONvi Zi..k • •• \ Ls.iiiiikiivirt_„,- :.\ I , _ , ..„ -.:11611, _. Illitt,.4.06-:'!"3"1- -.%,,sui ,,..4.4rpzexace :-."" ....‘.-.. 1: %.,,,,,,,.:,,,;,;,-..i.'."'- • -, - -- . • \--? -...-,e ,." , 0 0?...1,4a....,N , 1.::,..-- ------, ,..:, ..• .:,, .._.. \,,, - ..,----.;,..----- ;,AskILN4itt- .. .,Pc*Ilt-tftliiplmillA• 1 ,..,, ',.". 0 t.';=?Pa'ZA . / -- -- - ': r---'"------- --mir-- s ,:, ,,, ,. . ,.., ,. mit-iii,... ., , „,,.....4,,,,,,,,o.,,.. • . . =L-,i' • . A %•6•ZA.A'itA2.1.1., • .-, s. -•• ',,••" isil. . * -,'VAI:AP-'..,, r, : •' '-'..,c,, ..•....1.f.,_ ____,. ‘;`,.•,tNy. of---*-_, .---: -- 1\ , .1.,., , .1 ._.... .... •.11/ 1,,,A,,,,, 4,,,„.-_,.!kiiii7 z• . '• •'. a-1, •iii.16..\\ IP .,X,N.,...7": \ ei-----11 l'i;2:2.:;•::7- - - ' '--"\-s-\ ' 4---.:L'' ...'• - • . 241.4111k-16, \. .6.,.....,.: , rris. I , li , 1.. 4:::-,...„ .t„..4 Is _ A . . - . 44 , (1 . .. .i ;,.- \ A tl..............„ __ N_Ara_ ._ _ ./ . - -,..,..; LI,,-, ilitst ---4. ,• trot.,,:\ ez::::—.2.-,.;,..;,..0.55 - i ' 1 I S' .. 1 lk\ A .;‘,1)A R CT% ,., II; I "i j),•,..4 •;,.. !!),' \,,,, ..."III; --:;.-, , I :11111.2‘-1 - '----(ii. 0 • - i; _ • ',,t, , Vo .1 . __II 1..,.. ..1.4'7"NiAi - w•s..,... -.._.:_: . • : 1 i‘, t;i -I ../ ,...%-" ..:',....,... ), •• , .. • . , - ; 1 ,..,.. , -*lip- •tt„fil,• ...*"'s .1 - k,‘ 1 ‘ . ••I ' i • 1 if I IlWo='''''qi ', • . :BM i . '1 4,4r• ',. ' .. 1 ''''' A i r ,-, ;,+?" '`•• -.,- "--4..• (.... il 2._,,, ,.. !,1. 1 NI-'-''''' '.1 • - ' ' — • /; -', t , 10,Z41.1 \\Athletr, i:,4 q ,0., , .+ /.4 •,, y:t .r ..--, , 7-4---- eigiop ipiih! .1... 1.-Br.i , I! 1 tri-i' 1--'t'A n i lz., E.et. p• 1111 I: 4, '' a '-‘1: '1) '. ...,___. : ' 1 --' .-....000°. ... _j. e , 00p.,„...t A__......, ' , .. ,\,-4 i. *ilf , __ .. ',11.''''t •.. 1 - T.-.. ! ..,_e__,,ele ''. llik. ".11Ei - , ::_..._-,rr.;' (.. .'-•-•"- • i *.q: 1,,,‘ - --_---- \laMiZik 4. > #0. 17:.,.,_ • f. _ el r ,,,. • 4,7,4 SI . 0 i. _At. ,--... ;-:, ....•.,\--.. .! k .)..... .. -4'Lit litiFil , , , Jim . II, • > . ' 1 iiiip 1\‘, , 14,-_-_-‘\• ' ('''.. .11 liC , '-- 1 .'‘'''' - f''' 1 -,,,.. '. '\ •-aselti • - ' , ....k...el... iipeci.7.,,,,i.tro......: ---Tir .,;„1 - iii.i. • .-_.,,._.... 12—.11,11. - ... ti....,,,r, .r.ijet3.:, :.- i_Ire• • •a Illif:agOititi\i '...;• -•'-':-`,.-..,.‘'.\ ---Z111...., /P' • 1___,...-••••"...... .... "/- --- 1 '40411-rw.%-iti. .clesir 1 lita.. ,r".-,..---..-:::, .....:.!:-- . .B. ••2....;.....„.,,. .x= ==•••, ,____ ,, j''',,,. 1 .f.tgr' , ....!'-' ) `7411Ir % • ,, J :Add Att41'.. .\' • ,,,, .6:, NA,N'•-(--?..,\., ' - .., i 4'4'".-`..s - >'. --* W. 1.-.0;eir,";. ‘.. -' ' ' ''.c.--r' ' ' - , iii P`•41,; - ‘,. ......b1..,;.-:" '',"1, \lit' •-.., ',,,,-.4,-S'i \ / ? .../.., .s,‘11 :,„.:1 .., .:.1 I . r t\• 1\.,--, - •k• '4 "' .-"%ci...,..1`4*-:----- ----4,i, ' ., 4-..\1-1 r .7.--- .7., ,k,4-;.--•*, • ". -,==,'",-;.:` 14- - . r !I ,ftl'...t is '":v.,& 1'.I - Ili....• N.-' ?..t:,- . ,cr . ----fs-E\_,',---..,_j... p, ---ir• Is,,,:..).:). ,, _.. -_,:-.. - . ,..: _ • __ , .i i%•.,,,:• ,-, ,,;,,, 7 _,;.,.;,.. ,. .„. ______,.,,.... , ,-, -....›.:.-_-- , --_::,.• ..)., ... . _- , D • •11 ',- 1 '- - ..A.. .,,..4-"-1:jik" t - - '' • / .,;---.---7 -::-;,-,z, • --_- _ • Bryn Mawr System Improvements King County Department of Metropolitan Services ' 1 • Pollution Control Division SCALE 1:24,000 E) FIGURE 1 • PROJECT LOCATION AND VICINITY MAP Source: USGS Quadrangles, Mercer Island, 0 IR A IF 11'Wash., 1973, and Renton,Wash., 1973 Project Number 006-002 PACRIM GEOTECHNICAL INC. _- PRLOGKEY.CDR Soil Classification Symbols Log Sampler and Well Symbols Symbols Typical Descriptions Graph Letter S. •. Well-graded gravels,gravel-sand • GW mixtures, little or no fines • • Approximate location of exploration °o �q Poorly-graded gravels,gravel-sand completed by PacRim Geotechnical, Inc. p O p e G p mixtures,little or no fines Approximate location of exploration le) { - ;II,i • Silty gravels,gravel-sand-silt completed by others 4, ; GM mixtures • 'ITD Total deptht; Clayey gravels,gravel-sand-clay ! - ! GC mixtures O O O ° ° ° Well-graded sands,gravelly sands, • SW ° ° ° little or no fines • O O O O Poorly-graded sands,gravelly sand, Sp little or no fines Silty sands,sand-silt mixtures SM Clayey sands,sand-clay mixtures SC Inorganic silts and very fine sands, M L rock flour,silty or clayey fine sands or clayey silts with slight plasticity Inorganic clays of low to medium CL plasticity,gravelly clays,sandy clays, silty clays, lean clays Organic silts and organic silty clays O L of low plasticity Inorganic silts,micaceous or M H diatomaceous fine sand or silty soils AInorganic clays of high plasticity CH n Organic clays of medium to high N OH plasticity,organic silts tOWVIA \\,, , Peat,humus,swamp soils pi- with high organic contents Bryn Mawr System Improvements King County Department of Metropolitan Services Pollution Control Division FIGURE 2 LEGEND FOR EXPLORATION LOGS DRAF Project Number 006-002 PACRIM GEOTECHNICAL INC. • • ^'ti•N 18244082 1 j - E 130089093 1 W t I 5 F- • . "CONNECTION S INTERCEPTOR EC R i (ram z fff # { '. W $�a �' • {�It t € 1 - I 5 , , , , . . . _ W ••0+0Q I 1r _a :; • .� j - • : - --- F�- . ,. ,• ,,, • rI :ill ; FOR RE • :� — • t •O N r.tip, 1 J/////// I J• L:, # j • I \.... Z t //��' c io'ccNc Nsy\u• j i//// I E /" -•41cN' R�u.za as ,� J :+ / I i // 1 yy q ��__ R4u'i_.9] r• i I.1 it N-_I T.:N) E I _N.1].. ) . t. /'74 ' +__ 19 E V CG\C.,-7_..' / / i -_VC E..S II 1 i + i a i E.tz.n ) .�I '1 C _-1- Zt� i, :r 5uuo-Io.l / g cvsuw-,3.r { „ . RELOCATE 24'SS II li ill .I I0.B" ,`R,°s .,, ` yii J, I -;� �- '.."...`""*.-........................1......_ \ //' DROP CONNECTION_ ► -- • '+,AND CONNECTION / 9 I I I - 4 -- - :E i.�cene Ns.E..•+ss % '$a.f `�• I I I ' �`-_ '/ ' -- - -:•1' - - � � \SEE e ! I-i ` •!. �� - �� ` v / /!_3- 1 , _ I I ry •i �'1_ -1- r v e.;= V �i T MH ROY Sti _ v a l J Mr s AVAI Q z - ��--''``���I �- I T a Y� -' I I �� /, �/ -u-z>.]. ^Auw fL^GnoN nCRR01(NAir: ->•_-_ } • 1 .v.... , _ '� . �/ ' ` -mac '` ; "¢a cuP N.zs._ (nawocNEc. ur SE I '1� r.a FOR BORE PIT N 182515.84 • pi! ik_ ' \ eta. UNCER PAVEMENT) �- E..v.l]C / \fir IfI�T ` „ --- . — E 1300 771.56(_- 4 _�� 1 /i <�� ii ter . s 4 r. -- - �/ --- ° —• I I -= --- -- _> - -:�.>ocv�.muuN fJ.:.�'. r:NCI%UI� ..,1 �� 1 -I,-:_,,1.1 ---- _� --- IV sTH S y --- -- �:�ioii iiii f a-" ---}--------+---------+--- r; Ir' Ext51(NG 27 1 • �dL jz v-- ' I i u-m(ae:Ncc.c.fount:.c2-.cn� -i—— 'r ss3 ,z-SS a .--- r VS > zr . _ - _ I/� ; Q -g= _c_J COVER AND`CONE FILL _ ' >•' r=_,s > i ! , -- -- i i '•.' - - L_- s �:.Mw'\�^+rou ncPRoxw._, = Th — .. ? :•A6>1E0- _. j , j - (n=.M+ccn2,5 ,wr sE Ili;— ROAD 0- .ems r REMOVE ANQS-RE -1 --_ u oea a.vEMENr; EXISTING'10 S SLOPE ► -- - -i \ ___ —_ TO NEW MANHOLE / L' _S- _ .. _ • r PRELIMINARY t 60% SUBMITTAL ) 111. --_, 0+00 1+00 2+00 3+00 4+00 5+00 • ' I I i - • • • < <` ...---- ' n vx' - ,n ..- -- - - -- ------- - - 130 • cc" (Projected 15' South) G a 2 ...... _`< i i C r EXISTING GROUND • 125_ I i; i . .. . . . — — — - — — — — — — — — — — — — —�— — — - — — — —— — — — — — -- - - -� - —AT CENTERLINE 0 2 • -- — — - • I 120 w ' i • SP - - -- -- ' 0 • • • II 4 115 - - • MH• - - —= - I ML • • • • _ __ • _ w•• -- • -- ---' - -- - --- _ 115 • • 6.2 i -SP - ' i �; - -- ----' -- - J - - - Z� 110 --- ---- J z -- - • U 110 • ' • �1IIH? SP �`Q• Z�� 105 • - W NW --- ----- —i I ':.: 36-SS-O-S�0:001-1$ R--:- — -- ° i� :T"ASP? f — 6_ is-co-S�.On1 1 FT/FT 105 ��V. i • INV.•106.36 -::=,: I INV. 106.52 ° 100 i :�; . I • a • . 100 Bryn Mawr System Improvements King County Department of Metropolitan Services,Pollution Control Division HORIZONTAL SCALE: 1"=40' PACRIM GEOTECHNICAL INC. FIGURE 3 PLAN AND PROFILE REFERENCE: Gary Struthers Associates, Inc., Bryn Mawr System Improvements, VERTICAL SCALE: 1" = 10' �D D �" STATION 0+00 TO 5+00 Phase I. Bryn Mawr Trunk Replacement,Jul 1997. • AFY P Y (' J Project Number 006-002 • _ _ / - 5 _ • g • 1 I • / • I 5 -- /'/ J / • • • • • _ it -r�T' ' — ) ' _ 4 ,� Y.t. .a ® 1 __—J_r. .� 1 _ I .I,, = . Z1fM��.... „�,—'-^ .)'Y 1./.Y��p1lif� _( L `s •'' Y-5 7.. /� '� Tr,- -0— - L 4 +�- _ --- - _ 4-�,J:_5 - ?t00 E I3001=I2t22 8+00 9}� ,.���1-- ---- f-_ - -*.-- - .. _ 00 i to .on - - SY SS w 1 qiY-2..91 - - e 12•coYc E..,m1a.9 REMOVE EXISTING FRAME EXISTING PpROP CDNNECTIO /� �z -v � • � 4 g m 1 1, EXTEND 8SS CONNECTWN <1 ° _ _ �IHO TDRA�G Ili ssu O.I�4 fT/FT LI - — s` s I - ROAD SUBGRADE C — = 4 = ► - SS SS 1 7.:s37-;, } 1 ---",� --I --— sE • -11 r PRELIMINARY 1.20% SUBMITTAL •, 7+00 8+00 9+00 10+00 ► • 130 x. 2 • • • ----- --- . . - — — --- 130 • 125 - — -�- : x EXISTING GROUND: CC r's B-5 = o + I — N RUNE �� (Projected 15 Nort = 0 125 • ATCE TEh) • •. -o • 120 � . • ! ! \ GW • - - - —-� • is (n • —— — — - • 120 115 — W I ,• • ML t j Z • ► . — • — -- --- 115 • 110 �- -0: -�• • J W> =—y • 7 2 2Z Q; I ; i 0- - 110 —os �i I i I-- �U 105I I • 0Q Wa ^ Is J-- -- _ 36" SS i� 5=0.001 FT/FT CIL • • -1Q� -- --.- —. " _ _ • — — :S6" SS;O 5=0.001 FT/FT o '^ • jI i 106.86 ` — - — -- — x 100 • ' I i • • ¢Z • • 100 Bryn Mawr System Improvements . King County Department of Metropolitan Services,Pollution Control Division HORIZONTAL SCALE: 1" =40' PACRIM GEOTECHNICAL INC. FIGURE 4 PLAN AND PROFILE REFERENCE: Gary Struthers Associates, Inc., Bryn Mawr System Improvements, VERTICAL SCALE: 1" = 10' Phase I: Bryn Mawr Trunk Replacement, July 1997. w l i STATION 5+00 TO 10+00 • U Project Number 006-002 s , . ,-. •- \' ........._....„__, N.....\ \ i / •;!--- -." s.3s - 1 • .--- • Sc.. . -.. ‘-• /*---- ) I : ! • . : . . ; . . , - \• \1 7,-- .....\ . .------- '•,---N • - % 77. \.,.‘ • • I , _ ____._ . ...__._ \\', \ . -7 \ , e > \ .--- I ' . . . . . .' . . : _________....76..c\\ .‘ `: \\, l''', t. \. • , < \ / 5 5 ' I : , ' • • . ...,\„ \ \ \, • .. ( -- ' :: : . B7 P ..... - .. • \-_.../ / \ •, . • :, .: :: I 1 . . . • . . . . • • -..., 1\ % !_ 1 1 • _it-r.7../ \ :..__\„._...„...,\ / , .• I --I----- 59 • % ___ , , . _,... ..••••, / ''', ''‘‘. / 1 I , '‘.--7 •......,..._ ..- 1____ 4 B-8 . . 0„----- / ,... -.__..... --, , . ,• \.,, ,---, -----,-,--- _,,‘ N-. ; / 1 _ __. ..__ , ----- -a _ . - ,,,, •,, 7 .. .. ,... ,., ',..%--.(•••• \ \ ---, A ' • ‘.. --•.•• ,/\ s_-• . , --- . \ 1 .fi .! II 1 , • " r .__ . .•+1, , 1 , . . , c), ,...,, ,, \.,:., , ,----, \ \ > 0. 4 . , 1 ;; ; , . , i , , •E.31,01 FULL C.., ! i I I 1 I SW. . . • . 9,21.79 I I 1 i I • &AMR*CIES. ! i i ' . I SUS5.3.14.! i I V'atg..47..3.1 2,4 . ' . i Y.21.74 .E 12•.7.VP N.'9.5 s."....!'.4' \• ' \k7 7"..\7 .' \-•"'"' s',..-•--5: \ .' I , ! 1 i : - , . , ! alsTALL ess I .:74•CONC 513.1!' • ,,su,..,;; *! 30011331ELV3..50 ,\ \ ,, i -7,,,L\'. .p. '. ? . , p e _. I•7- CONN '11 1 • v NI "'. I \ \ ' " \'''..Z.' ‘• \ Cc, XL-' 51,. \.-1. ., tr — — _ • I ' S--' -- . 01 7/..v.,4-.\ t, 't •540.1 SZ 071, P90%**1Tr -..,--, / . • - I '- \I ''C I \4 .. ' ''•' Rs M. vir , ,,, . :..:S1„ .,. r ! _ _: ‘•••. •:• •,.... ,._1-1 . ,. i 1,, _.... ,[n",..,•....14,) T.'- ) C) I A -0- •I • .C‹ Tgar"6"Ir 'i• . - - , - ., 3 . . .M1=MMI.U!..-_- ..MINUW/M;MO• 437;• • • ..amimm.,.............,- I____i . • :7 , ... :,.,4... . -2* "-\.,... N 4 • I, ur 124-oo ..•,_______Luca____,L_________,I r.. 4 . ..... ..__ ._. . -.-...-..-..--,.....am.....bab• mm,. .minm... ..e.mim...—.— ...--.....—.—............,. .—... •_•,, ..--......-...-.. .. .. ,. ... .. .. ...., . _' • Is Liz) N 6TH ST I , ! • -----__0.__--_,-_--- :' : - . _. . -_ - 144P,, • II .• •-- \. ., ? • . ...-- 1, ...., - SY 5S N fs/ ........, REIKNE EXISTNG FRAME CONNECTOR IS''ST )32'•su U -----4— ___________ ____, Tr VS . US 1,4H-Win+,COMPACIE vs - S 9.3S 5 Ittl. 1 \ ., k ROAD-SUEIGRAOE. 1 • a', , \• s \ /----It> 10. I 1 ' 4 - ._,.....- • : , ! i . . , i t ' s; .,:,i 7...c.: .:c-0-s; I Nv I 1.3.5 M \ ' ' -1:•*32.2.t. -• 0 ‘0 1 . • ! it____224.1_--, ••••..t./IF'.\\,‘ '! ' i .1 ' ).\. I 7 4.:•'' k‘ i ' " I ; E 25•••V'EC,W,3=5••;;7.3 ••.! • ; .E. :2 C..954.7.: 51;'2,P2• , • • ' 1 SCI.13! 1.•\s; . ' ' • ; ; -. ! ; . — . - ; :‘,..••••.,,s, : , . ‘J.E'E.-"SE;,"..7-E • .v.,S i;.5.' I \ ; t,<\ : \ • '• ''A .) -__.-31 -------Si '''' 1_,..-- ."—;•-----L---_—_,T.. ' • '''''''" I\.••••C'• . . --r---- -!--,-:— ---;—1--' • , ,. : • , . • ; /,-.,,,...,7----—C.:).i \ ' > • .. , . „ . — . ' '— -7 i i . ' . lig`def---;.• 1---FLI— S3 —"3 . I I-- •• SS SS SS 'Is k , 1,.i.k;..i'i '`/.' ',:-.0 -•,•-4-_,-- .:-.; .„..1.,___>Lis, ,-".•-•: ; '?....7.'t •! :'; .. •' I ,__ \\. -,:‘• .;1 ! -E.7....,-:::7 q? .-' i e i: : < • ,•-•::: .-/ _--- „ / ./., _ ___f_ ----------- I • S• . s . ..---- • r PRELIMINARY-1 UO% SUBMITTAL.j .4 • . 0.• 10+00 11+00 12+00 13+00 14+00 -- --.--; . . . . : • !. , , • , . • - • >,. • • • • 1 • , - .• .• . . -:-.,:-: • • -_-_- : . • . • . . . . : • : • • . . . • = • -,-.-: • • • • :__-. . _ 130 . . •. . < .71''q • . • . • .. ..-.:„. ._ • • • . 130 • . . -.-.:. . 1: :. . ..-.-..f. ...,:z- . ....:+ . 1 2 0 • • ' 5: 0:•- •:[..- ,.. . ,:7... -•- -- . _.... c -•-• 7.,.: - < ..., z . • • . . : . 2 _ 125 0 . • . z•,.. i B-8 . , ; . . • • • ! • : • • 8-7; ..----,-:.... 1-,_0.i.- ,_ .:•2,-i• 125 ---- , -+i : ..-,,•:: m.,.,-, ExisTwo-dRouND-•- --------;---- -- . . . :: --c7:.:4•- . . • . (Projected 60 North) -----?>T CENTERLINE (Projected 80' North) • • • • . : , ,' • . 0.... ..._ . . . . i,:5 ± ; • • , ,: • , . , • 77-..717 mv...._:,ca___: 1 :: i . . : . • 120 • ; • , - • .: . • •. . . •-. ..• .. • • • . •. r7 : ! i . • • : 120 •. -- -- - _ 1.._.; ; • ;: • • ; : :.. ...1:•-. SM . . : . • - • ; : . - • - . . ; .. : : <C: • ! . . •.14 • V): • . • '. •• . . • :.: '.::. . . • - • • 10. .• . i '• . . . ,. V)' . • - . - . . , 115 LA; . • , • i . . . • • • :- 115 • . • _ _ V ML , — •. . _ _ Z i .• . . ; - : r • ML :, _ . . _ r . . : . __I: • • , . x:s7•\::: 27" SA\ . . . • • • t: • - • o L., . - ---T.,-j • • • • ' . _ . . ,z 110 110 0 a 1 -_ ___ C.)1 • • _ __ •,_-__-.••••.• . . . . -_-. • • • • u - • i ... . .. .... . : . • _ _. , . : z -u ' . • <j 2, . • , • • •.. SP . ._ . • •. . • . • ‘...' W _, . . . . • 0 ' I---. 36" SS 0 S=0.001: Fr/FT 367 SS 0 S.-0.00:t.......1V-F7 . : • 6 105 • • 105 _, .,. 2z --- --:-- • . , . — i •:-.-..--.: , w. l07.24 . . .__. . 11W-.713X5-0 • ---:7 - 7.— . . . • *4'..:..::. s p 1,, • w n : . • ! ; . ii. .- 1-1‘11L • ; :7e in , ; ,- c•,, , , 0 Zsi i . 10 0 . • ' • ' I. i ; •%.. ID=291 • • , 4%. TO=3 ' . • cc .3 • • 1001 Bryn Mawr System Improvements 'King County Department of Metropolitan Services,Pollution Control Division • HORIZONTAL SCALE: 1"=40' PACRIM GEOTECHNICAL INC. . FIGURE 5 PLAN AND PROFILE = REFERENCE: Gary Struthers Associates, Inc., Bryn Mawr System Improvements, VERTICAL SCALE: 1" 10' . • ..[ RAFT STATION 10+00 TO 14+00 Phase I: Bryn Mawr Trunk Replacement,July 1997. • Project Number 006-002 • -- • - - • . • • _-I 7--- ____,,..--.4.1-Th,, ,.... .\....— Z • `-.• 1 I 0 __, 1 �`i^(� �� ,- STA R16+26.1 ' % 1.0)--:2---\------/) ��' N 1: /• J PLUG 30" STS WE i ' \\_K `' E 1299466.07 .�1YtT14-CONCRETE ;" la) I - '� • '�� �i REMOVE-ANDREPLACE �� PLUG 12• STS WEST \ s EXISTING 27"55 AND ��� • r �.' 1 a MANHOCES�� IQ NOS WITH CON PJ<UC�B IW WEST R01-6 / REMOVE. PROTECT, ANO��STOR _ ENDiWITH-CONCRETE- -') - �1 - - - - - - - - - - - - • -_- - - -__1( __\ � J- - - - , A 14'+11.1 ` UWDSCAPING G TO —�— — N *: SP SECTIONS '- I 459.6• I • •20. 02930. AN / -.- �_ _ - - -. 48:00-_ _ _ • ,• ' - --J igfAl.. — - RIVERSIDE DRIVE • aw gior .. , iZz.f L.:, , cLz...._,-, .. .. ,-...J 1 i 1 • ?e! _ Y 111 r--#. < '•=•••1 — /79R .,-,7. ..--::''1 6 — _ — --__ • � �„ CONTRACTOR MAY FILL DITCH - , I - i "`� - TO FACILITATE CONSTRUCTION - = .- - - - AZ:CESS.-RE5T0FfE FER-PER S`.L ." �\ AND RESTORATION PLANS i •C C13f911Y.OU• % 1 5. I 1- S. �' \ - - j I- PRELIMINARY-1 L20% SUBMITTAJ , 14+00 15+00 16+00 17+00 18+00 19+00 I • Iz • _ __ • � oP -Z rZ • YZ= • ?z O 2 125 mIn - ow u-]y • IO • 1 125 O 1 X-. Z. Bf-P T O• • z^ I ? EXISTING:CROUNO • I + =Q - (Projected 0'West�AT CENTERLINE h 120 m" J • 120 . • I- < _ i E. . i I. ) 115 ~' i 115 • W ---- • • _X=-•V" 27" SA\ — i ML I• + IM z�110 I : • 110 • • . �S ' U 1- 36� SS 0 Se0.001 FT/FT • 36 SS O 5�0.001 FT/FT T::: ' —toy :ININV. 1D750 i NV: 10772 •• & i 100 . 1 1- Bryn Mawr System Improvements King County Department of Metropolitan Services,Pollution Control Division I HORIZONTAL SCALE: 1"=40'VERTICAL SCALE. 1" = 10' PACRIM GEOTECHNICAL INC. FIGURE 6 PLAN AND PROFILE.,---IU I p� `,�,(j� 1 y STATION 14+00 TO 19+00� REFERENCE: Gary Struthers Associates, Inc., Bryn Mawr System Improvements, (� Phase I: Bryn Mawr Trunk Replacement, July 1997. Project Number 006-002 Jam,., �f L " 1 _ REMOVE'AND REPLACE \. ✓'" ��/ ��1v EXISTING 27' SS AND \ J` �I iv\ MANHOLES \ \ _ .-• `. ' REPLACE 4' PVC STS WITH - R.1-•3 ` 1 4' DI BETWE€N EXISTING N : I. . \ i --7.---''• 5 INLET AND 4 ,pc. CONNE.4 9940U.56 ,\ _� �ci/f •��� TO EXISTING 4 D T• .���L <COUPUNG. . '� ' '_ � . .� ; EIt99]90.g7 / / i _v_ _ Y • _.� i a ?% -/ '_ -. 1 .7_,/,...---1 0 \.7. \r;- :: �./ 1 .- - n i< -, r / . :„ — _ .= , _" ,.,c.. , CAP AND a�i►NooN 5' 1, J / 1 j / ..' •r��v`v::: EXISTING 1r SS 1� 1 ' r j\ TA O+ -21 / J .` \- V-.�/— -_"J ._ vq •s_, N Q ��� ` ' \ "�_ V _" REMOVE ABANDONED I `-; 1 4 I j < \ :.. N 183184.89 1 t c..... ~� `tip � J ^�", E 1299474.53 �� �+00 -_" � STS If NECESSARY �_,.�. 1} _ - Sn� - -c- - - - w<- - - -0 . -'' ' �-_- ~' PLUG MANHOLE OPENINGS '', - _ = s' CONTRACTOR MAY F1LL DITCH • \ - TO fACIUTATE CONSTRUCTION • 1 W- --------------------------�' ----<z"S-s--=-� ACCESS. RESTORE PER T.E.S.C. ' .��_ - s5 AND RESTORATION PLANS • 1 I. - � .- • — C� — REP LACE PLACE 4' PVC STS WITH ' - : �� 4 01 BETWEEN EXISTING - i INLET AND 4 pl._CONNECT s5 i MI I V ~ / COUPLING.G 4�01 WITH I I , ' ' r PRELIMINARY-1 I 60X SUBMITTAL 19+00 20+00 ► 21+00 22+00 23+00 24+00 I • • • • • • - 1 Z.• • • 130 =:5-7; ?1 • ?. I 130 zI _ _ . 3 7. 125 , I N •_• 2 + . - �� I I = tog : ± •: 125 Q�I ! ao EXISTING GROUND BH'.3 0+� • cc" AT CENTERLINE x kct120 Q �� i • (Projected 20'West) �N . ~ul� • • • — • • 1.1.5_ 120 1 115 W i i • • I • I• - ML : I� i W 115 L Zl L i i f—J 110 UE • - _ �_ F— i f i• 1V_ 110 Zs IX i 36' SS C 5.0.001 fT/FT • I I :36 SS 0 S.0.001 FT/FT 1 W H . Z I SM . -� 10 �,5 i . i I o < iNv. 1013 15 I i I�Nv. 108.50 • l Os I I 1 i i I I I I i !: I ' I I I I I I ! I , I ' I I • ' I f I 1 I 100I Bryn Mawr System Improvements King County Department of Metropolitan Services, Pollution Control Division HORIZONTAL ALE: 1 1"=40' PACRIM GEOTECHNICAL INC. ' FIGURE 7 PLAN AND PROFILE VERTICAL SCALE: 1"= 10' a RA f 7 STATION 19+00 TO 24+50 - REFERENCE: Gary Struthers Associates, Inc., Bryn Mawr System Improvements, Phase I: Bryn Mawr Trunk Replacement,July 1997. Project Number 006-002 a /l I. ". > I \ REPLACE• 4 PVC STS WITH , I• ` ., 4' DI 8E�(EEN EXISTING ' I CD ,•"-- 'N, . w� INLET AND 4 DI. CONNECT < I - I ^ ` COUPLI!vGNC�� DI WITH ��� �' ' •\/ r J ,v, �� �� L 1AH ROl-40 ._,' BF-MMOVE AND Ras �'O O. } j �. A-28+9771 � � of ` ` ,. �/ • N 184009.06 MANHOLES EXISTING 7 SS AND L_ - • E 1297.99 • �` i LLL 1 ING 2E+00 w¢ _ 29+00 30100 [swoo-- SS SERVICE 27+00 ecr n.:e` -- ZS 00 Mr R1VER51DE DRIVE • —1 - - - - - - - - - - - - -=ass- - - - - - 1 - - -• 1 :W,al: BH-4 E:7 ,— �JI _ s°s):a" — — — — a e_• RECONNECT EXISTIN J — - _ j — J_,�j ▪ — —\ 12' SS SERVICE- � ; •--% : =s_ _ __ _ SERVICE MUST BE • 1 •:" .._ ._ ► ¢I CONTRACTOR MAY FILL DITCH — • _ s° `ealr2 y _ _ I :_ '' TO FACILITATE CONSTRUCTION — — �»��� , r '�I ACCESS. RESTORE PER T.E.S.C. E"'°J6°96' _• AND RESTORATION PIANS — �-• I - - -_ \• - • ��• - ! 3! ___ �` _ - - --- a I r PRELIMINARY-1 UO% SUBMITTAJ 25+00 26+00 27+00 28+00 29+00 30+00 • • A I I 130130 s< . I I Vz — • ?_ 2 125 � Z • v f : - :.Z 3 • I 125 C- •.:::• .•.!.• i. BH-4 I NI EXISTING GROUND 1 r^ 120 _ ! - ATCENTERLINE (Projected 20'West) 120 -r11.(<.7)) ,••.,• 1 /; ! W 115 115 W i Z� • j I i EX._ 43 z7 s Y f:. • -IL r 110 i • • � 0 110 =—,—o_cas Q ! ! I 36' SS 0 5=0.001 Fi/.Fi • i II— i ^", SM ! ' 109.00 : c `�c<i I1D5 1 ! 9 i i i INv.I 1Q5__ �e, I I j • • I I < ML i • I �I 100 1 I ' I ' ! ! - I I I I I I. — , TD= 19 ! I 100 I Bryn Mawr System Improvements King County Department of Metropolitan Services,Pollution Control Division HORIZONTAL SCALE: 1" =40' PACRIM GEOTECHNICAL INC. FIGURE 8 PLAN AND PROFILE VERTICAL SCALE: 1"= 10' A STATION 24+50 TO 30+00 REFERENCE: Gary Struthers Associates, Inc., Bryn Mawr System Improvements, Di • Phase I:Bryn Mawr Trunk Replacement,July 1997. Project Number 006-002 i i • . •....Pr.,/ ,_,.....---""--"'---- . • . ,:CI.- - - . t • \' '... .. ......-- ./.-',..,-.N. \> •-!N, i • / \ , ',.._./ ''--/ . \ •-•'N i , .--•,---/-1\---,, .,... _. ,--P—Th. . . --, \ .....\‘: I • 1 i • % • •\•_. ./...-: I -•\ \--- .-....,,_....,!••• 1.-" .%" ( "' Th \..--. /* ci ..-r ,-• ..N., ...,,,---'d.--'sd--' • / '- Th - --•-'• \...., l•\ PROTECT \‘•—••--/"...._ .. /.\7- I f' • .• .--,7- _.., _:•"' * .---"\/•^\-- ...,_,-, (4:::) •.\..._ ' `...47\-,-, creNG 100 . \ 0' j -, - ‘,„c -4A"\."'" 7 !± \---N.....--' • . ./.\, • , . ---- .... ;'Th ''''\,--,1---- -i ;----- •-s...- - REMOVE AND REPLACE _., • _....7"\.. .1•4;„ ./ \3,,/ , 4 --"\--.."---'r".% ) EXISTING 27" SS AND "- c MH R01-41 ..)°*-7-1' -414111111111.111111 1 • •I___ r4-1 ' t r•-. :• 129917 .35 I . >. <I , I I • 7 'L./ *...::.:2.:2 1. I) i ! i , i -( .? i 1 I ; t ) •L j' p-,- . . ' .... __, . i , ....-G— -- -..... ---. -.G.-- — —• — -". i I __:__ _l_..,,,,../74 _;,._ ,_ .._ _..\_.,_ ___ _ _ .. _.'--- _____ _ _ _.,_ —•:— — —.—:— — — ..../ ' ; \... }I); ! • ; \_ —— - 32+00 33+00 : 34+01:1_____, ,......., •••'" 35400 i— . •--------- -,....---. • .. . — 1 _ I — I , i _.. _.4 • • .... 4 • RIVERSIDE DRIVE , • --'-----------.----------------54.S-S— ._ mr — -—. 1 •,* .i v- 1 '-c t! ; 1= 77.---------".7------. t •se.i22..E " ;' 9 — 1 '-2 / ' 1. . - ; • ,im-. ! F---. ! ' -•;:it :! .1 11. 9 S" • .Ci ..,17 s ?!.7B' 1 : ONTRACTOR MAY FILL trcI.4/ ; , . PROTECT •....de .' • . — • ! • • .-= 4 ..;-• ..-....,...r. ' •\-i 1 : • I / '''::' ...1-E2 ' • 4.." TO FACIUTATE CONSTRUCTION : +----------74---: ' ACCESS. RESTORE PER TzE.S.C. MONITORING LEs WELLS . . Po . AND RESTORATION PLANS 1 • • :;r.';D 2:-'5.•c. 5 3------_ _i : _ ..:. "Z`,..., _____refr____=FE / ---. ;%. 5.3 ( I / E a E-K. -\\••• : ---:---------:Tl......___ ._----7r--lii.. '''''-'- --,I •---------------- ------------ 4`.".: • .Z.E' ======== ====== -- E-.: .___---,e '"." •i' • ••a, B-2. E: .. 1 . , ' . ',.KL.:___:____ ..,.._..z:L.. .. .__ ______,.4;• - • 'EC _ i_.,i. ,___ _ Li___ 7., . 3 __t ; I . , , ' • .\ it t•:, ---.------------ •, ....- -, C . :_I--...-- --=--- ' -------- ? . — ;-;/- ---"--- ! .•'.a. 7. -.. _ ! r PRELIMINARY-1 UO% SUBMITTAL.) i ; 1 . 1 : 30+00 31+00 32+00 33+00 34+00 35+00 • . . , •. . •. . • . • . . , • . . • . • . • : . • . . • I „ : ••. . . . ' : • ; , ' 130 • • • ' - •• . • • •. . • • . I : . - . . . . • , • .- , • . . , • • 130 • : • • . • . • •. • I • • • . . • ' , I 8 • 2 2 a . . • :• • 7 . . • : 125 0 I . . . • : . . - . : • •. • • ; : • • • . •-. . . . .• . • • • • ,n : i — • 125 . ,,--: . • -I- i . - , . . 1- 1 . . .EXISTING GROUND : - : • ' • , CD I . • . • • BH-5 ,• : • . ,AT CENTERLINE • .• : • 0-er ' •• • I 1,19) !• In • i • . • •. • ' . . • (Projected 20'West) . • • • ,• . • • r;•5 . . --, 120 • • : ' . . • • • . • • m • , 120 ,•=t • . ••. : •. . • •. r-- . _ .— - -- — • ---7--------§M i 11'5 -• • • •. • . . ; : • , • • . . : . • (1) • i. . • . • . • . :• . . . . 115 . , • • . . : : , 37_ ML ! - • • • • LW • . • • ' 4 115 • 1.11 . . . - . . . :-. :•.•• . . . . . . . . .. . .-. _. . I • ..x::::: N...., g. ..r.N ; . L.. jr : : ! ,_ , •. . • • ,.... 110 = . • • : • 1 1 . • : . ' ... . : . ..-ii (..-.) • • • . ....,,:r . - • • : . ' 1 f 1 110 _o a . • ..-. z. 1—_,_I • • • • : • • • ' : r c At'. . , • ,::' :::• !36. SS li, S=0.001 FT/FT : . . '• E7\13.6j SS 0 S=0.001 FT/FT IMI—. • C.) la.C.3 La M . • . • ! • ! . W. 09.51 ' 105 °_L- ,Lii a 105 . • ; •• • . .._ . • 1 , . -.. ,,_._ • -I • ; • , : . I I <- , ; ••••:•'-.-::*• I . , I .:=-- 100 ; . * 100 • • i • i * - I •. • ;• TD= 19" I • I . : . g • • ' • • - - - --.-- Bryn Mawr System Improvements King County Department of Metropolitan Services,Pollution Control Division _ • . HORIZONTAL SCALE: l''=40 PACRIM GEOTECHNICAL INC. I FIGURE 9 PLAN AND PROFILE REFERENCE: Gary Struthers Associates, Inc., Bryn Mawr System Improvements, VERTICAL SCALE: 1" = 10' an A cp H---if STATION 30+00 TO 35+00 Phase I: Bryn Mawr Trunk Replacement, July 1997. • ' Project Number 006-002 „..----- -- ... CA) / s r ; // �/� / / / lt //� / REMOVE AND REPLACE / �.J p. �/ ) ` `� i� j + EXISTING 2T SS AND > < •1 MANHOLES �-"-+1 R€PLACE 4' PVC STS WSJ MH ROt-4Z' Q /- i� / //4 DI BETWEEN EXISTING }{ i INLET AND 4. 01. CONNECT L' STA 394,20.1 I~ + �\- • �'i3S r ) ( -� ) -J j TO EXISTING 4- 01 WITH 06.11 ^ �� I • I I y , J"/ J \ COUPUNG. '� �;' 1299058.97 CI) \� .Yc .- It nn �( F--I 1 1 �� 35403• _ ILLi """__ - I RIVERSIDE DRIVE —_ - - - - - - - - - - - - - - - -`—=ASS- - - - - - - - -_—_- - - - - - - - t�Z I — - - - - - - - - - -_- - - — - - - - — — —� J — „ Tom).G� I/r Y :5f.2S ji cc 3 G s�rd "v Z8N1 �s nRra ' WELLS OR-IAAY fiLL_..� . _:. 1 — j `' — — — — v.—� iQ-PACiCTrATE'COfl�tROC710N 1 ACCESS. RESTORE PER--T:E•S• • �== ' SA:.: AND RESTORATION PLANS I ' 1 3 r PRELIMINARY-1 4 B-1-88 160% SUBMITTAJ 35+00p. 36+00 37+00 38+00 39+00 40+00 • I 130 • j ij I _ • • 130 • • • O •• OIH . - H ; - . - _ O 125 • • , 125 � I(/ ETEE OO� • • • ce ' AT CENTERLINE 120 • Q j Q _ � 120 I U • • 115 ► • , 115 � LIJ I _--- � • Z • I 1 -_ ' -S11A �Z .., -fir • • • • • � I c= • • ML = o • • • • 11--4:C . , • --..1.-1 f I � M i 02 ' I 105 ) . . ooQ S i ' i_ I105 <_ i • _ i 100I I i ! = ~ ITD-20 I I 100 I I _. Bryn Mawr System Improvements King County Department of Metropolitan Services,Pollution Control Division HORIZONTAL SCALE: 1"=40' PACRIM GEOTECHNICAL INC. FIGURE 10 PLAN AND PROFILE VERTICAL SCALE: 1" = 10' STATION 35+00 TO 40+00 '--- REFERENCE: Gary Struthers Associates, Inc., Bryn Mawr System Improvements, D W Project Number 006-002 ___ ,. ,._..... ‘a......T.....1i Onnleromcnf 1,)l�i 1007 , / / „....://,.--.."••••-••••-•'Th•-- z.. ..m.-..---4_-...-..-..-..-- .... -/ ,',1,'_// (:), / / / / . . . _ ? < "-------___________ MH R01 42.8' • -I r / r � ^ N j ~J N 185298.733 � •• >> < C / / / R€PL'ACE 4" PVC STS Mk' E 1298949.97 • --;+"------- / / 4 01 BETWEEN EXISTING ���Th. �� '-- -/--)‹ J 1 , / / / f / / / / / INLET AND 4- DI. CONNECT _�' / / / / / ' TO EXISTING 4 Or WITH ) i �' / 1 / / REMOVE ANt2 REPLACEOUPLING. i I = / 0/ / / • EXISTING 27 SS ANO .� -� .< «_ I / / / MANHOLES % ; . '1 ��:. y.. � a:_�'` r /� • I / r 'MH RO1-42 k — ! I' I E 1298998.91 -- ) < i INVERTED SIPHON <, ,' •-Th ' 1 '..l �-`i 1 ,-^^, i• . •� L. % OUTLET • -' MI .. vJ - ... I ! ��/ yl" u/ ! \ �-''�� "' /.`j ��`1 f }I rv-. �IM�ERTED SIPHON 4 I RIVERSIDE DRIVE S -------- --- - - _ Y i. 1 - •• SI — 1 ONTRACTOR MAY FILL DITCH `' :: �� \ TO FACILITATE CONSTRUCTION \�� - ACCESS. RESTORE PER T.E.S.C. ` -" \.\ 3 1 \ # AND RESTORATION PLANS — — _ • 11 \\;\ r PRELIMINARY) 60% SUBMITTAL • 40+00-(1)- B-2-88 41+00 42+00 43+00 44+00 45+00 0. I • 130 • I • • • 130 • J <Q 125 2 125 • • N N <T C� r • :B-Z-88 EXISTING GROUND _< _< •• 120 Q (Projected 110'West) : : AT CENTERLINE ! • Mn 2� 120 • • • _1 115 W -— — _x_ r� -_ 115 • ;SP i I L • I 110 V • s i = `j I I I i ' 0. 110 �o • • • Q i • i 36' ss m s-o.001;FT/FT • z • W Z N<y CC TD= 11 I ' id G• 1 1 I 1W. 110.29 • INV. 110.35 : f o� �`-165— r I i • ,-v •• ! i i i 105 rn i I 1 • ' i I �% j i , I ! I I i , < f 100 I I i 1 i I , ; • 1 • • • • I • I 1001 Bryn Mawr System Improvements King County Department of Metropolitan Services,Pollution Control Division I hkipvHORIZONTAL SCALE: 1" =40' PACRIM GEOTECHNICAL INC. FIGURE 11 PLAN AND PROFILE - VERTICAL SCALE: 1" = 10' � STATION 40+00 TO 42+48.43 , REFERENCE: Gary Struthers Associates, Inc., Bryn Mawr System improvements, Phase I: Bryn Mawr Trunk Replacement, July 1997. Project Number 006-002 - - - - . - r 1 - • ia v ... ...___:,. ,, \_._ ..,- \ - • , • . . . •• ..., , - \ ,..., :..;\ , ,.,__ , ., -7.---<.-- C) 1 --' • , 0.\ :... '‘, / • „..., \ Li\ ' • ; • \ sl j F. ,• •'‘ ...---1; \ \, •,,, \ 1 1 5 \ 2.. \ \ \+, / / .; ) 1 ' ‘• ' I 5 I. ••a'.' _.,“ • • \ 1. . • \ ' : • • \ . `•:,\ \ N.,. \,, •/ -•.- •./.,/ / \/\‘,•,,;,, „•\ , ' ,. ,, ..„-‹-------- \- • . s- \ .. `•, •• ••,. I;t ero. •• ....`•,4 N, \\\\ ,\.,;\\"\\\:\:..`•\.\\ \.lkr__ A \,;\f'. —co• - y.. _ _——__\_' -N, ,..„,,i_ .-\\-1\- / \ \ ,. • 47 i.II <V'0t0) . - ; 440-- \\\ < ,/ , \- v ; ,, ,, \ c „ \ \ \\ A \ \ \ 42+ 43 - 30c / . 44+00 400 _ _ +00- - - - -4 , \ / _- 10. • • \ \\ye...... .1"...1,.,,,\ ,. \ .....:\ 4.1 . / \ /--' i 1 „..... .-/ 'A \ \ \ al.' MN R01-42.8 / A : .., c., 1- \ • I L .4 : \. ... \.' ' ‘ ...:•••••• , STA 42+48.43 , . , / / \ i '.. ,•, "4- \ \ ,‘ 2..--' •.,- •,,, `. t, . \....----.-- %•./ \ N 185298.73 ' • / / \ \ ..... ,.. \ g _„ , , ,- \:. ,,,,..„ \\ \ .. E 1298949.97 .- // //\ \ `••••,..) : \ , .--, );.i.--•.•,---.., ',,.‘ ... '\•-' \., V- l'•••. ... ., '.....-- %, •. , '., \ , . • ... • . / , ii__ ! \?•A \\•..\.t., \ . • \ • • \ • • , , . . i< \ ..;:'.. -k•'.:.5: -.-. c v ,2.,, ... . . 4i- B-2 -------", , / i• , . •• , . , 7 •. . . , 4 // . _.; ,. • ., „•-_, \ ..\\\ \',. , s---- • t-- • • • . i 7, • _- ' \ V.--.:-) '' •-...., '• .' ' /----•, --. .. ..s,.....,_ ,----.. . / / • ••. ,. i - -' \ / '. / j-. . . •\ •, 3 • •: • , • , -.;.1,5,1,- \ . • '- - •-.., . , •.,. - - B-3, - // / \ ./ . . .J. . . •••• s. ".'-.:.;. .. . • 'S.':,` •-"t• • \ / ,,...- / , / N----- i . r PRELIMINARY-1 1 4L.20% SUBMITTAL..j , 42+00 43+00 44+00 45+00 46+00 47+00 . • . . • • E : I • • • - I • . • ' • B-2 (Projected 45' South) . . B-3 • 1 . I • 120 • , . . . • • • • (Projected 75' South) •. •• 120 - -- ' r) I ; in GW —.--\ • —.— •::.••:,•:, IC) - 2 * i • \ : • • • :/--- • : . 2 115 • • / IC) 115 • CO , . • 1 I• ! \ ' . . . /. •:•••••• . -I- I ' • . . . • • .-f- , . ::.' .:. SM . • ' .. • • / . • : • IIZ-1- ::•-'-.'•::? . . 110 . : c•1 i •• • • • \ . . . CEDAR RIVER • / : • . :• :. -:;;:: • . I 110- • , \ . F:•••77.1T------- . VS , • • 1\____ • •::: ::.:.: I • . • / . . . . . • • \ • • : . . • .•••:...::::' 4 . • "Cr I : • . i -/ • IN. • . •:::.. . . IV) • • . I-... s . INV. 1 10.35 f:•. ::::: • \ • i :• • . . . . . •. .„. 105 i • • . . . il —V)] . • • \ • . — N 105 POTENTIAL FUTURE : / . : L.LJ ' i •..... -... . i \ • DREDGE ELEVATION : • -••.• •.'.• • 1::j La z t, • / . .• o(.3 Z -::1: '.1.:.: SP : i \ . • . . : - •. -• •-.•• i= • : 100 : . . -II ! • . . . / : . . ... .... . IC) . 100 —8g- - z z ; r . i I : __ : ; ; \___ . • . — ---/- L . ;,--,•:----,-- • . i 0 : . klikir4IN:CONSTANT SLOPE • • • (....) : i • • . 2. MIN. Itt . • • • . :: :. ........ ' : , • • IM I ' - <7 it' .:,: : • • . • 0 0 -1 ! 95 • . ._, • •. 95 _s„,,-, . 5 I ! -- • : .•• . .• •: ! . ,...= I‘ . 1 mommum : Sm0.008 FT/FT : 1-z 1 • ' i --I, 1-? r•• :---,' 1 90 _ •.. INV.+92.83_....7"I TD 54' . • • : i*:.•-..: T'D=44' ; .• 90 _ Bryn Mawr System Improvements 1 --, • . . King County Department of Metropolitan Services,Pollution Control Division HORIZONTAL SCALE: 1"=40' PACRIM GEOTECHNICAL INC. [FIGURE 12 PLAN AND PROFILE REFERENCE: Gary Struthers Associates, Inc., Bryn Mawr System Improvements, VERTICAL SCALE: 1" = 10' STATION 42+48.43 TO 47+00 -1— n IP: IL ; 1 Phase I: Bryn Mawr Trunk Replacement,July 1997. .• Project Number 006-002 .,_ 0 ———— .. - -------' i • • OI .� i ,�I - - E/ :: • QIB-4 • • , , 47-00 48+00 • 49+00 ——————- �,���0 /f } j _ _ _ 50+00 —_— �O i , ; _ y/ I ,i2. 52-00 _- r_ --7-/- r 12A WA PrAS,4 17.gAgage vil r '.."------. __- • . ______ . . -2\,,---. ..._.< / 4. r PRELIMINARY 60% SUBMITTAL 47+00 48+00 — — — — — — . 49+00 50+00 51+00 52+00 120 I . • B-4• B-1 --x I _ _ _ _ • — • (Projected 30' North) : — _ — _ _• (Projected 45' North) zV • 1 120 • • • • . .0 2 • • 115 � - SM IO . 115I+ --- - _�I � ::: ::: SP o SP 110 —El, ---' • • • L •105 • Z_ _ — • • ML . Ier- - — W 105 i Iz 100 + . i i • MAINTAIN!CONSTANT SLOPE 'J • _ U anus,, • • FAML • • _,U 100 0� I ".'""" • 4. j 95 I 2�- 95 MINIMUM 5.0.008 FT/FT IQ _ 4.a 1 • i • Z N W • I l, e i • I • II • I c �x :�`:TD=44'• • : TD=54' • Bryn Mawr System Improvements • King County Department of Metropolitan Services,Pollution Control Divisions • HORIZONTAL SCALE: 1" =40' PACRIM GEOTECHNICAL INC. VERTICAL SCALE: 1"= 10' STATION 47+00 TO 52+00 FIGURE 13 PLAN AND PROFILE REFERENCE: Gary Struthers Associates, Inc., Bryn Mawr System Improvements, Phase I: Bryn Mawr Trunk Replacement,July 1997. D R A (� fir'!f— �J Project Number 006-002 • • 25; / --- • t° -.. .c• - --" - , 4.�..\ er d/ / I % .: =: cc/ / / END JACK AND BORE `= ,2- STEEL CASING \ /r G PIPE ss` av �/I -,� • t /' rf- M • STA 55+22 '\' �� / • / BEGIN JACK AND BORE ,[ // T — _ .u'--�� —Ss+oo _ -42 STEEL CASING PIPE` \ "•,\ \\ '� `' -----------N,...... :— _ _ — — 57r __ ....... -----58+ I , rL�,y ...V.'''. • - - - - - • II ' 1 ‘:'c . %,'/I\k ''QfP).:(1,_. . , .. .,e-, , il.. ...''''' N 11.. -•-•-•.,_, III , , Aiii:3,i V e)e.( 1, \ :"-* . • 41, .404 • . , .7./ „ / ______----------- - -- - • i /-'' ‘: , , Ailli -.14------„.„.. .., ;... ...,:,---,....... \ ')/ Ait • ' ,"' ' ' x6% i c------------ , , 1 111 A� - \� �Fro. ,�� lRES-�vi+ - / i'/ 1,.' is ..,..,...,---„::•,..-,,:\ • : . / 1 r PRELIMINARY-1 6090 SUBMITTAL 52+00 53+00 s4+oo — — — — — — -J I • ss+oo 56+00 57+00 •• . • I 1. 130 I • - • -- • :• II I — - > 130 2 Q0' • - • -f- x _X 125 z.x 5 _ • 1 tn� _- __ x —� - 1+ - - 125 120r_i __x = • •-• == • linr.s 120 _____ _ __,--- . . . __ . _____ _ _. • • : <-__- • F— . _ - _ ___ ______. ._._ _. _. __.__ ___ _ _ ! . 1 , . (,), 115 • w' : . • Z — • • . • • . . u.) : ► • • : : .:• • LJJ 115 110 • HI • • _ • I • U U Q JACK AND BORE 42" U 110 z I MAINTAIN MIN. STEEL CASING PIPE '� -- _:io 105 • in • I 2' CLEARANCE. ; - : BACKFILL WITH : I ' �+ N _ a • CDF TO EL 1 1 t.0 wair.AIN-GONc�uT cl DPE __- } I - - I- . 105 .- i 100 _ 24- SS MINIMUM S.0.008 FT/FT • ' z ---- 1001 Bryn Mawr System Improvements King County Department of Metropolitan Services,Pollution Control Division HORIZONTAL SCALE: 1"=40' PACRIM GEOTECHNIC INC. FIGURE 14 PLAN AND PROFILE AL _, REFERENCE: Gary Struthers Associates, Inc., Bryn Mawr System Improvements, VERTICAL SCALE: 1" = 10' a STATION 52+00 TO 57+00 Phase I: Bryn Mawr Trunk Replacement, July 1997. A7 Project Number 006-002 'may\` y\` /-• .• --�- , -- -,.__,.. TO, - \ .. ., //,A6 ,,..- / - .. �+ z"------ ,. , / ,__, . y. / Zti j ---.'.... ...„,..,N\ // / -_____-• r / • / % / „./.( • -7. ,-7 �� , ti' 1 , C. r PRELIMINARY I 60% SUBMITTAL 57+00 58+00 59+001. I 60+00 • • 130 - -' • 130 ,Z 125 _ �-1 �-- J �i --- --� _ --- ------ ------- --- 125 • 120 I - - -x - ---_ _ _ - � 120 t — • 115 W • • s • • - • Z --- - -- - - -- ---- - 115 �J. 2' MEN. -_ : • • • z= • W J 110 — I • . 10 4s/NN CONSTANT•• SLOPE — — o• =o 10 5 MINIMUTA — S -- • • • • o Na • - • • 100 • 100 Bryn Mawr System Improvements King County Department of Metropolitan Services,Pollution Control Division HORIZONTAL SCALE: 1" =40' PACRIM GEOTECHNICAL INC. FIGURE 15 PLAN AND PROFILE REFERENCE: 'Gary Struthers Associates, Inc., Bryn Mawr System Improvements, VERTICAL SCALE: 1" = 10' ,� A A - STATION 57+00 TO 59+14.25 Phase I: Bryn Mawr Trunk Replacement, July 1997. v u Project Number 006-002 i APPENDIX A FIELD EXPLORATION PROGRAM witSubsurface condition of the project area was explored by seven borings (B-1 to B-7) using hollow stem auger techniques. Borings B-1 & B-2 were drilled for the preliminary design of this project during the period of October 29, 1995 to October 31, 1995,by Geoboring of Puyallup, Washington,under subcontract to PacRim Geotechnical Inc. The depth of borings B-1 and B-2 was 54 feet. Borings B-3 to B-7 were 3 drilled during June 10, 1997 to June 21, 1997 by Gregory Drilling, Inc. of Redmond, Washington under subcontract to PacRim Geotechnical Inc. Boring B-5 was drilled to a depth of 34 feet and borings B-3,B-4, • B-6 and B-7 were drilled to 44 feet depth. The approximate locations of these borings are shown in Figures �a !I 3 through 15. The undisturbed soil samples were collected using Dames & Moore "U" type sampler at intervals ranging from 2-1/2 foot to 5 foot intervals in borings B-1 & B-2 and at 5 foot intervals in borings r- B-3 through B-7. The summary logs of these borings are included in this appendix as figures.A=1 through A-7 The borings are located in the field along/near the alignment of trunk line by pacing relative to existing site features. The approximate surface elevations at the borings are referenced to Metro datum. All elevations and locations are approximate and to be considered accurate to the degree implied by the methods used. All borings were drilled using truck mounted drill rigs under subcontract to PacRim Geotechnical, Inc. A 4 1/4-inch inside diameter hollow stem auger was used in all borings to maintain the stablewall inside borings while sampling. Standard Penetration Test(SPT)sampling was performed in general accordance to ASTM D-I586, with the following.exceptions. A 300 pound weigh hammer with the free fall of 3.0 inches was used drive the Dames&Moore sampler(2 inch inside diameter) 18 inches, or portion thereof. The number of blows required to drive the sampler through each 6 inches was recorded in the field. The number of blows required to drive the sampler through last 12 inches gives a quantitative measure of the relative density of the cohesionless soil or the consistency of the cohesive soil at that depth. The collected undisturbed soil samples were placed in moisture tight jars and transported to our laboratory for further observation and testing. A geotechnical engineer from our office was present throughout the fieldwork program to observe the explorations, assist in sampling and to prepare descriptive logs of the explorations. Soils were classified in general accordance with ASTM D-2488 " Standard Practice for Description and Identification of Soils —'; (Visual-Manual Procedure)". The final exploration logs represent our interpretation of the content of the logs and the results of our laboratory testing. A 15-foot monitoring well was installed adjacent to borings B-1.& B-2 using 2-inch PVC pipe. Monitoring wells ranging from 15 to 25 feet in depth were installed in borings B-3, B-5 and B-7 using 1-inch PVC pipe.. Upon completion, all other borings were backfilled by bentonite chips and soil cuttings and capped by concrete at ground surface. ry LEGEND FOR EXPLORATION LOGS SOIL CLASSIFICATION SYMBOLS FLOG SAMPLER AND WELL SYMBOLS SYMBOLS TYPICAL •,� GRAPH LETTER DESCRIPTIONS i _•ems •w s . WELL-GRADED GRAVELS,GRAVEL- 1, ,1 GW SAND MIXTURES, LITTLE OR NO •• • •4 S FINES o Cy •a Cy POORLY-GRADED GRAVELS, )o 0.C-4, OC GP OR GRAVEL FINES SAND MIXTURES, LITTLE ,', 300000 ', 0 Grab Sample .s'o '�s °�a a0 SILTY GRAVELS, GRAVEL-SAND- — �o DO OC GM SILT MIXTURES a00 0 Il O No Sample Recovery 0 — CLAYEY GRAVELS,GRAVEL-SAND- �� �••� G�' CLAY MIXTURES [ X3.25 Split Barrel Sampler ., ,f , SW SANDS,WELL-GLITTLE OR NO F NREASVELLY - I Standard Penetration Test --; • i I POORLY-GRADED SANDS. Shelby Tube SP GRAVELLY SAND, LITTLE OR NO . FINES I SM SILTY SANDS. SAND SILT i i MIXTURES , , ; ii SC CLAYEY SANDS. SAND-CLAY .I '/ •/ MIXTURES �-1 ,,• SILTS AND VERY FINE Cement rout INORGANIC S L S Ce etG �' 1. SANDS, ROCK FLOUR. SILTY OR ,- Y; Surface Seal ML CLAYEY FINE SANDS OR CLAYEY li I Water Level Bentonite SILTS WITH SLIGHT PLASTICITY (date) Seal i /� INORGANIC CLAYS OF LOW TO /�/ _ �//�/;./,i/j; MEDIUM PLASTICITY, GRAVELLY 1 ' I Filter Pack j'/,-/,• /,i; CL CLAYS, SANDY CLAYS. SILTY !I ��/ ;��� CLAYS.LEAN CLAYS 11 with Blank ,� Screened Casing I) = _.. ORGANIC SILTS AND ORGANIC i with Filter Pack ____ OL SILTY CLAYS OF LOW PLASTICITY INORGANIC SILTS, MICACEOUS OR "h MH DIATOMACEOUS FINE SAND OR SILTY SOILS i INORGANIC CLAYS OF HIGH CH PLASTICITY r f w:`^'`^' ORGANIC CLAYS OF MEDIUM TO j • �• ��` `"� OH HIGH PLASTICITY, ORGANIC SILTS L. _ - PT PEAT, HUMUS, SWAMP SOILS WITH ,, HIGH ORGANIC CONTENTS /�"k PACRIM GEOTECHNICAL INC. • - I `.• GEOTECHNICAL ENGINEERING AND APPUED EARTH SCIENCES !. 1 1 I T - • - BORING B-1 0co Remarks a m ° n L N s 12 o and• Z`�o 0 o cEo ca.r) u0j 2-E m a°Di = Other Tests o a 2 U m IA ❑ S c6 cn Surface Elevation = 119.7 feet w __ - Asphalt pavement& base gravel :. • Gray silty SAND with some gravel (fill), 88 19 9 ® - medium dense, moist AA 9 11/21/95 . 1, - 5 - tt5- 109 21 14 ® - Gray fine to medium SAND; loose to medium ' dense, wet Gradation 110 20 5 ® - - SP :::; - 10 11a- . 1 _ Dark gray sandy SILT, loose,wet 3 1, - - - 15 - ML 105 -:_°. Grades with some CLAY- - - 75 43 i ® _ _ - H - 20 -I M Gray silty SAND, loose, wet _ ® _ - • _ 2 _ - 25 - 95 - Grades with more SILT - - - 90 - - 30 - 1`; 73 41 i ® _ SM ; (; - 35 - 0 N A F 7 85 - �4 it _ 64 61 2 ® - _ - 40 - 80 - it 81 41 3 ® - - 45 75 - Sandy SILT, loose/soft, wet - i - 28 197 3 ® _ - _ - 50 - ML 70 - 38 119 a -.. $ - 55 - Boring terminated at depth of 54 feet. 65 - 0 0. E2 Date Drilled: 10/30/95 King County, Department of Natural Resources U i, i, _.t< Elevation Datum: USGS 1929 (1949) Bryn Mawr System Improvements Job No. 006-002 Completion Depth: 54.0 feet FIGURE A-1 LOG OF BORING B-1 5 Drilling Method: 4" Hollow Stem Auger SHEET 1 OF 1 m Sampling Method: 300 pound/30"drop 3 Groundwater Level: y /IP-N PACRIM GEOTECHNICAL INC. ", z _- GEOTECHNICAL ENGINEERING AND APPLIED EARTH SCIENCES O i ` 03 BORING B-2 `° Remarks m • ° °' r o and N c 3 E a u V m E ati a� Other Tests a''n ° ° ° co a) cn ` '' o_-2 U m co 0 t. = 0 cn Surface Elevation = 120.2 feet w t i - Grass cover, Gray sandy GRAVEL, medium d dense(fill) • • z 123 4 e GW Is � ® - Gray fine silty SAND, medium dense, wet 65 30 2 e ® - SM Grades with more SILT ,i s 10 • 110 =--::%.' r--} 75 45 1 — _ 1 :: Gray fine to medium SAND, loose to medium 2 O - dense, wet �:...:: — 15 105 • . '• 98 25 8 i..i'7. ® _ ,_, . - 103 22 s tr�'`. : ., SP r.i e.s ( ''' 5 — 20 100 •.•; IL Grades with some GRAVEL .. --_,i-- , - i.1"1SF� 106 23 IO —.25 • 95 0. ' • ..•'-• .11.1a4 fit ,1 'i 77 33 1 ® _ Dark brown organic SILT interbedded with " lenses of sand, soft-loose, wet RIOT — 30 90 RI=-� . ii _k Sand grades out •`�'}"% _�1 1 71 53 1 ® - ,Itil}•Vi:: - — 35 85 ;( s—� .r # - Wiloaist• 4 79 41 3 ® _ .'ice a Grades with SAND .�:tr ; ML % 41, ; 11 — 40 80 F1!+F� ., i�yy. - 4 irii• al 1 Z - DnAFT so ?, s 4,4 11- .: — 45 75 i��Ys 81 42 i ® - F.� .- .- — 50 70 }�, . 1I - AfikliL. '411 Gray sandy GRAVEL, dense, wet '`-'�',..art:• 1, GW .: s t . Gradation 137 8 15 ® _ . ... 1.' m — 55 Boring terminated at 54 feet. 65 0 ( KingCounty, Department of Natural Resources Date Drilled: 10/31/95 Elevation Datum: USGS 1929 (1949) Bryn Mawr System Improvements Job No. 006-002 a. Completion Depth: 54.0 feet FIGURE A-2 LOG OF BORING B-2 z Drilling Method: 4" Hollow Stem Auger SHEET 1 OF 1 m Sampling Method: 300 pound/30" drop Groundwater Level: 1 0' 1, PACRtM GEOTECHNICAL INC. z "i- GEOTECHNICAL ENGINEERING AND APPIJED EARTH SCIENCES '1 0 1 co r = ! �. iti - BORING B-3 0 •Remarks o . a ° a : — u, i ' - o • and Z�o0 o E coa-Di vUj a E, °>� a°ai � Other Tests o S g U m cn p v C 5 c Surface Elevation = 119 feet Lu - :: Brown fine to medium SAND, very loose, _ - moist(fill) _ - 0 o O - - 1 — becomes very moist _ -115- _ 5 _ AT=D - . d 96 27 i ® _ _ becomes gray, occasional organics, wet (alluvium) —1 1 0— o - - - -105- :: .:::: IDHActr _ _ _ _ _ :. :: . : _ ., -1, 0 - - - i O _ ,,__ - SP -100- 20 , � - - i� 78 43 0 El _ grades with trace silt - ^ Gradation 90 31 0 IX _ - I` 25 grades with some silt, occational 1/4"thick silt - 95 - Gradation 97 25 El _ _ interbeds _ _ Gradation 94 25 1 ® _ _ - 30 - grades with less silt - 90 - 101 23 2 ® _ ^ scattered pieces of wood and charcoal _ ii 81 39 2 - - - - 1 ® - - :. grades with trace silt - 85 - -•'.) - - - - i' - - a, 61 66 1 ® _ . Brown silty fine SAND to fine sandy SILT, - 80 - L - ao - occasional organics, non-plastic, very soft, wet - - - - ML . - - 'P l81 34 2 ® - : occasional wood chips as interbeds - - Boring terminated at 44 feet — 75 _ - 45 - rn ,._-- g - 70 - 0. c7 Date Drilled: 06/10/97 King County, Department of Natural Resources Elevation Datum: USGS 1929 (1949) Bryn Mawr System Improvements Job No. 006-002 : Completion Depth: 44.0 feet FIGURE A-3 LOG OF BORING B-3 Z Drilling Method: 4 1/4" I.D. Hollow Stem Auger - SHEET 1 OF 1 m Sampling Method: 300 pound/30"drop Groundwater Level: y P 1! PACRIM GEOTECHNICAL INC. re `� GEOTECHNICAL ENGINEERING AND APPLJED EARTH SCIENCES 1 m - N - BORING B-4 Remarks m c N in o. s r. u) s. 'o- 17 and• p� o0 o co mw 0 m,, a) a)Other Tests [2 o.g U m rn p v D 0 c.n Surface Elevation = 119 feet w ing, silty fine to l - - SAND thfi e to coarse gravel, medium rse - s dense, moist(fill) 15 ® _ _ - 1 - -115 L___. - 5 - _ ATDiri SP s O becomes wet �-:. :. —110 O." .. it 1 ® -00 J becomes gray/brown, fine gravel, very ._s :. \loose,wet �- 105 ''' '• - 15 - : . Brown fine sandy SILT,scattered organics, _ _ very soft, wet(alluvium) 81 40 'o ® _ - becomes light brown/gray, occasional • ML : organics and thin layers of saw dust/wood 89 29 0 ® _ i Gradation 73 46 a ® - - L. - - 95 - - 25 - -Gradation 94 27 1 ® - ' Gray fine to medium SAND, loose, wet - _ 2 ® _ 3 - SP - 90 - 30 - - - Gradation 76 40 a III _ - - Gray/Brown fine sandy SILT, interbedded with - - fine to medium sand and wood debris, very - - 76 48 .1 ® _ - soft, wet becomes brown, scattered organics and - S5 - h '� - 35 - occasional organic layers - _ ML � ,, 6950 1 ® _ _ D a A F U __ 80 - , F - 40 - 73 45 i - i _ - Boring terminated at 44 feet - 75 ,1 - - - - - m - 70 - I o Fe Date Drilled: 06/10/97 King County, Department of Natural Resources � a Elevation Datum: USGS 1929 (1949) Bryn Mawr System Improvements Job No. 006-002 Completion Depth: 44.0 feet FIGURE A-4 LOG OF BORING B-4 Drilling Method: 4 1/4" I. D. Hollow Stem Auger SHEET 1 OF 1 m Sampling Method: 300 pound/30"drop `1, Groundwater Level: 1 P 1A, PACRIM GEOTECHNICAL INC. z `� GEOTECHNICAL ENGINEERING AND APPIJED EARTH SCIENCES 0 1 m �• = , co f-, - BORING B-5 0 . Remarks a� w co ° a L^ cos — o • and , ��NC 3 E a�, 0 of a> CD Tests a M v m in° o m 0 cn Surface Elevation = 124 feet w '•"•14"thick ASPHALT concrete pavement, 3'thick �� - - • 5/8"crushed ROCK, Brown fine to coarse _ , 2 ..... SAND and GRAVEL(fill) _ 2 O " • • i ' 1 — - - j 7-1 grades with little fine to coarse gravel, very -120 .. : - 5 - 1 \loose `- Arc air ;; _ - ML Light brown SILT, trace fine sand(recent - Y 7.21 , aIIuvium)(from cutting) 2 Light rusty brown fine to medium SAND, trace - A. 85 37 3 ® _ _ silt, loose, wet Af• L. -115 qr - 10 - ;T� a.. - 78 38 'o M - - _ - — Gray, SILT, interbedded with peat and fine -110 ,$ - 1s - —= sandy silt, numerous organics and roots, very - -• - - soft, wet - ® _ 81 38 3 - - =_ -105- - 20 - OL — - - r i . - __ 4 ®2 - _ - - 6a 38 123 — - ` i -100 ''='�.``! • { — 25 - __ - _w = �* - - _ ���-�.� rGray• fine to medium SAND, scattered �,�''F 2 • -"..4---"organics, occasional thin silt interbeds, loose, .1i_ r 101 22 4 _ _ Sp wet - 95 ��ti i�� . rc SL _ -__ Brown/Gray interbedded fine to medium _ " - " SAND, peatysilt and amorphouspeat, ., SM - P _18 297 2 ® _ = ��loose/soft, wet - so • i - 35 - Boring terminated at 34 feet _ - i _ _ r � Ii I, - 40 - D A A p - 85 -, - - z :: z II F ? 2 • Date Drilled: 06/11/97 King County, Department of Natural Resources a Elevation Datum: USGS 1929 (1949) Bryn Mawr System Improvements Job No. 006-002 . . Completion Depth: 34.0 feet FIGURE A-5 LOG OF BORING B-5 Z Drilling Method: 4 1/8" I.D. Hollow Stem Auger SHEET 1 OF 1 Sampling Method: 300 pound/30" drop Li Groundwater Level: 1 P PACRIM GEOTECHNICAL INC. Z O `� GEOTECHNICAL ENGINEERING AND APPUED EARTH SCIENCES m N BORING B-6 1 Remarks a ° a) co _13 ' o and• Z,ci o0 o Ea a CI' moal mo a a� a ai Other Tests o v m IA p v 5 C0 co Surface Elevation= 126 feet a) !'141/2"thick ASPHALT, 3"thick 5/8" minus - 1�-I crushed Rock; brown fine to coarse SAND -125- i = and GRAVEL, trace cobbles(fill) 126 3 . _. — 5 — Light brown/Gray silty fine SAND, trace - ATD - - - organics, interbedded with fine sandy silt, very -iTo- - _ � .�:.: soft, wet - _ 87 39 1 ® ML - - - 10 - • • - - _ - —115— 97 25 z ® _ :. Gray fine to medium SAND, occasional - • interbeds of silty fine to medium sand, loose, — 15 — -wet - -110- - - - I 107 23 5 ® - - `:_ trace to little silt, becomes medium dense — 20 — SP :::- - - _ —105— IDNAF7 108 21 .9 ® : 1. trace organics - - - 25 - - _ - -100— • Gray to blue gray, clayey SILT, trace fine _1 89 32 1 ® - - sand, soft, very moist to wet _ _ — 30 — - - 95 - 1` . ML - II ® _ - 74 56 e _ becomes interbedded with fine sandy silt and - fine to medium sand, scattered organics u, c - 35 — Light brown peaty SILT, interbedded with silt - 90 and amorphous peat, soft, very moist l`�I 22 232 3 ® _ _ - _ — 85 — 103 24 - \ ® _ SP • Gray fine to medium SAND(medium dense) - a5 — interbedded with fine sandy clayey silt(soft), r _ wet 1 Boring terminated at 44 feet _ So — - - m 0 0. Ed Date Drilled: 06/11/97 King County, Department of Natural Resources a Elevation Datum: USGS 1929 (1949) Bryn Mawr System Improvements Job No. 006-002 a. • Completion Depth: 44.0 feet FIGURE A-6 LOG OF BORING B-6 z Drilling Method: 4 1/4" I.D. Hollow Stem Auger SHEET 1 OF 1 Ce • Sampling Method: 300 pound/30"drop __ '' Groundwater Level: 1 AP—lk, PACRIM GEOTECHNICAL INC. z _� GEOTECHNICAL ENGINEERING AND APPLIED EARTH SCIENCES 0 m T , N BORING B-7 0 03 Remarks m =a ° a L^ 2 T) o • and 'U (-7,.SP. o E ID a) c mT > 0 Other Tests o a 2 U m u) p. D 0 CD Surface Elevation = 127 feet w 2"Asphalt concrete, 3"coarse gravel base a 'I (5/8"crushed) 125 Mottled gray/brown silty fine to coarse SAND a ® _ SM and GRAVEL, trace organics, to fine sandy SILT, loose, moist; slight hydrocarbon odor - - 5 (fill) .. f - Gray fine to medium SAND, trace silt,with i` - SP scattered clayey silt interbeds, very loose, 120 �,_ 95 19 - • moist; slight hydrocarbon odor(recent �_ ® - alluvium) ATD �" _ 10 1311...1.1.I Gray clayey SILT,very soft, moist �' Gray fine SAND, little medium sand, trace L • _ - organics, occasional interbeds of silty sand 115 Itt so 4 — and sandy silt, scattered mica flecks, medium 8 O - dense, wet i • - 15 SP i 101 26 3 ® - - 110 �" Gradation 85 37 1 ® _ becomes very , increasin• - 20 ®IIII Gray clayey SILTloose, trace organics, verysiltcontent soft, wet . �• _. Gray fine SAND • interbedded with silty SAND, trace organics, very loose, wet 105 95 29 z ® _ I. \` SP- 25 .II DRA . , _.. ......-_ - . •i:j 100 _ . .• ,,,--, 5 I' Gray fine to coarse sandy fine to coarse 84 42 El '�' subrounded to rounded GRAVEL, medium �' '' - 30 �. dense, wet :1 .,`.. 95 L 1 .: Blow count may 126 7 23 h becomes interbedded with fine to medium :- t be affected by 18 - .4- ,��r heave - 35 ." 1. sand ,,�;:t ii a - Gray/Brown clayey, peaty SILT, wet, soft 90 1, 1 ,; 4 •, MH :�r� 112 11 6 ® - *111 9 Gray fine to medium SAND, loose, wet - ) - 40 SP '' 4 1%ii' ® - Interbedded gray clayey SILT(wet, soft) and85 f_i,%- 16 342 2 1CH amorphous to fibrous peat with intact pieces of z!' :` - 2 w wood - 45 Boring terminated at 44 feet _ ti - 80 - co / a 2 Date Drilled: 6/21/97 King County, Department of Natural Resources a Elevation Datum: USGS 1929 (1949) Bryn Mawr System Improvements Job No. 006-002 a. Completion Depth: 44.0 feet FIGURE A-7 LOG OF BORING B-7 z Drilling Method: 4 1/2" I.D. Hollow Stem Auger SHEET 1 OF 1 et Sampling Method: 300 pound/30"drop 3, Groundwater Level: y Ir-A PACIZIM GEOTECHNICAL INC. - z `� GEOTECHNICAL ENGINEERING AND APPUED EARTH SCIENCES / I CL m i APPENDIX B LABORATORY TESTING RESULTS GENERAL , In order to develop geotechnical parameters of the subsurface soils for preparing the geotechnical recommendations for the proposed project, the collected soil samples were tested in general accordance to American Society of Testing of Materials (ASTM) standard. Laboratory tests include moisture-density determination,mechanical Analysis including hydrometer and consolidation test. SOIL CLASSIFICATION TESTS Moisture-Density Determination i Moisture content and the unit weight were determined on selected soil samples in general accordance to, ASTM D-2216. The in-situ unit weight was determined by recording the weight of the soil in the rings and the volume of the rings occupied by soil. Using calculated moisture content of the in-situ soil, the dry density was determined.This test was performed on samples 2 and 5 to 12 from boring B-3,samples 4 to 12 from boring B-4, samples 2 to 7 from boring B-5,samples l to 9 from boring B-6 and samples 2 to 10 from boring B-7. The calculated values of moisture content and dry density are presented in their corresponding summary logs in Appendix"A". Mechanical Analysis Sieve analyses were performed on selected samples for particle size larger than 751..rm. Hydrometer analysis was performed to determine the grain size distribution for particle size smaller than 75µm. Only for the soil samples which had considerable amount of fines, the combination of sieve and hydrometer analyses were used to determine the grain size distribution. The sieve analysis was performed on samples 6, 7 and 8 from boring B-3 and sample 7 from boring B-4. The combination of sieve and hydrometer'analysis was performed on samples 6 and 9 from boring B-4 and sample 4 from B-7. These tests were performed in general accordance to ASTM D-422 standard procedure. The tests results are presented in this appendix from Figures B-1 through B-3. - ONE DIMENSIONAL CONSOLIDATION TEST - This test was performed to determine the one-dimensional compressibility,time-settlement behavior and the possible maximum past pressure of the soil at that depth. This test was performed on samples 5 and 10 from boring B-7. The stress-strain curve and time-settlement curve at possible field loading conditions were obtained. This test was performed in general accordance to ASTM D-2435. The tests results are presented in this appendix from Figures B-4 through B-9. • • • • U.S. STANDARD SIEVE SIZE 31N. 1.5 IN. 3/41N.3/O IN.4 10 20 40 60 100 200 lo01 I r- I - I 1 1 r 90 I 1-____I - ' • —I • - 1— '.---- BO I----I \ -1k V, — w TO I -1--1 \ -I % . 3 m 60' I I I — er z I T 1- 40 �I I U30 �— r-- -I—1 — . (IQ -- II -- i- - -- .----- E 10 -. ----J L I �. - CD to P - - � --__I .--1---L-- __ _I_� - I---- Cd ag 1000 10O 10 • I 1.0 I 0.1 0.O1 0.001 ,--. z G GRAIN SIZE IN MILLIMETERS g ,a q COBBLES l • COARSERAVL FINE COARSE NEOIUM FINE SILT OR CLAY d 1111 . Cl) 0 ly . , B-3. S-6, 23.5'-24.0' ----B-3. S-7,25.5'-26.0' - B-3, S-8, 28.5'-29.0' o c- x °, - � • . 0 ... k. 7� Id 0 .d o 0 " 0 0 en n Ic . t15 d c� r � CD La a 7 ' . � o c� n 1a U.S. STANDARD SIEVE SIZE 100 3IN. 1.5IN. 3✓4IN.3/0IN.4 10 20 40 60 100 200 I I r - I - 1 =_ _ so I- I -- 1 - 1 \- I I- BO W ,o I —r— I ---1-- - -I— --- I ---- 3 _I_ 1— )- 60 l— 'I-- I -1 i 1 1- 03 — �— I-- 1 --I I— ►— --I-- — Z 50 1 I I -I-- — ---- I ---- 1---I -- -- -I--1 1 --, ------ F 40 I ----1-`--I -I 1 I W I I I \ ____ a 30 _II_ I I —I-------I-1- '-4I — a 20 I --1 I--� I --- --- I---�-- -- I - \ _I-- -- 10 I _-� L-_I___—J \ I CP — —,—I ---I ——a— - -- -I-- �'%-JI-- —` � 0 - J 1000 IDO 10 I I I 1.0 I 0.1 0.01 0.001 X GRAIN SIZE IN MILLIMETERS N Z0 COBBLES COARSERAv FINE COARSE' MEDIUM I FINE SILT OR CLAY `d B-4. S-6, 23.0'-23.5' ----"-B-4. S-7, 26.0'-26.5' - B-4, S-9, 30.5'-31.0' v�i 0 & O t- - . G 4 � g � Pt o � • CD CA rn r /Y n O • • • o --- d I I • I 1 1 I I I ' - I lj : I ° I It WI I I I I I I oo I I I I{{ N-- 7 I rt C ,_ ,�- 7 , . ° C i N I I I I W I 1y c r1-i i T —T— 7 TT T_ - — r N i i I 1 I , 1 , 1 I J •° y N I _ col Z ,, ,.: ,.... W ! I 1 (n N O — 1 _.s. w I IL — I t 1 I 1 N � ' ' I °o !____ __ _ _ _z � � I , � I 1a _L I < . I cc ._ .... LLLLLLLIJ _. I I I I a 1 I I I �� 1 1 r 1 0 Z I I ! : v , L I --g • H w m m V I 1 ` Q� I ` ! I C ° V QI 0 12 0 A N 0 °c _ r' 1HDI3M AB 83N1d 1 n N3�213d D j^( n►► UUUIlV ,__,, . . King county Department of Metropolitan Services , BRYN MAWR SYSTEM IMPROVEMENTS i Figure B-3 Gradation Curves of Selected Samples from Boring B-7 Prolect Number 006-002 , PACRIM GEOTECHNICAL INC _ . . . Pressure (psf;5 1000) Reference: ASTM D 2435 • • - . 0.1 0.2 'C' 0.4 1 1 2 4 - 10 20 40 100 I t , i f 1, i ; i i III i ; i i ! i i i ; !I 1•! •: ; ; 1! ' ! 1: • ' t i i ! ; I : !: 1.1i ' . .- . ; , ; i i I i 1 i, ;. 1 • .. . , . ; it 1. ; i i li.1 I . 0 +; ; • i, ; : t i . .. . . . ' i i .. -4'• •: i il i .; 14 ; 1. ill 1 ; f t i I ; : ; 'I! 17 ! !., .1 "; '; 1 i 11 : i 'I 11 I i• 0 1 I 1 1 1 ; i H I Ili ii 1 .4 ; • : ; ' 7 ; ! , ' ;. ! ! :', ! ; I . . ) . i . ; 1, i, ! ! ! i . i & . • • i' i i i' l • . : i ' ', .. ; .I.. 'if ' I i I ! i i i ,: '1. 1. •;. I . 7.I '.. i !II ; I f '. i ! 7. .. :1 v; : ! ! . • I • lli : . 1 : II . ItIL ! : ; ; ; I I.. !! !! ! 1 : . • ; • • , ! I : ; ; i. ' i ::. 1 i, ; .. : ; i i ; .1 i:i ;; ', ! ", , ••• ' ; • ; 4 i1-111- ._...1.___Lp !___•_.L.,•:zi___ . ; • ... : ' ! :• y• "1 '1 , . — •20 i . . i • . . , ., : ! !• ', t • , ; : • : : ! ;I " : ' i . - 1 ' ', • i ; II ! i : ; • ; : : , , • ; , : i l'• ! i :i 1 1 ; ; ; : 1. . ; : il :: , 1 . ', • ‘‘ ; '7 • '. • • • ,. ;, • ' .. . .. ;• , ; , • - 7 7 7 7 , :. ;7 ; . : ; • 7 : •,. : . . ; 7 i : • I i• • .; .7 • 7 • ii ; I '7; II ' I II : I ! 7 7, 7, 77. • 7 7 ; 7 • : • : __cm .• i ••,1 : : it ; : . i ; i ; ; - i .r• ; , . , . i ' ! • ': , •,1 • i ii : I. : I : : I ; I , ;, :1, • '. ', -- , ' . • 65 . i ! I : li :, i ; ii i ; •1 i ; '• ; : ; ! : I ! II 11 , : ; . • i ; ; l ; • • ; , ! • ,'• t • ; : : •*, •, . , . ; ! ii ! ! i! ',.' '; •• i i 1 ! Hi i ii H : ; '', ' • • • ; , , , , • ,, . , •• — 30 .. • • " 7 ; ;; ; ; 77 ; ; 7 ; , ; ; : i I ;; 7i . ; ; ••. • • • 7 ; 7 ; 7 t 7 I.i 7 • 7 7 7 •• . 7 • ; • , • 7 ; 7i ; .. . 7 ; t 7 • 7 ; !! : 7 7 7 t i ; I t ; i •7 •;: 7It 7 i - 7 1 7 , , 77 ; • , . I : . ; . : 7.7 7 . • • , •. :. 1 7 •. 7 7 11 , ;, • 7 7, • i I I i ! , • : ; . : 1 1 i; .: ': 0 i ;I i 1 I 1 i ! 1 ! !; i i ! ; 't I . . ; • ; • I . • ••• • - , : , : • !I • --- i i. : ; ; 3 ; 7 1 :, ; ; I. i 1 I ; : 1 ; i . ; , II : .• '' ! 1 • ; 1 ;, i' ; i . ' I ; " '. • 1 . '• ''. ': ' : ; . • . : ; : , v i 17 ; 1 ; I • : 1 : ; , ; 1 •; 1; • , I ; '. I ; : i 71 . 1 i 1! ! : . ; : .. ; ; *: : ; ; • ‘; :I , ; . . ' • ' , ! i !,; i 1 11 1 : i i i 1 II ! : ' 11, • i : I ! i i ii ii Si : 1 i : 1 ': - ; ; ! 1 '... ' I. 7, 1 i : • • ! , :. , , . l' • i" ' 1 : - f ' ; • I i• i• . ! , I ,i i ; ri I , r i I I , , , 0.1 0.2 0.4 1 2 4 10 20 40 100 . . , • _ . • ' . DEA F 7 King county Department of Metropolitan Services ' BRYN MAWR SYSTEM IMPROVEMENTS , . Figure B-4 Consolidation Curve of Sample 5 of Boring B-7 •Project Number 006-002 • PACRIM GEOTECHNICAL INC • Pressure (psf x 1000) Reference: ASTM 0 2435 ' 0.1 0.2 • 0.4 ..• 2 4 10 20 40 100 • i I 't . : . '• : : , ? 1 I 1 ; I fi i .. • • • 10 ! i C • , ii ! t t :r • 30 j . , . : ; , . . . ; I .. . • • i 1 i ES ii i i ' F i i t ;i • . • i • ' ( I , ' r I I I 0.1 0.2 0.4 1 2 4 10 20 40 100 • __, On kF King county Department of Metropolitan Services BRYN MAWR SYSTEM IMPROVEMENTS Figure B-5 Consolidation Curve of Sample 10 of Boring B-7 Project Number 006-002 . PACRIM GEOTECHNICAL INC I APPENDIX C EXPLORATIONS COMPLETED BY OTHERS _ I I _ I „ I - I I l PROJECT Boeing Apron I _Expansion W.O. lY-802�9 BORING NO. B—7 • SOIL DESCRIPTION a a, a m =W STANDARD..PENETRATION RESISTANCE of 2 1 �� n. X z a A Slaws per foot ! o '- Approximate ground surface elevation: U U2 Z n 10 Y0 30 40 Sp TESTING 0 1 3"Aspha///9" Crushed rock - Medium dense, moist, brown, gravelly SAND with some sill (AV • ---' ------ - S-1 11, >"...„--i" - 5 Soft to medium stiff, wet, brown/gray, — rr 1P- sandy 5/LT with some organics 5-2- T -- —5T Alterberg- - _ ' •rur Loose to medium dense, wet, gray, SAND- -- ---- ---,-- -- ---- --. _ - with some silt - 10 - 1 - - ` - Medium stiff, wet, gray, sandy 5/LT , interbedded with medium SAND and S_¢ - organic SILT - j2 _.._._... .— - - 15 - — - Medium dense, saturated, gray, SAND interbedded with sandy 5/LT and organic 5/LT - 5-5 J .-_-i-__- --_.-_- -tutu"f'--• - 20 — — - I 5-6_ - - _ F 25 -, — — ` - 1 1_ _ l 5-7 30 la 20 30 40 S0 LE G E Imo+`D MOISTURE CONTENT Plastic limit Natural Liquid limit I2-inch 0D split-spoon sample pZA - A(;r'f A Groundwater level Engineering&Environmental Services _ gyro at Lime of drilling 7.0 Crain size analysis 11335 NE 122nd Way,Suite 100 e Kirkland,Washington 98034-8918 Drilling started: 23 December 1991 Drilling completed: 23 December 1991 Logged by: CRT JECT Boeing Apron B Expansion w.o. IY--8029 BORING NO. B-7 SOIL DESCRIPTION a w a m 2 w STANDARD ?ENETRATION RESISTANCE of 2 2 b. d p' 0 e A Blows per fool a Approximate ground surface elevation: z s o 10 20 30 40• gp TESTING 1 30 Medium dense, wet, gray, SAND - ---; inferbedded with sandy SILT with some organics --'; Vrdwcau777-- - , Ovenslaled S—B 50/5 i - I , , , Ts-9 ,-I - i . -40 - Boring terminated of opproxirnafe/y _ — I _ - .39 Jfeef -4 - — — i - , 1. _ 50 - — — - - -5 5 - — -- - - . .1 , . JJ - ----i---•_•--i--- I _ - 60 " o to : 20 30 40 5, LE G E N D MOISTURE CONTENT I 1 e 1 Plastic limit Natural Liquid limit 2-inch OD split-spoon sample RZA - AG RA J Engineering&Environmental Services - 11335 NE 122nd Way, Suite 100 Kridand,Washington 98034-8918 Drilling started: 2.3 December 1991 Drilling completed: 2.3 December 1991 Logged by: CRT J. ,,JECT. Boeing Apron I7 Expansion w.o. W 29-80 BORING NO. B-8 SOIL DESCRIPTION 5 m `I` w z co STANDARD PENETRATION RESISTANCE Page 1 mn'a - g o a . Blows per foot •• Ic- Approximate ground surface. elevation: z 0 �a 2a 30 40 TESTING Fo _ . 3"Asoha/l/9" Crushed rock Medium dense, moist brown, gravelly _.51oeraunl_ I SAND with some silt (Fill) ; Oversl4led • s-1 . a r- - 5 Medium dense, wef, brown/gray, silty A" SAND interbedded with sandy SILT with I5-2 __________ ___0._-_I-__...___,-__.. some organics 1 i .:, - , I r S-3 ' - 10 - Medium stiff to stiff, wet, gray, sandy I S/L T with some organics interbedded with S-4 medium SAND ---' I I - - . , .., 2- . r_ S-51 : \ • - 20 -4- , Medium dense, wet, gray, SAND ---. interbedded with sandy 5/LT and some organics , - --- . 5-6. - - - , .i. r r - 25 - — — Stiff, wet, gray, sandy 5/LT interbedded ___f.._____._ with medium SAND, trace organics S-7 I - 30 Boring terminated at aaproximate/y 29 feet o 10 20 30 40 So LEGEND MOISTURE CONTENT 1 I e ! . Plastic limit Natural Liquid limit 2-inch OD split-spoon sample RZA - AGRA m_ Groundwater level Engineering&Environmental Services •ro at time of drilling 11335 NE 122nd Way, Suite 100 Kirkland,Washington 98034-8918 Drilling started: 23 December 1991 Drilling completed: 23 December 1991 Logged by: CRT 6IJIICOUJIMLCM4 bi.711.5 {.ANr1CQ4VC JVI{.a .r.• v. .......... �._.._---- Approximate %F Percent Fines Approximate Density N lblows/ft) Relative1%1 Consistency N Iblowdhl Undrained Shear CN Consolidation Strength(psfl TX Triaxisl Compression Very Lassa 0 to 4 0 - 15 Very Soh 0 to 2 <250 UC Unconfined Compression Loos. 4 to 10 15• - 35 Soft 2 to 4 250 - 500 DS Direct Shear ' Medium Dense ' 10 to 30 35 - e5 Medium Stiff 4 to 8 500 - 1000 M Resilient Modulus ' Dense 30 to 50 e5 - 85 Stiff 8 to 15 1000 - 2000 PP Pocket Penetrometer Vary Danse over 50 85 • 100 Very Stiff 15 to 30 2000 - 4000 Approx.Compressive Strength(tat) Hard _ over 30 >4000 TV Torvane Approximate Shear Strength(tsf) ASTM SOIL CLASSIFICATION SYSTEM CBR Califon is Bearing Ratio MD Moisture/Density Relationship MAJOR DIVISIONS GROUP DESCRIPTIONS P1D Photoionization Device Reading Gravel and c U�GW Well-graded GRAVEL • AL Atterberg Limits: PL Plastic Umit Coarse Gravelly Soda Clean Gravel k. I..., LL Uquid Umit .Grained (little or no fines) .1 l GP Poc,iy-greded GRAVEL Sails ,� More than SAMPLE TYPE SYMBOLS 50%of Coarse Gravel with a $j GM Silty GRAVEL ' Fraction Retained R"'•'(apw'ci�e r 2.0'0D Split Spoon (SFT) - on No.4 Sieve amount of fines) GC Clayey GRAVEL (140 lb.hammer with 30 in.drop) • Shelby Tube Sand and Clean Sand • ••SW Well-graded SAND - Sandy Sails •(lift)•or no fine,) �• a' 3.0'0D Split Spoon with Brass Rings More than • . Jr Poorly-graded SAND 50%Retained 50%or More of Coarse I O Small Bag Sample on No. Sand with •.I•J SM Silty SAND 200 Slave Fines(appreciable 1 I 2 Large Bag (Bulk)Sample Fraction Passing Size • amount of fines) SC Clayey SAND on No.4 Sieve /` - — Core Run ML SILT — Fine Silt Non-standard Penetration Test Grained and Liquid Limit j% Z Soils ClayLess than 50% CL Leen CLAY (with split spoon sampler) ' OL Organic SILT/Organic CLAY COMPONENT PROPORTIONS MH Elastic SILT 50%or More Silt J 1 DESCRIPTIVE TERMS RANGE OF PROPORTION LiquidLimit it // Passing and 50%or Mors CH Fat CLAY Trace 0 . 5% No.200 Sieve Clay .// Few 5 - 10% Size %j OH Organic SILT/Organic CLAY Little 15 • 25% ^ Some 30 - 45% Highly Organic Sails i-w'PT PEAT Mostly 50 - 100% COMPONENT DEFINITIONS r GROUNDWATER WELL COMPLETIONS Locking Well Security Casing COMPONENT SIZE RANGE• I— Well Cap Boulders Larger then 12 inf Concrete Seal Cobbles 3 in to 12 in �y� j Well Casing Gravel 3 in to No 4(4.5mm) II • Coarse gravel • 3 in to 3/4 in Bentonite Seal Fine gravel 3/4 in to No 4(4.5mm) ,: Q Groundwater Level (measured at Sand No.4(4.5 mm)to No. 200(0.074 rnm) = time of drilling) Coarse sand No.4(4.5 mm)to No.10(2.0 mini) = Groundwater Level (measured in Medium sand No. 10(2.0 mm)to No.40(0.42 mml well after water level stabilized) Fine sand No.40(0.42 mm)to No.200(0.074 mm) Slotted Well Casing ,l Silt and Clay Smaller than Na.200(0.074mm) . . Sand Backfill NOTES: Soil classifications presented on exploration logs are based on visual and laboratory observation in general accordance with ASTM D 2487 and ASTM 0 2488. Soil descriptions MOISTURE CONTENT are presented in the following general order: DRY Absence of moisture,dusty, Density/consistency,color,modifier(if any!GROUP NAME,additions to group name(if my),moisture content dry to the touch. Proportion,gradation,end angularity of constituency,additional comments. (GEOLOGIC INTERPRETATION) MOIST Damp but no visible water. Please refer to the discussion in the report text as well as the exploration logs for a morel Visible free water,usually complete description of subsurface conditions. ,oil is below water table. LEGEND OF TERMS AND GM BoeingStorm Drain Interceptor SYMBOLS USED ON P iiONGWEST Renton, Washington EXPLORATION LOGS k A S S O C l AT E 5, INC. PROJECT NO.: 97024 FIGURE: A-1 EGENO 97024 3/16197 _ . SURFACE ELEVATION: 19 t Feet LOGGED BY: SIT •• cn • Cl, . CC UJ w = . ,--- 5o.....z ca cc ILI u w 2 5 2 r_ izc Standard Penetration Resistance (140 lb.weight,30" drop) a u: tu (1):,co 1-' 0 A Blows per foot 0 —.I —2 = cr Z = 03 2 0- 0- LU D I- ) •- ii.- 2 I- 22 Zo X 0 a. DESCRIPTION (n u: o 0 0 ci 0 10 20 30 40 50 0— . —0 ... ••• SP Loose to medium dense,olive brown, poorly - ....•.. . graded SAND with gravel,moist. _ • • :. - -••• (FILL) - ..• •• ..•. A >>• . • • N., 5-5-3 - ML Soft to medium stiff,gray SILT and sandy SILT SZ - with sand interbeds,wet.Trace organics in silt - ! 1 - layers. 5— ....__.......____ —5 - (RECENT ALLUVIUM) _ &_ NS-2 0-1/12' • - • - . - 10— —10 - Heave prior to sample S-3. - A • _ N S-3 5-2-1 _ • - - 15— —15 - - S-4 1-1-10 A • - ,_ - End of boring at 19 feet 20— Groundwater observed at 4 feet during drilling. —20 _ - 1 - - _ - - 25— —25 1 . 30— —30 0 20 40 60 80 100 ' Water Content (%) Plastic Limit 1--41--i Liquid Limit • Natural Water Content NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated \., and therefore may not necessarily be indicative of other times and/or locations. ../ BORING: B" H-2 GM Boeing Storm Drain Interceptor fiONGWEST Renton, Washington PAGE: 1 of 1 &ASSOCIATES, INC. PROJECT NO.: 97024 FIGURE: A-3 :10RING 97024 3/16/97 • , DRILLING COMPANY: Boretec LLA-Ai tuiv: tecuori i a•••-1-ow, la 6us• • DRILUNG METHOD: Mobile B-24,Hollow Stern Augers DATE COMPLETED: 5/5/97 SURFACE ELEVATION: 17* Feet LOGGED BY: SIT r en u) cc 111 5 14.103 ZU 173. CC 1LS i- Standard Penetration Resistance — — i Tr, ....1 >.• 0 /7) u to < (140 lb. weight,30"drop) I' e ,._ w u, T.,co I- ci • Blows par foot : = co 2 • a_ o_ %, uj D = a C3 In < DESCRIPTION an w 11'4'2' ° W 0 10 20 30 40 50 CI • 0— . —0 ••• ••• SP Medium dense,gray,poorly graded SAND with - ..... gravel,moist.Trace silt. _ - ML \ (FILL) i - A • Soft,brown to reddish brown SILT, wet.Trace 9-1 1-1-2 SZ _ - — fine sand interbeds. - (RECENT ALLUVIUM) _ 5— • . —5 .-..•• SM Very loose,gray,silty fine SAND, wet.Trace _ ..-.• organics. - •• :' - •••. - •• '• N •S-2 1-1-1 A . - . • - ..-.• ..., - - .._... 10— . —10 .•• •• SM Loose to medium dense,gray,silty SAND with .,•. - • . sandy silt interbeds end organics, wet. Few - .••••• fine gravel. ._ ... AO - S-3 8-9-7 - .. .... —15 .. .• , '•• •_ .. .. _ _ .-..-.. A • • .- •• S-4 11-4-2 _ _ : • _ End of boring at 19 feet 20— Groundwater observed at 3 feet during drilling. —20 _ - - - - _ - - 25— —25 _ - . - - - - - - • 30— —30 0 20 40 60 SO 100 Water Content (%) Plastic Limit 1--9--1 Liquid Limit Natural Water Content NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated and therefore may not necessarily be indicative of other times and/or locations. GBORING: BH-3 M Boeing Storm Drain Interceptor fiONGWEST Renton, Washington PAGE: 1 of 1 & ASSOCIATES, INC. PROJECT NO.: 97024 FIGURE: A-4 WRING 97024 3/16/97 _ DRZUNG METHOD: Mobile B-24,Hollow Stern Augers DATE COMPLETED: 5/5/97 SURFACE ELEVATION: 18 2 Feat LOGGED BY: SLT to ccw g to ' v w 2 Q 2 to = Standard Penetration Resistance _ -_+ l} Z y cIT— w (140 Ib.weight,30" drop) m - m cn cn a s x; w O w Blows per foot x x Zo x W n (} < DESCRIPTION W vai a O a vvi 0 10 20 30 40 50 1 ImiGP \3 inches of ACP —0 • ! Dense,gray,poorly graded GRAVEL with sand - ' - I •.•' SP and silt• ,moist. I (FILL) S-1 2-2-4 A* Loose,very dark gray,poorly graded SAND Al •- with gravel,wet.Sand medium to coarse h4 - grained. e— - —5 (RECENT ALLUVIUM) - 5-2 5-4-2 GS A - t. -• 1C— -10 V. SP Medium dense,very dark gray, poorly graded • i -i •• SM SAND with silt and gravel, wet. • - S-3 10-10-10 GS _ i . 1: I I` ML Soft,dark brown SILT with fine sand, wet. —15 - I Trace organics. - _I - S-4 2-1-1 il End of boring et 19 feet 22— Groundwater observed at 4 feet during drilling. —20 2-inch piezometer installed. 1 ' 25— —25 3C= 0 20 40 60 80 100 30 Water Content (%) ' Plastic Limit 1----4,-1 Liquid Limit • Natural Water Content 14C-:: This log of subsurface conditions applies only at the specified location and on the date indicated - and therefore may not necessarily be indicative of other times and/or locations. ;_ BORING: BH-4 GM Boeing Storm Drain Interceptor 4-IONGWEST Renton, Washington PAGE: 1 of 1 &ASSOCIATES, INC. PROJECT NO.: 97024 FIGURE: A-5 - =C 97224 3/20/97 DRILLING M±THoo: mobule13-24,Hollow Stem Augers DATE COMPLETED: 515/97 , - 1 SURFACE ELEVATION: 15 ± Feet • LOGGED BY: SLT , d • co 5 w w u le cil F.2 lc 2 tz•c Standard Penetration Resistance r...0 = -J 0 0 5 it i . mUl I a] (140 lb.weight,30"drop) 0 _..C1 • Blows per foot ••••-- 0 -t -I cc , cc dc I I- ,,CCI 2 . - MI n 1- a 4 i- 2 2 0 I 0 . o_ tu >•• 1.0 < < 01— 1- CC 0/ DESCRIPTION u) u) a.e 0 0 0 10 20 30 40 50 c 0— . —0 ,- .• •'• SM Loose,olive gray,silty fine SAND with gravel, . •. - moist. - ML \_ (FILL) _ N A • Very soft,gray,sandy SILT,wet. s., 1/18" _ .r- - - (RECENT ALLUVIUM) 7 _ -- (No sample recovery) • ; —5 .• •-• SM Medium dense,very dark gray,poorly graded . •. - • SAND with silt and gravel,wet. - • • . .. .. - •.•. . -_ . ; .•• Ei- 5.2 5-8-4 : - 1 .. ..• •••• - - . .. . . • • '• •• •• ; —'0 . . .... _ .. .. - . • . - :.-..• . .... .6 • . _ .. . S-3 10-9-9 A _ • • • 15— -- . .• - .• .• - '.••.•. • • • ; —15 . • : - •• .•• - ' - ' • -... . . _ .,•. - • NS-4 5-4-8 .4.111 - .•. •• _ . End of boring at 19 feet. ' - 20— Groundwater observed at 4 feet during drilling. ' ' ' —20 ,-- - - - - - - - 25— —25 - - _ - -- - - 30— —30 0 20 40 60 80 100 Water Content (%) _ . Plastic Limit I--•--I Liquid Limit Natural Water Content NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated and therefore may not necessarily be indicative of other times and/or locations. , BORING: BH-5 GM Boeing Storm Drain Interceptor fiONGWEST Renton, Washington PAGE: 1 of 1 &ASSOCIATES, INC. PROJECT NO.: 97024 FIGURE: A-61 BORING 97024 3/16/97 I - Boring 1-88• •• Boring 2-88 Sample Sample oth Depth r Feet I Symbol In Feet I Symbol 0 ■ 7' concrete floor slab 0 B 7' concrete floor slab B ® Sp Brown fine to medium sand _ El SP Brown fine to coarse sand with with occasional fine gravel fine to coarse gravel (dense) and pockets of mottled (fill) -- brown-gray silty clay and • — clayey silt (dense) (fill) — • i , SM Brown silty sand with 74 occasional fine gravel 100 2%-107 ® I (dense) 6.0%-118 — ■ 5 _SZ5 , SM Gray silty sand (dense) • becomes soft i ML Gray clayey silt and silty clay with trace fine sand 1 — (soft) 20 79 -71 ■ i'" SM Alternating layers of gray 8.5%-127 II — 1 • ML silty sand and gray sandy 0 silt (loose) 1 0 — P Boring completed at 11' depth on 7-26-88 because of L obstruction Groundwater encountered at 5' depth during drilling Note: Static water table was measured l' at depth of 4.5' in piezometer set 38 ,I in Boring 2 at adjacent site of %-82 — a i 6 grades medium dense Building 4-41. 5 — I _ .A • 98 • 94 grades dense 2 0 % • Boring completed at 20' depth • on 7-25-88 Groundwater encountered at 5' depth during drilling , Log of Borings , Dames & Moore • b No . 695 -399 -016 Plate 2 • Pre-Design Report BRYN MAWR Contract No: CS/M69-94 June 1997 aEt ivg7; OE VELopl,tiv TY OF RENTocy Submitted to: King County Prepared by: Garry Struthers Associates, Inc . and associated firms > > BRYN MAWR Pre-Design Report CONTRACT NO. CS/M69-94 Prepared by: GARRY STRUTHERS ASSOCIATES, INC. And Associated Firms June, 1997 TABLE OF CONTENTS EXECUTIVE SUMMARY HYDRAULIC DESIGN CRITERIA ES-1 ALTERNATIVE EVALUATION ES-1 RECOMMENDED ALTERNATIVE ES-1 PROJECT COSTS ES-3 1.BACKGROUND 1-1 HISTORY OF THE BRYN MAWR SEWER SYSTEM 1-1 PAST STUDIES 1-3 CURRENT WORK 1-4 PURPOSE OF THIS REPORT 1-4 2 HYDRAULICS AND DESIGN CRITERIA 2-1 BACKGROUND OF HYDRAULIC STUDIES 2-1 ALTERNATIVE EVALUATION TECHNICAL MEMORANDUM 2-1 KING COUNTY TECHNICAL MEMORANDUM 2-1 STORM RETURN FREQUENCY DESIGN CRITERIA 2-4 3. SUMMARY OF BRYN MAWR EVALUATION OF ALTERNATIVES-TECHNICAL MEMORANDUM 3-1 EXISTING SYSTEM 3-3 DESIGN CRITERIA 3-3 Ir STORAGE AND CONVEYANCE ALTERNATIVES EVALUATION 3-3 a IN-LINE STORAGE OPTION 3-8 DOWNSTREAM IMPACT COSTS 3-8 PREFERRED ALTERNATIVE 3-9 4. INFILTRATION AND INFLOW REDUCTION ALTERNATIVE 4-1 COST TO REDUCE INFLOW&INFILTRATION IN THE BRYN MAWR COLLECTION SYSTEM 4-1 COST TO INCREASE CAPACITY OF THE BRYN MAWR TRUNK 4-2 SUMMARY OF COSTS ASSOCIATED WITH CONVEYANCE IMPROVEMENTS AND DOWNSTREAM I IMPACTS COSTS 4-4 SELECTION OF THE I/I ALTERNATIVE 4-5 RECOMMENDED INFILTRATION AND INFLOW REDUCTION ALTERNATIVE 4-7 5.ALTERNATIVES EVALUATION AND RECOMMENDED ALTERNATIVE PRE-DESIGN 5-1 RECOMMENDED ALTERNATIVE 5-1 RECOMMENDED ALTERNATIVE PRE-DESIGN 5-1 APPENDIX A: STORAGE AND CONVEYANCE COST ESTIMATES APPENDIX B: TYPICAL SANITARY SEWER UNIT COSTS APPENDIX C: CONVEYANCE COSTS FOR VARIOUS CAPACITIES APPENDIX D: PRE-DESIGN PLAN AND PROFILE DRAWINGS 95-008/Predesign Report/Report.doc i 06/13/97 yi a t TABLE OF FIGURES Figure 1-1 Project Location Map 1-2 Figure 3-1 Conveyance Alternatives 3-2 Figure 3-2 Storage Alternatives 3-5 Figure 4-1 Costs to Replace Bryn Mawr Collection Lines 4-3 Figure 4-2 Cost of Increase Conveyance 4-5 I f 1N J ` 95-008/Predesign Report/Report.doc ii 06/13/97 I ' LIST OF TABLES Table 2-1 Bryn Mawr 1995 Design Values 2-1 Table 2-2 Bryn Mawr District Sub-Basins Inflow Parameters 2-2 Table 2-3 Bryn Mawr District Peak Infiltration Flows 2-3 Table 2-4 Bryn Mawr District Peak I/I per Basin 2-3 Table 2-5 Bryn Mawr District 1996 Design Flows 2-5 Table 3-1 Bryn Mawr 1995 Design Values 3-3 Table 3-2 Downstream Impact Costs Associated with the Bryn Mawr System 3-9 Table 3-3 Summary of Conveyance and Storage Alternatives 3-10 Table 4-1 Project Costs to Reduce Infiltration and Inflow within the Bryn Maw Collection System 4-2 Table 4-2 Sewer Replacement Costs within the Bryn Mawr Collection System 4-2 Table 4-3 Project Cost to Increase Capacity of the Bryn Mawr Conveyance System 4-3 Table 4-5 Summary of Costs for Improvements to the Trunk and Downstream Impacts 4-4 Table 4-6 Bryn Mawr Total Conveyance and I/I Costs 4-6 95-008/Predesign Report/Report.doc iii 06/13/97 f � EXECUTIVE SUMMARY The Bryn Mawr-Lakeridge Water and Sewer District, located near the southwest corner of Lake Washington and discharges into an inverted siphon and trunk line owned by Metro(Figure 1-1). The inverted siphon's capacity is exceeded during large storm events which results in raw sewage overflows into Lake Washington. It is estimated that the system overflows about five times a year. In addition,the capacity of the downstream Bryn Mawr trunk is not adequate to convey all flows if overflows did not occur. Previous studies have examined the problem. These include a study by Metro's Engineering Services Division in 1991,a study by Brown and Caldwell entitled Local System Infiltration/Inflow Evaluation in 1993 and a report prepared by Garry Struthers Associates entitled, Technical Memorandum Evaluation of Alternatives in 1995. This was followed by a value engineering section documented in Bryn Mawr Relief Sewer Project Final Value Engineering Report in 1995. In addition a more detailed I/I analysis was completed by King County in 1996 entitled Technical Memorandum, I&I Evaluation in the Bryn Mawr District. l - This report is prepared to amend the Bryn Mawr:Evaluation of Alternatives, Technical Memorandum, July 1995. That technical memorandum evaluated a number of alternatives to reduce overflows into Lake Washington,focusing on increasing the conveyance system capacity and providing storage capacity. This report provides three primary functions. It presents the evaluation of an additional alternative to reduce overflows into Lake Washington,that of reducing I/I into the Bryn Mawr +.� system. This report also presents new project information made available after July 1995. Of major importance is a summary of King County's Infiltration and Inflow Evaluation in the Bryn Mawr Sewer District, July, 1996. Additionally this report presents the pre-design of the preferred alternative. n �r Hydraulic Design Criteria Capacity of the existing inverted siphon and trunk line is 4.5 mgd. The design criteria developed indicates that the design flows are as follows: Return Interval Peak Flow 4 Estimates j 1-year 13.3 5-year 24.4 10-year 30.7 20-year 37.0 The project's goal was to achieve a design for the 20-year return interval. } Alternative Evaluation Alternatives evaluated to reduce overflows included storage, increasing conveyance system capacity, and reduction of I&I within the Bryn Mawr. 95-008/Predesign Report/Report.doc ES-1 06/13/97 Executive Summary The use of either in-line or off-line storage was evaluated to dampen the flows prior to the inverted siphon. Land availability and topographic restrictions limited the volume of sewage that could be effectively stored at a facility. For the conveyance alternatives four routes were identified. In identifying the potential routes for a new pipeline,the two important issues were crossing the Cedar River and the City of Renton Airport runway. However,the pipe could be routed to the south where it could discharge into the East Side Interceptor after it crossed the Cedar River. Using this route the pipe could also be located to avoid the need to cross the airport runway. The four routes identified(refer to Figure 3-1)for evaluation included: Inverted Siphon • Northern Route: Construct a pipe which parallels the existing pipe. Because of the environmental impact as a result of construction within the Lake Washington(as the existing pipe was constructed),this alternative routes a new pipe on land, under the City of Renton runway and the Cedar River to the Cedar River Trail Park. A new pipe will then parallel the existing route of the Bryn Mawr trunk through the Cedar River Trail Park,turning east on North Sixth Street,and connecting to the East Side Interceptor. • Mid Airport Route: Construct a pipe southward within the Rainier Avenue rights-of-way and under the City of Renton Airport and the Cedar River at a point midway between the north and south end of the runway in alignment with North Sixth Street. The new pipe would then parallel the existing pipe on North Sixth Street and connect to the East Side Interceptor. Gravity Interceptor • Rainier Avenue Route: Construct a pipe southward within the Rainier Avenue rights-of-way and eastward along the airport perimeter road and connect into the East Side Interceptor. • Airport Route: Construct a pipe southward within the airport property between the runway and taxiway. At the south end of the airport the new pipe would be laid eastward within the perimeter road and connected to the East Side Interceptor. a`r It was determined that the preferred route was the Inverted Siphon-Northern Route. The potential to reduce I&I was assessed as an alternative. This alternative evaluated the potential to effectively reduce I/I within the Bryn Mawr Lakeridge collection system to a level such that no increase in capacity of the inverted siphon and trunk is required,or to reduce flows "G- from the district to a capacity less than the 20-year design criteria peak flow. The alternative evaluated an approach of combining I/I reduction with increasing the capacity of the Bryn Mawr inverted siphon and trunk using the Inverted Siphon-Northern Route. Various pipe sizes and associated capacities were assessed in combination with various levels of I&I reduction that could be completed within the Bryn Mawr District. The cost analysis indicated that different combinations of I/I reduction and increased conveyance capacity were relatively equal within the accuracy of the analysis(i.e.the existing 4.5 mgd conveyance capacity combined with reducing flows by 32.5 mgd through I/I reduction was relatively the same cost as increasing conveyance to 21 mgd and reducing flows by 16 mgd I/I through reduction). i' 95-008/Predesign Report/Report.doc ES-2 06/13/97 ti , Executive Summary Recommended Alternative The recommended alternative is to increase the capacity of King County Bryn Mawr system to 13.3 mgd and have the Bryn Mawr District reduce their flows by 23.7 mgd to 13.3 mgd. This is based on the following issues: • The capacity of 13.3 mgd corresponds to the a 1-year design storm. This overflow frequency compares to overflows rates anticipated in a new EPA Sanitary Sewer Overflow (SSO) Policy. • It is considered good practice to have a proactive and committed policy to control I/I within sanitary sewer collection systems. This is supported by both the Department of Ecology and the Environmental Protection Agency. • If no I/I reduction were involved, a large conveyance upgrade would need to be installed. This would involve large pipes (48")which would be under utilized unless there was a large storm event. This would result in solids deposition within the pipe due to inadequate flow velocities. This would cause maintenance and odor problems. • Overflows are occurring at an average of five per year. These are not permitted overflows and should be stopped. • King County has the ability to fund and contract a construction project to significantly reduce the overflows by January 1998. It is uncertain whether the Bryn Mawr District has the same ability to reduce overflows during that same time period. • King County does not have direct control over the flows delivered from the Bryn Mawr system.However,they do have control over the Bryn Mawr inverted siphon and trunk and can reduce overflows by increasing the pipe capacity. • The District has a record of excessive I/I. History has indicated that it is difficult to maintain low I/I levels after rehabilitation has been completed unless a well managed, ongoing program is in place. Unless I/I control is part of a sewer system's maintenance program, I/I will gradually increases people drain"wet spots"into the sewer. Project Costs i Followings is the estimated cost of the project in 1997 dollars. King County Conveyance Construction Cost $4,700,000 Allied Costs 1,600,000 Property Acquisition 200,000 Total $6,500,000 Bryn Mawr Collection System Cost(includes $14,800,000 allied costs) 95-008/Predesign Report/Report.doc ES-3 06/13/97 1. BACKGROUND History of the Bryn Mawr Sewer System The Bryn Mawr Lakeridge Water and Sewer District is located in unincorporated King County. The service area is along the southwestern shore of Lake Washington adjacent to the City of Renton and the confluence of the Cedar River and Lake Washington. The District services approximately 2,000 residential customers(250 residential customer equivalents). The general vicinity of the Bryn Mawr system and its interaction with King County system's East Side Interceptor is shown in Figure 1-1. The Bryn Mawr system is defined as a separated collection system, i.e.there are separate sanitary r, sewer and storm sewer systems..However,discharges from the Bryn Mawr District into the King County system exhibit extreme variations in flow similar to a combined system,resulting in overflows into Lake Washington. These variations in flow are influenced by storm events indicating the existence of a severe infiltration and/or inflow(I/I)problem. 1 A majority of the Bryn Mawr collection system was constructed during the 1950s under conditions described by the District Manager as"swampy". During the 1950s, construction techniques were not as sophisticated in dealing with high groundwater conditions. Most of these sewers were constructed with groundwater in the trenches. The presence of groundwater gives rise to poor sealing of pipe joints and increases the likelihood of subsequent I/I problems.Due to difficult construction conditions and inadequate construction techniques,the Bryn Mawr collection system may have been prone to infiltration from the beginning with time exacerbating the problem. ' The Bryn Mawr collection system discharges into King County at the vicinity of the northwest corner of the Renton Airport. Wastewater is discharged into the inlet structure leading to the inverted siphon located partially in Lake Washington and under the Cedar River. The inverted siphon discharges into the Bryn Mawr trunk which flows along the Cedar River Trail Park. This sewer discharges into King County's East Side Interceptor. The capacity of the inverted siphon and the Bryn Mawr trunk is 4.5 mgd. When flows exceed 4.5 mgd the excess flows discharge from the inverted siphon structure into Lake Washington. Historically, due to I/I, large storm events resulted in flooded basements,manhole overflows, and siphon overflow discharges into Lake Washington. In order to relieve the basement flooding and manhole overflows,the Bryn Mawr District upgraded several lines within the system in 1993. This relieved flooding of basements,but increased overflows at the inverted siphon structure. —' This is because the improvements increased the collection system's hydraulic capacity and therefore its ability to deliver the district's sewer flows further downstream. Additionally,there is some question as to whether parts of the stormwater collection system are connected into the sanitary sewer system. The storm drainage system consists of several creeks located in ravines,open ditches along local streets,and storm sewers under the more traveled main streets. Some parts of the storm drainage system do not have as-built drawings available. The District is currently investigating their system to locate the source of excessive I/I. 95-008/Predesign Report/Report.doc 1-1 - 06/13/97 • L. ,- l i t-' -' •,,,,....4 ' "-'- 1 i▪ t .i7, , • \,1 %.� .. :t,'. +ce,•:�`\_...i4a j( -..1:'' • .V.'"-... !I'` :I: • }+.,. :3 --.`Y-J ..`p l; -^•.._...,_..4 :y L` ,t\',:7r1‘'J• A _ L -. i,•}•a' -J- • -,W= _ "zw,,... \-.''y_'.- - s. - )r': t-"i•",�'1a,,A--1:1,• L.:; 1 ., -. • y:\t'` ,.}l s rw;j _ ' 1,.•. ,: ;`, ..__ 1 - %, ▪ t;I -•i,it.'', t+, .'t u -r. ,...1p�: .t e",` • _i`• ti\-<1.-z 1_ -rs-:i ▪• , 'ti r'J ;s"r:F/:.4,11, €:11 rA 1'.44:,\ >r"rt €�"EA-.i;). :r' .,ti '' "'a'�.e. :'l. -• 'Z: 'i--a,ti a------r��i:t▪_ __ ;, \ ?1 _;.::� :Existin B ri_M . . :. .... = =:.: tm , •.,:,',�:,: T g awrwwTP;. fit```!`' `4:• '7'''cE "`� :'.. ti fir,- • "°J,�< <'� rfr;'lj, ��' = § B n Mawr, .:r,.,� � ;.°`�: € -.�:�; .. -;:.. '-- _ �.is \� ,fir/ {" ��-� �i � := Bryn Mawr Inverted Si hon` ! 'LJ:?..,'r a.'!^p -: Sewer District.:-= ..� -l..n,.:'.ti; ,.v.•_t 'ram r.7m;•� .o:l; .. tir f/ :-t,,�,, ..y—8•!.`X;'� ,L'.:kl : "-y .;z --w..�..t k -fig +} t: .a`l:i�:�.• '" :' .::,i': "'r.-, •/. -� xvAS,{`' `z,b i:.[ �; � ;-'S'ji:=-` _ i_ :trtl .J. _ \'; �; _.9�a-1'r;: "�`�>°,..`T,�• ;�,`'�,�a•� _ r! ,`1y�-t'c�i p 1 ."':�y `. ..'. �.1 { .irT- :,'ir _ -•�'''�`- a:.�:'�=i�r"L""'- -- i-- i ^•,;,..�'.`:�S'itiCScB,'.•- .tc, .u: • :).{: 1.!�. x''-�;::.•'`�:�,:,'... r.:yjVµ :� :-,y�... .1 .'^",�,1^ ;t __ .Y'' ,�� �, e;''. S'�; `�i. _. '� _ � __"..�. - 'rr' '•��s-,.•_�,.•.-�;::_3 �. +.u• {7,�_; �r � :. _.....::,. Yi2�-i.;�s+^C'': spn, • !pi ' `i"r'wag. ,.'r' - ',• ;�.lr._ --r-/,_.•Is, �.,.. fr;; ..nib"'.. rgr^�Y.. Y: x`{,?r,'-'.:, - •'1 \y: ��`' ' •�:'—i{'_I•' e-� 1 '.t `4i' 'L::rs.. _�. 'r' ,d "t1'kYy'? '4:, :1%^�`.1 4. L' .:k? :�• _ yi .�Lri • j{' "t•�.�.?��.+ t +`�.-'-q��.,.a+^-•:- 3f�' .:� '4++.. •i ��}[F`'�� �,�/�: .�y��+�°� • ,�, :I.: _ §�-s ,.r :i.t'.;-: c i t'. •`C�,.-:z.J"r-py.;.:ii.n #�r��".'..t.v...-... �e,""k...',r, ,T :..�• ����• •'.. .,J .' v.i invi.--e*•. ,.i.,'•_,,'.. . ., t`zt :\'• ` r,-,:w-•,;��t- L,,,,.. .�Cev F�, - .}„ . :,:,,-. •„,•,,` t,._ ._ , .:,4:,B n Mawr Trunk ,,. a!%'�... '--rain 1°� :s4 r:.; �ii:i.;,.-,,+,'y 'ik;'�:r�:�.; . .5'�: .� e1 ;,t .:L�'; - ,}{ -'L :',,' i"-• f-'I ,,0ti y^r';`.-4r4:"tom.;. .. ...y1'l, '.ilt gyp- -'`' xi; "t s•:1':�' i t'=:-:. L '.1 X �. V.t;�`'k.:.;'fa::'\ 1+;� 1, } ,,�-"�b ,.•.`�.\I {.,��I ��.. *;,?_et> �., �f=';fit ; .i •I } .e. .;.u,'�";ra , 1.`'� ..:'y :6� •=.-^4, .:q.... �.i.of .�u�`}L:.s4}i::a1`-' 4 i, i. i y"•:4w i '1 .� �' ".....t., ) 9 y�'Y�a. tit.a. _ `�'.', {;i A -�".i r -" • 1 7 6'1fl1 • ,lit..,.,..,\�^."z,,,iti"." 3 I._. `i t} ,.a ,,, •• '3'.+; \•, i'4 • ':j E .i i. 14 - is letz;�' • 31: 5 , fl'v rei, r lr r' P : b, s x Al i+l, i. : r„SS At s A k. e' ' 'h �.' tl'�1.�.•'• - `4.'�, .� t: h,' °�;��,��.s[,•: i:' ¢ C,�l • SI jiF; F1'.TV1Qft 1 � ,.4'.'' L;'' .r ' '" �+N`'9 ; ,,.. •',s, •fy. ti) • ` Si:sSiiJtn 1'i is i;: ! 'i «i:`Iri air..S :`,,,. ..,,,,,, `� w`,i..,,s` :�€, ,' `� "1,;}',. '^.,_' ': � }cr.'f „ I_ . . i. ...-,,;:.t.-r:. c .vo::, t:�4.:'4 ``� :::.4:,,�.'' ti- .;:lc-:. 0 y'9C 1 •'r ,t 1- ' '. '' r. -! �9�, a '0._`1 .�;' i) `'t1 J.J.-. �.;.-.,." ''.;:. .a ld '; :,;;.+T f } '1 '`/,=$ i%' .1- if --,-. s;.`._r,' .Iv-,{.-.:.'r�: a .:•• • `i , ill -f' i 12"1-: 7 �i,..l :^' ,r, 1 i €'.�11 '-^-�-•.r.-:• W�'.'�-'r -.^e..d_-- .:' .=-•�.+.-��P^.. i'ia..�1_ '€ a _ 4..,`.� "N i•: !1\+� EL,"� :,}'' �i!r"- ,1: .F _yam'; '�yl n n:f .n '1� .in'r1XO1T. lv ri;,`,.. .� ���� � .\,ro�b,. `]' '.�. `� .-, +T:- 7-=' ••:,�`.:' :!''®•:1: ::;'„�:#:4V.�o a @'% .1� • • Il `ti� ',�,d l ; '' � ;.t,,. ,rE '� • ^-----., --- • ' a::i'i•, •i r:•• .9;A;:. 1.•ill p'` 1Sja` +�, 'Y`:.v..,A ' ' ';...� .ls'. ++r:.` G'�;.1;;':!..%!,=�I" °° S.ss• ;•' " ;. ��: R. `:' ,a ,�i,'dM7.C'r'.' i'i" s�rr/' - _" .�'- E•ast Sid a Interceptor. s�air. ��. .:�t. 541 sus• ---, {�•; 1•i' a*,!,°��P•-,�.''.od• i�'''.`i'�- ,.�a11.' � ,.k`.€ •p• er: ';>�Y=`;•\44 � I 'I';t e°• I €{� (!' -:!I ,r'''-* � t�•-7 "+` .r, '4- "V:ram`,sc. _ -•:._ � .":'..�.c... ..x 4311 A' . :72 a..„ �1� _-.:" -„`.:.''€/,"',.�c. .t-... ,,_;;;-�,. !., y.:'r;•% '` "'- T , „'A`'J`:c' g,# s'. ��, Fr :,' J4 ,;r: .Y\,. -� ;��,! _'ti�i�Y'.;�;� --- =;:>;�-`r r\ -j; __• r.,s 'O`'. 'ti� ki_ :e t i-,� '.r i'!�.s,•; � ,�• -' _� .-...: ; :v • ,'••.1-�'•!. ^�<r.e,\' �+� me f.. _. .. ` :%"� ' ,�'' �-�1 tr�,t�,{7:-';'.;' '%S�'i. �ti�-,x ¢ }r r� :• ...I• .,�•,.•:•5 ,'' <-:• [f ;-- •_it y- y- l ��%''.F,•: ;....[L.~ir - _ . • •�'f,,•,� �t(,, �.inEdfElmral' .�' :E:''-R� �:,• -.•_l� - _� tiS. y _` r. `�;.,% ..,�;_ ,_ ▪.v., ''� F ,,�f f t�-, c L '.' "a�.;�:.e. :':r;•:v - C- �, rrt'Y,-ci ice"Q: '�7 - ".- x' � iJ,. �•i�• -1", �i/','..r''/' ' y- _^''.� ^�' :i . l: <-�-;4;,..--....,•_ "'�'-.{'� ,.'. _''" li }r . :,:;•;;� " ue fS ) w:f f d s " ?• .< - K7'.. .' ;l ': .'I :• '1' ;•;li ,,, # ll , C'.tSi7'.:r;.^ �� 1Ak5• &� � � � ��1. le.:t.+ 'r°��-,, ,..:i1t1.31-:: .•.-.-...Y Y -...-. g ' s ' • ffi :'4 2 H t. • ' rt is M1 uvt' 3 i :. Yt is.• +t a i€ iI�jflrs 4.• � r : T1 NI, mag • \ ��,- ` je.L.• `''s. :,. ..Jr'_• #.". I;t ,, _ .• t.`'`rt( ?• , 1I''t'''1' ,.�': • t !! - ..'''; 'tl. ffi_ C.,tli S' r �';,,,, :r•!%M .'',, 4..' • rj•-�1.4,s, j': '[ _ J�,31 .r :- {{ Y.• -N 1 .ice ..' ti PM ;;}('' r I. •, • )11 1 Y' �,N` ✓'.yuV�. '1. '`J,� !��'�„:J j; a yr. 1 .1' ,� • �a , 77 jt`-;r./3 ,`,,,• r •.: :,,. ,;.. .. •� "I" i.;,:1�"^• :•w:i: 1;,:>, ("�' , ' - • `^ ,I :rE is !}i3 �. ',� g«:: ..-,%"..fir _1.•` �ti" ;ho- +ti '.t :l e�. ,. x._._._W. �.� Source: USGS 1983 . Project Location Map Figure 1-1 a Background Past Studies The Bryn Mawr overflows have been studied extensively. In 1991 Metro's Engineering Services Division examined five alternatives to reduce overflows. This study used a design flow of 5.3 mgd. The preliminary recommendation was to conduct an I/I study to verify the design flows used. Assuming the I/I study would validate the design flow,the study recommended- converting one inverted siphon into a force main(utilizing the existing Bryn Mawr District's pump station)and replacing the existing Bryn Mawr trunk with a larger pipe. - In 1992,Brown and Caldwell(B&C)was contracted by the County to perform an I/I study and re-examine the alternatives for reducing overflows. B&C's report entitled Local System Infiltration/Inflow Evaluation-Bryn Mawr, dated December 1993, included an analysis projecting the design flows and recommended a solution to reduce overflows based on the projected design flows. B&C recommended that an 8.1 mgd flow be used to represent a 5-year return design storm and the construction of a storage facility as the best method to reduce overflows. In 1995 Garry Sturthers Associates(GSA)was contracted to validate the B&C recommendation and prepare the final design. In the first phase of the work GSA prepared a Technical Memorandum,Bryn Mawr Evaluation of Alternatives, July 1995. Furthermore, as part of this project King County's staff re-assessed the flow design criteria by including flow data recorded after the 1993 B&C work. The assessment indicated that the peak flow rates and storage requirements were larger than previously estimated by B&C(5-year: 10.5 mgd,20-year: 13.1 mgd). The flow rates and storage volumes calculated by King County were used in the development of alternatives which could potentially reduce the overflows into Lake Washington. Two approaches were evaluated: i.e. increasing the conveyance capacity of the King County system and providing storage capacity to hold the peak volumes for later release into the King County collection system. GSA recommended conveying the additional flows through the King County system to the East Side Division Reclamation Plant and presented the specific method to increase L the capacity of the conveyance piping. A value engineering(VE)team reviewed GSA's study and recommended that an Infiltration and Inflow Reduction alternative be evaluated. Implementation of design refinements were also recommended by the VE team if increasing the capacity of the conveyance system was still a component of the recommended alternative after the I/I reduction alternative evaluation.. King County initiated an I/I evaluation program during the winter of 1995-96 by installing several flow meters within the collection system in order to develop an updated characteristic of the system and to isolate areas of excessive I/I within the Bryn Mawr District. The results of this effort was presented in Infiltration and inflow Evaluation in the Bryn Mawr Sewer District Technical Memorandum, July 1996 by King County.A summary is provided in Section 2 of this document. An important conclusion of the above memorandum was that the new estimated design flow rates exceeded those previously established in 1995 in the King County Assessment. The design flows were increased due to a better understanding of the system. 95-008/Predesign Report/Report.doc 1-3 06/13/97 t i Background Current Work The I/I study indicated the Bryn Mawr District as having one of the highest rates of I/I of systems delivering flow into the King County system. King County began discussions with the Bryn Mawr District to assess the potential for reducing flows within the District's system prior to the flows entering the King County system. King County provided Bryn Mawr District with funding to initiate work on reducing the M. The District retained the services of B&C to complete a detailed assessment of the collection system. Field investigations of the system were conducted during the fall of 1996 with analysis being completed during the winter and spring of 1997. Initial results confirm that the District is experiencing excessive I/I. During the winter of 1996-97 Boeing proposed a new storm sewer outfall to be located in parallel to the Bryn Mawr trunk located in the City of Renton's Cedar River Park. The construction of the storm sewer requires that the Park be temporarily closed for public vehicle access. The City of Renton requested that King County coordinate the Bryn Mawr project with Boeing to reduce construction impact on the Cedar Rivers Trail Park. Purpose of this Report This report amends and updates the Bryn Mawr:Evaluation of Alternatives, Technical Memorandum, July 1995. The technical memorandum evaluated a number of alternatives to reduce overflows into Lake Washington by focusing on increasing the conveyance system capacity and/or providing,storage capacity. This report provides three primary functions. 7 i • the evaluation of an additional alternative by reducing I/I into the Bryn Mawr system. • updating of new project information made available after July 1995, including a summary of King County's Infiltration and inflow Evaluation in the Bryn Mawr Sewer District, July, 1996. • pre-design of the preferred alternative. U 95-008/Predesign Report/Report.doc 1-4 06/13/97 • • • 2. HYDRAULICS AND DESIGN CRITERIA L, Background of Hydraulic Studies The flows and hydraulics of the Bryn Mawr service area have been studied and updated over the past 10 years. Information in this pre-design report is based on information from the two recent studies, Technical Memorandum:Bryn Mawr, Evaluation of Alternatives,July 1995(TM 1995) by Garry Struthers Associates,Inc. and the draft technical memorandum by King County titled Infiltration and inflow Evaluation in the Bryn Mawr Sewer District,July 1996 (TM 1996)This section summarizes and evaluates the flow data from the above documents and presents the recommended design criteria by which the design alternatives were developed and that the new I/I reduction alternative will use. Alternative Evaluation Technical Memorandum The peak flow rates and storage volume for the various storm events presented in TM 1995 by GSA are given in Table 2-1. These values were developed from rainfall data collected in the Bryn Mawr vicinity over the past 20 years and from flow monitoring data gathered. These data were used in King County's Runoff/Transport Model Simulation in estimating these flows leaving the Bryn Mawr collection system and entering King County system via the inverted siphon inlet structure. Table 2-1. Bryn Mawr 1995 Design Values(0 Design Event Peak Flow Storage Volume Size(years) Rate(mgd) (mg) 1 7.7 0.8 5 10.5 2.9 10 11.8 3.8 20 13.1 4.6 (1)From Technical Memorandum:Bryn Mawr,Evaluation of Alternatives,July 1995 The storage volumes required to reduce the frequency of overflows for the various storm events are also shown in the table. King County Technical Memorandum In 1996,King County initiated a detailed study of the system-wide flows within the collection system based on the recommendation by the VE team assessing TM 1995. The technical memorandum,Infiltration and inflow Evaluation in the Bryn Mawr Sewer District, dated July 1996, documented the findings of the study and analysis performed by King County from December 1995 through June 1996. The study concluded that if the Bryn Mawr District upgraded its trunk line further increasing its ability to convey wastewater to the County's II 95-008/Predesign Report/Report.doc 2-1 06/13/97 • Hydraulics and Design Criteria inverted siphon inlet structure,more flow would be brought to the siphon,resulting in more frequent discharges into Lake Washington than previously estimated in TM 1995. In this study the District was divided into ten basins. Each basin was evaluated to ascertain the source of I/I.All the individual I/I components and the sanitary flows were summed to estimate the total design flows. The basin flow estimates were used to assess the potential for each basin for the I/I reduction program. Inflow The source of inflow can be divided into two categories: the percent of impervious area directly connected to the sewers and the percent of pervious area connected to the sewers. The"percent impervious area"value represents sources such as roof leaders,catch basins,and area drains which are connected to the sanitary sewer system instead of being connected to the storm sewer system. The"percent pervious area"represents rainwater which runs overland and finds its way into the sanitary sewer system. The contribution from pervious areas to the sanitary sewer system is minimal during low intensity events but increases significantly during high intensity events. Table 2-2 summarizes the inflow parameters presented in TM1996. The table also compares Bryn Mawr parameters to a typical"tight"system with low I/I(Woodinville). Table 2-2. Bryn Mawr District Sub-Basin Inflow Parameters Sub-Basin Percent of Percent of Impervious Area Pervious Area Connected Connected 1 10 5 2 10 0 3 30 0 4 10 15 5 10 25 6 15 70 7 15 20 8 10 10 9 10 20 10 40 40 typical"tight" 2 0-.5 system (Woodinville) note:Infiltration and inflow Evaluation in the Bryn Mawr Sewer District in July 1996 includes a map delineating sub-basin boundaries Infiltration Rates Infiltration occurs from groundwater leaking into the pipes through cracks in the pipe, particularly at the joints.TM 1996 categorized two sources: trench infiltration and groundwater infiltration. Trench infiltration comes from water that collects in the pipe trenches and enters the pipe through cracks or separated joints. Groundwater infiltration occurs,when the water table rises above the elevation of the pipe. Table 2-3 compares the calculated peak infiltration rates and the dry weather flows. It also shows the high infiltration in the basins. 95-008/Predesign Report/Report.doc 2-2 06/13/97 Hydraulics and Design Criteria Table 2-3. Bryn Mawr District Peak Infiltration Flows(Flows in MGD) I, Basin Infiltration Dry 20-year 10-year 5-year 1-year Weather 1 0.1 0.1 0.1 0.1 0.01 2 0.3 0.3 0.2 0.2 0.01 1 3 6.2 5.5 4.8 3.2 0.05 L 4 0.2 0.2 0.1 0.1 0.02 5 0.8 0.7 0.7 0.5 0.02 6 0.3 0.3 0.3 0.2 0.01 7 1.0 1.0 1.0 0.8 0.01 8 0.3 0.3 0.3 0.2 0.05 9 0.1 0.1 0.1 0.1 0.04 10 3.6 3.6 3.5 3.2 0.021 Total 12.9 12.1 11.1 8.6 0.241 Total Peak I/I Flows The total flow contributed by I/I is presented in Table 2-4. The flows given in gallons per acre day(gpad)indicates the current condition of the system. Selected basins in the King County system are also shown for comparison. Table 2-4. Bryn Mawr District Peak I/I per Basin Basin 20-year 10-year 5-year 1-year (mgd) (gpad) (mgd) (gpad) (mgd) (gpad) (mgd) (gpad) Carkeek Park 15,100 13,600 12,000 Lake Ballinger P.S. 3,000 2,700 2,300 Swamp Creek 2,200 2,100 2,000 Kenmore P.S. 1,600 1,400 1,200 1 0.5 25,200 0.4 20,500 0.3 17,500 0.2 10,800 2 0.6 12,300 0.6 11,700 0.6 11,100 0.4 8,400 3 7.5 79,300 6.5 68,300 5.7 60,100 3.9 41,000 4 2.5 45,100 1.8 33,300 1.4 26,100 0.6 10,700 5 5.8 65,400 4.0 45,400 2.9 32,700 1.0 11,600 6 9.2 193,600 6.9 142,900 5.2 106,800 1.9 40,000 7 5.2 71,800 4.1 56,600 3.3 45,800 1.6 22,400 8 1.7 26,700 1.4 20,800 1.1 16,800 0.6 8,900 9 1.2 54,800 0.9 43,000 0.7 32,600 0.3 11,800 10 11.8 113,900 9.8 94,600 8.3 80,300 5.3 51,700 Total 46.0 36.4 29.5 15.8 These data indicate that the Bryn Mawr collection system has an infiltration and inflow problem. Compared with other separated systems within the Metro service area,the Bryn Mawr system is the leakiest system. Infiltration and inflow in the Bryn Mawr system contribute substantially to the system peak flows. All the basins in the system will require rehabilitation in an I/I reduction i program, if implemented. Peak Flows The results presented in TM1996 indicate Bryn Mawr system peak flows are significantly higher than estimated in previous studies. Table 2-5 shows the design flows from TM 1996. These are the potential flows that the District could deliver to the inverted siphon structure. They are not 95-008/Predesign Report/Report.doc 2-3 r_, 06/13/97 • Hydraulics and Design Criteria the actual flows reaching the siphon inlet structure due to the existing flow restrictions in the collection system. Table 2-5. Bryn Mawr District 1996 Design Flows(MGD) Return Interval Peak Flow Estimates 1-year 13.3 5-year 24.4 10-year 30.7 20-year 37.0 Storm Return Frequency Design Criteria King County's policy is to allow one overflow every 20-years from a separated system, such as the Bryn Mawr system. Because phasing of the recommended alternative may be necessary to accommodate funding,a review of return frequency design criteria and overflow policy is helpful in finalizing the alternative for recommendation. The Bryn Mawr system,being a separated system strongly influenced by I/I, exhibits system overflow characteristics similar to that of a combined system. Since the Department of Ecology allows one overflow per year from a combined system, it may be argued the Bryn Mawr system should qualify for similar overflow annually due to the fact that it behaves like a combined system.. The Environmental Protection Agency has established a committee to assist in developing a National Sanitary Sewer Overflow(SSO)Policy. Preliminary indications from the committee are that this new policy would be a policy whereby municipal entities can"negotiate"a reasonable and representative frequency for SSO occurrences. Under this policy, each municipality would set a goal and would work to stay below the agreed frequency. It is anticipated the agreed frequency would be in the 1-year to 5-year range for most municipalities. The EPA is expected to publish a document by the end of 1997 outlining this policy and its parameters.' ti 'Conversations with Dan Schecter,Water Environment Federation,July 29, 1996 and March 17, 1997. 95-008/Predesign Report/Report.doc 2-4 06/13/97 i . 3. SUMMARY OF BRYN MAWR EVALUATION OF 1 ALTERNATIVES - TECHNICAL MEMORANDUM The Bryn Mawr Evaluation of Alternatives- Technical Memorandum(TM 1995)prepared by GSA presented a detailed evaluation of several storage and increased conveyance alternatives based on the 13.1 mgd,20-year peak flow as established by the design criteria at that time. The conveyance capacity of the existing Bryn Mawr system is 4.5 mgd. The GSA study considered increasing system storage or system conveyance as the two options to reduce overflows in evaluating the alternatives. Various configurations of these options were assessed resulting in one storage alternative(with three deviations)and two conveyance alternatives(with two deviations each)being evaluated. Following is a summary of the evaluation and recommendations from TM 1995. Additionally a downstream impact analysis which was not included in TM 1995 is also presented at the end of this section. The storage alternative evaluation included assessment of implementing either in-line or off-line storage,with the off-line storage being provided by a new cast-in-place concrete structure. None of the storage configurations could provide the required storage volume of 4.6 mg to reduce the 20-year flow of 13.1 mgd to the system conveyance capacity of 4.5 mgd. Storage facilities meeting the 1 and 5 year storage requirements could be provided and thus were identified and assessed. The 5-year facility was a cast-in-place concrete facility located near the inverted siphon inlet. Two variations each for the two conveyance alternatives resulted in four routes being evaluated. The two issues considered for the potential routes were the crossing of the Cedar River and the City of Renton Airport runway. The pipeline could be laid such that it would require crossing of the City of Renton Airport and the Cedar River; or laid to the south,to connect to the East Side Interceptor after it crossed the Cedar River,thus eliminating the Bryn Mawr Trunk Cedar River crossing and the pipe could be located to avoid crossing the airport runway. The four routes identified for evaluation are shown on Figure 3-1,and are as follows: Inverted Siphon • Northern Route: Construct a pipe paralleling the existing pipe. This alternative routes a new pipe on land to avoid environmental impacts of water-based construction,under the City of Renton runway and the Cedar River to the Cedar River Trail Park. A new pipe will then parallel the existing route of the Bryn Mawr trunk through the Cedar River Trail Park, turning east on North Sixth Street,and connecting to the East Side Interceptor. • Mid Airport Route: Construct a pipe southward within the Rainier Avenue right-of-way and under the City of Renton Airport and the Cedar River at a point midway between the north and south end of the runway in alignment with North Sixth Street. The new pipe would then parallel the existing pipe on North Sixth Street and connect to the East Side Interceptor. Gravity Interceptor • Rainier Avenue Route: Construct a pipe southward within the Rainier Avenue right-of-way and eastward along the airport perimeter road and connect into the East Side Interceptor. • Airport Route: Construct a pipe southward within the airport property between the runway and taxiway. At the south end of the airport the new pipe would be laid eastward within the perimeter road and connected to the East Side Interceptor. 95-008/Predesign Report/Report.doc ,3-1 -, 06/13/97 . • } Summary of Bryn Mawz Evaluation of Alternatives Technical Memorandum -- - - NIP-- __„ - Q+ 1�.��� �4f�.;F �`\'..�'I!r T° r�, �•.t- EP1FP :k ter: i.-apt- �y'-..r-r. s, c n��l :. � ��- _, � � !r �•�•� �.r--'r"'�: : _ r• y � - gym _ �}� - II �. - -�•s. % I i" ; �-t•'-." .!----"'>: - ,�' . --�� iA:,, Jreve.a r• fn • i! 1'( �`:._ i'?..�TillatialP ��-•�'� � R ` - r V, 3 Qs,S' T jL�y �-!� �:. _ 7•f Y Eft . 1 '. rsctrw:_v a� • ► f�.a �tr v. s ' i I p - • '"" rt , • YSY;.,:1„•^ L i.�'] 'ran ' ��rri.4• }t ' ` '� J'• ;�vlk - _ � � , ,�• .11���}''. r• jI 3 = co r i. 7s or t , �,EY 'v - nVt ` G --11 F ' Mil ; ' . - " A 4. P. Eastside r--- �t.'r� fl 'r I-` r '= � ? :� r �_ � _ r Z� '� s3 AIL Interceptor . ., •R _� e`'Irk = ` II: r ,�C-,,,,, urr;I",:,,,.;,_._i_„: , .a•WA.>v , J,.r Zrrapvoitrty L s •�TS"�FL : ri� Interceptor .�� ��• - • - I Route y i - `' { k�.. ,-- gam .�- "--4' 1,a-' ,;• " _ -_. i`1p�' 4s - y /• -* '_ � '}.�s'F siet .� .. . - -1 : V_,p a, . :"_ r � .;1 ;_•Renton South r /-. `L • -,. • •; :\ -.:.�f,e x ie y- . ,_� 5 -is fj 7 Trunk Connection �I ,i t--fr 'ir`j#, _ t r+- .„,:_st .. , . - - - -. ��•rii- 'e''.,.w_y C • t1.o 't •4_s iT, • .ri -Krrt- f T " r • •`' 1,L_ \ ` t r-#58 •4�,•y'r� -1,.�._. -.-Ls-- C a.y _. _ ,4 • _ _ _ ,> < \ . < Inverted Siphon: -- - E _!•` i.' \ \ - =._f - r ' - - -� 6 `sit a North Route t. • _IC Cedar River " :c a ~ Existing Bryn Trails Park f s ,. ;Mawr Trunk -� � �-._ = -�.- e I - _.. • �. = ,g — --- ' - � ` _ �-�� is- i�. y' .r• '"T - -i Mindemann =-�-= I +� G " t , I. • I` _ • IC Chamber of '' ; t Rest.y 1 c t �r a, _ 3. :'= <.4., z < • ar .• ,'' _ `9 IN Gravity Interceptor Commerce ¢ ,; ��) � r- Existing Inverted �►. Li,.., ..+�1�. , .,,..A--_--,-,---.., Rainier Ave. R zi _ '_ _i�,i , 3 Siphon Inlet y p andon n' ` _ - oute, a �-T r .firms �, :} . 3, } �' .� � ,it• _ . --�` -' _ram IC Inverted Siphon 5 " . � z , _ Lakeshore i= ►;�. ;; y� � .., r Renton West r ` ;' ry • 1,* Pump Station - f Mid-Airport Route,, =E: + "i ' - - cJ ri.. ` ,-1- f- 'Y 4.,.. ..,NA.-,,,.:, s, ., +'a 1 �-I -- S a. �� Y ti , a'•'} .s '�/r2• J0t4:- 4 - } tiifYR. +. ►_ t �D ri�i �. ,��-` Y .4.``y`•t1.J a•L�.-1 '�ark{�� ' r -k- ,�C i`•i' ¢7 's i K r'. .tea ,4} -"i - ' c) e e - 5 1Y.s t.., a'�s'. . — r ,F •1'*ems '• «+ `• �` 't ,„ .`, ` .j '' u+A�. '5 r. -r.. '5 '7. - .-t v } 1131•t ril . C'- "N Ee,1`C' _- r4• '1'r t ♦:r r- . t`��` tir ,:. .i ,,• • '.4• .. a_ tc .,,5. •1 l� _ ♦ i -- espy -`i�w/ �_ _ ,`Q•a�, ; `o e 40.7. _ 'i.c d 1Y A.- - .Y, 3e. •v 1 .t7. as& yr r- Hia s� u h�. • - r • •. �o��r -Yr�-" .,i`z;L•C'•Y, ;<.. i'� 1`.:_ J'' ! j 2. _re 1- AN •-- •- , s. Y•7'Z..i -ti. .•V..V.5.i 'a •{, • • {�{�t.',4 i° .l - .r'. '. .,... �a' a`., �� '- 'nip,+:'. 1:r2s-'.` jw/��� t `$ 1� /t* }�'A s ' t �'` ? Yr:--'� } ., %t £,>s • j._' - [ • 3 ,S�*n` ..�S. c'�,„fa t}: 1.-' Ili i / r w.a� _Aft , ' Tr-AM'. _10 -U. 1� �` !!, S+ ,, ,, s i �' :-+ 'S r ,}..4..r " '� + i • -fir,.. a: +�,' �) `ra_s' F•�:-• - -i - _ J aL Ps.i,-. 1 k:1<, -' Wi .. - ,`II'"*. -'-� i • ..:.k j �+.sue F wn - �r•' .;' •r r• f� ''. i3,,:::„4} .s._ .:? y. ram_ .*•"tor._i .. --2.1 .51.t'tm ` :, ,i.1 .i•} 1 ' r�,, f °:-, : + I` _ # r-, i," . -`�; 5« £+ , _`� L ~s_ r_ . _ t-.4 /i .1. • - d< ,. r 7tiC's"r _ sa.� ! i S :� .. -i. . ' ., �_� ,`t f-' r -Ji -+ "t.r ''- .>< '� 1- - 7a 'i, , .4" - ' yt, .s --` -' • - .r• . ''^ �4..r•ajs a r. S' �. < t ._• r r ` n,)s f = ° - w k a n _ Y"�xe r, •• -'•'' =`r x« •. i *la _a l[c i i ° isolts :r, 1' ,rq ��K s 31a • �,j f =r s i+ 'h.k Nit t r §� F t , ., .74. r� '1 ii x = �- fiLtom- j_ if" l r ' - �f �•Boa Y•z AV: . •�" '- __ ram. u _- •� - Y '.`` r , - .`- #i'r /i i7 _ ,. '7- . _ _ ,�:`�ti :}a•r ' _ per• - `` S:§ 'h.._ P 4.4.{� •1= i7j. >r.l �..J"�e tif'�a_ ;ii .. .L: '``'>•'`^' ,er . """vim.,_. _ - t•� ", •I ':C•�s Z, _ ` 1 I if`- .� r� L. a .3ry, Tt * `� _-rx r = � : r�� r _ �s r .•� - ♦S ,lr ram. r;_. .tsi. ' .r' �. ..,V 4� sr� > c = • l %r t+ tr �s �`e ♦ g r I • +' vw- d r �745 . § � : Figure 3 1 • • 1 L� 14, .;X . - .y`.f- i.• ',- 11. �, .,, --- ,,. - �, __.z / ` V. s _ - -� _ _ - a- -Y 4• -J t` 's:-e --s '- ws 't�..{-,.4. nv - • mot �. • ' . ,•_ �. N . p: rr-t t �. Conveyance 'h• -f -...lia€s` M'•s:.P'• rP _, ,F �' '�M :`� _ r.. t - - 4_ y h_� J t�, ''4- •,cd a+ - _ .._ a:t - 3 ,t -, �.•- _ 3,z _ r� . " Alternatives �o . - mo,,�,,� •f ._-- J r .la 'f �.•y... 'P.- i` �1'il • _ --- ,+r ' - _ .'_ P• _ `*•t# .✓ - ..�.-h 4 g ..�-v_ `. el :=tF.t{',xlr :.i,37s'a,yr _ �i i •. . {.�_ r rr- $,N r. _ '� 'E'rl• - 'R.; ,r �) ' ".� _ -ti - $r ' ` � 1•It- •,; - i #p•.. `' r.f JJ. � , ; sr ,. .�' .> ,� Q NORTH " ..r thy. r rrf s,�1 r t_, - r«r__ - +af s�. f- e i -.�. _j i's: 4,R •4- r=„ •;�. .,fa s t t .; 4 - - Scale: 1 = 900 >ti� J, , 1 ." "•}I•_ .3 �'r a.s?n.; i4 .7 - _ 4 tom} +'!,, '_- • t .lr. _ - i. _ _ - -`.i '.e -i - -- ;_- fir. - - _ , _� • -tf ✓ #�-�• r X. `;,. .i.�. 1"k'...• ., 1.. . • �-_, sr. - ,... -<IrF _ , i..[- ,-4-r.y t- •} " '• i "r i'F% .y P' ;. •• ,';s y' `-. :t• * - "'-_ ; _` *r= r- "iL• v' .}. 1 fit.+ '• `:-+�•„�; a.:Yr'• °'- ?- •t y} - -� 3 i. t"- t`_,•!� >C+-xis ! t- - _ `7� = s'ra.' +• i rw�� ..' �. 4ti'-�s •.r r' - .:.'r"T'.4:s.,j.`J?i5•rl - '+�7' i� },_ - jC� '. +• .y. J_i= - "? ; ° mot } `f *vr� - r • "" as'r • [ parr +lr�r�, :.e�r. �iis � 'f}� ti 0 :.s - i 5« a1 1 i 95-008/Predesign Report/Report.doc 3-2 06/13/97 Summary of Bryn Mawr Evaluation of Alternatives- Technical Memorandum Existing System The existing King County Bryn Mawr system consists of the inverted siphon and trunk. The inverted siphon,buried in Lake Washington, consists of two barrels(1,545 feet in length), beginning as 10-inch and 16-inch in diameter at a location 67 feet from the inverted siphon inlet structure,and then decreasing to 8-inch and 14-inch in diameter respectively The inverted siphon connects to the Bryn Mawr trunk(27"diameter)which runs south and then east prior to its connection to the East Side Interceptor. The existing Bryn Mawr inverted siphon and trunk have an estimated capacity of 4.5 mgd. The existing condition of the inverted siphon is difficult to determine without actually removing a coupon of the pipe wall. It was determined that removing a coupon was not in the best interest of the project because of the high expense in dealing with a pipe buried under water and because this process can potentially weaken the pipe's integrity. The nature,environment, and location of the existing pipe were investigated to assess corrosion potential. Indications are the pipe is not in a corrosive environment and may have many years of useful life ahead Nevertheless without a coupon from the pipe barrel,the current condition of the invert siphon cannot be made. The Bryn Mawr Trunk line, in to which the inverted siphon is connected, is reported to be in good condition. There have been no maintenance problems with the line. Design Criteria The alternatives were evaluated utilizing the design flows established in 1995 as summarized in Section 2 of this report and repeated here in Table 3-1. Table 3-1. Bryn Mawr 1995 Design Values Design Event Peak Flow Storage Volume Size(years) Rate(mgd) (mg) 1 7.7 0.8 5 - 10.5 _ 2.9 10 11.8 3.8 • 20 13.1 4.6 Storage and Conveyance Alternatives Evaluation L ' Storage In-line storage was assessed by constructing a new large diameter pipeline in Rainier Avenue North. Due to the existing Bryn Mawr system layout, it would be difficult to direct enough flows through the proposed pipe to generate flushing velocities;therefore,this configuration was not pursued further. tl Three configurations for an off-line storage facility were evaluated. One is to build a large- r- diameter pipe within Rainier Avenue North. The second is to utilize the abandoned Bryn Mawr wastewater treatment plant structures as much as possible. The third configuration is to demolish the existing facility and build a new storage facility. Both the first and second configurations 95-008/Predesign Report/Report.doc 3-3 r 06/13/97 Summary of Bryn Mawr Evaluation of Alternatives- Technical Memorandum have physical limitations allowing for a maximum size of 0.8 mg. This size storage would only reduce a 1-year peak flow of 7.7 mgd to 4.5 mgd. The third configuration is the construction of a new off-line cast-in-place concrete structure as shown on figure 3-2. It was determined that a new facility could be built in the vicinity of the abandoned Bryn Mawr WWTP facility. Although this land is now privately held,Metro could acquire the land for use as a storage facility. However,because of site limitation this facility could only accommodate up to a 5-year storm. Impacts and Issues • The site being remote will require security, operation and maintenance. • The property is surrounded by residential use. • The structure floor will be below the water table. Increased Conveyance Inverted Siphon Alternative Two potential routes were identified to convey increased flows to the East Side Interceptor. Both of these routes included a new inverted siphon and gravity trunk line. The inverted siphon was developed to include an air jumper and duel barrels,both features preferred by King County staff. Because of the uncertainty of the condition of the existing inverted siphon the alternatives were presented in the TM 1995 with the existing inverted siphon being abandoned. However, in response to value engineering comments,the inverted siphon was modified to eliminate the air jumper and one new barrel of the inverted siphon with the existing inverted siphon to remain in service. The new barrel was sized at 24-inch diameter. The alternatives presented in this report have incorporated these modifications. Northern Route The Northern route approximately parallels the existing Bryn Mawr inverted siphon and trunk. This route is 5,880 feet long,with a 1,480 feet long inverted siphon under the Renton Airport Runway and Cedar River. The inverted siphon is located at the far north end of the Renton __ airport,and would discharge into a 36"diameter gravity pipe within the City of the Renton's Cedar River Trail Park. The new pipe would closely follow the alignment of the existing Bryn — Mawr trunk proceeding south in Riverside Drive through the park and turn east at the North Sixth Street Intersection and again parallel the existing sewer trunk until connecting with the East Side Interceptor at Burnett Street. Impacts and Issues • • Microtunneling or directional drilling would be required to construct the pipe under the -, airport runway and Cedar River. The preliminary geotechnical investigation indicates that the soils are conducive for this type of construction;however,this type of work has a higher degree of construction uncertainty than conventional open trench construction. • Two existing mobile homes along the northern portion of this route are in conflict with the r- , proposed pipeline. It may be necessary to either relocate the occupants or bore and jack under the homes. 95-008/Predesign Report/Report.doc 3-4 06/13/97 ' Summary of Bryn Mawr Evaluation of Alternatives- Technical Memorandum .1 7- 1 r _ter ' -.� jr -�` _ ' f * • � � , ' '; - - k4 l ~4 ;. ._ �.- `"" gyp r. si v r t ''I Storage Facility " '-' -ter - t e : . , _ Footprint , Fa a x �+►1` f 5 Year Event yt .. 4 C s •1 7 , : >�', �_ K .ems _ .� A $ " x '_ s _,'i�S+ ''r `Tom - "'7., `r` ',t ' ' - ~-�,� • 1� ; ' a«. F . fir. ; { t • 14- l • �, `�{ '•- Inverted ' '- _.`V„ .I. ' a'�,_ : ' '"fir'''' r I.,.z ' .. _ ; �'A,57. ., n �[ . - - �_- _ IC Siphon Inlet -' - , .:..1, . q. - •,•44-4,M, ._ --1, - P-•-•• EF ! , > t � ' ` �. IC Lakeshore 1,,. : A. r__ fir'. - i„p.. ` 0:41 ,•I( Pump Station . _ xitlwv r i'tn i ! - �� °►ter": � ti M.]� ! _ • Jr .. s '' .i ,.� -' f '" � fr ._ : .. .' � ( iSq. F : ` Itt,fi v (clef,' ��� E-_ ,`�- _ j 1 !'a L' ✓s... ' ,•t�• trr� r e 1 \Ilk i •"' 4- III T. . 4' YJ•y r& . t ` 7. Source: Walker&Associates Figure 3-2 NORTH ➢ Scale: 1"=60' Storage Alternatives 95-008/Predesign Report/Report.doc 3-5 06/13/97 • Summary of Bryn Mawr Evaluation of Alternatives- Technical Memorandum • Few utilities exist along the gravity portion of the route,especially along Riverside Drive, and no major utility conflict are expected. • Groundwater throughout most of the alignment would be 5 to 8 feet below the ground surface. • Of the 5,100 feet of open trench construction required,approximately 1,000 feet would be over 15 feet deep. • Construction of the Bryn Mawr Trunk within the Cedar River Tail Park would require closure of vehicular access to the park for 2 to 3 months. • There are no significant environmental issues or impacts identified at this time. Mid Airport Route The mid airport route begins on Rainier Avenue and generally follows Rainier Avenue southward until the middle of the airport and then enters an inverted siphon. This route is a total of 6,520 feet long with a 1,505 feet long inverted siphon under the Renton Airport Runway and Cedar River. The inverted siphon would discharge into a 36"diameter gravity pipe at the intersection of Riverside Drive and North Sixth Street. The new pipe would closely follow the alignment of the existing Bryn Mawr trunk along North Sixth Street and parallel the existing sewer trunk until connecting with the East Side Interceptor at Burnett Street. Impacts and Issues • Higher potential for uniform soil conditions for the micro tunneling portion of the project than the Northern Route. • Traffic and businesses would be impacted on Rainier Avenue. • Isolated area at the inverted siphon inlet has a lower potential for odor complaints than the northern route. • Of the 5,320 feet of open trench construction required,approximately 3,000 feet would be over 15 feet deep. • The Bryn Mawr District's Lakeshore pump station and force main would require modifications. The force main would need to be extended 400 feet and the pumps also modified to accommodate the increased dynamic head and 1.5 feet of static head. • A portion of the Bryn Mawr District's collection system flows into the Lakeshore pump station. This flow could be tied directly into this proposed pipe,thus reducing usage of the pump station. • The pipe could serve the future flows from the Renton West Hill. • Groundwater along the pipe alignment along North Sixth Street will be 5 to 8 feet below the ground surface. • Construction of the Bryn Mawr Trunk at the entrance to the Cedar River Tail Park would require closure of vehicular access to the park for up to 2 weeks. • There are no significant environmental issues or impacts identified at this time. t_ 95-008/Predesign Report/Report.doc 3-6 06/13/97 Summary of Bryn Mawr Evaluation of Alternatives- Technical Memorandum Gravity Trunk Line Alternative The two gravity interceptor routes,Rainier Avenue Gravity Route and Airport Gravity Route avoid the need for an inverted siphon by connecting to the East Side Interceptor to the south and hydraulically down gradient of the Cedar River and south of the Renton Airport. Therefore, neither the airport runway nor the Cedar River would need to be crossed by the pipeline. Rainier Avenue Gravity Route This gravity route begins on Rainier Avenue and generally follows Rainier Avenue southward until Airport Way,then turns eastward along the southern airport perimeter road, crosses Logan Avenue and connects with the East Side Interceptor. The interceptor would be 8,340 feet in length using a 36"diameter pipe. The existing Bryn Mawr inverted siphon would be abandoned. Impacts and Issues • Traffic and businesses would be impacted on Rainier Avenue • Of the 8,340 feet of open trench construction required,approximately 7,900 feet would be over 15 feet deep. • The depth to invert for approximately 3,600 feet ranges from 20 to 32 feet deep. Bedrock may be encountered on this portion. • The Bryn Mawr District's Lakeshore pump station and force main would require modifications. The force main would need to be extended 400 feet and the pumps also modified to accommodate the increased dynamic head and 1.5 feet of static head. • A portion of the Bryn Mawr District's collection system flows into the Lakeshore pump station. This flow could be tied directly into this proposed pipe,thus reducing usage of the pump station. • The pipe could serve the future flows from the West Hill Renton. - • Boring and jacking under Logan Avenue would be required to connect to the ESI. • There are no significant environmental issues or impacts identified at this time. Airport Gravity Route This route begins at the existing inverted siphon inlet, follows the Lake Washington shoreline through the Mindemann Restaurant parking lot(similar to the North Inverted Siphon Route),and then travels east to the eastern side of the west taxiway within the airport. The route then turns south and parallels the runway until it reaches the south end of the airport at the perimeter road. The route then turns eastward in the perimeter road,crossing Logan Avenue and connecting to the East Side Interceptor(similar to the Rainier Gravity Route). The interceptor would be 7,980 feet in length and use a 42"diameter pipe. The existing Bryn Mawr inverted siphon would be abandoned. Impacts and Issues • Of the 7,980 feet of open trench construction required, approximately 2,100 feet would be over 15 feet deep. • The pipe could serve the future flows from the West Hill Renton. --- • Boring and jacking under Logan Avenue would be required to connect to the ESI. 95-008/Predesign Report/Report.doc 3-7 06/13/97 Summary of Bryn Mawr Evaluation of Alternatives- Technical Memorandum • There are no significant environmental issues or impacts identified at this time. • There is limited access to the portion of pipe within the airport property. • Two mobile homes exist along the northern portion of this route and in conflict with the proposed pipeline. It may be necessary to either relocate the occupants or bore and jack under the homes. • The alternative requires the highest flow of all alternatives to achieve a flushing velocity. In-line Storage Option In-line storage option was presented in TM 1995 for all alternatives and consisted of construction of an over sized pipe in a section prior to connection to the East Side Interceptor. The oversized section of pipe would be used for storage to reduce impact on the East Division Reclamation Plant. This option of the inverted siphon-northern route modified the alternative by constructing the down gradient portion of gravity pipe as an 84"diameter pipe. This option does not impact the alternative selection because it is located downstream of the inverted siphon and does not impact the flows through the inverted siphon. It does however reduce the downstream impacts of the flows. Impact on the flows was determined by hydraulic modeling. The analysis indicated that the maximum flow reaching the East Side Interceptor would be 8.1 mgd. However,the analysis also indicated that the same flow would have a 8.3 mgd impact on the Eastside Division Reclamation Plant, an increase of 0.2 mgd over the East Side Interceptor flow,clearly an impossibility. A flow of 8.4 mgd was used to project the impact on both the East Side Interceptor and Eastside Division Reclamation Plant to compensate for the inaccuracies in the hydraulic model. Downstream Impact Costs Downstream impact costs need to be considered when evaluating alternatives to accommodate the Bryn Mawr flows. Increasing capacity in the siphon and the gravity sewer line will increase flows to the East Side Interceptor,the Eastside Reclamation Plant,and the Effluent Transfer System. Increasing downstream flows by upgrading hydraulic capacity must be weighed against the option of reducing infiltration and inflow within the Bryn Mawr collection system. The downstream cost analysis for this report considers the marginal cost of accepting additional peak flow from the upgraded Bryn Mawr conveyance system.-This is done by assessing the unit- cost of the downstream facility improvements needed to accommodate the additional peak flows. The anticipated downstream facilities are outlined in Wastewater 2020 Plus: Conveyance and Treatment Alternatives Screening and Refinement, Task 6.1.3 Final Report, January 1996, HDR Engineering, Inc.(HDR 2020 Report). The downstream impact costs are taken from the planned upgrades downstream of the Bryn Mawr system,namely the East Side Interceptor and the Effluent Transfer System. It should be noted as to which alternatives King County will implement from the HDR 2020 report are not known at this time. However, it appears that the following improvements are the most likely to be implemented for this area. These involve the following projects represented in 1995 costs as shown in the HDR 2020 report: 95-008/Predesign Report/Report.doc 3-8 06/13/97 Summary of Bryn Mawr Evaluation of Alternatives- Technical Memorandum 1. Effluent Transfer System Conveyance: Project Capacity Total Project Cost per Increase Cost(million) Gallon Pump Station 90 mgd $18.1 0.201 3rd Outfall 195 mgd $16.5 0.085 Booster P. Station 195 mgd $79.2 0.406 Total 0.692 2. Effluent Transfer System Storage: Provide 90 mgd storage; project costs estimated at$35.2 million and$0.391 per gallon 3. Upgrades to the East Side Interceptor, Section 1: Provides a capacity increase of 150 mgd. Consists of two projects with cost estimates of$9.3 and 7.9 million,and a cost of$0.115 per gallon. Table 3-2 shows the planned upgrades to these facilities and the average cost per gallon for each facility. An average cost of the Effluent Transfer System (ETS)conveyance and ETS storage was used because the Bryn Mawr flows would impact either system but not both. The average ETS cost is added to the cost per gallon for the East Side Interceptor upgrades. This provides a downstream impact cost for flows from the Bryn Mawr system. This cost were applied to all flows above the existing system's design capacity of 4.5 mgd. Table 3-2. Downstream Impact Costs Associated with the Bryn Mawr System Projects Identified Cost per Cost per gallon gallon (1995 (1997 dollars) dollars) ETS Conveyance $0.692 ETS Storage to Reduce Peak Flows by 90 mgd $0.391 Average Effluent Transfer System Cost $0.5415 East Side Interceptor Section 1 $0.115 Downstream Costs Associated with Bryn Mawr Average ETS Cost $0.5415 East Side Interceptor Section 1 $0.115 Total Costs , $0.656 $0.710 Total downstream impacts are calculated by multiplying the cost per gallon by the rate of flows impacting the East Side Interceptor and ETS. By hydraulic analysis the design flow of 13.1 mgd is reduced to a flow of 12.8 mgd when the Bryn Mawr trunk discharges into the East Side Interceptor and 11.1 mgd when the flows reach the East Division Reclamation Plant. To account for this hydraulic dampening of the flows prior to their reaching the ESI and ETS,the total flows are reduced by an average of 10%and then multiplied by the total cost per gallon of $0.710/gallon. Preferred Alternative The preferred alternative in TM 1995 was selected after considering construction cost and other significant issues(including environmental and social impacts)for each alternative. Table 3-3 summarizes the issues considered for each alternative. Appendix A includes a detailed cost estimate for the project.cost of each 95-008/Predesign Report/Report.doc 3-9 06/13/97 Summary of Bryn Mawr Evaluation of Alternatives - Technical Memorandum i Table 3-3. Summary of Conveyance and Storage Alternatives Alternative Route Description Conveyance I/I Reduction Downstream O&M Costs Present Worth Operation and Engineering Significant Environmental Project Costs Project Costs Impacts ($million) (including downstream Maintenance Considerations and Social Impacts ($million) ($ million) ($ million) impact cost)($million Considerations Storage Off-line-new Build new facility at Bryn Mawr 9.4 1.5 24.0 0.31 35.2 • Security and O&M • Structure floor below • Property surrounded by i facility WWTP required at a remote water table. residential use. site. Inverted Siphon Route Northern Inverted siphon from Bryn 6.5 14.8 5.4 0.08 26.8 • Limited access to • 1,480 If of inverted siphon • Temporary closure of Cedar Route Mawr WWTP to Park. Parallel pipe within airport • Obstructions may be River Trail Park during existing interceptor to Eastside property encountered along micro construction Interceptor tunneling sections • May require temporary removal of a mobile home. With in-line storage 8.9 14.8 2.7 0.25 26.7 • Potential to encounter ' contaminated groundwater along route Mid Airport Starts on Rainier Ave., 8.5 14.8 5.4 0.07 28.8 • Limited access to • 1,505 If of inverted siphon • Traffic and business impact Route proceeds south. Eastward at pipe within airport p Potential for cost sharing on Rainier Avenue. approximately N. 6th St. property with fiber optic cable • Isolated area at inverted installation. siphon inlet;best location if • Potential for uniform soils the air jumper is eliminated along micro tunnel section. • Can serve future City of Renton,West Hill service area. Gravity Interceptor Route Rainier Ave. Starts on Rainier Ave., 7.4 14.8 5.4 0.04 27.6 • No specific • Potential to pick up flows • Traffic and business impact Route proceeds south. Between the considerations from the City of Renton on Rainier Avenue. Chamber of Commerce,and - pump station Airport Road, line moves east • Can serve future City of to Perimeter Road. Proceeds Renton,West Hill service eastward to Eastside area. Interceptor. • Deep excavation along Rainier Avenue may encounter bedrock. Airport Route Bryn Mawr WWTP to 7.2 14.8 5.4 0.08 27.5 • Limited access to • Can serve future City of • May require temporary Mindemann's parking lot,then pipe within airport Renton, West Hill service removal of a mobile home. east to the east side of the west - property- area. taxiway,south to Perimeter • Requires highest • Short inverted siphon Road, east to Eastside flow of all under the box culvert. Interceptor alternatives to • Relatively shallow achieve flushing excavation. velocity 95-008/Predesign Report/Report.doc 3-10 06/13/97 it • Summary of Bryn Mawr Evaluation of Alternatives- Technical Memorandum Operation and maintenance costs were developed in TM 1995. On assessing the cost and other issues for each alternative,the Northern Inverted Siphon alternative was determined to be the least cost alternative, either with or without in-line storage. This alternative also does not have any significant engineering, operation and maintenance, or environmental and/or social impacts. Thus this alternative was recommended as the preferred alternative in TM 1995 Therefore the recommendation from the TM 1995 was that in considering the alternatives of storage or conveyance the best alternative for implementation was to increase the conveyance system capacity by constructing a new pipeline along the northern inverted siphon route. Refinement of Preferred Alternative A value engineering session was held to review the recommendations presented in TM 1995, which was prepared at the conclusion of the alternative study phase of the project. No suggestions were made to revise the proposed route alignment,that of the inverted siphon- northern route;with suggestions made on ways of reducing the cost. Value engineering team suggestions were reviewed for applicability and the following accepted. f • Do not abandon the existing inverted siphon. Install new inverted siphon as a single barrel. Make capacity of the single barrel equal to the peak capacity to allow for abandonment of the existing pipe in the future. • Eliminate the air jumper for the inverted siphon.King County staff confirmed that the existing inlet to the inverted siphon currently does not create an odor problem,justifying the elimination of the air. • Eliminate the casing pipe in the tunneled section. With the elimination of the second barrel of the inverted siphon and the air jumper,the casing and carrier pipe can be the same pipe. • Investigate the reduction of the infiltration and inflow into the Bryn Mawr system to reduce • the capacity design criteria of the proposed interceptor. The evaluation of this alternative is presented in detail in Section 4 of this report. 95-008/Predesign Report/Report.doc 3-11 06/13/97 4. INFILTRATION AND INFLOW REDUCTION ALTERNATIVE This alternative evaluates reducing I/I to a level such that no increase in the conveyance capacity of the Bryn Mawr inverted siphon and trunk is required, or a conveyance capacity less than the TM 1996 20-year design criteria peak flow is required. This section develops the most cost effective combination of I/I reduction and increased capacity to the Bryn Mawr trunk. Cost to Reduce Inflow & Infiltration in the Bryn Mawr Collection System Since I/I is a substantial component of the design flows, its reduction will lower or eliminate the need for the upgrade of the Bryn Mawr inverted siphon and trunk. This I/1 reduction analysis is based on the hydraulic evaluation summarized in Section 2 of this report. Currently the Bryn Mawr District is performing a detailed investigation to obtain a better understanding, and ti identifying the sources of I/I of the Bryn Mawr collection system. The work involves smoke testing and a video study of the collection system. Results from the District's study should be reviewed to validate and confirm the recommendations made in this study. The hydraulic data summarized in Section 2, indicate the I/I problem to be widespread throughout the basins in the entire system. No source of significant direct storm connections can be identified. All basins have high infiltration and inflow rates. Since the I/I exist for the entire system the best I/I reduction alternative is the replacement of the entire sanitary sewer system and the construction of a storm sewer system where needed. This is based on the experience that rehabilitation of one system component(e.g. side sewers)does not significantly reduce I/1. The I/I is reduced locally;however,the I/1 increases elsewhere in the system. For this analysis representative units costs were developed to evaluate sewer replacement costs for the Bryn Mawr collection system. Items considered in developing the unit costs included the following: • Sanitary Sewer In-Place: Includes sewer pipe, excavation,bedding, imported backfill, haul and disposal of surplus material, and full width roadway restoration. • Allowance for Storm Sewer: It was assumed that the existing sanitary sewer would be converted in use to a storm sewer system. Additionally construction of some new storm sewer would be required. It was estimated that the length of new storm sewer required would represent 25% of the total length of sanitary sewer pipe. • Contingency: This is an allowance for uncertainties in the planning level estimate, and estimated to be 20% of the base construction costs. • Sales Tax: State Tax at 8.2%. • Allied Costs: Costs associated with engineering, construction management, and administration of the sewer replacement project. This is estimated at 35% of the total estimated construction cost. Table 4-1, summarizes the unit costs used for evaluating a sewer replacement option. Appendix B presents a detail breakdown of the costs. 95-008/Predesign Report/Report.doc 4-1 06/13/97 Infiltration and Inflow Reduction Alternative 1 Table 4-1.Project Costs to Reduce Infiltration and Inflow within the Bryn Mawr Collection System Cost per linear foot Item 8-inch 10-inch 12-inch 15-inch 18-inch Sanitary Sewer 98 104 $108 121 $130 Allowance for Storm Sewer 23 23 23 23 23 Contingency 24 25 26 29 30 Sales Tax 12 12 13 14 15 Allied Costs 55 57 60 65 69 Total Cost $212 $221 $230 $252 $267 Side Sewer Connection $3,500/ea r, The basins within the Bryn Mawr service area were evaluated and prioritized for replacement. Basins with largest I/I were assigned top priority and those with less I/I a lower priority. Table 4- 2 shows the planned order of basin sewer replacement,the cost to replace sewers with full ' ° roadway restoration,and the anticipated peak flow during a 20-year storm event resulting from the replacement project. ' !) Table 4-2. Sewer Replacement Costs within the Bryn Mawr Collection System Sewer Basin Estimated Total Cumulative Total Estimated Cost of Sewer Rehabilitated Peak Flow 20-yr Length of Pipe Replacement(Cumulative Storm (mgd) Replaced(feet) Total)(Million) No Rehab 37.0 0 $0.00 Basin 6 31.2 9,557 $2.64 Basin 10 22.0 26,103 $7.20 Basin 3 16.3 44,006 $12.36 Basin 7 10.9 59,828 $16.71 Basin 5 6.4 72,377 $20.44 Basin 9 5.6 77,564 $21.75 _ Basin 4 3.7 88,454 $24.63 Basin 1 3.3 93,147 $25.92 Basin 8 2.1 104,054 $28.73 Basin 2 1.7 113,926 $31.39 Figure 4-1 shows the relationship between the rehabilitation cost of the Bryn Mawr system and the associated resulting total peak flow.The plots demonstrate that for low initial spending on rehabilitation large reductions of peak flow can be achieved. It also demonstrates that it is difficult to eliminate I/I from the system completely. Cost to Increase Capacity of the Bryn Mawr Trunk The costs associated with increasing the conveyance capacity of the Bryn Mawr trunk involve " construction costs and downstream impact costs. The conveyance upgrades for the recommended alternative,the northern inverted siphon route, involve two components: the inverted siphon and the gravity trunk. This alternative was described in Section 3 of this report. 1' King County has several options for increasing the conveyance capacity of the Bryn Mawr delivery system depending on the size of pipe used. Table 4-3 outlines the capacity and cost for 1 , 95-008/Predesign Report/Report.doc 4-2 1- 06/13/97 • Infiltration and Inflow Reduction Alternative 'I the different pipe sizes. The costs were obtained by adjusting the costs estimated for a 13.3 mgd flow. $35 - a {f $30 $25 o $20 � E r $15 $10 $5 $0 0.00 5.00 10.00 15.00 20.00 25.00 30.00 35.00 40.00 Total System Flow(mgd) i( Figure 4-1 Costs to Replace Bryn Mawr Collection Lines Table 4-3. Project Cost to Increase Capacity of the Bryn Mawr Conveyance System Project Capacity Cost(millions) Existing Capacity 4.5 mgd 8 and 14-inch Inverted Siphon 27-inch gravity trunk • 20-inch inverted siphon 8.4 mgd $6.2 30-inch gravity trunk 24-inch inverted siphon 13.3 mgd $6.5 36-inch gravity trunk i 30-inch inverted siphon 21.0 mgd $7.1 42-inch gravity trunk Downstream Impact Costs The cost of down stream impacts was presented in Section 3 of this report. Total downstream impacts were calculated by multiplying the cost per gallon by the rate of flows impacting the East Side Interceptor and ETS as outlined in Section 3. 95-008/Predesign Report/Report.doc 4-3 06/13/97 Infiltration and Inflow Reduction Alternative d ‘! Summary of Costs Associated With Conveyance Improvements and Downstream Impacts Costs ( The cost to increase the conveyance system from the inverted siphon structure to the East Side Interceptor and downstream impact costs are interrelated. Costs for conveyance system and i downstream impacts will increase with increase in flows. Table 4-5 below summarizes the data presented in the previous sections. At flows where the capacity of a pipe changes(increased pipe diameter)both capital costs are shown for either pipe size. Costs estimated for improvements to the Bryn Mawr trunk, and the downstream impacts associated with flows from the Bryn Mawr District, along with the sum of the two costs are also given in Table 4-5. Table 4-5. Summary of Costs for Improvements to the Trunk and Downstream Impacts Flow(mgd) Impacted Flow Downstream Impact Project Costs New Total Increased (mgd) (million)($0.71/gal) Bryn Mawr Trunk Conveyance Costs(1) (million) (million) 4.5 0.0 $0.0 $0.0 $0.0 4.5 0.0 $0.0 $6.2 $6.2 5.5 1.0 $0.6 $6.2 $6.8 6.4 1.9 $1.1 $6.2 $7.3 6.5 2.0 $1.1 $6.2 $7.3 I-� 8.4 3.9 $2.2 $6.2 $8.4 j 8.4 3.9 $2.2 $6.5 $8.7 10.9 6.4 $3.6 $6.5 $10.1 =•ems, 13.3 8.8 $5.0 $6.5 $11.5 �+ 13.3 8.8 $5.0 $7.1 $12.1 16.3 11.8 $6.7 $7.1 $13.8 q--i 21.0 16.5 $9.4 $7.1 $16.5 21.0 16.5 $9.4 $8.0 $17.4 - 22.0 17.5 $9.9 $8.0 $17.9 28.6 24.1 $13.7 $8.0 $21.7 I (I) Downstream Impact costs+Project Costs for New Bryn Mawr Trunk=Total Increased Conveyance costs Table 4-5 data is shown graphically in Figure 4-2. It shows the relationship between the ). component costs and the additional flow to be conveyed. The graph shows no cost for peak flows below 4.5 mgd since this is the existing peak capacity of the siphon and trunk. Trunk line capital costs,downstream impact costs, and total costs are represented on the graph. IThe graph also shows the downstream impact costs as linear with respect to increased flow greater than 4.5 mgd. The cost for improvements to the Bryn Mawr trunk increase in discreet t increments as the required flow capacity increases. The total cost line is the sum of the downstream impacts line and improvements to the Bryn Mawr trunk. 95-008/Predesign Report/Report.doc 4-4 t 06/13/97 1 _ • Infiltration and Inflow Reduction Alternative $30.0 $25.0 A.Cost of Increasing Capacity of Bryn $20.0 Mawr Trunk $15.0 • $10.0 ♦ ♦ $5.0 . $0.0 • • 0.0 5.0 10.0 15.0 20.0 25.0 30.0 $30.0 $25.0 B.Downstream Cost v, $20.0 E $15.0 sm.0 0 c-) $5.0 $0.0 0.0 5.0 10.0 15.0 20.0 25.0 30.0 ' $30.0 A+B. Total Cost of $25.0 Increased Conveyance ( $20.0 $15.0 • r $10.0 $5.0 $0.0 • 0.0 5.0 10.0 15.0 20.0 25.0 30.0 Flow(mgd) Figure 4-2 Cost of Increase Conveyance Selection of the Ill Alternative The relationship between the costs of the Bryn Mawr trunk upgrade and the cost of I/I reduction needs to be assessed to determine the most cost-effective approach. Table 4-6 is a summary of I + the cost data presented previously in this section. System flow,the total cost of trunk replacement including downstream impact costs,the cost to remove I/I, and the summation of the two costs are presented in the table.. The system flow is the proposed capacity of the Bryn Mawr inverted 95-008/Predesign Report/Report.doc 4-5 06/13/97 r Infiltration and Inflow Reduction Alternative siphon and trunk. The summation of the two costs is presented, as it can be used to evaluate approaches implementing both increased conveyance and I/I reduction. .L. Table 4-6. Bryn Mawr Total Conveyance and I/I Costs III System Flow Increase Cost to Remove Ill Total Cost (mgd) Conveyance plus (million) (million) Downstream Impact .f Cost(million) i 3.3 $25.9 $25.9 4.0 $24.6 $24.6 4.5 $23.7 $23.7 5.5 $6.8 $21.8 $28.6 6.4 $7.4 $20.4 $27.9 6.5 $7.5 $20.4 $27.8 8.4 $8.7 $18.8 $27.5 - II 10.9 $10.6 $16.7 $27.3 13.3 $12.1 $14.8 $26.9 16.3 $14.6 $12.4 $27.0 21.0 $17.6 $8.0 $25.6 22.0 $19.2 $7.2 $26.4 28.6 $23.4 $3.4 $27.3 1 + The lowest cost presented in the Total Cost column in Table 4-6 indicates the most cost-effective solution for an I/I alternative. The table indicates that a total I/I reduction program with no 1; i increased conveyance is the lowest cost alternative. However,since costs of all alternatives are within 20%of the lowest cost,and the accuracy of the costs developed in this study is+20%,the evaluation has indicated that all combinations of rehabilitation and I/I reduction have similar costs. _ Environmental/Social Issues '1 The environmental and social issues associated with installing conveyance improvements from the siphon outlet structure to the East Side Interceptor have been detailed in TM 1995.The issues involve traffic impacts to some routes near the park, disruption of access to Boeing airport I facilities along Sixth Street,temporary disruption of the Mindemann's Restaurant parking lot, closure of the Cedar River Trail Park during construction,and noise increases due to construction activities. Environmental and social impacts associated with the work to reduce I/I within the Bryn Mawr District are difficult to specify at this time. The sewer replacement projects would occur over an is- extended period of time as scheduled by the Bryn Mawr District. It is not known when sewers would be replaced within each of the designated basins and how large each replacement project might be. Replacement projects have not been defined and designed making it difficult 111 evaluating the environmental and social issues for the alternative. However, it is anticipated that no significant impacts would result from the sewer replacement work. 1" Additional Considerations In addition to the technical analysis and review of environmental and social impact, additional engineering considerations have been identified. These include the following: r� 95-008/Predesign Report/Report.doc 4-6 �,,_ 06/13/97 Infiltration and Inflow Reduction Alternative Establishing a proactive and committed policy to control I/I within sanitary sewer collection systems. This is supported by both the Department of Ecology and the Environmental Protection Agency. Reduced I/I will minimize peaks in the system influenced by storm events. This will allow the system to function normally and will reduce the chances of a Sanitary Sewer Outflow (SSO). Additionally,if no I/I reduction were involved,a large conveyance upgrade would be needed. This would involve large pipes(48") which would be under utilized except during infrequent large storm events. This would result in solids deposition within the pipe due to inadequate flow velocities. This would cause maintenance and odor problems. The urgency to reduce SSO's into Lake Washington is another important issue related to this project's future. SSO's have been occurring more frequently than King County or the EPA accept for separated sewer systems. However, investigation and correction of I/I problems can sometimes be a long process. It could be possible to increase the capacity of the Bryn Mawr conveyance system quickly,whereas I/I correction might take longer due to the District's limited 4 ability to fund construction work. Recommended Infiltration and Inflow Reduction Alternative The technical analysis indicated that the cost-effective approach to this alternative could be any 1 combination of increased conveyance and reduction of I/I. Additionally there are no significant ' environmental and social impacts associated with either increasing the Bryn Mawr inverted siphon and trunk or I/I rehabilitation work within the Bryn Mawr District. Sound engineering 1 judgment is used to define the best I/I reduction alternative. It is recommended that a combination of increased conveyance and I/I reduction within the collection system represent the I/I reduction alternative.It is specifically recommended that the Bryn Mawr inverted siphon and trunk are increased in capacity to convey a 1-year storm(13.3 mgd). I/I reductions within the Bryn Mawr District should reduce the peak flow from the current 20-year peak of 37.0 mgd to 13.3 mgd. 1 This recommendation is based on the following facts: • There are currently about five overflows a year from the Bryn Mawr inverted siphon. Some of these last more than a day in length. • The Bryn Mawr system has the highest rate of I/I of any system which delivers flows into the King County system. Because the King County system is reaching capacity,King County 1 'll policy should not continue to let extreme high I/I flows continue. • The water quality of the overflows is likely to be similar to a CSO. The Washington State Department of Ecology allows one overflow a year from a CSO,therefore an interim design criteria of 13.3 mgd(1-year storm)is reasonable. • One overflow per year is within the range EPA is currently considering for new SSO regulations. • The inverted siphon has been in service over 30 years; a new inverted siphon will increase system reliability. I Fulfilling the requirements of this recommendation would involve the following: ! % 95-008/Predesign Report/Report.doc 4-7 06/13/97 r Infiltration and Inflow Reduction Alternative _" • Installation of a 24-inch diameter siphon and a 36-inch diameter gravity line from the siphon outlet structure to the East Side Interceptor. This upgraded conveyance system would accommodate a flow of 13.3 mgd and will cost approximately$6.5 million. This would provide sufficient hydraulic capacity to accommodate a 1-year storm. • Implementation of an I/I reduction program within the Bryn Mawr Sewer District. This program would need to be implemented to a level which would bring the peak system flows during a 20-year storm event down to approximately 13.3 mgd. This program would cost approximately$14.8 million. This would involve investigating and correcting infiltration and 111 inflow connections to the system in Basins 6, 10,3 and part of 7. It would be achieved by replacing the sewer lines in those basins using modern construction techniques. Inflow connections would be discovered and corrected during construction. Once the I/I reduction measures are completed to reduce total flows leaving the Bryn Mawr District,and the conveyance system between the siphon outlet structure and the East Side Interceptor upgraded,the system will be able to accommodate a 20-year storm in accordance with King County policy for a separated system. r • i 11 I. ,~ 11�� II r 4`I 741 95-008/Predesign Report/Report.doc 4-8 �; 06/13/97 ` 1 5. ALTERNATIVES EVALUATION AND RECOMMENDED U ALTERNATIVE PRE-DESIGN Section 4 developed the preferred increased conveyance alternative to include I/I reduction to make it more cost effective. Recommended Alternative a Based on the technical evaluation both the comprehensive I/I reduction program and the Bryn Mawr system conveyance capacity increase with some I/I reduction alternatives are equal in cost and environmental and social impacts considering the accuracy of the evaluation. However, certain issues favor the construction of the 13.3 mgd inverted siphon with I/I reduction in the Bryn Mawr system. These include: • Overflows are occurring at an average of five per year. These are not permitted overflows and should be stopped. • King County has the ability to fund and contract the construction project to significantly reduce the overflows by January 1998. It is uncertain whether the Bryn Mawr District could have the same ability to reduce overflows during that same time period. • King County does not have direct control over the flows delivered from the Bryn Mawr !, l system, whereas they do have control over the Bryn Mawr inverted siphon and trunk and can reduce overflows by increasing the pipe capacity. • The District has a record of excessive I/I. History has indicated that it is difficult to maintain low I/1 levels after rehabilitation has been completed. I/I gradually increases during the following years as people drain "wet spots"into the sewer. Therefore, it is recommended that King County consider increasing the capacity of the Bryn Mawr conveyance system to 13.3 mgd. Recommended Alternative Pre-Design Preliminary plan and profile of the recommended is the inverted siphon -northern route , alternative are shown Appendix D. The following features are included in the pre-design. • Concrete or ductile iron pipe will be used for the gravity portion of the project. No special pipe linings will be required. King County inspection indicates Bryn Mawr trunk concrete pipes'does,not show any sign of deterioration. • The inverted siphon will be single barrel, therefore the casing and carrier pipe will be the same pipe. • The inverted siphon will be designed to drain. An access vault will be built at the downstream end of the siphon. Draining of the inverted siphon will be allowed by diverting all flow to the existing inverted siphon and manually opening a valve located in the bottom of the,access vault and utilization of a portable trash pump to empty the vault into the gravity trunk. • The connection at the East Side Interceptor will match springline of both pipes. 95-008/Predesign Report/Report.doc 5-1 06/13/97 I • \L- 1 � Appendix A: Storage and Conveyance Cost Estimates B: Typical Sanitary Sewer Unit Costs L C: Conveyance Costs for Various Capacities 1 D: Pre-design Plan and Profile Drawings L r } A: Storage and Conveyance Cost Estimates •• k_ • p Onsite Storage Alternatives r- Item Quantitiy Unit Unit cost Total Cost P, ' Concrete Demolition 56 HR 250 $14,000 Excavator 56 HR 175 $9,800 Front End Loader 56 HR 135 $7,560 Concrete Disposal Fees 1549 CY 5.78 $8,945 Transport For Disposal 172 HR 70 $12,047 Mic. Demo 1.5 EA 10000 $15,000 �', AsFihalt Removal 940 SY 6.8 $6,392 - Asphalt Disposal 11.489 Load 180 $2,068 Shoring/Bracing 14300 SF 31 $443,300 1 Excavation 18200 CY 2.15 $39,130 `'_ " ExIcavtion Haul/Disposal 18200 CY 23 $418,600 Dewatering 396 Pump-MO 1370 $542,593 Gadding Backfill 1900 CY 15 $28,500 Spreading/Compaction 1900 CY 2.1 $3,990 Foundation Slab Forms 1561 SFCA 8.1 $12,647 1 Foundation Slab Reinforcing 1775 CY 220 $390,500 FoundationConcrete 1775 CY 55 $97,625 Wall Forms 1260 - CY 320 $403,200 Wall Reinforcing 1260 CY 100 $126,000 Wall Concrete 1260 CY 60 $75,600 Concrete Beam Forms 0 CY 320 $0 , Concrete Beam Reinforcing 0 CY 100 $0 Cql ncrete Beam Concrete 0 CY 60 $0 Miscellaneous $604,800 $ 0.03 $18,144 - Roof Slab 21655 SF 7.25 $156,999 dr Backfill 2160 CY 17.1 $36,936 Structure Subtotal $2,869,576 Equipment ni 1�050 GPM Pump/Piping/install 3 EA. 17810 $53,430 t- ' 625 GPM Pump/piping install 0 6167 $0 1---- Electrical Mechanical 53430 0.2 $10,686 Electrical 64116 0.5 $32,058 Conveyance Piping 1 10000 $10,000 Aeration $2,975,750 0.03 $89,273 i}~ Washdown $2,975,750 0.05 $148,788 ' Odor Control $2,975,750 0.05 $148,788 Equipment Subtotal $493,022 L, , TOTAL $3,362,598 i i. 95-008 5/27/97 -, ALT1 B&C 5-97.xls 9:07 AM i r-, Onsite Storage Alternatives total estimated direct costs $3,362,598 microtunnel mob/demob $0 project mob/demob (5%) $168,130 subtotal $3,530,728 O&P (25%) $882,682 subtotal $4,413,410 subcontractor mark-up (15%on 1/3 of project) $220,670 subtotal $4,634,080 microtunnel uncertainties (20% of microtunnel costs) $0 sul btotal $4,634,080 contingency (15%) $695,112 subtotal $5,329,192 escalation to 1997 (4% per year, 2 years) $426,335 subtotal $5,755,528 sales tax, 8.2% $471,953 total anticipated construction cost $6,227,481 allied costs (35%) $2,179,618 property acquisition $1,000,000 TOTAL ANTICIPATED PROJECT COSTS $9,407,099 l , I 95-008 5/27/97 ALT1 B&C 5-97.xls 9:07 AM Bryn Mawr Trunk Sewer Replacement nverted Siphon - Northern Route Capacity=13.3 mgd ! Item Quantity Unit Unit Cost Total Cost saw cut asphalt 9000 LF $2.15 $19,350 pavement removal/disposal 3600 SY $6.52 $23,472 excavation 13356 CY $2.56 $34,191 material export 13966 CY $5.78 $80,723 material and install pipe, 36" Concrete 4099 LF $95.00 $389,405 f U rnish and install pipe 24" DI 804 LF $83.60 $67,214 blackfill/compact-labor and equipment 9874 CY $1.65 $16,292 imported fill material 9874 CY $15.00 $148,110 pipe bedding material 1581 CY $15.00 $23,715 furnish and install manholes, 72" 12 EA $2,972.80 $35,674 MH extension rings 13 EA $1,000.00 $13,000 Oversized MH, 120" 1 EA $14,000.00 $14,000 dewatering 3900 LF $50.00 $195,000 `' trench box shoring 3538 LF $9.00 $31,842 microtunnel/jacking pit shoring 3300 SF $26.58 $87,714 pi excavation 610 CY $3.28 $2,001 pit dewatering 1 LS $25,000.00 $25,000 microtunneling 793 LF $750.00 $594,750 '�, fuinish 24" Hobas pipe 793 LF $120.00 $95,160 - pipe jacking 308 LF $400.00 $123,200 traffic control/safety 1140 LF $10.00 $11,400 utility relocation 1140 LF $20.00 $22,800 connection at existing siphon 1 LS $40,000.00 $40,000 connection to the ESI 1 LS $50,000.00 $50,000 trench cap 3600 SY $13.00 $46,800 allowance for edge grinding 1 LS $8,000.00 $8,000 asphalt overlay 12270 SY $2.47 $30,307 allowance for hazardous material disposal 1 LS $75,000.00 $75,000 re I oval/dispose exist. 27" pipe 4200 LF $7.25 $30,450 removal/dispose exist. manholes 12 EA $427.30 $5,128 i, concrete trench cap 280 SY $15.61 $4,371 TOTAL $2,344,069 i r , i I Ji -, THE cost est 6/6/97 r-- P ` I Bryn Mawr Trunk Sewer Replacement Inverted Siphon -Northern Route Capacity=13.3 mgd rn total estimated direct costs $2,344,069 microtunnel mob/demob $100,000 project mob/demob(5%) $117,203 subtotal $2,561,272 O&P (25%) $640,318 s U btotal $3,201,591 subcontractor mark-up (15%on 1/3 of project) $160,080 sLbtotal $3,361,670 microtunnel uncertainties (2�0%of microtunnel costs) $118,950 subtotal $3,480,620 cohtingency (15%) $522,093 subtotal $4,002,713 escalation to 1997(4% per year, 2 years) $320,217 subtotal $4,322,930 sales tax, 8.2% $354,480 tot I anticipated construction cost $4,677,410 allied costs (35%) $1,637,094 pro erty acquisition $200,000 TOTAL ANTICIPATED PROJECT COSTS $6,514,504 i I � THE cost est 6/6/97 fI 1 I 4 1 _ Bryn Mawr Trunk Sewer Replacement i Inve I ed Siphon -Mid Airport Route i___ Capacity = 13.3 mgd i Item Quantitiy Unit Unit cost Total Cost Excavation labor 22617 CY $2.56 $57,900 Excavation Disposal 23678 CY $5.78 $136,859 Sawicuting 10652 LF $2.15 $22,902 L,, Allowance for edge grinding 1 LS $8,000.00 $8,000 Pavement Remove/disposal 5326 LF $6.52 $34,726 Back Fill/compaction Labor 22154 CY $1.65 $36,554 (( 1 Back Fill/compaction Material 22184 CY $15.00 $332,760 Pipe bedding 12268 CY $15.00 $184,020 f Standard manholes, 72" 14 EA $1,972.80 $27,619 Ovrsized manhole, 120" 1 EA $14,000.00 $14,000 Manhole Extensions 34 EA $1,000.00 $34,000 Manhole Labor 14 EA $1,000.00 $14,000 Dewatering 1500 LF $50.00 $75,000 Trench Patch 4336 'SY $13.00 $56,368 Asphalt overlay 8130 SY $2.47 $20,081 Trench Box 5308 LF $9.00 $47,772 .y 24't Pipe DI 215 LF $83.60 $17,974 r 247 Pipe Hobas 1200 LF $120.00 $144,000 " 367 Pipe 5093 LF $95.00 $483,854 --' Tr6ffic Control/Safety 5093 LF $10.00 $50,930 Utility Relocation 5093 LF $20.00 $101,860 N9w Siphon Inlet Structure 1 EA $25,000.00 $25,000 "_ New Siphon Outlet Structure 1 EA $25,000.00 $25,000 Connect to MH#21 1 EA $40,000.00 $40,000 Bore&Jack(60") 308 LF $400.00 $123,200 Mcrotunneling 1200 LF $750.00 $900,000 microtunnel/jacking pit shoring 3300 SF $26.50 $87,450 7 pit excavation 610 CY $3.28 $2,001 L,_,' pit dewatering 1 LS $25,000.00 $25,000 Connection to Eastside Int 1 EA $50,000.00 $50,000 t 2 TOTAL $3,178,829 1 , it ^1 95-008 6/6/97 I, ALT2D 5-97 10:29 AM i 1 Bryn Mawr Trunk Sewer Replacement ` Inverted Siphon -Mid Airport Route Capacity= 13.3 mgd IT total estimated direct costs $3,178,829 i. microtunnel mob/demob $100,000 project mob/demob (5%) $158,941 subtotal $3,437,770 ' it d&4P (25%) $859,443 subtotal $4,297,213 ni subcontractor mark-up(15% on 1/3 of project) $214,861 I l subtotal $4,512,074 ,r---1 microtunnel uncertainties ( 0%of microtunnel costs) $180,000 �: subtotal $4,692,074 contingency (15%) $703,811 subtotal $5,395,885 r; i escalation to 1997 (4% per year, 2 years) $431,671 k, subtotal $5,827,555 sales tax, 8.2% $477,860 ? to al anticipated construction cost $6,305,415 7 alied costs (35%) $2,206,895 . property acquisition $0 TOTAL ANTICIPATED PROJECT COSTS $8,512,310 1r--,i I H_ • 95-008 6/6/97 ALTPD 5-97 10:29 AM /i t_ J Bryn Mawr Trunk Sewer Replacement IT Gravity Trunk- Rainer Avenue Route (, 1 Capacity= 13.3 mgd Item Quantitiy Unit Unit cost Total Cost ,_ Excavation labor 41539 CY $2.56 $106,340 Excavation Disposal 41903 CY $5.78 $242,199 Sawcuting 16480 LF $2.15 $35,432 Allowance for edge grinding 1 LF $8,000.00 $8,000 PaYement Remove/disposal 8240 LF $6.52 $53,725 Back Fill/compaction Labor 39715 CY $1.65 $65,530 I Back Fill/compaction Material 39714 CY $15.00 $595,710 Pipe bedding 3215 CY $15.00 $48,225 (—, StaIndard manholes 26 EA $1,972.80 $51,293 1 ! Mnhole Extensions 46 EA $1,000.00 $46,000 Manhole Labor 26 EA $1,000.00 $26,000 F , Dewatering 2400 LF $50.00 $120,000 1 Trench Patch 7840 SY $13.00 $101,920 {_`` Overlay 14200 SY $2.47 $35,074 Trench Box 8340 LF $9.00 $75,060 36t' Pipe 8340 LF $95.00 $792,300 Trffic Control/Safety 8340 . LF $10.00 $83,400 r_ Ut'lity Relocation , 7840 LF $20.00 $156,800 1 ; Connect to MH#21 1 EA $40,000.00 $40,000 --j Bore&Jack(60") 500 LF $400.00 $200,000 Dewatering Pits 2 EA $25,000.00 $50,000 Connection to Eastside Int 1 EA $50,000.00 $50,000 Solid rock excavation 300 CY $60.00 $18,000 7 TOTAL $2,983,008 I 4 , 1_ 1 I-I , i 95-008 . 6/6/97 ALT3A 5-97 10:29 AM Bry Mawr Trunk Sewer Replacement Gra�yity Trunk- Rainer Avenue Route Capacity= 13.3 mgd total estimated direct costs $2,983,008 microtunnel mob/demob $0 projiect mob/demob (5%) $149,150 subtotal $3,132,158 O&P (25%) $783,039 subtotal $3,915,197 subcontractor mark-up(15% on 1/3 of project) $195,760 subtotal $4,110,957 r microtunnel uncertainties (20%of microtunnel costs) $0 subtotal $4,110,957 r contingency (15%) $616,644 subtotal $4,727,601 r escalation to 1997 (4% per year, 2 years) $378,208 L su total $5,105,809 it sales tax, 8.2% $418,676 to al anticipated construction cost $5,524,485 alled costs (35%) $1,933,570 )_ property acquisition $0 TOTAL ANTICIPATED PROJECT COSTS $7,458,055 I 95-008 6/6/97 ALT3A 5-97 10:29 AM 1 Bryn Mawr Trunk Sewer Replacement Gravity Trunk-Airport Route L, Capacity=13.3mgd '---! Item Quantitiy Unit Unit cost Total Cost L Excavation labor 24711 CY $2.56 $63,260 Excavation Disposal 25256 CY $5.78 $145,980 ;r Saw' cuting 14030 LF $2.15 $30,165 L_,; Allowance for edge grinding 1 LS $8,000.00 $8,000 Pavement Remove/disposal 7015 LF $6.52 $45,738 r- Back Fill/compaction Labor 22531 CY $1.65 $37,176 Back Fill/compaction Material 22531 CY $15.00 $337,965 Pipe bedding 2960 CY $15.00 $44,400 r- Standard manholes, 72" 16 EA $1,972.80 $31,565 Special Strength Manholes 7 EA $14,000.00 $98,000 Manhole Extensions 18 EA $1,000.00 $18,000 17 Manhole Labor 16 EA $1,000.00 $16,000 Dewatering 4700 LF $50.00 $235,000 Trench Patch 1850 SY $13.00 $24,050 Asphalt Overlay 4500 SY $2.47 $11,115 Trench Box 7605 LF $9.00 $68,445 - 8" Pipe DI 305 LF $28.00 $8,540 r- 2 " Pipe DI 305 LF $94.00 $28,670 36" Pipe Concrete 430 LF $95.00 $40,850 4 " Pipe Concrete 7245 LF $114.00 $825,930 T laffic Control/Safety 7995 LF $10.00 $79,950 Utility Relocation 2283 LF $20.00 $45,650 Connect to Existing Siphon 1 EA $40,000.00 $40,000 New Siphon Inlet Structure 1 EA $25,000.00 $25,000 New Siphon Outlet Structure 1 EA $25,000.00 $25,000 Bore&Jack(60") 800 LF $400.00 $320,000 New Storm 12"Storm Drain 2427 LF . $33.00 $80,081 Connection to Eastside Int 1 EA $50,000.00 $50,000 TOTAL $2,784,529 r— 1 U 1 95-008 6/6/97 ALT3C 5-97 10:29 AM Bryp Mawr Trunk Sewer Replacement Gr�vity Trunk-Airport Route Ca P acity=13.3mgd r~� total estimated direct costs $2,784,529 microtunnel mob/demob $0 lr project mob/demob(5%) $139,226 subtotal $2,923,756 O&P (25%) $730,939 subtotal $3,654,695 subcontractor mark-up(15% on 1/3 of project) $182,735 subtotal $3,837,429 microtunnel uncertainties (20% of microtunnel costs) $0 subtotal $3,837,429 ti contingency (15%) $575,614 subtotal $4,413,044 escalation to 1997 (4% per year, 2 years) $353,043 subtotal $4,766,087 sales tax, 8.2% $390,819 total anticipated construction cost $5,156,906 allied costs(35%) $1,804,917 p operty acquisition $200,000 TOTAL ANTICIPATED PROJECT COSTS $7,161,824 •5-008 6/6/97 ALT3C 5-97 10:29 AM • • Bryln Mawr Trunk Sewer Replacement 1 Inverted Siphon-Northern Route with in-line storage iT• Capacity=13.3 mgd Item Quantity Unit Unit Cost Total Cost �' saw cut asphalt 8412 LF $2.15 $18,086 pavement removal/disposal 8412 SY $6.52 $54,846 ); • excavation 23429 CY $2.56 $59,978 ' : material export 24206 CY $5.78 $139,911 material and install pipe, 36"Concrete 1752 LF $95.00 $166,440 furnish and install pipe 24" DI 804 LF $83.60 $67,214 furnish and install pipe 84" Concrete 2638 LF $304.00 $801,952 backfill/compact-labor and equipment 19814 CY $1.65 $32,693 imported fill material 19814 CY $15.00 $297,210 ' pipe bedding material 1800 CY . $15.00 $27,000 furnish and install manholes 12 EA $2,972.80 $35,674 1--1 MH extension rings 13 EA $1,000.00 $13,000 oversized MH 1 EA $14,000.00 $14,000 dewatering 3900 LF $50.00 $195,000 trench box shoring 1461 LF $9.00 $13,149 sheet pile shoring 9965 SY $9.00 $89,685 - microtunnel/jacking pit shoring 3300 SF $26.58 $87,714 pit excavation 610 CY $3.28 $2,001 pit dewatering 1 LS $25,000.00 $25,000 microtunneling 793 LF $750.00 $594,750 furnish 24" Hobas pipe 793 LF $120.00 $95,160 4 install hydrobreak 1 EA $15,000.00 $15,000 pipe jacking 308 LF $400.00 $123,200 traffic control/safety 1140 LF $10.00 $11,400 7utility relocation 1140 LF $20.00 $22,800 connection at existing siphon 1 LS $40,000.00 $40,000 _ connection to the ESI 1 LS $50,000.00 $50,000 trench cap 3600 SY $13.00 $46,800 L allowance for edge grinding 1 LS $8,000.00 $8,000 asphalt overlay 12270 SY $2.47 $30,307 • allowance for hazardous material disposal 1 LS $75,000.00 $75,000 removal/dispose exist. 27" pipe 4200 LF $7.25 $30,450 removal/dispose exist. manholes 12 EA $427.30 $5,128 concrete trench cap 280 SY $15.61 $4,371 TOTAL $3,292,918 THE cost est w in-line 6/6/97 Bryn Mawr Trunk Sewer Replacement Inverted Siphon - Northern Route with in-line storage Capacity =13.3 mgd total estimated direct costs $3,292,918 microtunnel mob/demob $100,000 project mob/demob (5%) $164,646 subtotal $3,557,564 O&P (25%) $889,391 subtotal $4,446,955 subcontractor mark-up(15% on 1/3 of project) $222,348 subtotal $4,669,303 microtunnel uncertainties (20% of microtunnel costs) $118,950 subtotal $4,788,253 contingency (15%) $718,238 subtotal $5,506,491 escalation to 1997 (4% per year, 2 years) $440,519 subtotal $5,947,010 sales tax, 8.2% $487,655 total anticipated construction cost $6,434,665 allied costs (35%) $2,252,133 property acquisition $200,000 TOTAL ANTICIPATED PROJECT COSTS $8,886,798 1 THE cost est w in-line 6/6/97 B. Typical Sanitary Sewer Unit Costs I._ r --u 1 • I Bryn Mawr Generic Costs for Various Collector Sewer System Costs per LF Pipe Size Item 8" 10" 12" 15" 18" Sawcut asphalt 2 2 2 2 2 Demo/Dispose asphalt 6 6 6 6 6 Excavation 7 7 7 7 7 Excavation haul 7 7 7 9 9 Pipe Installation 6 11 16 21 29 Pipe bedding 2 2 2 2 2 Pipe backfill, labor/equip't 3 3 3 3 3 Pipe backfill, material 18 18 18 23 23 Manhole(every 200 ft) 13 13 13 13 13 Asphalt pavement(20'wide) 13 13 13 13 13 Gravel 17 17 17 17 17 subtotal 94 99 104 116 124 Storm Sewer Excavation 7 7 7 7 7 Excavation haul 7 7 7 7 7 _ Pipe Installation 24 24 24 24 24 Pipe bedding 2 2 2 2 • 2 ' Pipe backfill, labor/equip't 5 5 5 5 5 Pipe backfill, material 15 15 15 15 15 , Catch basin, every 100 ft 9 9 9 9 9 Misc connections, inlets, etc. 20 20 20 20 20 subtotal 89 89 89 89 89 Storm Sewer @ 25%of total 22 22 22 22 22 TOTAL $116 $121 $126 $138 $146 , i rehab costs per pipe 5/27/97 i i . i 1 I - i Bryn;Mawr - 1 I pipe size Item; 8 10 12 15 18 j_ sanitary sewer pipe cost 94 99 104 116 124 allowance for storm sewer 22 22 22 22 22 subtotal 116 121 126 138 146 escalation to 97 (4%) 5 5 5 6 6 subtotal 121 126 131 144 152 I Contingency (20%) 24 25 26 29 30 rr ,, subtotal 145 151 158 173 183 1 sales tax(8.2%) 12 12 13 14 15 I subtotal 157 164 170 187 197 I allied cost(35%) 55 57 60 65 69 total $212 $221 $230 $252 $267 I r 1 I I I I I _ I r 17 , I I ' 1 I I rehab costs per pipe 5/27/97 C: Conveyance Costs for Various Capacities l Bryn Mawr Trunk Sewer Replacement Pre-design of preferred alignment Capacity=8.4 mgd 30"trunk w/20"inverted siphon Base Cost Estimate(13.3 mgd) Revised Item, 1 Quantity Unit Unit Cost Total Cost Adjustments Total Costs saw;cut asphalt 9000 LF $2.15 $19,350 less 15% $16,448 _ pavement removal/disposal 3600 SY $6.52 $23,472 less 15% $19,951 excavation 13356 CY $2.56 $34,191 less 15% $29,063 material export 13966 CY $5.78 $80,723 less 15% $68,615 material and install pipe,36"DI 4099 LF $95.00 $389,405 unit cost revised to$90.0 $368,910 _ furnish and install pipe 24"DI 804 LF $83.60 $67,214 unit cost revised to$76.95 $61,868 backfill/compact-labor and equipment 9874 CY $1.65 $16,292 less 15% $13,848 --, imparted fill material 9874 CY $15.00 $148,110 less 15% $125,894 pipe bedding material 1581 CY $15.00 $23,715 less 15% $20,158 furnish and install manholes 12 EA $2,972.80 $35,674 $35,674 MH extension rings 13 EA $1,000.00 $13,000 $13,000 T1 Oversize MH 1 EA $14,000.00 $14,000 $14,000 i dewatering 3900 LF $50.00 $195,000 $195,000 (_: trench box shoring 3538 LF $9.00 $31,842 $31,842 microtunnel/jacking pit shoring 3300 SF $26.58 $87,714 $87,714 pit excavation 610 CY $3.28 $2,001 $2,001 pit dewatering 1 LS $25,000.00 $25,000 $25,000 microtunneling 793 LF $750.00 $594,750 $594,750 furnish 24"Hobas pipe 793 LF $120.00 . $95,160 unit cost revised to$110 $87,230 -- pipe jacking 308 LF $400.00 $123,200 less 15% $104,720 traffic control/safety 1140 LF $10.00 $11,400 $11,400 utility relocation 1140 LF $20.00 $22,800 $22,800 connection at existing siphon 1 LS $40,000.00 $40,000 $40,000 - connection to the ESI 1 LS $50,000.00 $50,000 $50,000 trench cap 3600 SY $13.00 $46,800 less 15% $39,780 allowance for edge grinding 1 LS $8,000.00 $8,000 $8,000 asphalt overlay 12270 SY $2.47 $30,307 less 15% $25,761 alloance for hazardous material disposal 1 LS $75,000.00 $75,000 $75,000 f removal/dispose exist.27"pipe 4200 LF $7.25 $30,450 $30,450 removal/dispose exist.manholes 12 EA $427.30 $5,128 $5,128 concretei trench cap 280 SY $15.61 $4,371 less 15% $3,715 1 TOTAL $2,344,069 TOTAL $2,227,718 - i t r- ' ; L. ', L Const 6/6/97 t ' Bryn Mawr Trunk Sewer Replacement Pre-design of preferred alignment Capabity=8.4 mgd I I total estimated direct costs $2,227,718 microtunnel mob/demob $100,000 project mob/demob(5%) $111,386 subtotal $2,439,104 O&PI(25%) $609,776 subtotal $3,048,879 • subcontractor mark-up(15%on 1/3 of project) $152,444 subtl tal $3,201,323 microtunnel uncertainties (20%of microtunnel costs) $118,950 subtotal $3,320,273 contingency(15%) $498,041 subtotal $3,818,314 escalation to 1997(4%per year,2 years) $305,465 subtotal $4,123,780 sales tax,8.2% $338,150 total anticipated construction cost $4,461,930 allied costs(35%) $1,561,675 property acquisition $200,000 TOTAL ANTICIPATED PROJECT COSTS $6,223,605 - 1Yi 4 Const 6/6/97 , Bryn Mawr Trunk Sewer Replacement Pre-design of preferred alignment Capacity=21 mgd ' L_ 42"trunk w/30"inverted siphon Base Cost Estimate(13.3 mgd) Revised Item I Quantity Unit Unit Cost Total Cost Adjustments Total Costs ---, saw cut asphalt 9000 LF $2.15 $19,350 increased by 15% $22,253 pavement removal/disposal 3600 SY $6.52 $23,472 increased by 15% $26,993 excavation 13356 CY $2.56 $34,191 increase by 20% $41,030 material export 13966 CY $5.78 $80,723 increase by 20% $96,868 i material and install pipe,36"DI 4099 LF $95.00 $389,405 revised unit cost$120 increas $522,840 furnish and install pipe 24"DI 804 LF $83.60 $67,214 revised unit cost$95 $76,380 backfill/compact-labor and equipment 9874 CY $1.65 $16,292 increase by 20% $19,551 ,- imported fill material 9874 CY $15.00 $148,110 increase by 20% $177,732 , pipe bedding material 1581 CY $15.00 $23,715 increase by 20% $28,458 _ furnish and install manholes 12 EA $2,972.80 $35,674 revised unit cost$2372.80 $28,474 MH extension rings 13 EA $1,000.00 $13,000 $30,846 Oversize MH 1 EA $14,000.00 $14,000 $2,373 dewatering 3900 LF $50.00 $195,000 $195,000 trench box shoring 3538 LF $9.00 $31,842 $31,842 microtunnel/jjacking pit shoring 3300 SF $26.58 $87,714 $87,714 pit excavation 610 CY $3.28 $2,001 $2,001 pit"watering 1 LS $25,000.00 $25,000 $25,000 microtunneling 793 LF $750.00 $594,750 $594,750 fufurnishsh 24"Hobas pipe 793 LF $120.00 $95,160 $95,160 pipe jacking 308 LF $400.00 $123,200 $123,200 traffic control/safety 1140 LF $10.00 $11,400 $11,400 utility relocation 1140 LF $20.00 $22,800 $22,800 connection at existing siphon 1 LS $40,000.00 $40,000 $40,000 connection to the ESI 1 LS $50,000.00 $50,000 $50,000 trench cap 3600 SY $13.00 $46,800 increase by 15% $53,820 allowance for edge grinding 1 LS $8,000.00 $8,000 increase by 15% $9,200 asphalt overlay 12270 SY $2.47 $30,307 increase by 15% $34,853 allowance for hazardous material disposal 1 LS $75,000.00 $75,000 $75,000 remolval/dispose exist.27"pipe 4200 LF $7.25 $30,450 $30,450 remcIval/dispose exist.manholes 12 EA $427.30 $5,128 $5,128 concrete trench cap 280 SY $15.61 ' $4,371 increase by 15% $5,026 TOTAL $2,344,069 TOTAL $2,566,140 { 1 I � I ' I r- 1 I Cons t 6/6/97 i - Bryn Mawr Trunk Sewer Replacement Pre-design of preferred alignment Capacity=21 mgd total estimated direct costs $2,566,140 microtunnel mob/demob $100,000 project mob/demob(5%) $128,307 subtotal $2,794,447 O&P(25%) $698,612 subtotal $3,493,059 subcontractor mark-up(15%on 1/3 of project) $174,653 subtotal $3,667,712 microtunnel uncertainties (20%of microtunnel costs) $118,950 subtotal $3,786,662 contingency(15%) $567,999 subtotal $4,354,661 escalation to 1997(4%per year,2 years) $348,373 subtotal $4,703,034 sales tax,8.2% $385,649 total anticipated construction cost $5,088,683 allied costs(35%) $1,781,039 property acquisition $200,000 TOTAL ANTICIPATED PROJECT COSTS $7,069,722 ' I Const 6/6/97 Bryn Mawr Trunk Sewer Replacement pre-design of preferred alignment Capacity=28.6 mgd Base Cost Estimate(13.3 mgd) Revised Item I Quantity Unit Unit Cost Total Cost Adjustments Total Costs saw cut asphalt 9000 LF $2.15 $19,350 increased by 25% $24,188 pavement removal/disposal 3600 SY $6.52 $23,472 increased by 25% $29,340 excavation 13356 CY $2.56 $34,191 increase by 30% $44,449 material export 13966 ' CY $5.78 $80,723 increase by 30% $104,941 Material and install pipe,36"DI 4099 LF $95.00 $389,405 revised unit cost$140 increas $784,260 furnish and install pipe 24"DI 804 LF $83.60 $67,214 revised unit cost$144.2 $115,937 backfill/compact-labor and equipment 9874 CY $1.65 $16,292 increase by 30% $21,180 1- imported fill material 9874 CY $15.00 $148,110 increase by 30% $192,543 pipe bedding material 1581 CY $15.00 $23,715 increase by 30% $30,830 ' furnish and install manholes 12 EA $2,972.80 $35,674 revised unit cost$2372.80 $28,474 MH extension rings 13 EA $1,000.00 $13,000 $13,000 Oversize MH 1 EA $14,000.00 $14,000 $14,000 dewatering 3900 LF $50.00 $195,000 $195,000 ' 1 drench box shoring 3538 LF $9.00 $31,842 $31,842 microtunnel/jacking pit shoring 3300 SF $26.58 $87,714 $87,714 pit excavation 610 CY $3.28 $2,001 $2,001 pit dewatering 1 LS $25,000.00 $25,000 $25,000 ' _ microtunneling 793 LF $750.00 $594,750 $594,750 fiurnish 24"Hobas pipe 793 LF $120.00 $95,160 revised unit cost$150 $118,950 pipe jacking 308 LF $400.00 $123,200 $123,200, traffic control/safety 1140 ' LF $10.00 $11,400 $11,400 utility relocation 1140 LF $20.00 $22,800 $22,800 connection at existing siphon 1 LS $40,000.00 $40,000 $40,000 Connection to the ESI 1 LS $50,000.00 $50,000 $50,000 trench cap 3600 SY $13.00 $46,800 increase by 25% $58,500 allowance for edge grinding 1 LS $8,000.00 $8,000 increase by 25% $10,000 asphalt overlay 12270 SY $2.47 $30,307 increase by 25% $37,884 allowance for hazardous material disposal 1 LS $75,000.00 $75,000 $75,000 removal/dispose exist.27"pipe 4200 LF $7.25 $30,450 $30,450 removal/dispose exist.manholes 12 EA $427.30 $5,128 $5,128 concrete trench cap 280 SY $15.61 $4,371 increase by 25% $5,464 TOTAL $2,344,069 TOTAL $2,928,221 Const 6/6/97 , I Bryn Iv1awr Trunk Sewer Replacement Pre-design of preferred alignment Capacity=28.6 mgd total estimated direct costs $2,928,221 microtunnel mob/demob $100,000 project mob/demob(5%) $146,411 subtotal $3,174,632 O&P(25%) $793,658 subtotal $3,968,290 subcontractor mark-up(15%on 1/3 of project) $198,414 subtotal $4,166,704 microtunnel uncertainties (20%0 of microtunnel costs) $118,950 subtotal $4,285,654 contingency(15%) $642,848 subtotal $4,928,503 escalation to 1997(4%per year,2 years) $394,280 subtotal $5,322,783 sales tax,8.2% $436,468 total anticipated construction cost $5,759,251 allied costs(35%) $2,015,738 prolperty acquisition $200,000 TOTAL ANTICIPATED PROJECT COSTS $7,974,989 I � - - I t I I I Const 6/6/97 • I � � I D: Pre-design Plan and Profile Drawings - i II - Ltd _ 9'1 - t' S,GV IIIBryn Mawr System Improvements Volume 1 of 2 Contract C73130C Part A - Bidding Requirements and General Conditions Part B - Technical Specifications 60% Submittal August 1997 c 10 KING COUNTY I v AUG 21 1997 Department of Natural Resources CITY UF- r->:_. :UN Wastewater Treatment Division PUBLIC WORKS ADMIN. Garry Struthers Associates, Inc. and Associated Firms BRYN MAWR SYSTEM IMPROVEMENTS CONTRACT C73130C • Metropolitan King County Council Maggi Fimia Cynthia Sullivan Louise Miller Larry Phillips Dwight Pelz Rob McKenna ' Pete von Reichbauer Greg Nickels Kent Pullen Larry Gossett Jane Hage Brian Derdowski Christopher Vance KING COUNTY,WASHINGTON • TABLE OF CONTENTS PART A-BIDDING REQUIREMENTS AND GENERAL CONDITIONS 00020 Invitation to Bid Oi0100 Instructions to Bidders 00120 Minority and Womens Business Enterprise, and Equal Employment Opportunity Program Requirements 00190 Checklist of Bidding Forms 0,0300 Form of Bid 0,0410 Bid Guaranty Bond 00420 Qualifications Information 00510 Agreement 0;0610 Performance and Payment Bond 00710 General Conditions J I0800 Additional Terms and Conditions PART B -TECHNICAL SPECIFICATIONS DIVISION 1 GENERAL REQUIREMENTS 01010 Summary of Work 01014 Work Sequence 01027 Schedule of Values 01035 Asbestos and Lead Information 01036 Geotechnical Information 01040 Coordination and Meetings 01050 Survey Information 01060 Regulatory Requirements 01062 Permits and Easements 01063 Health and Safety Specifications 01090 Reference Standards 01100 Special Project Procedures 01130 Escrow Bid Documentation 01300 Submittals Procedure 01310 Progress Schedules and Reports 01380 Photographs 01410 Inspection and Testing 01500 Construction Facilities 01545 Protection and Maintenance of Work and Property 01548 Site Restoration 01550 Access and Haul Roads 01560 Environmental Controls 01570 Traffic Control 01630 Product Options and Substitutions 01700 Contract Closeout 01710 Cleaning 01720 Record Drawings 01999 Standard Forms 73130C i Bryn Mawr System Improvements DIVISION 2 SITEWORK 02105 Sewer Bypassing 02110 Site Clearing and Grubbing 02140 Dewatering 02150 Boring and Jacking 02160 Sheeting, Shoring and Bracing 02200 Earthwork 02221 Trenching, Backfilling and Compacting 02270 Erosion and Sediment Control 02500 Paving 02250 Microtunneling 02580 Pavement Marking 02601 Pre-Cast Manholes 02610 Gravity Sanitary Sewers 02611 Inverted Siphon 02612 Reinforced Concrete Pipe 02613 Ductile Iron Pipe 02618 Fiberglass Reinforced Plastic Pipe 02920 Soil Preparation and Soil Mixes 02930 Lawns 02950 Trees, Shrubs and Ground Cover DIVISION 3 CONCRETE 03200 Concrete Reinforcement 03300 Cast-in-Place Concrete 03600 Grout DIVISION 4 MASONRY Not Used DIVISION 5 METALS Not Used DIVISION 6 WOOD AND PLASTICS Not Used DIVISION 7 THERMAL AND MOISTURE PROTECTION 07900 Joint Sealers C73130C II Bryn Mawr System Improvements DIVISION 8 DOORS AND WINDOWS Not Used DIVISION 9 FINISHES 09880 Plastic Lining - Mastic - Fully Adhered DIVISION 10 SPECIALTIES Not Used DIVISION 11 MISCELLANEOUS Not Used DIVISION 12 FURNISHINGS Not Used DIVISION 13 SPECIAL CONSTRUCTION Not Used DIVISION 14 CONVEYING SYSTEMS Not Used DIVISION 15 MECHANICAL 15075 Joint Gaskets 15115 Slide Gates DIVISION 16 ELECTRICAL WORK Not Used DIVISION 17 INSTRUMENTATION Not Used C73130C iii Bryn Mawr System Improvements • I I. PART A BIDDING REQUIREMENTS . AND GENERAL CONDITIONS 1 SECTION 00020 INVITATION TO BID Sealed bids will be received by King County until 2:00 p.m. Seattle time, August 21, 1997, at the Contracts Counter on the 12th Floor, Exchange Building, 821 Second Avenue, Seattle, Washington 98104 for the following: BRYN MAWR SYSTEM IMPROVEMENTS PHASE I: BRYN MAWR TRUNK REPLACEMENT,CONTRACT C73130C is ids received after such time and date will not be considered. Bidders accept all risks of late delivery, regardless of fault. Bids properly received will be publicly opened and read in Conference Room on the 12th Floor of the Exchange Building. The work under this Contract includes (1) installation of approximately 4,200 feet of 36-inch gravity sewer in the general vicinity of the existing sewer; (2) installation of new manholes; and (3) associated flow bypass, paving and restoration activities. The location of work is Cedar River Park in Renton, Washington adjacent to the Renton Municipal Airport. The cost estimate range for this work is$1,750,000 to$2,225,000. A pre-bid conference will be held Conference Room 3B on the 3rd Floor of the Exchange Building, on August 7, 1997, at_:__.m.to discuss the work, permit requirements,MBE/WBE and EEO requirements, and bidding forms and procedures. Attendance by bidders, subcontractors and suppliers is strongly encouraged. A site tour will NOT be held. The following minimum certified firm utilization requirements must be met to be considered for award of this Contract. See Section 00120 of the Contract Documents for full details. 1. Minority Business Goal(MBG): 12% of Total Base Bid;and 2. Women Business Goal(WBG): 8% of Total Base Bid;and Bids shall be submitted in accordance with the Contract Documents. Bids shall constitute offers to King County which shall be binding for 60 days from the date of bid opening. King County reserves the right to reject any bid, any portion of any bid and/or to reject all bids. King County further reserves the right, but without obligation, to waive informalities and irregularities. No bid will be considered unless accompanied by a bid guaranty (certified or cashier's check, surety bond, postal money order or cash) payable to King County in an amount not less than five percent(5%)of the Total Base Bid. Contract Documents may be obtained at the Contracts Counter on the 12th Floor, or ordered 24 hours a day by calling (206) 684-1270. Questions about obtaining documents may be directed to the Professional and Construction Services Procurement Division at(206) 684-1327. This information is available on request in accessible formats for persons with disabilities,by calling(206)684-2046(voice)or(206)689-3413 (TDD). If there are questions regarding the bidding requirements and contract general conditions, contact Ms. Ann Hernandez at(206)684-1343, (fax: 206-684-1486). If there are questions about the technical requirements,contact Mr.Rick Andrews at(206)684-1306 (206-684- ). KING COUNTY C73130C 00020-1 INVITATION TO BID SECTION 00100 INSTRUCTIONS TO BIDDERS PART 1-GENERAL BIDDING CONSIDERATIONS 1.01 EXAMINATION OF CONTRACT DOCUMENTS AND REGULATIONS 1 1.02 CLARIFICATION OF CONTRACT DOCUMENTS 1 1.03 INSPECTION OF WORK SITE - 1 1.04 WAGES 2 1.95 PROGRESS AND COMPLETION 2 1.06 PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES 2 1.07 REQUIREMENT FOR COMPLIANCE WITH SECTION 504 OF THE REHABILITATION ACT OF 1973, AS AMENDED 2 1.08 FAIR EMPLOYMENT PRACTICE 3 1.09 MINORITY AND WOMEN'S BUSINESS(MWB)PARTICIPATION AND AFFIRMATIVE ACTION FOR EMPLOYMENT 3 1.10 RECYCLED PRODUCTS POLICY 3 141 SUBSTITUTION REQUESTS 3 1.112 PLANHOLDER LIST REQUESTS 3 PART 2-PREPARATION AND SUBMITTAL OF BIDS 2.01 GENERAL 4 2102 BID PRICE 4 2.03 TAXES 5 2104 PROPOSED SUBCONTRACTORS 5 2.05 BID GUARANTY 5 2.06 ACKNOWLEDGMENT OF ADDENDA 6 PART 3-BID EVALUATION AND REJECTION 3.01 OPENING AND POSTPONEMENT OF OPENING 6 3.02 MODIFICATION AND WITHDRAWAL OF BIDS AND CLAIM OF ERROR 6 3.03 BID EVALUATION AND RESULTS 6 3.04 QUALIFICATIONS OF BIDDERS 7 _ • 3.05 BID EVALUATION CONFERENCE 7 3.06 SINGLE BID RECEIVED 8 3.07 REJECTION OF BIDS 8 3.08 COLLUSION 8 3.09 PROTEST PROCEDURES 8 PART 4-EXECUTION AND AWARD OF CONTRACT 4.01 GENERAL 10 .02 PERFORMANCE AND PAYMENT BOND 10 4.03 INSURANCE 10 4.05 RETURN OF BID GUARANTIES 11 @NUMBER 00100-i INSTRUCTIONS TO BIDDERS SECTION 00100 INSTRUCTIONS TO BIDDERS PART 1—GENERAL BIDDING CONSIDERATIONS 1.01 EXAMINATION OF CONTRACT DOCUMENTS AND REGULATIONS A. Each bidder shall thoroughly examine and be familiar with the Contract Documents including the terms and conditions,specifications, drawings, addenda (if any) and other requirements which are contained in this solicitation package. The submission of the bid shall constitute an acknowledgment upon which King County may rely that the bidder has thoroughly examined and is familiar with the Contract Documents and has reviewed and inspected all applicable federal, state and local statutes, ordinances and regulations relating to the work and all permits which have been applied for and/or issued pertaining to the work. The failure or neglect of a bidder to receive or examine any of the Contract Documents, statutes, ordinances, regulations and permits shall in no way relieve the bidder from any olligations with respect to the bid or to the Contract. No claim for additional compensation will be allowed which is based upon a lack of knowledge or misunderstanding of any of the Contract Documents, statutes, oidinances, regulations, environmental assessments or impact statements, permit requirements, or other materials referenced or incorporated herein. B. The bidder shall verify that all documents supplied by King County, and upon which the bidder is basing its bid, are full and complete with no missing pages, sheets or unintentional blank spaces. Submittal of a bid indicates the bidder has verified it has obtained all King County supplied Contract Documents. No claim for additional work due to missing bid information will be considered. 1.02 CLARIFICATION OF CONTRACT DOCUMENTS No oral clarification or interpretations will be made to any bidder as to the meaning of the Contract Documents. Requests for an interpretation shall be made in writing and delivered to King County at least seven days before the date announced for submitting bids. Clarifications or interpretations by King County Will be in the form of addenda to the Contract Documents and when issued will be sent as promptly as is practicable to all parties to whom the Contract Documents have been issued. All such addenda upon issuance by King County shall become part of the Contract Documents and any subsequently awarded contract. Bidders shall not rely upon any oral statements or conversations, whether at the pre-bid conference or otherwise, they may have with King County employees, agents or representatives regarding the Contract Documents. 1.03 INSPECTION OF WORK SITE A. Bidders shall carefully inspect and compare the work site and Contract Documents to satisfy themselves, by personal examination, physical testing or by such other means as they may prefer, of the location of the work, the actual physical conditions of the site, surface and subsurface conditions, and conditions ordinarily encountered and generally recognized as inherent in the work. Bidder shall obtain written permission from property owner prior to entering site and prior to conducting physical testing. If, during the course or as a result of such inspection,examination and testing, a bidder finds facts or conditions Which appear to the bidder to conflict with the letter or spirit of the Contract Documents, or with any other data or material made available to the bidder relating to the work, the bidder shall promptly notify King County in writing and apply to King County for additional information and explanation before submitting a bid. B. Unless otherwise stated in the Contract Documents, the submission of a bid shall constitute the bidder's acknowledgment that, in preparing and submitting a bid, the bidder has relied and is relying solely on the bidder's own knowledge, examination, inspection and testing of (1) the site of the work including surface and subsurface conditions, (2) access to the site, (3) environmental factors and mitigation requirements,(4) all other data,matters and conditions requisite to the fulfillment of the work, (5) conditions ordinarily be encountered or generally recognized as inherent in the work, (6) requirements imposed by C73130C 00100-1 INSTRUCTIONS TO BIDDERS easements and permits,and (7) existing and available services and utilities at and in the vicinity of the site of the work and not on any representation or warranty of King County. No claim for additional compensation Will be allowed which is based upon a misunderstanding or lack of knowledge, examination, inspection and/or testing of any of the above items by the bidder. C. If there is a need for special arrangements or sign interpreters at the pre-bid conference or bid opening, please call the Professional and Construction Services Procurement Division at (206) 684-1327 three days in advance of the conference or bid opening. 1.04 WAGES This Contract is subject to Chapters 39.12 and 49.28 RCW, amendments thereto and regulations issued thereunder, relating to prevailing wages,benefits and other requirements. Bidders shall examine and be familiar with such requirements. No claim for additional compensation will be allowed which is based upon a lack of knowledge or a misunderstanding of any such requirements by the Contractor or a failure to include in the bidder's bid price adequate increases in such wages during the performance of this Contract. A copy of the most recent prevailing wage schedule is Attachment A to Section 00800,Additional Terms and Conditions. 1.05 PROGRESS AND COMPLETION Time is of the essence for this Contract. Progress and completion of the work shall comply with all requirements herein, and intermediate and final completion dates as may be set forth in the specifications. The submission of a bid constitutes the bidder's acknowledgment that such progress and completion requirements have been taken into account in formulating a price for this work. 1.06 PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES A. In accordance with R.C.W. 39.04.120, the County has included as Exhibit A to Section 00100 a list, including but not limited to, of reasonably obtainable federal, state, and local laws, ordinances and regulations dealing with the prevention of environmental pollution and the preservation of public natural resources. It shall be the responsibility of the Bidder to familiarize itself with all requirements therein. If awarded a contract,the Contractor shall fully comply with all such laws,ordinances and regulations whether listed in Exhibit A or not that may be applicable to this Project, including any new and/or amendments to existing laws, ordinances, and regulations dealing with prevention of environmental pollution and the preservation of public natural resources, as well as those not contained on this list. The cost of such compliance shall be included in the bid prices. B. Copies of the texts of the laws,ordinances,and regulations contained on the list are available for inspection at the Contracts Counter, Professional and Construction Services Procurement Division, 12th Floor,821 2nd Avenue,Seattle,Washington. 1.07 REQUIREMENT FOR COMPLIANCE WITH SECTION 504 OF THE REHABILITATION ACT OF 1973,AS AMENDED A. Federal,State,and Local laws prohibit discrimination based on disability. Section 504 of the Rehabilitation Act of 1973, as amended, requires that all recipients receiving federal moneys be accessible to qualified/eligible persons with disabilities. All organizations and firms contracting with King County must cemply with Section 504 of the Rehabilitation Act of 1973, as amended, and the Americans with Disabilities Act of 1990. 1.08 FAIR EMPLOYMENT PRACTICE During the performance of this Contract,neither the Contractor nor any of its subcontractors under the authority of this contract shall engage in unfair employment practices as defined by King County Code chapter 12.18. A summary of the requirements,instruction and submittals is contained in Section 00120. C73130C 00100-2 INSTRUCTIONS TO BIDDERS 1 09 MINORITY AND WOMEN'S BUSINESS (MWB)PARTICIPATION AND AFFIRMATIVE ACTION FOR EMPLOYMENT A. It is the policy of King County to provide equal employment opportunities and an equal opportunity for minority and women-owned businesses to participate in providing goods and services to King County. B. King County has both an affirmative action policy relating to employment (King County Code chapter 12.16) and a minority/women's business participation policy(King County Code chapter 4.18). A summary of the requirements,instruction and submittals for both ordinances is contained in Section 00120. It is each bidder's obligation to review this information and comply with all requirements when submitting a bid for this Contract. 1.10 RECYCLED PRODUCTS POLICY A. The Contractor shall use recycled paper for the production of all printed and photocopied documents related to the fulfillment of this Contract. If the cost of recycled is more than fifteen percent higher than the cost of non-recycled paper, the Contractor shall notify the County, who may waive the recycled paper requirement. • B. The Contractor agrees to use both sides of paper sheets for copying and printing, and to use recycled/recyclable products wherever practical. 1.11 SUBSTITUTION REQUESTS • A. During the bidding period written requests for approval of substitutions by prime bidders will be considered if received by the County not later than 10 days prior to the date of bid opening. Such requests shall be accompanied by complete descriptions, technical data and documentary evidence that the proposed substitution is equal to, or better than, those articles or materials specified. King County reserves the right to request that samples be submitted 'and satisfactory demonstrations be made for the proposed substitutions prior to approval. Approval of substitutions will be made by addenda. Proposed substitutions noit so listed five days before bids are due shall be considered having been rejected. Under no circumstances will a substitution be considered for an item which was prequalified pursuant to a publicly advertised pre- qUalifications process for this contract, if participation in the pre-qualification process was a prerequisite to competing for this contract. 1.12 PLANHOLDER LIST REQUESTS A. Planholder lists will be distributed with the Contract Documents. Updated planholder lists may be obtained via U.S.Mail by calling(206)684-1270,or via fax from one of the following plancenters: *Snohomish County Plan Center *Valley Plan Center *Construction Data-Bellevue (206) 258-1303 (206)852-1090 (206)885-5071 *Construction Data-Tacoma DodgeScan Construction Data-Seattle (206)841-9990 (206)287-1669 223-0320 AGC Seattle Chapter Central Contractors Association Construction Market Data (206) 285-2021 (206)860-1844 827-9313 AGC Tacoma Chapter Associated Subcontractors AGC Spokane Chapter 272-7725 838-3144 (509)534-1446 Asociated.Builders&Contractors Construction Data West-Oregon * This plancenter will fax Spokane,Washington (503) 225-0200 planholder lists to non-members. (509)534-0826 C73130C 00100-3 INSTRUCTIONS TO BIDDERS PART 2—PREPARATION AND SUBMITTAL OF BIDS 2.01 GENERAL A. Bids shall be made on the forms listed in Section 00190 and provided herein on colored paper. The completed forms constituting the bid shall be enclosed in a sealed envelope addressed to the professional and Construction Services Procurement Division 821 Second Avenue, M.S. 125, 12th Floor, Seattle, WA 98104, and labeled with the Contract Number, Contract Title, and the bidder's name. The remainder of the Contract Documents do not have to be submitted. Bidders are warned against making erasures or alterations of any kind to the bid. Bids which contain omissions,erasures or irregularities of any 1 ind may be rejected. Any qualification, addition, limitation or provision attached to or contained in a bid may render the bid non-responsive. No oral,facsimile,telegraphic or telephonic bids or modifications will be Considered. B. All bids shall be signed by the bidder, or the bidder's authorized representative, with the bidder's address. If the bid is made by an individual, the bidder's name, signature and address must be shown; if made by a partnership or joint venture, it shall contain the names of each partner, the mailing address of the partnership or joint venture and shall be signed in the firm name,followed by the signature of the person signing, indicating that person's position in the partnership or joint venture; if made by a corporation, the name of the state under the laws of which the corporation is chartered, the name and post office address of the corporation and the title of the person who signs on behalf of the corporation must be shown. If the bid is made by a corporation, a certified copy of the bylaws or resolution of the board of directors of the corporation shall be furnished, upon request of King County, showing the authority of the Officer signing the bid to execute contracts on behalf of the corporation.If the bid is made by a partnership or joint venture, a certified copy of the resolution or agreement empowering such representative to execute the bid and bind the firm,partnership or joint venture shall be furnished upon request of King County. C. A bidder, upon request of King County, shall provide copies of articles of incorporation, partnership or joint venture agreements and any other documents evidencing the legal status of the bidder. 2.02 BID PRICE A. The bid price shall include everything necessary for the prosecution and completion of the work and fulfillment of the Contract including,but not limited to, furnishing all materials, equipment, tools, pant and other facilities and all management, superintendents, labor and services, field design, except as may be provided otherwise in the Contract Documents. B. Prices set forth in the bid will be reviewed by King County for mathematical accuracy. King County reserves the right to correct mathematical errors that are obvious on the face of the bid. In the event of a discrepancy between a unit price and the extended amount for a bid item, the unit price will control. In tl-e event of a discrepancy between written words and numbers, the written words will control. The prices, corrected for mathematical errors,shall be used as the amount of the bid for evaluation and award purposes. C. Estimated quantities,if any,set forth on the Form of Bid are estimates only,being given only as a basis for the comparison of bids,and King County does not warrant,expressly or by implication, that the actual amount of work will correspond to the estimated quantities.King County reserves the right to increase or decrease the amount of any class or portion of the work and to make changes in the work as King County may deem necessary or appropriate. The basis of payment for unit price bid items for which estimated quantities were set forth on the Form of Bid shall be the actual number of unit items provided or performed under this Contract. 2.03 TAXES A. The work to be performed under this Contract constitutes a "retail sale" as such term is defined in RCW 82.04.050,and the Contract Price is subject to the State of Washington and local agency retail sales taxes. The bid price shall NOT include such state and local retail sales taxes on the Contract Price. King County will pay retail sales tax (state and local) on each progress payment and final payment to the Contractor for transmittal by the Contractor to the Washington State Department of Revenue or to the C73130C 00100-4 INSTRUCTIONS TO BIDDERS applicable local government. The Contractor will pay retail sales tax on all consumables used during the performance of the work and on all items which are not incorporated into the final work,which tax shall be included in the bid price. B. Other than state or local retail sales tax on the Contract Price as specified above and except as provided in subparagraph C of this paragraph, the bidder shall include in the bidder's proposed price(s) all applicable taxes which the Contractor will be required to pay for the work under this Contract. No adjustment will be made in the amount to be paid by King County under this Contract because of any misunderstanding by or lack of knowledge of the bidder/Contractor as to liability for, or the amount of, any taxes for which the bidder/Contractor is liable or responsible by law or under this Contract or because of any increases in tax rates imposed by any federal,state or local governments. C. Retail sales/use taxes, if any, payable on equipment, materials and other items provided hereunder to the Contractor by King County shall not be included in the bidder's proposed prices.If taxes on such items are required to be paid, King County shall make such payment, either through the Contractor or direct to the Washington State Department of Revenue. 2.04 PROPOSED SUBCONTRACTORS In accordance with RCW 39.30.060, for contracts exceeding $100,000, the bidder shall list in Section 00300, FORM OF BID, Proposed Subcontractors, the name of each subcontractor to whom the bidder proposes to subcontract portions of the work in excess of ten percent (10%) of the contract price and a description of the work to be performed. If no subcontractor will perform more than 10% of the work, the bidder shall check the appropriate box. Failure to provide the requested information shall result in the bid being found non-responsive and the bid shall not be considered for award unless King County can discern from the other portions of the bid the identity of all such subcontractors. For the purpose of this paragraph, a subcontractor is defined as one who contracts with the Contractor to furnish materials and labor, or labor only for the performance of work at the work site. King County reserves the right to require a bidder, after I. d opening,to provide a statement of experience with references for any proposed subcontractor(s). .05, BID GUARANTY A. The bid shall be accompanied by a bid deposit in the amount equal to at least 5% of the Total id Price. The bid deposit shall be one of the following formats and made payable to KING COUNTY: a bid guaranty bond, either the form provided in Section 00410 or a form acceptable to King County which contains provisions substantially similar to those in Section 00410, duly completed by a guaranty company authorized to carry on business in the state of Washington; or, a postal money order; or cash; or a certified Check or cashier's check drawn upon a banking institution with a branch office in the state of Washington. the surety signing the bid guaranty bond shall be registered with the Washington State Insurance Commissioner, and the surety's name shall appear in the current Authorized Insurance Company List in the State of Washington published by the Office of the Insurance Commissioner. B. The amount payable to King County under the bid guaranty bond, or the certified or cashier's check and the amount thereof, as the case may be, shall be forfeited to King County in case of a failure or neglect of the bidder to furnish, execute and deliver to King County the required performance .and and evidences of insurance and to enter into, execute and deliver to King County the Contract on the form provided in the Contract Documents within ten days after being notified in writing by King County that the bidder has been selected and the Contract is ready for execution by the bidder. Forfeiture of the bid guarantee shall not limit the County's right to recover damages from the bidder caused by the Bidder's failure to execute the contract. 2.06 ACKNOWLEDGMENT OF ADDENDA Each bidder shall include on the Form of Bid in Section 00300 specific acknowledgment of receipt of all addenda issued during the bidding period. If acknowledgment is not made, King County reserves the right to show constructive notice via delivery records or inclusion in the Bidder's bid of information contained in the addenda. C73130C 00100-5 INSTRUCTIONS TO BIDDERS -PART 3—BID EVALUATION AND REJECTION 3.01 OPENING AND POSTPONEMENT OF OPENING A. At the time and place set forth in the Invitation to Bid for the opening and reading of bids, each and every bid (except those which may have been withdrawn in accordance with paragraph 00100-3.02) received prior to the scheduled closing time for receipt of bids will be publicly opened and read aloud by the King County Professional and Construction Services Procurement Division staff, irrespective of any irregularities or informalities in such bid. B. King County reserves the right to postpone the date and time for opening of bids at any time prior to the opening of bids. C. The time stamp clock located in the Professional and Construction Services Procurement Division is the County's official bid clock for this solicitation. Timeliness of bid submittals will be determined using only this clock. 3.02 MODIFICATION AND WITHDRAWAL OF BIDS AND CLAIM OF ERROR A. Modifications of bids already received will be considered only if the request and modification is made prior to the scheduled closing time for the receipt of the bids. All modifications must be made in writing, over the signature of the Bidder. B. No bidder may withdraw a bid after the time and date established for submitting bids, or before the award and execution of the Contract,unless the award is delayed which exceeds the stated time in the Invitation to Bid from the date of opening of bids. King County reserves the right to request a bidder or bidders to grant an extension of such effective period. Such grant shall not be unreasonably withheld. C. No consideration will be given by King County to a claim of error in a bid unless written notice of such claim and supporting evidence for such claim including cost breakdown sheets are delivered to King County within forty-eight hours after the opening of bids. King County reserves the right to require the submittal of other bid records or information as King County may deem necessary to evaluate the claim of error. Any review by King County of a bid and/or any review of such a claim of bid error (including supporting evidence) creates no duty or liability on King County to discover any other bid error or mistake, and the sole liability for any bid error or mistake rests with the bidder or Contractor. 3.03 BID EVALUATION AND RESULTS A. Bids will be evaluated by King County to determine which bid is the lowest responsive bid bey a responsible bidder.King County in its sole discretion reserves the right,but without obligation,to waive informalities and immaterial irregularities. B. Within the period after the opening of bids stated in the Invitation to Bid, King County will either issue a Notice of Selection, reject all bids, or take such other action as may be in its best interest. King County reserves the right to request extensions of the bid evaluation period. The selection of the lowest, responsive,and responsible bid will be evidenced by a written Notice of Selection delivered in person or by Mail to the bidder whose bid is accepted. C. The bid results will be posted on the Contracts Information Line at (206) 684-1270 within 24 hours of bid submission. Status of contract award will also be posted on the Contracts Information Line if award is delayed. 3.04 QUALIFICATIONS OF BIDDERS A. In order to demonstrate and document qualifications, after bids have been opened, bidders irected by King County may be required to submit qualifications information. Upon such direction, the bidder shall promptly prepare, complete and submit any requested information to King County; provided, such information should be submitted no later than three days (excluding holidays, Saturdays and Sundays) after notification by King County to the bidder. This period may be extended by King County. In C73130C 00100-6 INSTRUCTIONS TO BIDDERS the event a bidder refuses to provide information identified in Section 00420, or other information requested b))King County,the bidder's bid bond will be forfeited. B. The qualifications information will be used to determine whether the bidder is a responsible bidder. A bidder will be considered responsible if the bidder can show: 1. • The bidder has performed work of similar scope, time and complexity to the satisfaction of the project's owner; 2. The Key Personnel to be assigned to the contract have previous experience in the type of work they are to perform. "Key Personnel" means management and supervisory personnel to be assigned to the Contract; 3. The bidder has adequate financial resources to prosecute and complete the work within the Contract Time;and 4. There is nothing else in the bidder's history to indicate that it is not a responsible bidder, including,but not limited to, a poor safety record, disqualification by another governmental agency,bankruptcy,reorganization and/or receivership,etc. C. King County in its sole discretion will determine whether the bidder is responsible, taking into consideration the items in subparagraph B above, the information in Section 00420 and any explanations offered by the bidder. In the event King County finds the bidder lacking in any of these areas, King County may provide the bidder with the opportunity to correct the deficiency by providing additional project examples,proposing other project personnel,or taking other appropriate measures. D. King County reserves the right to investigate the'qualifications of any bidder, including but not limited to contacting any reference or any financial institution listed by a bidder to verify the bidder is qualified to successfully complete the contemplated work. As a part of its investigation,King County further reserves the right to inspect records, reports and other information which may be maintained by or for the bidder to the extent necessary, as determined by King County, to verify, clarify or otherwise consider the 'information provided by the bidder and the right to require the bidder to provide additional information as needed. 3.05 BID EVALUATION CONFERENCE A. Prior to award, if requested by King County the apparent lowest bidder shall attend a bid evaluation conference. King County will hold a bid evaluation"conference only if King County deems it is necessary. The bidder shall bring to the conference any documents required by King County as necessary for review prior to award. B. By conducting a bid evaluation conference, King County has not thereby waived its right to make determinations regarding responsiveness and responsibility of the bidder. 3.06 SINGLE BID RECEIVED A. If King County receives a single responsive, responsible bid, King County shall have the fright, in its sole discretion, to extend the bid acceptance period for an additional 45 days and to conduct a price or cost analysis on such bid. The bidder shall promptly provide all cost or pricing data, documentation and explanation requested by King County to assist in such analysis. By conducting such analysis, King County shall not be obligated to accept the single bid;King County reserves the right to reject such bid or any portion thereof. B. By way of explanation but not as limitation,the terms "price analysis" and "cost analysis" are generally described as follows: (1) "price analysis" means the process of examining and evaluating a proposed price without evaluating its separate cost elements and proposed profit; and (2) "cost analysis" means the review and evaluation of the separate cost elements and proposed profit of(a) the bidder's cost or pricing data, and (b) the judgmental factors applied in projecting from the data to the estimated costs, in order to perform an opinion on the degree to which the proposed costs represent what the contract should cost,assuming reasonable economy and efficiency. C73130C 00100-7 INSTRUCTIONS TO BIDDERS 3.07 REJECTION OF BIDS A. Bidders are advised that the County reserves the right to reject any and all bids at any time and to choose not to award the Contract up to the time the County signs the Contract Documents, even after the Notice of Selection has been issued. In submitting a bid, Bidders acknowledge that the Notice of Selection confers no right of contract on any bidder. In submitting a bid, Bidders acknowledge that, even after a Notice of Selection,a decision by the County to not enter into the Contract will not result in any claims or causes of action for costs or damages by the Bidders against the County. B. King County may reject any bid, any portion of any bid or all bids for any reason including, but not limited to: any bid which contains any omission, erasure or irregularity; any bid which has any qualification, addition, limitation or provision attached to or contained in the bid; any bid lacking necessary detail and specificity; any bid which omits a price on any one or more items on the Form of Bid; any bid in which prices are unbalanced in the opinion of King County; any bid accompanied by insufficient or irregular bid guaranty; any bid found non-responsive by King County; any bidder found by King County to be not responsible; any bid which is not approved as being compliant with the requirements of King County Code Chapter 12.18; any bid for which a bidder fails or neglects to complete and submit any qualifications information within the time specified by King County and as may be otherwise required herein;and,any bid submitted by a bidder who is,not registered or licensed as may be required by the laws of the state of Washington. In consideration for King County's review and evaluation of its bid, the bidder waives and releases any claims against King County arising from any rejection of any or all bids. 3.08 COLLUSION If King County determines that collusion has occurred among the bidders, none of the bids of the participants in such collusion will be considered. King County's determination of collusion shall be Conclusive. 3.09 PROTEST PROCEDURES A. Form of Protest: In order to be considered, a Protest shall be in writing, addressed to King County Department of Finance,and include: 1. The name, address, and phone number of the Bidder or Contractor protesting, or the authorized representative of the Bidder or Contractor; 2. The Bid or Contract Number and Contract title under which the Protest is submitted; 3. A detailed description of the specific grounds for protest and any supporting documentation. It is the responsibility of the Protesting Bidder to supplement its Protest with any subsequently discovered documents prior to the Manager's decision; 4. The specific ruling or relief requested;and 5. Evidence that all persons with a financial interest in the procurement have been given notice of the Protest or if such persons are unknown,a statement to that effect. B. Who May Protest 1. Protests based on specifications. Any prospective bidder, contractor, supplier, material supplier,subcontractor,or subconsultant. 2. Protests following Bid submittal. Any Bidder or Contractor submitting a response to an IFB or ITB showing a substantial financial interest in the solicitation or award of any Contract. C. Time to Protest. Protests based on specifications or other terms in the Contract, ITB, or IFB documents which are apparent on the face of said documents must be received by the County no later than ten calendar days prior to the date established for submittal of Bids. Protests based on other circumstances must be received by the County within five calendar days after the protesting Bidder knows or should have C73130C 00100-8 INSTRUCTIONS TO BIDDERS known of the facts and circumstances upon which the Protest is based. In no event shall a Protest be considered if all bids are rejected or after award of the Contract. D. Determination of Protest. Upon receipt of a timely written Protest, the Procurement Manager shall investigate the Protest and shall respond in writing to the Protest prior to the award of contract. Except as provided below,the decision of the Procurement Manager shall be final. E. Reconsideration of Procurement Manager's Decision. A Procurement Manager's decision adverse to a financially interested Bidder or Contractor may request that the Procurement Manager's decision be reviewed by the Director of the King County Department of Finance ("Director") on a reconsideration basis only. The only justification for reconsideration are (1) new data, relevant to the underlying grounds for protest and unavailable at the time of the Protest to the Procurement Manager;or(2) the Procurement Manager made an error of law or regulation. The following procedures shall be followed for a reconsideration of the Procurement Manager's decision: 1. Form of Request for Reconsideration. In order to be considered, a Request for Reconsideration must be filed with the Director in writing and include: i. Name, address, and telephone number of the person protesting or their representative; ii. A copy of the written decision of the Procurement Manager;and iii. Justification for a reconsideration by the Director, including all pertinent facts and law on which the Bidder or Contractor is relying. 2. Time for filing Request for Reconsideration. The financially interested Bidder or Contractor must file the Request for Reconsideration no later than five calendar days of receiving the Procurement Manager's decision. 3. Review of Procurement Manager's Decision. Upon receipt of a Request for Reconsideration, the Director or his/her designee shall review the information submitted to and reviewed by the Procurement Manager and (2) the decision Procurement Manager and shall thereafter issue a final determination regarding the Request for Reconsideration. No other information will be reviewed unless the basis for the request for reconsideration is new data. F. Failure To Comply: Failure to comply with the procedures set forth herein may render a Protest untimely or inadequate and may result in rejection thereof by the County. PART 4—EXECUTION AND AWARD OF CONTRACT 4.01 GENERAL A. Within the stated number of days after the opening of bids set forth in the.Invitation to Bid, King County will either accept a bid, reject all bids, or take such other action as may be in its best interest. King County reserves the right to request extensions of the bid acceptance period. The acceptance of a bid will be evidenced by a written notice of selection of contract delivered in person or by certified mail to the bidder whose bid is accepted. B. The Agreement form set forth in Section 00510 shall be executed in quadruplicate and returned, together with the Performance and Payment Bond, and certificates of insurance with endorsements,within ten days after the bidder receives written Notice of Selection. After execution by King County,one copy of the signed Contract Documents will be returned to the Contractor. C. King County will presume that any person signing or modifying the bid prior to its submittal,or signing the contract on behalf of the Bidder is authorized to bind the bidder. C73130C 00100-9 INSTRUCTIONS TO BIDDERS 4.02 PERFORMANCE AND PAYMENT BOND A. The bidder to whom King County awards this Contract shall furnish a performance and payment bond only on the form provided herein in the amount of 100% of the Contract Price as security for the faithful performance and completion of the work. Such bond must be executed and sealed by a duly licensed surety(ies) which is registered with the Washington State Insurance Commissioner, and the surety's(ies) name shall appear in the current Authorized Insurance Company List in the state of Washington published by the Office of the Insurance Commissioner. The surety should be bound by an atomey-in-fact, preferably a resident of this County,but certainly of the State of Washington. The scope of the performance and payment bond or the form herein prescribed shall in no way affect or alter the liabilities of the Contractor to King County under the terms of the Contract Documents. King County may require the surety(ies)to appear and qualify themselves upon the bond.If at anytime King County determines,in its sole judgment, that the surety(ies) are insufficient, King County may require the Contractor to furnish additional surety in form and arrangement satisfactory to King County and in an amount not exceeding that originally required.Payments will not be made on the Contract until sufficient surety as required is furnished. B. The person signing the performance bond on behalf of the Contractor shall also sign the Contract. See paragraph 00100-2.O1B for the signature requirements. 4.03 INSURANCE King County has established certain insurance requirements as set forth herein. The bidder to whom Icing County awards this Contract shall file with King County evidences of and certificates of insurance from ulsurer(s) certifying to the coverage of all insurance required herein. Any bidder having questions about the insurance requirements should immediately contact Risk Management,(206)296-7432, (fax: 206-296-0949). 4.04 ESCROW BID DOCUMENTATION A. The bidder to whom King County awards this Contract shall, within five (5) days after receipt of Notice of Award, submit legible copy of all documentation used to prepare the bid for this Contract to a banking institution, designated by King County, as provided in Section 01130 of the Specifications. The bid documentation shall be submitted in a sealed container and shall be clearly marked "1 Bid Documentation - Contract C73130C" with the Contractor's name and the date of submittal to the banking institution. In addition to the bid documentation inside the sealed container, the Contractor shall include a signed affidavit listing all the documents used by the Contractor to determine the bid for this Contract. B. The term "bid documentation" as used in Section 01130 means any writings, working papers,computer printouts,charts, and any other data compilations which contain or reflect all information, data, and calculations used by the Contractor to prepare the bid for this Contract. The term "bid documentation" includes, but is not limited to, draft schedules, Contractor equipment rates, Contractor overhead rates, labor rates, efficiency of productivity factors, arithmetic extensions, and quotations from subcontractors, suppliers and material men to the extent that such rates and quotations were used by the Contractor in formulating and determining the amounts of the bid. The term "bid documentation" also includes any manuals which are standard to the industry used by the Contractor in determining the bid for this Contract. Such manuals may be included in the bid documentation by reference. The term does not include bid documents provided by King County for use by the Contractor in bidding on this Contract. C. If the Contractor fails or refuses to provide bid documentation,King County will not sign the Contract and will not issue Notice to Proceed to the Contractor. King County may exercise any other remedy available under the Contract or by law. 4.05 RETURN OF BID GUARANTIES As soon as practicable after the bids are opened, King County will return the bid guaranties accompanying the bids which are not to be considered for award. All other bid guaranties will be held until the Contract has been fully executed; after which, they will be returned to the respective bidders whose bids C73130C 00100-10 INSTRUCTIONS TO BIDDERS they accompany. If King County upholds a bidder's claim of error,the bidder's bid guaranty will be returned with King County's final determination on the claim of error. • C73130C 00100-11 INSTRUCTIONS TO BIDDERS EXHIBIT A LIST OF ENVIRONMENTAL AND POLLUTION LAWS, ORDINANCES AND RESOLUTIONS EXHIBIT A TO SECTION 00100 Requirements for the Prevention of Environmental Pollution&Preservation of Public Natural Resources A. In accordance with the provisions of Chapter 62, Laws of 1973, H.B. 621, the Contractor shall secure any permits or licenses required by, and comply fully with all provisions of the following laws, ordinances, and resolutions: King County Code Chapters 16.82 & 21.54 require Department of Development and Environmental Services and Surface Water Management Division review of grading and filling permits and unclassified use permits in flood hazard areas. King County Ordinance No. 800,No. 900,No. 1006 &Resolution No. 24553,No. 24834 &No. 6894 contained m King County Code Titles 8 and 10 are provisions for disposition of refuse and litter in a licensed disposal site and provide penalties for failure to comply. Review by Division of Solid Waste. Puget Sound Air Pollution Control Agency Regulations I & II: A regulation to control the emission of air Contaminants from all sources within the jurisdiction of the Puget Sound Air Pollution Control Agency(King, Pierce,Snohomish,and Kitsap Counties)in accordance with the Washington Clean Air Act,R.C.W.70.94. B. WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 18-02: Requires operators of stationary sources of air contaminants to maintain records of emissions, periodically report to the State information concerning these emissions from his operations, and to make sluch information available to the public. See Puget Sound Pollution Control Agency Regulation I. R.C.W. 90.48: Enacted to maintain the highest possible standards to ensure the purity of all water of the State consistent with public health and public enjoyment thereof,the propagation and protecting of wildlife,birds, game,fish,and other aquatic life, and the industrial development of the State, and to that end require the use o€all known available and reasonable methods by industries and others to prevent and control the pollution of the waters of the State of Washington. It is unlawful to throw, drain, run or otherwise discharge into any of the water of this State any organic or inorganic matter that shall cause or tend to cause pollution of such waters. The law also provides for civil penalties of$5,000/day for each violation. R.C.W. 70.95: Establishes uniform statewide program for handling solid wastes which will prevent land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the surface of the ground or into the waters of this State except at a solid waste disposal site for which there is a valid permit. C. WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES R.C.W. 76.04.370: Provides for abatement of additional fire hazard (lands upon which there is forest debris) and extreme fire hazard (areas of additional fire hazard near buildings, roads, campgrounds, and school grounds). The owner and/or person responsible is fully liable in the event a fire starts or spreads on property on which an extreme fire hazard exists. R.C.W. 76.04.010: Defines terms relating to the suppression or abatement of forest fire conditions. R.C.W. 70.94.660: Provides for issuance of burning permits for abating or prevention of forest fire hazards, instruction or silvi-cultural operations. R.C.W. 76.04.310: Stipulates that everyone clearing land or clearing right-of-way shall pile and burn or dispose of by other satisfactory means, all forest debris cut thereon, as rapidly as the clearing or cutting progresses, or at such other times as the department may specify, and in compliance with the law requiring burning permits. C73130C EXHIBIT A-i EXHIBIT A TO SECTION 00100 R.C.W. 78.44: Laws governing surface mining (including sand, gravel, stone, and earth from borrow pits) which provide for fees and permits, plan or operation, reclamation plan, bonding, and inspection of operations. W.A.C.332-18: Delineates all requirements for surface mined land reclamation. W.A.C.332-24: Codifies requirements of R.C.W. 76.04 pertaining to land clearing and burning. D. U.S. ARMY CORPS OF ENGINEERS Section 1 of the River and Harbor Act of Tune 13, 1902: Authorizes Secretary of the Army and Corps of Engineers to issue permits to any persons or corporation desiring to improve any navigable river at their own expense and risk upon approval of the plans and specifications. Section 404 of the Federal Water Pollution Control Act (PL 92-500 86 Stat. 816): Authorizes the Secretary of the Army, acting through the Corps of Engineers, to issue permits for the discharge of dredged or fill material into the navigable waters at specified disposal sites. Permits may be denied if it is determined that such discharge will have adverse effects on municipal water supplies, shell fish beds and fishery areas and wildlife or recreational areas. MISCELLANEOUS FEDERAL LEGISLATION Section 13 of the River and Harbor Act approved March 3, 1899: Provides that discharge of refuse without a permit into navigable waters is prohibited. Violation is punishable by fine. Any citizen may file a compliant With the U.S.Attorney and share a portion of the fine. • F. PERMITS REQUIRED FOR THE PROTECT KING COUNTY DEPARTMENT OF DEVELOPMENT AND ENVIRONMENTAL SERVICES King County Resolution No. 25789 requires an unclassified use permit for filling, quarrying (including borrow pits and associated activities such as asphalt plants, rock crushers) and refuse disposal sites and provides for land reclamation subsequent to these activities. A copy is available at the King County Department of Transportation or Department of Development and Environmental Services. Shoreline Management Act 1971 requires a permit for construction on State shorelines. Permit acquired by King County Department of Transportation and reviewed by Department of Development and Environmental Services. King County Ordinance No. 1488 requires permit for grading,land fills,gravel pits,dumping,quarrying and mining operations except on County right-of-way. Review by Department of Development and Environmental Services. G. WASHINGTON STATE DEPARTMENT OF FISHERIES&GAME Chapter 112; Laws of 1949: Requires hydraulics permit on certain projects, (King County Department of Transportation will obtain). H. WASHINGTON STATE DEPARTMENT OF ECOLOGY A,.A.C. 173-220: Requires a National Pollutant Discharge Elimination System (NPDES) permit before discharge of pollutants from a point source into the navigable waters of the State of Washington. C73130C EXHIBIT A-ii EXHIBIT A TO SECTION 00100 W.A.C.372-24: Permit to discharge commercial or industrial waste waters into State surface or ground water (such as gravel washing, pit operations, or any operation which results in a discharge which contains turbidity). W.A.C.508-12-100: Requires permit to use surface water. W.A.C. 508-12-190: Requires that changes to permits for water use be reviewed by the Department of Ecology whenever it is desired to change the purpose of use,the place of use,the point of withdrawal and/or the diversion of water. W.A.C.508-12-220: Requires permit to use ground water. W.A.C.508-12-260: Requires permit to construct reservoir for water storage. W.A.C.508-12-280: Requires permit to construct storage dam. W.A.C. 508-60: Requires permit to construct in State flood control zone. King County Department of Transportation secures one for design. Contractor secures one for his operation(false work design,etc.). I. WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES R.C.W. 76.04.150: Requires burning permit for all fires except for small outdoor fires for recreational purposes or yard debris disposal. Also the Department of Natural Resources reserves the right to restrict burning under the provisions of R.C.W. 76.04.150,76.04.170,76.04.180, and 70.94 due to extreme fire weather or io prevent restriction of visibility and excessive air pollution. R.C.W.76.48.030: Cutting permit required before cutting merchantable timber. R.C.W. 76.04.275: Operating permit required before operating power equipment in dead or down timber. R.C.W. 78.44.080: Requires permit for any surface mining operation(including sand,gravel,stone, and earth from borrow pits). J. UNITED STATES ARMY CORPS OF ENGINEERS Section 10 of River&Harbor Act of March 3, 1899: Requires permit for construction (other than bridges, see U.S. Coast Guard administered permits) on navigable waters (King County Department of Transportation will obtain). K. FIRE PROTECTION DISTRICT R.C.W. 52.28.010, 52.28.020, 52.28.030, 52.28.040, 52.28.050: Provides authority for, requirements of, and penalties for failure to secure a fire permit for building an open fire within a fire protection district. L. UNITED STATES COAST GUARD Section 9 of River&Harbor Act of March 3, 1899, General Bridge Act of March 23, 1906, and General Bridge Act of 1946 as amended August 2, 1956: Requires a permit for construction of bridge on navigable waters (King County Department of Transportation will obtain). King County Department of Transportation will comply with pertinent sections of the following laws while securing the aforementioned permit: Section 4(f) of Department of Transportation Act, National Environmental Policy Act of 1969, Water Quality Improvement Act of 1970. M. PUGET SOUND AIR POLLUTION CONTROL AGENCY C73130C EXHIBIT A-iii EXHIBIT A TO SECTION 00100 Section 9.02(d) (2) (iii) of Regulation I: Request for verification of population density. Contractor should be sure his operations are in compliance with Regulation I,particularly Section 9.02 (outdoor fires),Section 9.04 (particulate matter--dust),and Section 9.15 (preventing particulate matter from becoming airborne). N.I ENVIRONMENTAL PROTECTION AGENCY Title 40, Chapter Ic, Part 61: Requires that the Environmental Protection Agency be notified 5 days prior to the demolition of any structure containing asbestos material (excluding residential structures having fewer than 5 dwelling units). The above requirements will be applicable only where called for on the various projects. Copies of these permits, ordinances, laws, and resolutions are available for inspection at the King County Roads_Services Division, Engineering Services Section, 900 King County Administration Building, Seattle, Washington 98104. It shall be the responsibility of the Contractor to familiarize himself with all requirement therein. All costs resulting therefrom shall be included in the Bid Prices and no additional compensation shall be made. • All permits will be available at construction site. • - i C73130C EXHIBIT A-iv EXHIBIT A TO SECTION 00100 SECTION 00120 MINORITY AND WOMEN BUSINESS ENTERPRISE AND EQUAL EMPLOYMENT OPPORTUNITY PROGRAM REQUIREMENTS PART 1—MINORITY AND WOMEN BUSINESS ENTERPRISE 1.01 POLICY AND GENERAL REQUIREMENTS A. As set forth in King County Ordinance 12026,it is King County's policy that minority and women business enterprises ("certified firms") shall have the maximum practicable opportunity to participate in the performance of contracts for materials and supplies and in providing construction services for and to King County, and that contractors and subcontractors shall afford equal opportunity in employment while providing materials and supplies and construction services for and to King County. King County Ordinance 12026 is by this reference incorporated herein as though fully set forth. B. In furtherance of this policy and the requirements of King County Ordinance 12026,King County has established certain utilization goals set forth in Section 00020, and submittal requirements set forth in this Section 00120, with which each bidder shall comply to be considered responsive. Failure to comply with the utilization goals or the submittal requirements shall render a bid non-responsive, resulting in the bid not being considered for award by King County. C. Consistent with the policy cited above,the bidder shall take all necessary and reasonable steps to ensure that certified firms have the maximum opportunity to participate in the performance of contracts and subcontracts hereunder. The bidder shall not discriminate on the basis of religion, race, creed, color, sexual orientation,national origin,age,sex or the presence of any sensory,mental or physical disability in the award and performance of such contracts and subcontracts. D. To assist certified firms working on capital-funded projects,King County has created a Technical Assistance Program (TAP). TAP provides technical assistance services to eligible certified firms. Participation in TAP is voluntary,with the requesting firm determining the type of assistance needed.For more information about TAP,please contact the M/WBE and Contract Compliance Division at(206)684-1330. E. Questions concerning compliance with these utilization goals and submittal requirements shall be immediately directed to King County's M/WBE and Contract Compliance Division at(206)684-1330 or in writing to the M/WBE and Contract Compliance Division at 821 Second Avenue, M.S. 133, Seattle, Washington 98104. If appropriate, such questions may be treated as requests for interpretation and answered by addenda to the Contract Documents. In addition, each bidder is strongly encouraged to attend the pre-bid conference scheduled by King County for this Contract and to ask questions there. 1.02 DEFINITIONS Where used in the Contract Documents, the following words and terms shall have the meanings indicated. The meanings shall be applicable to the singular, plural, masculine and feminine and neuter of the words and terms. "Certified firm(s)":means any firm certified at the date and time of bid by the Washington State Office of Minority and Women's Business Enterprise ("State OMWBE") as a MBE, WBE, MWBE or CBE. This means that the State OMWBE has notified a firm that the firm has met all requirements and eligibility criteria under the state law arid regulations,and that the State OMWBE has issued a certification registration number to such firm. "Classification": when used in reference to a certified firm means the MBE, WBE, CBE or MWBE ownership classification under which the certified firm was certified. "Combination Business Enterprise" or"CBE":means a small business concern organized for profit!that is fifty percent owned and controlled by one or more minority men or MBEs certified by the state OMWBE and fifty percent owned and controlled by one or more non-minority women or WBEs certified by the state OMWBE. "Commercially useful function": is the performance of a distinct element of work for King County by a firm which has the skill and expertise as well as the responsibility of actually performing, managing and C73130C 00120-1 MMWBE AND EEO PROGRAM REQUIREMENTS supervising the work using its own work force and resources.In evaluating whether a certified firm is performing a commercially useful function, factors such as how the scope and price for the work were established, the type and amount of work to be performed, the extent of reliance on any non-certified firm, industry and trade practices,the complexity or special requirements of the work and other relevant factors shall be examined. "Controlled": means that the minority or woman owner(s) must possess and exercise management and operational control over the day-to-day affairs of the business. The factors set forth in WAC 326-20-080 will be used by King County in determining whether the control requirement is met. "Minority business enterprise" or"MBE":means a small business concern, organized for profit which is legitimately owned and controlled by one or more minority individuals or minority business enterprises certified by the state OMWBE. "Minority Business Goal" or "MBG": a goal which can be met only by utilizing MBEs, or MWBEs counted toward the Minority Business Goal in accordance with paragraph 00120-1.08A.2c, or CBEs counted toward the Minority Business Goal in accordance with paragraph 00120-1.08A.2d, or any combination of the three. "Minority women's business enterprise" or "MWBE": means a small business concern, organized for profit which is legitimately owned and actually controlled by one or more minority women and is certified by the state OMWBE. "MMWBE": when there is a slash mark between the M and the W, the acronym is referring to the phrase "Minority and Women Business Enterprise" used to describe King County's overall program. It does not refer to an individual business classification. "Utilization goal(s)": refers to the one or more minimum utilization goal or goals stated in Section 00020 to be met by the use of certified firm(s). These goals may be stated in any manner deemed appropriate by King County, including but not limited to the following: as a percentage of the Total Bid Price to be filled by any combination of certified firms;.as separate Minority Business Goal and Women Business Goal to be filled by certified firms according to their designation in paragraph 00120-1.08A.2;as a minimum number of certified firms that must be utilized in order to meet other utilization goals. "State OMWBE":means the Washington State Office of Minority and Women's Business Enterprises. "Substitute": for purposes of the M/WBE provisions, means replacing one certified firm for another or increasing the level of utilization of certified firms in order to maintain the level of utilization set forth in the bidder's bid. "Type-of-work category": the category of work the certified firm falls into for purposes of determining how much of the money to be paid to the firm is countable toward the applicable MBG and/or WBG goal (purchaser and installer,supplier,manufacturer,etc.) . "Women's Business Enterprise" or "WBE": means a small business concern, organized for profit which is legitimately owned and actually controlled by one or more women or women's business enterprises certified by the state OMWBE. "Women Business Goal" or "WBG": a goal which can be met only by utilizing WBEs, or MWBEs counted toward the Women Business Goal in accordance with paragraph 00120-1.08A.2c, or CBEs counted toward the Woman Business Goal in accordance with paragraph 00120-1.08A.2d,or any combination of the three. 1.03 MINORITY AND WOMEN BUSINESS ENTERPRISE SUBMITTALS A. The bidder shall submit to King County as a part of its bid all documentation required herein.All materials submitted will be evaluated to determine whether the bidder has satisfied the requirements for M/WBE utilization and King County Ordinance 12026. B. Not later than the time.and date established for submittal of bids, the bidder shall complete, execute, and submit the "Statement Regarding Minority and Women Business Enterprise Commitment" set forth in Section 00320. On Attachment A to said Statement,the bidder shall name certified firms with whom the bidder proposes to contract if the bidder is awarded this Contract, and indicate the dollar value for each named certified fix[m. Failure to specifically name the certified firms, and to indicate the dollar values for each shall result in a bid being determined non-responsive. If the bidder is a certified firm and proposes to meet the applicable Minority Business Goal or Women Business Goal using its own participation, the bidder shall identify itself on Attachment A' as appropriate. In addition, King County requests that the bidder identify under which type-of-work category 73130C 00120-2 M/WBE AND EEO PROGRAM REQUIREMENTS each certified firm will be performing, and that the bidder provide a description of the actual work to be performed by each certified firm using its own labor,equipment and resources. C. The bid will be found non-responsive,and rejected if: 1. The bidder does not submit both the Statement and Attachment A;or 2. The bidder's Statement or Attachment A contains material omissions;or 3. The bidder's Statement or Attachment A project utilization of certified firms at levels less than the utilization goals set forth in Section 00020. 1.04 MINORITY AND WOMEN BUSINESS ENTERPRISE GOALS A. As one element of responsiveness, the bidder must commit in the bid to utilize certified firms at levels which equal or exceed the utilization goals set forth in Section 00020. Failure to do so will result in the bid being rejected as non-responsive. B. The utilization goals set forth herein shall apply to change orders and amendments adjusting the Contract Price such that actual certified firm utilization achieved during the performance under this Contract is equal to or greater than the utilization goals stated in Section 00020. C. If a bidder's utilization commitment in Attachment A exceeds the minimum utilization goals stated in Section 00020, and King County determines that it will not count all or a portion of the participation of a given certified firm(s), the bidder will not be required to substitute another certified firm or firms for the disallowed firm provided the bidder's utilization commitment continues to meet or exceed the minimum stated utilization goals once the commitment to the disallowed certified firm(s)is deducted from the total commitment. D. The utilization goals are based on an examination of the subcontracting opportunities contained in this Contract,the availability of certified firms to perform such subcontracting work, and other factors relevant to achieving the purposes of King County Ordinance 12026. If a bidder is having difficulty identifying subcontracting opportunities, obtaining participation from certified firms, or is experiencing other problems related to meeting these goals,the bidder may contact King County's M/WBE and Contract Compliance Division immediately. King County's M/WBE and Contract Compliance Division will provide assistance to bidders when requested. However, it is the bidder's responsibility to evaluate subcontractors and to secure and commit to the utilization goals as set forth in this Contract. 1.05 REVIEW OF SUBMITTALS A. The information on the "Statement Regarding Minority and Women Business Enterprise Commitment", including Attachment A thereto, shall be reviewed and verified by King County to determine whether a bidder has complied with the utilization goals and these requirements. B. After bids are opened, King County may, at its discretion, undertake any of the following verification practices: 1. Conduct interviews with any certified firms. 2. Request supplemental information from any named certified firm pertaining to the certified firm's scope of work,certification status,and verifying the certified firm's performance of a commercially useful function. 3. In the event the certified firm expects to share the resources of a non-certified business enterprise, King County may require information describing the extent to which facilities, financial assistance, equipment or personnel are to be shared. 4. Convene a bid evaluation conference at which attendance by both the bidder and the certified firm may be required. 5. Conduct a reference and financial check of the certified firm to verify the firm has the expertise,financial resources and other resources to perform the scope of work identified. 6. Such other verification practices as is deemed necessary. C. At the bid evaluation conference the bidder shall submit letter of intent to each proposed certified firm,except joint venture partners. C73130C 00120-3 M/WBE AND EEO PROGRAM REQUIREMENTS D. Certified firms shall be prepared to provide the following information to King County upon request: 1. If the certified firm provided a lump sum, unit price or quote other than a time and materials quote,the certified firm shall provide to King County: a) the certified firm's understanding of the scope of work;b) the take-off_sheets, estimates or other documentation demonstrating that the certified firm calculated its own bid prior to the bidder's bid submittal to King County; c) the certified firm's understanding of the equipment, materials and other resources they will need to carry out the work, including the purchase, ownership,lease or rental arrangements,origin and location of such equipment,materials and other resources. 2. If the certified firm provided a time and materials quote, the certified firm shall provide to King County the following: a) the certified firm's understanding of the projected scope of work;b) the certified firrn's unit prices and other information provided to the bidder regarding the limits and exclusions contained in the certified firm's quote; c) the certified firm's understanding of the projected dollar amount, magnitude and duration of the work; d) the certified firm's understanding of the equipment, material and resources needed to perform the work based on prior projects,including the purchase,ownership,lease or rental arrangements, origin and location of such equipment, materials and other resources; and evidence that the certified firm's quote was provided to the bidder prior to the submittal of the bidder's bid to King County. 3. Failure of the certified firm to provide this information in a complete and accurate form may result in a finding that the firm is not performing a commercially useful function. 1.06 MINORITY AND WOMEN BUSINESS ENTERPRISE ELIGIBILITY A. For purposes of meeting the MBG and WBG goals and demonstrating compliance with these Requirements, bidders shall use ONLY certified firms which are certified by the Washington State Office of Minority and Women's Business Enterprise,(hereinafter the"State OMWBE")at the time bids are submitted. B. It is the bidder's responsibility to ensure that all firms projected for use to meet the M/WBE goals are certified by the State OMWBE at the time bids are submitted. Firms which have not been certified by the State OMWBE by the bid submittal date and time shall not be considered by King County in determining whether the bidder has met the goals and complied with these requirements. To determine whether a firm has in fact been certified by the State OMWBE a bidder shall contact the State OMWBE at (360) 753-9693, or utilize the OMWBE Directory of Certified Minority, Women and Disadvantaged Business Enterprises in effect on the date bids are due. 1. In the event of a discrepancy between the classification(as an MBE,WBE,CBE or MWBE) of a firm in the OMWBE Directory, and the classification verbally given by the OMWBE, the classification in the OMWBE Directory will control. 2. If a business listed by the bidder in Attachment A to its Statement Regarding Minority and Women Business Enterprise Commitment form is not certified and does not appear in the OMWBE Directory, the utilization of said business will not be counted toward the fulfillment of any utilization goal, and the bidder shall not substitute another firm. 3. If a business listed by the bidder in Attachment A to its Statement Regarding Minority and Women Business Enterprise Commitment form has been de-certified after the printing of the OMWBE Directory, the bidder will be required to substitute a certified firm(s) for the de-certified firm(s) at no additional cost to King County in accordance with paragraph 00120-1.11. C. A certified firm shall demonstrate that it has previously done business or has attempted to do business in King County, Washington. After bids are opened, King County may, at its discretion, request from the named certified firms supplemental information pertaining to their business activity in King County. This information may include,but is not limited to, submission of affidavits attesting to their business activity in King County. In the event a certified firm is determined by King County not to have previously done business or have attempted to do business within King County, the bidder shall substitute such certified firm in accordance with paragraph 00120-1.11, PROVIDED that the ineligible firm is not the bidder. In the event that the ineligible certified firm is the bidder, the bid shall not be considered for award of this Contract by King County unless the utilization of other remaining certified firms listed by the bidder meet or exceed the established goal for this Contract. • C73130C 00120-4 M/WBE AND EEO PROGRAM REQUIREMENTS 1.07 MINORITY AND WOMEN BUSINESS ENTERPRISE SOLICITATION AND UTILIZATION PROCEDURES A. Utilization of minority and women's business enterprises may be accomplished through contracting, subcontracting, joint ventures, procurement of supplies, materials or equipment, or by such other methods as may be approved by King County's M/WBE and Contract Compliance Division. B. CONTRACTING (BIDDER)METHOD If the bidder is a certified firm,it may count its own participation toward meeting the utilization goals, in accordance with paragraph 00120-1.08. C. SUBCONTRACTING METHOD The bidder may utilize certified firms on the basis of competitive bids and/or negotiated subcontracts. The bidder shall submit at the bid evaluation conference, or upon request, copies of letters of intent signed by the bidder and counter-signed by the certified firm. Such letters of intent shall set forth the scope and dollar value of the work to be performed by the certified firms, consistent with the bidder's projected use of the certified firm in th bid document. D. JOINT VENTURE METHOD A joint venture (either as a bidder or proposed subcontractor) between a non-certified firm and one or more certified firms may be used to meet the utilization goals, if the certified partner(s) is/are certified by the State OMWBE and the certified partner(s) is/are responsible for a clearly defined portion of the work which is detailed separately from the work to be performed by the non-certified joint venture partner. Only the work to be performed by the certified partner(s) shall be counted toward the applicable utilization goals. Such agreement shall identify the extent to which each joint venture partner shares in the ownership, control, management, risks and profits of the joint venture. The certified partner's portion of the work shall be assigned a commercially reasonable dollar value if that portion is intended to meet a dollar level based utilization goal for this Contract. Thee burden of persuasion shall be on the joint venture partners to demonstrate to the satisfaction of King County that the certified partners will perform a commercially useful function, as defined herein, under the joint venture agreement. Any such joint venture will be subjected to close scrutiny by King County. Even though a proposed joint venture agreement may be consistent with legal principles of contracting and with normal industry practices, that, in and of itself, does not mean that King County will determine that the joint venture will satisfy the utilization goals set forth herein. Bidders or subcontractors intending to use a joint venture to meet utilization goals should submit the joint venture agreement to King County two weeks before bids are due so that King County can determine whether the joint venture can be counted toward the utilization goals. The bidder assumes the risk that the joint venture will not be counted by failing to submit said joint venture agreement to King County for prior determination. 1.08 DETERMINING WHICH GOAL TO COUNT A CERTIFIED FIRM'S UTILIZATION TOWARDS A. Participation by certified firms, regardless of tier, which will perform commercially useful functions shall be counted toward meeting the utilization goals set forth herein as follows: 1. Subject to the other provisions of this paragraph, a bidder may count toward a dollar based utilization goal ONLY the dollar value which will actually be paid to the certified firm. 2. Whether a certified firm's utilization will be counted towards an MBG and/or WBG is determined by the certified firm's classification as an MBE, WBE, MWBE or CBE. The following classifications shall be counted toward the following goals: a. Participation by an MBE will be counted only toward the MBG. b. Participation by an WBE will be counted only toward the WBG. c. Participation by an MWBE will be counted towards either the MBG or the WBG, but not to both;the bidder shall designate the goal to which the dollar value is applied. d. Participation by a CBE shall be counted by dividing the total dollar value of the contract or portion of the contract performed by the CBE by two. One-half of the dollar value will be counted towards the MBG goal and one-half will be counted towards the WBG. 3. Joint Ventures will be counted in accordance with the provisions of paragraphs 00120- 1.07.D.,and 00120-1.08.A.2. C73130C 00120-5 M/WBE AND EEO PROGRAM REQUIREMENTS 1.09 DETERMINING COUNTABLE DOLLAR VALUE OF UTILIZATION A. The dollar value of the participation by a certified firm that will be counted towards dollar value based utilization goals(such as percentage goals) depends upon the type of work category(ies) the certified firm's work falls under. A certified firm's scope of work must fall within one or more of the following type-of-work categories in order to be counted. Except as provided in subparagraphs B through E of this paragraph 00120-1.09, the dollar value of the participation shall be counted as indicated in paragraph 00120-1.08. 1. MANUFACTURER: A bidder shall count the entire dollar value which will be paid to a manufacturer that is a certified firm (i.e. a firm that produces goods from raw materials or substantially alters theme before resale). 2. REGULAR DEALER: A bidder shall count the entire dollar value that will be paid to a certified firm which is a regular dealer of materials or supplies required under this Contract. A regular dealer is a firm which: a) owns, operates, or maintains a store, warehouse, or other establishment in which the materials or supplies required for the performance of the Contract are bought, kept in stock, and regularly sold in the usual course of business;and b) engages in, as its principal business, and in its own name, the purchase and sale of the materials or supplies in question;and c) has the actual and contractual responsibility to purchase and deliver the materials or supplies in question; and d) is not dependent upon the bidder or another firm that is involved with this Contract to identify or obtain supply sources, or otherwise fulfill the contract. A regular dealer in such bulk items as steel,cement,gravel,stone and petroleum products need not keep such products in stock,if it: a) owns or operates distribution equipment; and b) independently procures and delivers such bulk items (i.e. the firm must directly handle and be responsible for the product at some point in the process.) 3. PURCHASER AND INSTALLER:A bidder shall count the entire dollar value which will be paid to a certified firm who is not a manufacturer or regular dealer, but who purchases and installs goods, materials or equipment. A certified firm purchaser and installer will be considered to be performing a commercially useful function when the certified firm: a) by its installation activity adds substantive value to the goods, materials or equipment installed; and b) has the actual and contractual responsibility to purchase and install the goods,materials or equipment, and c) where the goods,materials or equipment require more than one trade to install, or the installed item needs to be tested or commissioned, the certified firm shall have the responsibility to coordinate, direct and participate in the installation-related services provided by other trades, and in the testing and commissioning. 4. SUPPLIER: A bidder shall count ONLY twenty percent (20%) of the dollar value which will be paid to a certified firm which is a supplier who is not a manufacturer or regular dealer. A certified firm supplier will be considered performing a commercially useful function in the supply process when the function or service is one which is customarily performed as a distinct and necessary part of the supply process and when the certified firm supplier: a. Assumes the actual and contractual responsibility for furnishing the materials; and b. Delivers the materials. 5. INSTALLER: A bidder shall count the entire dollar value (including but not limited to the cost of labor, materials and supplies, and markups) of the work to be performed by a firm that will install equipment and goods that will be furnished to it by another firm. The bidder shall not count the cost of the equipment and goods supplied by the other firm unless that firm is a certified firm,in which case the other firm's utilization will be counted separately under the appropriate type of work category. B. 1. The cost of concrete pumping services (not including the cost of the ready-mixed or wet concrete pumped, which is provided for in subparagraph B.2 below), may be counted toward meeting the uflization goals only if each of the following conditions is met: a. The certified firm will perform a commercially useful function as defined in paragraph 00120-1.02. b. The certified firm owns the concrete pumping equipment or leases such equipment from a source that sells or leases such equipment as its principal business activity, and seller or leasing fiim is nototherwise engaged in providing-concrete pumping services. c. The certified firm will use employees normally employed by and under the control of the certified firm to operate the concrete pumping equipment, or will obtain personnel to operate such C73130C 00120-6 MAYBE AND EEO PROGRAM REQUIREMENTS equipment from a source which provides such personnel as its principal business activity and does not provide concrete pumping services. 2. If concrete pumping services are counted as meeting the conditions of paragraphs 00120- 1.02 and 1.09, the cost of ready-mixed or wet concrete may only be counted as a part of providing concrete pumping services if the certified firm is the manufacturer of the concrete, or the certified firm purchases the concrete from another certified firm that is the manufacturer of the concrete. C. As a part of a purchase and install scope of work,the cost of ready-mixed or wet concrete may be counted toward meeting the utilization goals only if each of the following conditions is met: 1. The certified firm will perform a commercially useful function as defined in paragraph 00120-1.02;and 2. The certified firm's scope of work will include, at a minimum, the actual and contractual responsibility for purchasing, forming, placing and finishing the concrete. The certified firm may subcontract portions of the scope of work to other certified firms. D. If the cost of ready-mixed or wet concrete is not counted because the conditions set forth in subparagraph 00120-1.09C.2 are not met, the cost of labor and other costs associated with the installation tasks performed by the certified firm will be counted if the certified firm will perform a commercially useful function. E. Questions regarding whether a certified firm will be considered a manufacturer, regular dealer, purchaser and installer, supplier, or installer should be directed to King County's M/WBE and Contract Come liance Division prior to submittal of a bid for this Contract. 1.10 REASONS FOR NOT COUNTING PARTICIPATION BY A CERTIFIED FIRM A. Participation by certified firms will not be counted toward the fulfillment of utilization goals in circumstances which would contradict or tend to defeat the purposes and policies of King County Ordinance 12026',such as,but not limited to,the following: 1. If,prior to bid submittal, the proposed certified firm did not submit a bid or proposal or otherwise commit to perform work under this Contract with the bidder;or 2. If the proposed certified firm will not perform a commercially useful function as defined in paragraph 00120-1.02 and as specifically defined for individual type-of-work categories in paragraph 00120- 1.09 1 Participation by certified firms whereby the certified firm will act only as a broker (unless such is consistent with normal industry practice) or as a passive conduit to provide goods or services shall not be considered as commercially useful functions for purposes of meeting these requirements;or 3. If the proposed certified firm acts or operates in a manner inconsistent with the requisite ownership and control by the minority or women business owner(s);or 4. If it is apparent to King County that the certified firm does not understand the work it is identified to perform as demonstrated by a lack of knowledge of the following items: the scope and duration of the work, labor, equipment, materials and other resources necessary to perform the work; magnitude and duration of the work; interrelationship of the work to other aspects of the project; contents or methods of computing its bid price. B. SUBCONTRACTS TO NON-CERTIFIED FIRMS: The dollar value of any portions of the work (excluding the procurement of materials and supplies) that a certified firm will contract to other than another certified firm,regardless of tier,will not be counted toward the applicable MBG or WBG goal. C. RELIANCE ON OTHER FIRMS: A certified firm that relies to a significant extent on a non- certified firm or contracts a significantly greater portion of the work than would be expected on the basis of normal industry practice will be presumed not to be performing a commercially useful function.The certified firm may present to King County evidence to rebut this presumption. D. SALES AND MARKETING CONTRACTS:Contracts with sales,marketing and similar types of representatives shall not be considered a commercially useful function and will not be counted toward the utilization goals. C73130C 00120-7 M/WBE AND EEO PROGRAM REQUIREMENTS 1.11 SUBSTITUTION REQUIREMENTS A. The bidder shall substitute certified firms at no additional cost to King County,for certified firms excl ded by King County for reasons outside of the knowledge or control of the bidder as stated below,when the rema'ning certified firms listed by the bidder do not meet or exceed the utilization goals.If this occurs, the bidder will Substitute certified firms so that the utilization of certified firms continues to meet or exceed all of the utilization goals set forth in this contract. By submitting a bid, the bidder agrees that the failure of the bidder to substitute certified firms as directed by King County will result in the forfeiture of the bidder's bid bond. The fo1lo I ing circumstances shall be considered to be outside the knowledge and control of the bidder: 1. In the event such bidder proposed to use a certified firm which met the eligibility criteria liste in this Contract Document prior to bid submittal but which is determined by King County, prior to award } of the Contract, to no longer meet the eligibility criteria of King County as provided under the Contract Doc ments,or which firm was listed in the OMWBE Directory in effect at the time of bid opening but is no longer certified by the State OMWBE;or 2. In the event such bidder reasonably and justifiably relied on substantive assurances by a certi 'ed firm projected to participate hereunder relating to that firm's performance of a commercially useful function but such assurances were false, incomplete or in error and the certified firm is determined by King County prior to award of this Contract not to be performing a commercially useful function as defined herein. What constitutes a "substantive assurance" will be determined by King County on a case by case basis,but may inclu ie assurances related to qualifications,supply arrangements or other statements of specific abilities designed to lead the bidder into believing the firm will perform a commercially useful function. Generic statements such as "I can do it"do not constitute a substantive assurance which the bidder may rely upon.;or 3. r In the event such bidder proposed to use a certified firm which, subsequent to bid submittal and for reasons other than those within the control of the bidder, is unable or unwilling to perform as projected;or 4. In the event such bidder reasonably and justifiably relied upon the assurances of a proposed certified firm that the portion of work to be counted toward the MBG or WBG goal would not be further subcontracted to non-certified businesses,but prior to the award of this contract,King County determines that the certified firm will further subcontract a portion of the work to a non-certified firm;or 5. If none of the conditions in paragraph 00120-1.11B apply. B. THE BIDDER WILL NOT BE REQUIRED BY KING COUNTY OR PERMITTED UPON BIDDER'S REQUEST to substitute certified firms for certified firms excluded by King County for reasons within the knowledge or control of the bidder as stated below. The following circumstances shall be considered to be within the knowledge or control of the bidder: 1. The bidder participates in a plan designed to give the certified firm the appearance of performing a commercially useful function when the certified firm does not have the actual responsibility for that func performing or 2. The bidder performs activities or obtains sources for the certified firm that the certified - firm would typically perform or obtain. Example 1: the bidder supplies the certified firm with the only take-offs and estimates the certified firm is utilizing as the basis of its bid. Example 2: the bidder obtains subcontractors or supp iers for the certified firm;or 3. The bidder fails to inquire as to the certified firm's qualifications,experience or abilities to perform the work prior to listing the firm and the certified firm is not capable of performing the work;or 4. The bidder does not provide the certified firm with a commercially useful function;or 5. The bidder fails to inform a certified firm prior to bid submittal that the bidder's union agreements require the bidder's subcontractors to have their own union agreements and the certified firm is unable to perform because it does not have a union agreement;or 6. The bidder fails to inform a certified firm prior to bid submittal of bonding requirements that e bidder will impose on its subcontractors, and the certified firm is unable to perform because it cannot meet the bidder's bonding requirements;or 7. The actions of the bidder, or of others at the direction of the bidder, or of others with the bidd is knowledge demonstrate a disregard for King County's M/WBE policies and goals;or C73130C 00120-8 M/WBE AND EEO PROGRAM REQUIREMENTS 8. Such other situations King County determines to be within the bidder's knowledge or control which indicate practices or circumstances which would contradict or tend to defeat the purposes and policies of King County Ordinance 12026. 1.12 MINORITY AND WOMEN BUSINESS ENTERPRISE COMPLIANCE'DURING WORK A. In accordance with King County Ordinance No. 12026 the Contractor shall ensure that certified firms certified by the Washington State Office of Minority and Women's Business Enterprises (hereinafter the "State OMWBE") shall have the maximum practicable opportunity to participate in the work under this Contract. The Contractor shall ensure its subcontractors make affirmative efforts to utilize certified firms in subcontracts. B. The Contractor shall implement and carry out the commitments, as to tasks and dollar amounts, contained in its Section 00320 "Statement Regarding Minority and Women Business Enterprise Commitment", including Attachment A thereto, submitted as part of the bid to perform work under this Contract. In the event any certified firm proposed to be used or actually used by the Contractor hereunder is unable or unwilling to perform any portion of the work for any reason whatsoever, the Contractor shall seek and substitute other certified firms, as the case may be, at no additional cost to King County such that minority and women business participation under this Contract remains at the levels set forth in the Contractor's bid to perform this Contract; provided, that King County may, in its sole discretion, waive or reduce this obligation upon a showing by the Contractor that it has made maximum affirmative effort to obtain such other certified firms. During the performance of the Contract, any substitution for or proposed non-use of the certified firms projected for use under this Contract shall be submitted to King County's M/WBE and Contract Compliance Division for prior approval. C. In the event one or more change orders are issued under this Contract, the following provisions shall apply,unless waived or modified in writing by King County's M/WBE and Contract Compliance Division: 1. If a change order increases the Contract Price, the Contractor shall make maximum affirmative efforts to seek and employ certified firms in the performance of the increased work;such participation shall be consistent with the participation goals established for this Contract and shall be counted as provided in paragraph 00120-1.06 herein. 2. If a change order decreases or deletes any amount of work to be performed by a certified firm under this Contract, the Contractor shall make maximum affirmative efforts to substitute other work of equivalent value to the affected certified firm or to substitute another certified firm,as the case may be,to perform othe work of value equivalent to the decreased or deleted work. 3. No modification or waiver of the provisions of this paragraph 00120-1.12 will be made unless the Contractor provides sufficient documentation of maximum affirmative efforts to seek and employ certiffied firms in order to maintain at least the participation levels set forth in the Contractor's bid to perform this Contract. E. With each of the Contractor's progress payment requests, the Contractor shall submit an affidavit identifying amounts actually paid to certified firms,including joint venture partners (if any),during the preceding month. Upon completion of all work and as a condition precedent to final payment, the Contractor shall submit a final affidavit identifying amounts actually paid and amounts owed to each certified firm,including joint venture partners (if any),for performance under the Contract. Failure to submit such affidavits may result in withholding of payments or the final payment. Affidavit forms will be provided by King County's M/WBE and Contract Compliance Division. F. During the term of this Contract, King County shall monitor the Contractor's compliance with King County Ordinance No. 12026, and these requirements for utilization of certified firms. King County may at any time visit the site of the work and the Contractor's office to review records related to actual utilization of and payments to certified firms. The Contractor shall maintain sufficient records necessary to enable King County to monitor compliance.The Contractor shall provide every assistance requested by King County during such visits. • C73130C 00120-9 M/WBE AND EEO PROGRAM REQUIREMENTS PART 2—EQUAL EMPLOYMENT OPPORTUNITY 2.01 POLICY A. It is the finding and declaration of the King County Council that practices of employment discrimination against any person on the basis of race, color, age, sex,marital status, sexual orientation, religion, ancetry, national origin or the presence of any sensory, mental or physical disability in an otherwise qualified disabled person constitute matters of local concern and are contrary to the public welfare,health,peace and safety of the residents of King County. B. During the performance of this Contract, the Contractor agrees that it will not discriminate against any employee or applicant for employment on the basis of race, color, age, sex, marital status, sexual orientation, religion, ancestry, national origin or the presence of any sensory, mental or physical disability, nor toler4te harassment based on any of these categories, unless based upon a bona fide occupational qualification. The Contractor will take affirmative action to ensure that applicants and employees are treated without regard to their creed, color, race, religion, sex, sexual orientation, age, national origin, or the presence of such disability. Such affirmative action shall include,but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation;and selection for training,including apprenticeships. The Contractor agrees to post in conspicuous place available to employees and applicants for employment notices setting forth the provisions of this = nond'scrimination clause. • C. The Contractor will, prior to commencement and during the term of this Contract, furnish the. County upon request and on such forms as may be provided by the County, a report of the affirmative action taken by the Contractor in implementing the terms of this paragraph, and will permit access by the Manager of the Minority and Women Business Enterprise and Contract Compliance Division to the Contractor's records of employment, employment advertisements, application forms, other pertinent data and records related to the Contract for the purpose of monitoring and investigation to determine compliance with this paragraph. D. The Contractor will implement and carry out the obligations contained in its Affidavit and Certificate of Compliance regarding equal employment opportunity. Failure to implement and carry out such obligations in good faith may be considered by the County as a material breach of this Contract and grounds for withholding payment and/or termination of the Contract and dismissal of the Contractor 2.02 EQUAL EMPLOYMENT OPPORTUNITY GOALS AND BIDDING REQUIREMENTS. A. The bidder shall comply with the Equal Employment Opportunity Requirements set forth in King County Ordinance 11992,which Ordinance is incorporated herein by this reference. B. In furtherance of King County's equal employment opportunity policies, King County has estab'ished certain requirements and goals which bidders, contractors and subcontractors shall make every reasonable effort to meet.The employment goals established by King County are: (1)13.48 percent for minorities; (2) 1 .41 percent for women and (3) 7.08 percent for persons with disabilities. These goals are applicable to the r total number of hours of employment at all levels under this Contract. The evaluation of the Contractor's perf Irmance in meeting these goals shall be based on total hours of employment of minorities, women and pers ns with disabilities employed at all levels of employment. A minority woman is counted toward either the mino ity or the women's goal, but not both; the bidder may choose the goal. For the purpose of determining compliance by the Contractor on this Contract, owners will not be counted towards meeting the EEO goals for mino ities,women and persons with disabilities. C. The bidder shall complete the"Statement Regarding Equal Employment Opportunity" set forth in Secti e n 00330 and shall submit such completed Statement as part of its bid not later than the time and date estab ished for submittal of bids. D. The Statement shall be completed, signed and shall constitute the bidder's plan of affirmative action to ensure that equal opportunity in employment is afforded in the event a contract is awarded to the C73130C 00120-10 M/WBE AND EEO PROGRAM REQUIREMENTS bidder.If the bidder fails to submit the Statement as required,the bid will be considered non-responsive and will not be considered for award. E. By submitting a bid, the bidder agrees to comply with the requirements of King County Code, Chapter 12.16 (relating to discrimination, affirmative action and contract compliance goals in employment) and Chapter 12.18 (relating to fair employment practices),which requirements are incorporated in this Section. 2.03 COMPLIANCE WITH SECTION 504 OF THE REHABILITATION ACT OF 1973,AS AMENDED As required by King County Code Chapter 12.16,all contractors entering into contracts with King County shal_� provide the County with assurance of their compliance with the provisions of Section 504 of the Federal Rehabilitation Act of 1973, as amended, and the Americans with Disabilities Act of 1990. The Contractor shall complete and maintain in its office a Section 504 self evaluation and corrective action plan. An assurance of compliance,contained in the corrective action plan,must be signed,notarized and submitted to the County before the Contract will be signed by the County. 2.04 REQUIRED SUBMITTALS A. The successful bidder must submit all of the following submittals within ten days after the bidder receives written notice of the award of contract. 1. Personnel Inventory Report Form set forth in Section 00620 (providing minority, female and disabled employment data); 2. Affidavit and Certificate of Compliance set forth in Section 00630 (stating a commitment to the requirements of King County Code,Chapter 12.16); 3. Sworn Statement of Compliance with King County Code, Chapter 12.16 set forth in Section 00640 (from all unions or employee referral agencies referring workers or employees or providing or supervising apprenticeship or other training programs from whom the Contractor obtains employees); 4. ADA/504 Disability Assurance of Compliance and Corrective Action Plan set forth in Section 00650. B. The Contractor shall submit Personnel Inventory Reports, Affidavits and Certificates of Compliance and Sworn Statements of Compliance from its subcontractors in the same manner as required of the Contractor. C. Assistance with the requirements of this Section and copies of Chapters 12.16 and 12.18 are available from the Minority and Women Business Enterprise and Contract Compliance Division,phone (206) 684- 1330. 2.05 EQUAL EMPLOYMENT OPPORTUNITY REPORTS DURING WORK A. The Contractor will, prior to commencement and during the term of this Contract, furnish King County, upon request and on such forms as may be provided by King County, a report of the affirmative action taken by the Contractor in implementing the terms of this provision, and will permit access by the King County Executive to the Contractor's records of employment, employment advertisements, application forms, other pertinent data and records for the purpose of investigation to determine compliance with this provision. B. The Contractor shall implement and carry out the obligations contained in its Section 00330 "Statement Regarding Equal Employment Opportunity" submitted as part of the bid to perform the work under this Contract. Failure to implement and carry out such obligations in good faith may be considered by King County as a material breach of this Contract and grounds for withholding payment and/or termination of the Contract and dismissal of the Contractor. The Contractor shall require that Statements in the form of those required by King County from the Contractor be submitted by its subcontractors and that substantially the foregoing provisions be contained in all such subcontracts. C. The Contractor shall submit a Work Force Profile Report for the Contractor and each subcontractor used during the performance of the Contract. The Contractor shall complete the Work Force Profile Report in electronic form as provided by the King County M/WBE and Contract Compliance Division. The electronic forms and instructions will be provided to the Contractor at the preconstruction conference. The C73130C 00120-11 M/WBE AND EEO PROGRAM REQUIREMENTS II Contractor shall be responsible for obtaining, completing, and submitting the forms on computer disks to the Engineer five days prior to the date each subcontractor begins work on the Contract. D. Unless otherwise directed by the M/WBE and Contract Compliance Division two weeks after commencement of work and every two weeks thereafter, the Contractor shall submit Equal Employment Opportunity ("EEO") Reports of the Contractor's and each subcontractor's actual employment of non-minorities, minorities and women involved on this Contract during the two-week period. Estimates of future employment levels shall not be included on the EEO Reports. The Contractor and each subcontractor shall complete the EEO -- Report form provided by Metro's M/WBE and Contract Compliance Division. E. The Contractor shall ensure each subcontractor completes the EEO Report, shall review the EEO Reports for accuracy and compliance, and shall submit the subcontractors' EEO Reports with the Contractor's EEO Report to the M/WBE and Contract Compliance Division as required. The Contractor shall be responsible for 'compliance by subcontractors with all applicable equal employment opportunity requirements. In the event the EEO Reports, whether of the Contractor or subcontractor, show actual employment levels of minorities or women at a level less than the goals established for this Contract,as set forth in Section 00330, the Contractor shall provide a written explanation therefor and submit such explanation with the EEO Reports. F. In addition to reviewing the EEO Reports, King County may at any time visit the work site(s) to determine the actual employment levels of minorities and women. The Contractor and the subcontractors shall provide every assistance requested by King County during such visits. G. The Contractor shall use its best efforts to provide training and apprenticeship opportunities in the event that apprenticeship participation opportunities arise during the performance of this Contract. 2.06 SANCTIONS FOR NON-COMPLIANCE Failure by the Contractor and/or its subcontractors to comply with any requirements of King County Ordinance No. 11992 or this Contract related to equal employment opportunity or utilization of certified firms will be\considered a breach of this Contract. In the event the Contractor and/or its subcontractors fail to comply with such requirements, King County may impose sanctions including: (1) suspension of this Contract; (2) withholding of payments;(3) termination of this Contract;and (4) any other sanctions authorized by King County Ordinance No. 11992. Any such failure by the Contractor may be considered by King County in determining whether to award any other contracts to the Contractor. _ I - I C73130C 00120-12 M/WBE AND EEO PROGRAM REQUIREMENTS SECTION 00190 CHECKLIST OF BIDDING FORMS This checklist is provided only as a convenience for bidders. Bidders are advised to read carefully all portions of the Contract Documents and to comply with all requirements therein. SECTION FORM 00300 FORM OF BID 00410 BID GUARANTY BOND (unless a certified or cashier's check is provided) - 1 1 END OF SECTION C73130C 00190-1 CHECKLIST OF BIDDING FORMS King County Name of Firm Submitting Bid SECTION 00300 FORM OF BID Deliver to: King County Professional and Construction Services Procurement Division, 821 Second Avenue, 12th Floor, Seattle, Washington 98104 The undersigned, as bidder, declares that we have examined all of the Contract Documents herein contained and that we will contract with King County on the Agreement form provided herewith and at the prices and on the terms and conditions contained herein to do everything necessary for the fulfillment of: BRYN MAWR SYSTEM IMPROVEMENTS, PHASE I: BRYN MAWR TRUNK REPLACEMENT, C73130C. We agree that the Form of Bid constitutes our bid. Accompanying our bid is a bid guaranty bond issued by a surety licensed to conduct business in the state of Washington, or a cashier's check, certified check or money order payable to King County, or cash in the amount of 5% of the Total Bid Price. We agree that our bid constitutes an offer to King County which shall be binding for the number of days from the date bids are opened set forth in the Invitation to Bid. If our bid is accepted, we agree to sign the Agreement form and to furnish the Performance and Payment Bond only on the form contained herein and evidences of insurance required herein within ten days after receipt from King County of written Notice of Selection. We further agree if awarded a contract to plan and prosecute the work with such,diligence that the work and portions thereof shall be completed and ready for use within the period set forth in these Contract Documents. By submitting a bid we certify that we are currently registered and licensed by the state of Washington to perform the type of work required under the Contract Documents, and will remain so registered and licensed throughout the performance of the contract. We further certify that we are skilled and regularly engaged in the general class and type of work called for in the Contract Documents. ERRORS ON FORM OF BID We authorize King County to correct any obvious mathematical errors that may appear on our Form of Bid. By submitting a bid, it is our intention to have signed and completely filled in all forms we have submitted, and to be bound by the terms of the same, we therefore authorize King County to correct any obvious omissions on any form submitted by us including omitted signatures, dates and notarizations. MBE/WBE COMPLIANCE We affirm that: we have read and understand the provisions in the Contract Documents setting forth the certified firm utilization requirements established for this contract under the King County Minority and Women Business Enterprise program; we have complied with all such utilization requirements contained in this document; all documentation submitted by us to demonstrate such compliance is true and accurate; and we will comply with all such utilization requirements throughout the performance of this contract. C73130C 00300-1 FORM OF BID King County Name of Firm Submitting Bid Furthermore, we have identified in this Form of Bid all certified firms whose participation will be counted toward meeting the applicable certified firm utilization requirements if we are awarded this contract. If our Form.of Bid indicates a higher level of utilization than the minimum requirements established in the Contract Documents, we agree to utilize firms to the extent identified in our Form of Bid! We understand that if our Form of Bid indicates a level of certified firm utilization lower than the minimum required utilization, our Bid will be found non-responsive and shall not be considered for award. EQUAL EMPLOYMENT OPPORTUNITY We affirm that we have read and understand the Contract Document sections related to providing equal employment opportunities to minorities, women and persons with disabilities. We assure that the total work force utilized to perform this contract will include substantial percentages of minorities, women and persons with disabilities. We shall proceed in good faith and make every reasonable effort to meet the following equal employment opportunity goals which are applicable to the total number of hours of employment at all levels under this contract: Minorities - 13.48%; Women - 15.41%; Persons with Disabilities - 7.08%. If awarded a contract, we affirm that we will comply with all equal employment opportunity requirements, including implementation, hiring, recruiting and reporting, and will pass on these requirements to our subcontractors. In the event our or our subcontractors' present workforces do not meet or exceed these percentages, we will correct deficiencies of under-represented persons at all levels of the work force, including management, by considering under-represented persons to fill new positions and vacancies. We will make continuing efforts to recruit minorities, women and persons with disabilities through advertising geared to reach such persons. We will provide opportunities for such people to receive training and advancement. Furthermore we will communicate these commitments.to our supervisors and employees, our subcontractors and labor unions or representatives of workers with which we have a collective bargaining agreement. No provision in any collective bargaining agreement, nor the failure by a union with whom we have a collective bargaining agreement to refer minorities, women and persons with disabilities will excuse our obligation under this bid and any contract awarded based upon the same. TAXES AND WAIVER OF INDUSTRIAL INSURANCE IMMUNITY We acknowledge that, in accordance with paragraph 00100-2.03, the sales tax on the Total Base Bid has been included in the prices but that any other federal, state or local taxes for all items or work which will be incorporated into the final work have been included in the below bid prices. Waiver of industrial insurance immunity is made pursuant to RCW 4.24.115, and the provisions of these Contract Documents, and was the subject of mutual negotiation. C73130C 00300-2 FORM OF BID 'Xing County Name of Firm Subn SECTION 00310 BIDDING SCHEDULE • The Bidding Schedule includes Bid Items A and B. Bid Item A covers all work as specified or shown in the Contract Documents except the work identified under Bid Item B. Bid Item B provides for trench excavation safety systems to meet the requirements of Chapter 49.17 Revised Code of Washington (RCW). The bidder shall offer a lump sum price for Bid Item A and a lump sum price for Bid Item B; failure to do so shall render the bid non-responsive. The bidder shall calculate a Total Bid Price which shall be the sum of the lump sum prices for Bid Items A and B. All amounts shall be set forth in figures. King County reserves the right to correct obvious mathematical errors on the Bidding Schedule and to correct the Total Bid Price accordingly. We, the bidder, propose to perform the work under the terms and conditions contained herein for the prices set forth below: ITEM A Perform all work as specified or shown herein, except the work identified under Bid Item B below, for the lump sum price of: $ B Provide Trench Excavation Safety Systems to meet the requirements of Chapter 49.17 RCW in performing work under Bid Item A above, for the lump sum price of: TOTAL BID PRICE (Sum of lump sum prices for Bid Items A and B): We acknowledge that, in accordance with paragraph 00100-2.03, the sales tax on the Total Bid Price has not been included in the above prices but that any other federal, state or local taxes for all items or work which will be incorporated into the final work have been included in the prices and that the waiver of industrial insurance immunity in paragraph 00710-5.01 was made pursuant to RCW 4.24.115 Signature of Bidder C73130C 00310-3 FORM OF BID King County Name of Firm Subn BID EVALUATION AND CONTRACT AWARD In accordance with the provisions of these Contract Documents, bids will be evaluated to determine the lowest Total Bid Price offered by a responsive, responsible bidder. A contract will be awarded, if at all, based on the lowest Total Bid Price proposed by a responsive, responsible bidder. King County reserves the right to reject any bid, any portion of any bid and/or to reject all bids. King County further reserves the right,but without obligation, to waive informalities and irregularities. C73130C 00310-4 FORM OF BID King County Name of Firm Submitting Bid M/WB UTILIZATION We understand that the County has established minimum requirements for utilizing certified firms for this project, and that our bid must meet these requirements in order to be responsive or considered for award. We have read Section 00120 of these Contract Documents and understand that in addition to the other requirements set forth in Section 00120, a certified firm's participation will not be counted toward the utilization requirements unless the firm: 1) is certified as a minority and/or woman owned business by the Washington State Office of Minority and Women's Business Enterprises; 2) is recognized by King County as a certified firm prior to the time bids are received; 3) has previously sought to do business within the geographical borders of King County; and 4) performs a "commercially useful function" as that phrase is defined in Section 00120. We propose to meet the utilization requirements with the following types of firms (check all that apply): ❑ Subcontractors: The subcontractors identified below shall be utilized to perform the work of this project if we are awarded a contract. Firm Information Description of Work $Applied to Minority $Applied to Business Requirement Women Business Requirement Name: $ $ Address: Phone: OMWBE Certification Number: Name: $ $ Address: • Phone: OMWBE Certification Number: Make additional copies of this page if necessary. • C73130C 00300-5 FORM OF BID Kin Count CONTRACTOR'S DECLARATION OF MINORITY/WOMEN'S BUSINESS(M/WB)PARTICIPATION Name of Firm Submitting Bid $Applied to $Applied to Women Firm Information Description of Work Minority Business Business Requirement Requirement Name: $ $ Address: Phone: OMWBE Certification Number: Name: $ $ Address: - Phone: OMWBE Certification Number: Name: $ $ Address: Phone: OMWBE Certification Number: Name: $ $ Address: Phone: OMWBE Certification Number: Name: $ $ Address: Phone: OMWBE Certification Number: Make additional copies of this page if necessary. C73130C 00300-6 FORM OF BID o _ King County Name of Firm Submitting Bid PROPOSED SUBCONTRACTORS If our Bid exceeds $100,000, below we have identified any additional subcontractors (who have not been identified elsewhere in our Form of Bid) who will perform more than 10% of the work. Pursuant to paragraph 00100-2.04, the following is a list of the subcontractors to whom the bidder proposes to sublet portions of the work in excess of ten percent (10%) of the total amount of its bid and a description of the work to be performed. If no subcontractors will perform more than 10% of the work, check the box below. Failure to properly complete and submit this form When your bid exceeds $100,000, shall result in the bid being determined non-responsive, and the bid shall not be considered for award unless King County can discern from the other portions of the bid, the identity of all such subcontractors. For the purpose of this Section, a subcontractor is defined as one who contracts with the Contractor to furnish materials and labor, or labor only for the performance of work at the work site. No subcontractor will perform more than 10% of the work. Name of Firm Description of work C73130C 00300-7 FORM OF BID Ding County Name of Firm Submitting Bid ACKNOWLEDGEMENT OF ADDENDA We acknowledge addenda numbers through have been delivered to us and have been taken into account as apart of our Bid. SIGNED this day of , 19 Firm: Address: City/Zip: Telephone: Fax No.: State of Contractor's Incorporation: License No: Federal Tax ID WA Workers Number: Comp Acct#: By: Signature Print Name Title: C73130C 00300-8 FORM OF BID King County Name of Firm Submitting Bid SECTION 00410 BID GUARANTY BOND KNOW ALL BY THESE PRESENTS: That we, ,as Principal,and , as Surety, are jointly and severally held and firmly bound unto King County,hereinafter called the Obligee, each in the penal sum of five percent(5%)of the Total Bid Price of the Principal for the work,this sum not to exceed DOLLARS ($j )of lawful money of the United States,for the payment whereof unto the Obligee, the Principal and Surety jointly and severally bind themselves forever firmly by these presents. WHEREAS, the Principal is herewith submitting its offer for the fulfillment of BRYN MAWR SYSTEM IMPROVEMENT,PHASE I: BRYN MAWR TRUNK REPLACEMENT,CONTRACT C73130C. NOW,THEREFORE, the condition of this obligation is such that if the Principal is awarded the Contract, and if the Principal, within the time specified, fulfills all of the requirements of the Contract Documents which are conditions precedent to the execution of the Agreement, enters into, executes and delivers to the Obligee an agreement on the form provided herein complete with evidences of insurance, and if the Principal, within the time specified, gives to the Obligee the performance and payment bond on the form provided herein, then this obligation shall be void; otherwise, the Principal and Surety will pay unto the Obligee the difference in money between the total amount of the bid of the Principal and the amount for which the Obligee legally contracts with another party to fulfill the Contract if the latter amount be in excess of the former, but in no event shall the Surety's liability exceed the penal sum hereof. AND IT IS HEREBY DECLARED AND AGREED that the Surety shall be liable under this obligation as Principal, and that nothing of any kind or nature whatsoever that will not discharge the Principal shall operate as a discharge or a release of liability of the Surety. • IT IS HEREBY FURTHER DECLARED AND AGREED that this obligation shall be binding upon and inure to the benefit of the Principal, the Surety and the Obligee and their respective heirs, executors, administrators, successors and assigns. SIGNED this day of , 19 Principal: Surety: By: By: Title: Title: Address: Address: City/Zip: City/Zip: Telephone: ( ) Telephone: ( ) Note: A power of attorney must be provided which appoints the Surety's true and lawful attorney-in-fact to make,execute, seal and deliver this bid guaranty bond. C73130C 00410-1 FORM OF BID SECTION 00420 QUALIFICATIONS INFORMATION As required in paragraphs 00100-3.04, the bidder shall demonstrate to the satisfaction of King County that the bidder is qualified to perform the work under this Contract. To assist King County in the review of the bidder's qualifications, the bidder, if directed by King County, shall provide the information required by each item set forth below. If the bidder has been in business for less than the time period set forth in any item, the bidder shall submit such information for the time it has been in business. If the bidder is a joint venture, the bidder shall submit information for each member of the joint venture. - King County reserves the right to inspect records, reports and other information which may be maintained by or for the bidder to the extent necessary, as determined by King County, to verify, clarify or otherwise consider the information provided by the bidder. King County further reserves the right to have this information, or additional information, submitted any time prior to contract award. 1. List the name and provide a brief description of experience for the key personnel the bidder will assign to this Contract. "Key personnel" means management and supervisory personnel to be so assigned. 2. List the name and business address, and provide a description of the scope of work and a statement of experience with references, for all subcontractors to whom the bidder proposes to sublet portions of the work. 3. Identify all construction contracts (whether completed or in progress) entered into or performed by the bidder within the past five years for projects similar in scope, time and complexity top' the work called for under this Contract; include the names of the contracts, the contract prices, and the names of the owners. In addition, identify all construction contracts with King County entered into or performed by the bidder within the past five years. 4. Submit proof of adequate financial resources which would be available to the bidder for the prosecution and completion of the work hereunder. Such information shall include: (a) documentation of an open letter of credit or other arrangement with an established bank under which financing would be available for prosecution and completion of the work called for hereunder; and (b) certification by the principal financial officer of or an independent accountant for the bidder stating that the bidder has adequate financial resources for the prosecution and completion of the work called for hereunder. 5. Identify for the past five years any construction contracts in which the bidder has been involved in bond forfeiture by the bidder or litigation or a major claim between the bidder and the owner; include a brief, concise and accurate explanation of the reasons or basis for such forfeiture, litigation or major claim. For purposes of this item, "major claim" shall mean any claim or aggregate of claims which exceed ten percent of the price of such contract. 6. State the periods within the past five years that the bidder has: a. Not been an active contractor; b. Been in bankruptcy, reorganization and/or receivership; c. Not been registered and licensed as a construction contractor; and C73130C 00420-1 QUALIFICATIONS INFORMATION d. Been disqualified by any federal, state or local agency from being awarded and/or participating in public contracts. 7. Identify all criminal convictions, including pleas of nolo contendere, of the bidder and any officers of the bidder. 8. Submit the bidder's accident/injury experience factor from the Department of Labor and Industries or other appropriate organization. 9. Provide any other explanation or information which would assist King County in evaluating the qualifications of the bidder, the bidder's key personnel and proposed subcontractors. END OF SECTION C73130C 00420-2 QUALIFICATIONS INFORMATION Kin. County SECTION 00510 AGREEMENT THIS AGREEMENT, Made and entered into this day of , 19 , between KING COUNTY, State of Washington, hereinafter called the County, under the authority of Title 36, Revised Code of Washington and particularly RCW Ch. 36.80 and Title 39, Revised Code of Washington, and for tself, its heirs, executors, administrators, successors and assigns, hereinafter called the Co tractor. WITNESSETH: That in consideration of payments, covenants, and agreements, hereinafter mentioned, to be made and performed by the parties hereto, the parties hereto covenant and agree as follows: DESCRIPTION OF WORK: 1. The Contractor shall do all work and furnish all tools, materials and equipment necessary to complete work consisting of the Base Bid Price for: CONTRACT BRYN MAWR SYSTEM IMPROVEMENTS PHASE I: BRYN MAWR TRUNK REPLACEMENT CONTRACT C73130C in accordance with and as described in the attached plans and specifications in this Contract and in full compliance with the terms, conditions and stipulations herein, set forth and attached now referred to and by such reference incorporated herein and made a part thereof as fully for all purposes as if here set forth at length, and shall perform any alterations in or additions to the work covered by this contract and every part thereof. The Contractor shall provide and be responsible for the expense of all materials, labor, cartage, tolls, implements and conveniences and things of every description that may be requisite for thei transfer of materials and for construction and completing the work provided for in this contract and every part thereof. 2. The County hereby promises and agrees with the Contractor to employ, and does employ th Contractor to provide the materials and to do and cause to be done the above-described work and to complete and finish same according to the attached plans and specifications and th4 terms and conditions herein contained, and hereby contracts to pay for the same according to the attached specifications and proposal hereto attached, at the time and in the manner and upon the conditions provided for in this contract and every part thereof. C73130C 00510-1 AGREEMENT The County further agrees to employ the Contractor to perform any alterations or additions to the work covered by this contract and every part thereof and any force account work that may be ordered and to pay for the same under the terms of this contract and the attached plans and specifications. 3. CANCELLATION OF CONTRACT FOR VIOLATION OF STATE POLICY: This contract, pursuant to RCW 49.28.050 and 49.28.060, may be canceled by the officers or agents of the owner authorized to contract for or supervise the execution of such work, in case such work is not performed in accordance with the policy of the State of Washington, relating to such work. 4. It is further provided that no liability shall attach to the County by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first hereinabove written. CONTRACTOR KING COUNTY DEPARTMENT OF NATURAL RESOURCES WASTEWATER TREATMENT DIVISION By: By: st Title Pam Bissonnette, Director State of County of I certify that I know or have satisfactory evidence that sighed this instrument,on oath stated that(he/she)was APPROVED AS TO FORM: authorized to execute the instrument and acknowledged it as they(title) By: Deputy Prosecuting Attorney (company) King County Prosecuting Attorney's Office to be the free and voluntary act of such party for the uses and pu�pposes mentioned in the instrument. Date: (Stamp or seal) Signature of notary public Title 'My appointment expires: C 3130C 00510-2 AGREEMENT SECTION 00610 PERFORMANCE AND PAYMENT BOND NOW ALL BY THESE PRESENTS: That we, es Principal, and , as Surety, a corporation legally doing business in the State of Washington, are held and firmly bound and obligated unto the State of Washington and KING COUNTY, pursuant to Chapter 39.08 RCW in t e full sum of DOLLARS $ ), for the faithful performance of the Agreement referenced below, nd for the payment of which sum we do bind ourselves, and each of our heirs, executors and dministrators, successors and assigns,jointly and severally, firmly by these presents. HEREAS, THE CONDITIONS OF THIS OBLIGATION ARE SUCH THAT the Principal ntered into a certain Agreement with KING COUNTY for: CONTRACT BRYN MAWR YSTEM IMPROVEMENTS, PHASE I: BRYN MAWR TRUNK REPLACEMENT, CONTRACT C73130C, which Agreement, including all contract drawings, specifications, as amended and modified, are incorporated herein by this reference. NOW THEREFORE, if the Principal shall faithfully perform all the provisions of such Agreement and pay all laborers, mechanics and subcontractors and materialmen, and all persons who shall supply such person or persons, or subcontractors, with provisions and supplies for the carrying on of such work, then this obligation is void, otherwise to remain in full force and effect. provided, however, that the conditions of this obligation shall not apply to any money loaned or dvanced to the Principal or to any subcontractor or other person in the performance of any such yvork. IT IS FURTHER DECLARED AND AGREED that whenever Contract shall be, and declared �f by Owner to be in default under the Contract, the Owner having performed Owner's obligations thereunder, the Surety, at the request of the Owner, shall promptly remedy the default in a manner acceptable to the Owner. SIGNED AND SEALED this day of , 19 Principal: Surety: By: By: - Title: Title: rAddress: Address: City/Zip: City/Zip: Telephone: ( ) Telephone: ( ) Note: A power of attorney must be provided which appoints-the Surety's true and lawful attorney-in-fact to make, execute,seal and deliver this performance and payment bond. END OF SECTION PERFORMANCE AND PAYMENT C73130C 00610-1 BOND r ' SECTION 00710 TABLE OF CONTENTS PART 1-GENERAL 1.01 DEFINITIONS OF WORDS AND TERMS 1 1.02 JOINT VENTURE CONTRACTOR 3 1.03 CONTRACT REQUIREMENTS 4 1.04 LABOR STANDARDS 4 1.05 LAWS,REGULATIONS AND PERMITS 6 1.06 HEADINGS 7 1.07 SUBCONTRACTORS 7 1.08 DISRUPTIONS CAUSED BY LABOR OR OTHER DISPUTES - 7 1.09 INTERPRETATION OF CONTRACT DOCUMENTS 8 1.10 INTENT OF CONTRACT 8 1.11 ARCHAEOLOGICAL AND HISTORICAL PRESERVATION 9 1.12 WATER POLLUTION CONTROL REQUIREMENTS 9 1.13 RIGHTS OF WAY 9 1.14 ENVIRONMENTAL MITIGATION PLAN 9 1.15 COMPLIANCE WITH REQUIREMENTS 10 1.16 CONFLICTS OF INTEREST AND NON-COMPETITIVE PRACTICES 10 PART 2-KING COUNTY-CONTRACTOR RELATIONS 2.01 AUTHORITY OF KING COUNTY 11 2.02 AUTHORITY OF CONTRACTOR 12 2.03 RESPONSIBILITIES OF CONTRACTOR 12 2.04 KING COUNTY-CONTRACTOR COORDINATION 14 PART 3-SPECIFICATIONS AND DRAWINGS 3.01 INTERPRETATION OF SPECIFICATIONS AND DRAWINGS 16 3.02 DISCREPANCIES IN SPECIFICATIONS AND DRAWINGS 16 3.03 PROTECTION OF PUBLIC AND PRIVATE UTILITIES 17 3.04 SUBMITTALS 18 3.05 CONTRACTORS COPIES OF CONTRACT DOCUMENTS 18 PART 4-MATERIAL,EQUIPMENT AND WORKMANSHIP 4.01 GENERAL 18 4.02 PRODUCT DATA 19 4.03 QUALITY IN THE ABSENCE OF DETAILED SPECIFICATIONS 19 4.04 MATERIAL AND EQUIPMENT SPECIFIED BY NAME 19 4.05 REQUESTS FOR SUBSTITUTION 19 4.06 DEMONSTRATION OF COMPLIANCE WITH REQUIREMENTS 20 4.07 STORAGE OF MATERIALS AND EQUIPMENT 21 4.08 MANUFACTURERS DIRECTIONS 22 4.09 DEFECTIVE WORK 22 4.10 MATERIALS AND EQUIPMENT FURNISHED BY KING COUNTY 22 4.11 GUARANTEE '22 4.12 WARRANTY OF TITLE 23 PART 5-LIABILITY,INDEMNIFICATION,AND INSURANCE 5.01 LIABILITY AND INDEMNIFICATION 23 5.02 INSURANCE 24 5.03 DAMAGE TO WORK 27 5.04 LITIGATION EXPENSES 27 PART 6-PROGRESS AND COMPLETION 6.01 NOTICE TO PROCEED 27 C73130C 00710-i GENERAL CONDITIONS SECTION 00710 TABLE OF CONTENTS 6.02 CONTRACT TIME 27 6.03 SUSPENSION PROCEDURES 29 6.04 TERMINATION PROCEDURES 30 6.05 POSSESSION AND USE OF COMPLETED PORTIONS OF THE WORK 32 PART 7-MEASUREMENT AND PAYMENT 7.01 PAYMENTS TO CONTRACTOR 32 7.02 CHANGE ORDERS 35 7.03 CHARGES TO CONTRACTOR 37 7.04 COMPENSATION TO KING COUNTY FOR TIME EXTENSION 38 7.05 ACCEPTANCE OF WORK 38 7.06 LITIGATION DELAY COSTS 38 PART 8-SUPPLEMENTARY PROVISIONS 8.01 DAMAGES FOR DELAY 39 8.02 ABNORMAL WEATHER CONDITIONS 39 8.03 RETENTION OF RECORDS AND AUDIT 40 8.04 RECYCLED PRODUCT PROCUREMENT POLICY 40 ATTACHMENT A PREVAILING MINIMUM HOURLY WAGE RATES ESTABLISHED BY THE WASHINGTON STATE DEPARTMENT OF LABOR AND INDUSTRIES 41 C73130C 00710-ii GENERAL CONDITIONS SECTION 00710 GENERAL CONDITIONS PART 1—GENERAL 1.01 DEFINITIONS OF WORDS AND TERMS Where used in the Contract Documents, the following words and terms shall have the meanings indicated. The meanings shall be applicable to the singular, plural, masculine, feminine and neuter of the words and terms. Acceptance. Formal action of King County in determining that the Contractor's work has been completed in a cordance with the Contract. Act of Nature. A cataclysmic phenomenon of nature, such as an earthquake, flood or cyclone. Abnormal weaker conditions as described in paragraph 00710-8.02 will be construed as an act of Nature. Addenda. Written additions, deletions, clarifications, interpretations, modifications or corrections to the Contract Documents issued by King County during the bidding period and prior to the date and time established for submittal of bids. Bid. The offer of a bidder submitted on the prescribed Bid Form and including the Bidding Schedule,bid guaranty, M/WBE, EEO and subcontractor statements, qualifications information, and all other forms and documentation required by the Contract Documents. Bidder. Individual, association, partnership, 'firm, company, corporation, or a combination thereof, including joint venturers,submitting a bid to perform the work. Bid Price.Offer of a bidder submitted on the prescribed form setting forth the price or prices for the work to be performed. CFR. Means the Code of Federal Regulations. Change Order. Written order issued by King County,with or without notice to sureties,making changes in the work within the scope of this Contract. Completion. Fulfillment of all the terms and conditions of the contract as evidenced by passing final inspection with no defects or omissions noted. Contract Documents or Contract. The writings and drawings embodying the legally binding obligations between King County and the Contractor for completion of the work.The Contract or Contract Documents (terms used d interchangeably)includes the following parts: Part A—Bidding Requirements and General Conditions Part B—Technical Specifications Part C—contract Drawings Part D—Addenda Change Orders Contract Drawings or Drawings. The drawings included in the Contract plus those prepared by King County and the Contractor pursuant to the terms of the Contract.They include: 1. Drawings in Part C of the Contract; 2. Drawings issued by addenda; 3. Drawings submitted by the Contractor to King County during the progress of the work either as attachments to change orders or as non-modifying supplements to drawings in Part C;and, 4. Drawings submitted by King County to the Contractor during the progress of the work ether as attachments to change orders or as explanatory supplements to drawings in Part C. C73130C 00710-1 GENERAL CONDITIONS Contract Price. Amount payable to the Contractor under the terms and conditions of the Contract based on the lump sum prices, unit prices, or combination thereof, on the Bidding Schedule, with adjustments made in accordance with the Contract. Contract Time. Number of calendar days and/or the intermediate and final completion dates stated in tt.e Contract for the completion of the work. Contractor. The individual, association,partnership, firm, company, corporation, or combination thereof, including joint venturers,contracting with King County for the performance of the work. Contractor's Plant and Equipment. Equipment, material, supplies, and all other items, except labor, brought onto the site by the Contractor to carry out the work,but not to be incorporated in the work. Contractor's Representative. The individual designated in writing by the Contractor to act on its behalf under this Contract. Day.Calendar day,unless otherwise specified. Direct.Action of King County by which the Contractor is ordered to perform or refrain from performing w rk under the Contract. Directive.Written documentation of the actions of King County in directing the Contractor. Engineer. The employee(s) designated in writing by King County to act as King County's representative at the construction site and to perform construction inspection services and administrative functions relating to this Contract. Furnish.To supply and deliver any item,equipment or material to the job site or other specified location. Herein.Refers to the Contract. Install.Placing,erecting,or constructing complete in place any item,equipment,or material. . KCC.King County Code. King County. A home rule charter county of the state of Washington. King County Executive. The chief executive officer of King County who has all executive powers not expressly vested by the King County Charter in other elective offices. Other employees of King County may be authorized in writing by the Executive or act on the Executive's behalf for specific matters relating to this Contract. May.Refers to permissive actions. Municipality of Metropolitan Seattle or Municipality or Metro or Owner. Effective January 1, 1994,by operation of law,the Municipality of Metropolitan Seattle was consolidated into King County,a home rule charter county of the state of Washington. Any references in these Contract Documents to "Municipality of Metropolitan Seattle","Municipality","Metro" or"Owner"refer to King County. Owner Selected. Single manufacturer, supplier,model of equipment or other item selected by the Owner for inclusion in this Contract pursuant to a prior solicitation process,and specified by name in the Contract. Paragraph. For reference or citation purposes, paragraph shall refer to the paragraph, or paragraphs, called out by section number and alphanumeric designator. For example, this definition is found in paragraph 00710-1.01;permits and licenses are discussed in paragraph 00710-1.05 B. Person. Includes individuals, associations, firms, companies, corporations, partnerships, and joint vent res. Proposed Work Change or PWC. A written document issued by the Engineer to the Contractor identifying contemplated changes in the work and requesting a price and/or schedule proposal from the Contractor;such a request shall not be interpreted or construed to constitute a change order. Provide.Furnish and install,complete in place,without additional charge. C73130C 00710-2 GENERAL CONDITIONS Punch List. List prepared by the Engineer identifying items of work which are incomplete or not in conformance with the Contract. RCW.Means the Revised Code of Washington. Reference Documents. Reports and drawings,if any, available to bidders for information and reference in preparing bids but not as part of the Contract. - Shall or Will. Whenever used to stipulate anything, shall or will means mandatory by either the Contractor or King County, as applicable, and means that the Contractor or King County, as applicable, has thereby entered into a covenant with the other party to do or perform the same. Shown. Refers to information presented on the Contract Drawings, with or without reference to such Drawings. Specifications or Technical Specifications.Part B of the Contract consisting of written descriptions of the technical features of materials,equipment,construction systems,standards,workmanship and installation. Specify. Refers to information described,shown,noted,indicated or presented in any manner in any part of the Contract. Subcontractor. The individual, association, partnership, firm, company, corporation, or joint venture entering into an agreement with the Contractor or another subcontractor to perform a specific part of the work covered by this Contract. Submittals. Information which is submitted to the Engineer in accordance with the Technical Specifications. WAC. Means the state of Washington Administrative Code. Work. Refers to the labor, materials, equipment, supplies, services, and other items necessary for the execution,completion and fulfillment of this Contract by the Contractor to the satisfaction of King County. 1.02 JOINT VENTURE CONTRACTOR In the event the Contractor is a joint venture of two or more contractors, the grants, covenants, provisos and claims, rights, power, privileges and liabilities of the Contract shall be construed and held to be several as well as joint. Any notice, order, direction, request or any communication required to be or that may be given by King County to the Contractor under this Contract, shall be well and sufficiently given to all persons being the Contractor if given to any one or more of such joint venture contractors. Any notice, request or other communication given by any one of such joint venture contractors to King County under this Contract shall be deemed to have been given by and shall bind all joint venture contractors being the Contractor. In the event of the dissolution of the joint venture Contractor, King County shall have the unqualified righ to select which joint venture partner, if any, shall continue with the work under this Contract, and such selected partner shall assume all liabilities;obligations, rights and benefits of the Contractor under this Contract. Such dissolution of the joint venture shall not be effected without prior consultation with King County. In the event of failure or inability of either joint venture partner to continue performance under this Contract, the other jointiventure partner shall perform all services and work and assume all liabilities, obligations,rights and benefits to the Contractor under this Contract. Such determination of failure or inability to continue performance shall not be efected without prior consultation with King County. Nothing in this subparagraph shall be construed or interpreted to limit King County's rights under this Contract or by law to determine whether the Contractor or either joint venture partner thereof has performed within the terms of this Contract. 1.03 CONTRACT REQUIREMENTS A. SUCCESSORS' OBLIGATIONS The grants, covenants,provisos and claims, rights, powers, privileges and liabilities contained in the Contract shall be read and held as made by and with, and granted.to and imposed upon, the Contractor and King County and their respective heirs, executors, administrators, successors and assigns. A surety under the Performance and Payment Bond electing to complete the work in the event of a default, termination or other failure of the Contractor to perform the work,will comply fully with all Contract requirements. C73130C '00710-3 GENERAL CONDITIONS B. ASSIGNMENT OF CONTRACT The Contract shall not be assigned in whole or in part by the Contractor without the prior written consent of King County. To the maximum extent permitted by law, involuntary assignment of the Contract caused by the Contractor being adjudged bankrupt, assignment of the Contract for the benefit of Contractor's creditors or appointment of a receiver on account of Contractor's insolvency shall be considered as a failure to comply with the provisions of the Contract and subject to the termination provisions contained herein. C. WAIVER OF RIGHTS BY KING COUNTY Except as herein provided, no action or want of action on the part of King County at any time with respect to the exercise of any rights or remedies conferred upon it under this Contract shall be deemed to be a waiver on the part of King County of any of its rights or remedies. No'waiver shall be effective against King Coin my except an express waiver in writing. No waiver of one right or remedy by King County shall act as a - waikver of any other right or remedy or as a subsequent waiver of the same right or remedy. D. AMENDMENT OF GENERAL CONDITIONS After award of this Contract, these general conditions may be amended only by change order un er paragraph 00710-7.02. 1.04 LABOR STANDARDS A. WAGES OF EMPLOYEES 1. General. This Contract is subject to the minimum wage requirements of Chapters 39.12 an 49.28 RCW (as amended or supplemented). The Contractor, each subcontractor and other person doing any work under this Contract shall pay laborers, workers and mechanics not less than the prevailing rate of wage for an hour's work in the same trade or occupation in the locality within the state of Washington where such labor is performed. Wages and benefits higher than the minimums required by law may be paid. In the event rates of wages and benefits change while this Contract is in force, the Contractor shall bear the cost of such changes and shall have no claim against King County on account of such changes. 2. Prevailing Rates of Wages. All determinations of the prevailing rate of wage shall be male by the industrial statistician of the Department of Labor and Industries of the state of Washington.The state schedule of prevailing wage rates applicable to this Contract is set forth in Attachment A to this Section 00710. If employing labor in a class not listed in such schedule, the Contractor shall request the industrial statistician to det rmine the correct wage rate for that class and locality. 3. Disputes. In case any dispute arises as to what are the prevailing rates of wages for work of similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the director of the Department of Labor and Industries of the state of Washington and said director's decision therein shall be final and,conclusive ° and binding on all parties involved in the dispute. 4. Posting Notices. Except as provided otherwise in Chapter 39.12 RCW, the Contractor, each subcontractor and other person required to pay the prevailing rate of wage shall post in a location(s) readily visiple to workers at the job site: (1) a copy of the statement of intent to pay prevailing wages approved by the ind strial statistician of the Department of Labor and Industries under RCW 39.12.040; and (2) the address and tele hone number of the industrial statistician of the Department of Labor and Industries where a complaint or inq iry concerning prevailing wages may be made. 5. Apprentices. Apprentice workers employed hereunder for whom an apprenticeship agr ement has been registered and approved with the state apprenticeship council pursuant to Chapter 49.04 RC must be paid at least the prevailing hourly rate for an apprentice for that trade. Any worker for whom an apprenticeship agreement has not been registered and approved by the state apprenticeship council shall be considered to be a fully qualified journeyworker, and, therefore, shall be paid at the prevailing hourly rate for journeyworkers. 6. Required Documents. Pursuant to Chapter 39.12 RCW, the Contractor and each subcontractor shall submit the following documents to King County: C73130C 00710-4 ' GENERAL CONDITIONS a. Before payment is made by King County, the Contractor and each subcontractor - shall submit a "Statement of Intent to Pay Prevailing Wages" which has been approved by the industrial statistician of the Department of Labor and Industries. b. With each request for payment, the Contractor shall submit a statement that prevailing wages have been paid in accordance with the "Statement of Intent to Pay Prevailing Wages" filed with King County. c. Following acceptance of the work and before funds retained according to RCW 60.28.010 are released to the Contractor, the Contractor and each subcontractor shall submit an "Affidavit of Wages Paid"which has been approved by the industrial statistician of the Department of Labor and Industries. Any fees charged by the Department of Labor and Industries for filing the "Statement of Intent to Pay Prevailing Wages" and the "Affidavit of Wages Paid" shall be paid by the Contractor and each subcontractor, as applicable; if, for any reason, King County pays such fees, then the Contractor shall be charged the amounts thereof. 7. Audits. King County may inspect or audit the Contractor's wage and payroll records at any time while the Contract is in force and for at least three years after the date of final acceptance. The Contractor shall maintain such records for that period. The Contractor shall also guarantee that wage and payroll records of all its subcontractors and agents shall be open to similar inspection and auditing for the same period of time. King County will give the Contractor reasonable notice of the starting date if an audit will begin more than 60 days after the date of acceptance of work. B. WORKER'S BENEFITS • The Contractor shall make all payments required for unemployment compensation under Title 50 RCW and for industrial insurance and medical aid required under Title 51 RCW. The Contractor shall also obey all federal, state and local laws, ordinances, and regulations establishing safety standards for the protection of employees. If any payment required by Title 50 or Title 51 is not made when due, King County may retain such payments from any money due the Contractor and pay the same into the appropriate fund. The Public Works Contract Division of the Department of Labor and Industries will provide the Contractor with applicable industrial insurance and medical aid classification and premium rates. Before release of any funds retained according to RCW 60.28.010, the Contractor shall complete a "Request for Release" form and submit such form to the Department of Labor and Industries for approval for the purpose of obtaining a release with respect to the payments of industrial insurance and medical aid premiums. Such approved form shall be submitted to the Engineer. C. HOURS OF LABOR The Contractor shall comply with Chapter 49.28 RCW. Failure of the Contractor to perform the work in accordance with this policy of the State of Washington shall be deemed a failure on its part to comply with the provisions of this Contract within the meaning of paragraph 00710-6.04. D. SCHEDULE OF WORKING HOURS,OVERTIME,SHIFT AND TIDE WORK Within ten days after the effective date of Notice to Proceed, the Contractor shall submit a schedule of working hours, including overtime, shift and tide work, to the Engineer for approval. Such schedule shall take into account applicable governmental laws, regulations and permits and shall comply with any other work hour constraints set forth in the Specifications. The schedule approved by the Engineer shall be effective during the performance of work under this Contract. If allowed by such laws, regulations, permits and constraints,the Contractor may work hours other than those on the approved schedule ("unscheduled hours")but will be responsible for paying King County's overtime inspection costs unless the Contractor obtains the Engineer's concurrence at least 72 hours prior to working unscheduled hours. If the Contractor works unscheduled hours and/or if the Contractor did not obtain the Engineer's concurrence at least 72 hours prior to the start of unscheduled work, the Contractor shall be liable for the costs of King County's overtime inspection at the rate of$45 for each hour or portion thereof for each person performing such inspection for and on behalf of King County. The Contractor agrees that King County will deduct overtime inspection charges from payments due the Contractor. In the event of a change order requiring the Contractor to work unscheduled hours,the Contractor will not be charged for King County's overtime inspection costs. C73130C 00710-5 GENERAL CONDITIONS 1.05 LAWS,REGULATIONS AND PERMITS A. GENERAL The Contractor shall perform all work hereunder in full compliance with the terms and conditions of the Contract, with local, state and federal laws, ordinances, resolutions and regulations, and with permit and easement conditions pertaining to the conduct of the work;the Contractor shall be liable for violations of same. The Contractor shall give the notices, file information and pay taxes, deductions and premiums as may be required by law. The Contractor shall cooperate with all governmental entities regarding inspection of the worC and compliance with such requirements.The Contractor shall not perform work known to be contrary to the terms and conditions of the Contract and/or laws, ordinances, resolutions, regulations or permit and easement conditions. If the Contractor observes that the Drawings, Specifications or other portions of the Contract Documents are in conflict with any laws, resolutions, regulations and/or permit and easement conditions, the Contractor shall promptly notify the Engineer in writing of such conflict. King County will promptly review the • matter and,if necessary,will issue a change order or take any other action necessary to bring about compliance. B. PERMITS AND LICENSES • Unless otherwise specified in the Specifications,permits and licenses from governmental agencies which are necessary only for and during the prosecution of the work and the subsequent guarantee period shall be secured and paid for by the Contractor. Permits and licenses of regulatory agencies which are necessary to be maintained after expiration of the guarantee period will be secured and paid for by King County. C. PATENTS AND ROYALTIES The costs involved in fees, royalties or claims for any patented invention, article, process or method that may be used upon or in a manner connected with the work under this Contract or with the use of completed work by King County'shall be paid by the Contractor. The Contractor and its sureties shall protect and hoed King County, and its officers, agents and employees, harmless against any and all demands made for such fees or claims brought or made by the holder of any invention or patent. Before final payment is'made on the acciount of this Contract, the Contractor shall, if requested by King County, furnish acceptable proof of a proper release from all such fees or claims. Should the Contractor, its agent, servants or employees, or any of them be 'enjoined from furnishing or using any invention, article, material or appliances supplied or required to be supplied or used under the Contract, the Contractor shall promptly substitute other articles,materials or appliances in lieu thereof of equal efficiency,quality,finish,suitability,and market value, and satisfactory in all respects to King County. In the event that King County elects, in lieu of such substitution, to have supplied and to retain and use any such invention, article, material or appliances as may be required to be supplied by the Contract, the Contractor shall pay such royalties and secure such valid licenses as may be requisite and necessary for King County, its officers, agents,servants and employees,or any of them to use such invention, article,material or appliance without being disturbed or in any way interfered with by any proceeding in law or equity on account thereof. Should the Contractor neglect or refuse to make the substitution promptly or to pay such royalties and secure such licenses as may be necessary, then in that event King County shall have the right to make such substitution or King County may pay such royalties and secure such licenses and charge the Contractor even though final payment under the Contract may have been made. 1.06 HEADINGS Headings to parts, divisions,sections,paragraphs, subparagraphs and forms are inserted for convenience of reference only and shall not affect the interpretation of the Contract. _ 1.07 SUBCONTRACTORS Subcontractors to the Contractor will not be recognized as having a direct relationship with King County, nor are subcontractors intended or incidental third-party beneficiaries to this Contract. The persons engaged in the work, including employees of subcontractors and suppliers, will be considered employees of the Contractor aitd their work shall be subject to the provisions of the Contract. C73130C 00710-6 GENERAL CONDITIONS This Contract is between King County and the Contractor. The Contractor will be responsible for performing all work shown on the Drawings and described in all sections of the Specifications. The Contract Documents have not been written with the intent of,and King County shall not be a party to,defining the division of work between the Contractor and its subcontractors. The Contractor,with its own organization shall perform work amounting to at least 33 percent of the original Contract Price. Before computing this percentage,however,the Contractor may subtract from the original Contract Price the costs of portions of the work to be subcontracted work that are designated herein, or approved by the Engineer,as specialty items. No work shall be subcontracted without written consent of the Engineer;provided, written consent shall not be required for subcontractors identified by the Contractor as part of its bid to perform the work under this Contract if King County did not object to such subcontractors; and,provided further,written consent shall not be required for a subcontractor whose subcontract amount is less than three percent of the Contract Price or less than $256,000,whichever is the lesser amount. Each request to subcontract shall be on the form the Engineer provides. If requested by the Engineer, the Contractor shall provide documentation that the proposed subcontractor is experienced and equipped to do the subcontract work. The subcontractor shall be properly licensed, registered or certified, as applicable to perform the assigned work. The Contractor shall require each subcontractor to comply with all provisions of this Contract pertinent to the subcontract work. Consent to subcontract any portion of the work shall not relieve the Contractor of any responsibility for performance of the Contract. Subcontracting shall create no contract between King County and the subcontractor,nor shall the subcontractor have any rights against King County by reason of its subcontract with the Contractor.The Contractor shall be responsible for all work and material furnished, and no subcontract shall in any case release the Contractor of its obligations or liability under this Contract and the Performance and Payment Bond. If dissatisfied with any part of the subcontracted work, the Engineer may request in writing that the subcontractor be removed. The Contractor shall comply with this request at once, shall not employ the subcontractor for any further work under the Contract, and shall have no claim whatsoever against King County on ccount of such removal. 1.08 DISRUPTIONS CAUSED BY LABOR OR OTHER DISPUTES The Contractor shall take all reasonable steps to prevent all disputes arising from the presence of or the performance of work by the Contractor and any of its subcontractors or suppliers from: (1) disrupting the work under this Contract; (2) interfering with access to King-County's property by King County, including its agents, representatives,employees and officials; (3)interfering with access and work by any other contractors engaged in construction activities;and,(4)interfering with access to property by members of the public. If such a dispute disrupts the work under this Contract or interferes in any way with access to King County's property or to the site of the work by any persons,the Contractor shall promptly and expeditiously take all reasonable actions to eliminate or minimize such disruption or interference, including but not limited to: (1) utilizing all reasonable means to prevent all unlawful conduct or picketing, and restricting all lawful picketing or otl{er activities to a single entrance to the property or site of the work; (2) posting notices or signs which advise interested persons and labor organizations that a particular entrance to the property or site of the work is for the employees of "primary" or, as the case may be, "neutral" employers; (3) policing entrances to ensure that only authorized personnel use the entrances; (4) notifying all interested labor organizations of the "primary" or "neutral" status of particular entrances; (5) upon request of King County, altering or rerouting the access to the site; and (6) in the event of any such picketing or activity is unlawful or has a secondary impact upon the employees of neutral employers, promptly and expeditiously taking appropriate action to seek recourse through the appropriate governmental agency or state or federal courts to limit the location of such picketing or activity so as to reduce the impact thereof upon neutral employers. King County will cooperate with the Contractor to accomplish the foregoing actions and will render assistance as may be in the best interests of King County. However, King County shall have the right, without providing additional compensation to the Contractor, to direct the Contractor to modify any of the foregoing 1. actions the Contractor has taken or plans to take or to overrule such actions, to designate the entrances to be used as "primary" or "neutral" entrances, and to take appropriate legal action in order to protect King County's property and interests.Neither the failure of King County to request that the Contractor take a specific action nor C73130C 00710-7 GENERAL CONDITIONS the exercise by King County of its rights hereunder shall modify or constitute a defense to or waiver of the obligations imposed upon the Contractor in this paragraph.Failure by the Contractor to take the actions described above or to comply with the directives of King County shall be considered a material breach of this Contract and King County shall have all rights provided by law and in this Contract for such breach. In any event,to the maximum extent permitted by law,the Contractor shall be liable for and shall defend, indmnify,save and hold harmless King County and its agents,representatives,employees and officials from: (1) all claims, suits, or actions brought against King County by any third party (including, but not limited to, contractors,licensees and invitees of King County),including the costs of the same and attorney's and consultant's fees which claims, suits, actions, damages or costs are caused in whole or in part by any dispute which disrupts the work hereunder or otherwise interferes with access to King County property; (2) all damages sustained by King County, including but not limited to the costs incurred by King County in relocating or rerouting access to Kink County property and for taking other actions required to maintain the uninterrupted progress of work under this Contract or other contracts and the uninterrupted operations of King County facilities;and (3) all extra costs incurred by King County in administering this Contract, including attorney's and consultant's fees, arising from such disruptions or interference. The term "dispute" as used in this paragraph 00710-1.08 includes labor-related and non labor-related disputes, whether or not the person or other entities involved in the dispute have an employment relationship with either the Contractor or King County. Examples of such disputes include, but are 'not limited to, informational or other picketing,and all other forms of concerted or nonconcerted activity. King County shall be entitled to recover from the Contractor all of the attorney's fees and costs incurred by King County in establishing or enforcing King County's right to indemnity under this paragraph 00710-1.08. 1.0 INTERPRETATION OF CONTRACT DOCUMENTS In the event of any conflict or inconsistency between any of the Contract Documents, the conflict or inconsistency shall be resolved upon the governing document. The hierarchy of the documents is listed below, with each document governing over those listed below it: 1. Change Orders 2. Part D—Addenda 3. Part A—Bidding Requirements and General Conditions 4. Part B—Technical Specifications 5. Part C—Contract Drawings 1.10 INTENT OF CONTRACT The intent of the Contract is to prescribe a complete work. The Contractor shall provide, coordinate and supervise all labor, services, materials, tools, equipment, transportation, supplies and incidentals required to complete all work in compliance with the requirements of the Contract. The Contract Price,whether lump sum or unit prices or a combination thereof, shall be full pay for all work and materials required to fully complete the Contract work. 1.11 ARCHAEOLOGICAL AND HISTORICAL PRESERVATION The Contractor shall comply fully with the requirements set forth in Chapter 27.53 RCW entitled Archaeological Sites and Resources.The Contractor shall immediately notify the Engineer if any artifacts, skeletal remains or other archaeological resources (as defined under RCW 27.53.040) are unearthed during excavation or otherwise discovered on the site of the work. If directed by the Engineer, the Contractor shall immediately suspend any construction activity which, in the opinion of the Engineer, would be in violation of Chapter 27.53 RCW. The suspension of work shall remain in effect until permission to proceed has been obtained by the Engineer from the State Historic Preservation Officer or private landowner,as applicable. 1.12 WATER POLLUTION CONTROL REQUIREMENTS The Contractor shall comply with and be liable for all penalties, damages and violations under Chapter 90.48 RCW in the performance of this work. By submitting a bid for and entering into this Contract, the C73130C 00710-8 GENERAL CONDITIONS Contractor has thereby assured King County that the Contractor has knowledge of,understands and will comply with the provisions and requirements of Chapter 90.48 RCW, including any regulations issued pursuant thereto. The Contractor shall also perform its work in compliance with water pollution control requirements as may be set forth in this Contract and as may be a part of any permit or other authorization issued or obtained for this C�ntract. • 1.13 RIGHTS OF WAY All rights of way to be provided by King County for use by the Contractor and for the completed work shall be set forth in the Specifications and may be shown on the Drawings.The Contractor's construction activities shall be confined within the identified rights of way, unless the Contractor makes arrangements for use of additional public and/or private property and complies with this paragraph 00710-1.13. The Contractor shall comply with all requirements set forth in such rights of way documents and in the Contract applicable to the performance of work hereunder. The Contractor shall provide written notice to the Engineer of the dates of commencement and completion of work on each right of way provided by King County. If the Contractor fails to diligently prosecute and complete the work on each such right of way and, as a result of such failure, King County becomes obligated to pay additional amounts for the use of such right of way, the Contractor shall be charged such additional costs in accordance with paragraph 00710-7.03. Upon completion of use of each right of Hay, the Contractor shall provide the Engineer with a written release signed by such owner, or authorized agent therefor,stating that the owner has no claims whatsoever against King County on account of the Contractor's use of such right of way.Such release shall be on the form set forth in the Specifications. If the Contractor makes arrangements for use of such additional public and/or private property, the Contractor,prior to using such property,shall provide the Engineer with written permission of the owner,or duly authorized agent of such owner, for such use. Upon completion of use of such property, the Contractor shall provide the Engineer with a written release signed by such owner or authorized agent therefor stating that the owner has no claims whatsoever against King County on account of the Contractor's use of such property. Such release shall be on the form set forth in the Specifications. The Contractor shall save King County harmless from all suits and legal proceedings of every kind and description that might result from use of or damage to rights of way and public and/or private property by the Contractor. The Contractor shall comply with all laws, rules, regulations, ordinances, resolutions or directives rlating to its use of public rights or way, streets or highways;and its use of same shall not disturb the rights and property of adjacent property owners. 1.14 ENVIRONMENTAL MITIGATION PLAN If and as required in the Specifications,the Contractor shall prepare and submit to the Engineer a plan by which the Contractor and its subcontractors shall ensure all environmental mitigation requirements shall be complied with during performance of the work under this Contract. The plan shall specifically address each such requirement. Failure to submit a complete environmental mitigation plan may result in suspension of work; delays, if any, resulting therefrom shall be considered avoidable delays, and additional costs, if any, resulting therefrom shall be borne by the Contractor. Preparation of such a plan and compliance with all environmental mitigation requirements shall be deemed incidental to the work under this Contract and all costs therefor shall be included in the Contract Price. 1.15 COMPLIANCE WITH REQUIREMENTS The Engineer will not approve payments for portions of the work not performed in full compliance with provisions of the Contract, laws, ordinances, resolutions, regulations, permits and/or easements and will withhold such payments to the Contractor in accordance with paragraph 00710-7.01C.2. The Contractor shall be responsible,and have no claim whatsoever against King County, for all costs and effects of delays resulting or arising from suspension and/or stop work orders issued by the Engineer and/or any governmental authority as a result of incidents of non-compliance by the Contractor and/or its subcontractors and suppliers. C73130C 00710-9 GENERAL CONDITIONS 1.16 CONFLICTS OF INTEREST AND NON-COMPETITIVE PRACTICES Consistent with the King County Code of Ethics,Chapter 3.04,K.C.C.,the Contractor agrees as follows: A. CONFLICT OF INTEREST , The Contractor, by entering into this Contract with King County to perform or provide work, services or materials, has thereby covenanted that it has no direct or indirect pecuniary or proprietary interest, and that it shall not acquire any such interest,which conflicts in any manner or degree with the work,services or materials required to be performed and/or provided under this Contract and that it shall not employ any person or agent having any such interest. In the event that the Contractor or its agents, employees or representatives acquires such a conflict of interest, it shall immediately disclose such interest to King County and take action immediately to eliminate the conflict or to withdraw from this Contract,as King County may require. B. CONTINGENT FEES AND GRATUITIES The Contractor, by entering into this Contract with King County to perform or provide work, services or materials,has thereby covenanted: 1. That no person or selling agency except bona fide employees or designated agents or representatives of the Contractor has been or will be employed or retained to solicit or secure this Contract with an agreement or understanding that a commission,percentage,brokerage,or contingent fee may be paid;and 2. That no gratuities, in the form of entertainment, gifts or otherwise, have been or will be offered or given by the Contractor or any of its agents, employees or representatives, to any official, member or employee of King County or other governmental agency with a view toward securing this Contract or securing favorable treatment with respect to the awarding or amending thereof, or the making of any determination with respect to the performance of this Contract. C. PENALTIES Contractors are advised that KCC 3.04.060 authorizes criminal liability, and civil penalties, including the cancellation of current contracts and disqualification from bidding for a two-year period, for any person who violates Chapter 3.04 KCC. PART 2—KING COUNTY-CONTRACTOR RELATIONS • 2.01 AUTHORITY OF KING COUNTY A. GENERAL King County, acting through the King County Executive and the Engineer,shall be the sole judge of the work and materials with respect to both quantity and quality as set forth in the Contract. It is expressly sti ulated that the Drawings, Specifications and other Contract Documents set forth the requirements as to the nature of the completed work and do not purport to control the means or method of performing work except in these instances where the nature of the completed work is dependent on the method of performance. The King County Executive will designate the Engineer and notify the Contractor in writing. B. AUTHORITY OF KING COUNTY EXECUTIVE 1. General. The King County Executive shall act on behalf of King County on change orders, extensions in time, progress payments, contract interpretation and administrative decisions, acceptability of the Contractor's work,early possession, assessment of damages and all other matters related to administration of this Contract. 2. Change Orders. The King County Executive or the King County Executive's designee shall accept or reject change orders. 3. Progress Payments. The King County Executive shall accept or reject requests for progress payments which have been submitted by the Contractor and recommended by the Engineer. 4. Contract Decisions. Should the Contractor disagree with the Engineer's decision with respect to the Contract,the Contractor may request that the King County Executive review the Engineer's decision and make a determination on behalf of King County in the manner provided under paragraph 00710-2.04 G.2. C73130C 00710-10 GENERAL CONDITIONS 5. Acceptability of Work. The King County Executive shall make determinations of the acceptability of the work. The King County Executive also shall accept or reject the Engineer's recommendations rega ding retention of defective work as provided in paragraph 00710-4.09. 6. Early Possession. The King County Executive shall determine whether to take early possession in accordance with paragraph 00710-6.05. 7. ' Assessment of Damages. The King County Executive shall determine amounts to be assessed as damages hereunder. C. AUTHORITY OF ENGINEER 1. General. The Engineer is the construction site representative of King County. The King County Executive has delegated the authority to the Engineer to make decisions regarding questions which may arise as to the quality or acceptability of materials and work furnished,the manner of performance and the rate of progress of the work under the Contract. The Engineer interprets the intent and meaning of the Contract and makes decisions with respect to the Contractor's fulfillment of the Contract and the Contractor's entitlement to compensation. The Contractor shall look initially to the Engineer in matters relating to compliance with Contract requirements. The Engineer's decisions are subject to review by the King County Executive in accordance with paragraph 00710-2.04 G.2. 2. Inspection of Construction. The Engineer and its designated representative(s) shall have access to the work and to the site of the work and to the places where work is being prepared or where materials, sup1plies,equipment,machinery and other items are being obtained for the work.If requested by the Engineer,the Conn tractor shall provide the assistance necessary for obtaining such access, and shall provide information related to the inspection of construction. Absence of such access or information, as and when needed, will result in the non-acceptance of the work. 3. Change Orders. The Engineer has the authority to initiate and approve change orders, subject to review by the King County Executive or the King County Executive's designee. 4. Progress Payments. The Engineer has the authority to process payment requests submitted by the Contractor and recommend payment in accordance with paragraph 00710-7.01. 5. Possession. The Engineer has the authority to recommend the taking possession by King County of completed portions of the work,in accordance with paragraph 00710-6.05. D. USE OF CONTRACTORS PLANT AND EQUIPMENT King County shall have the right to make use of the Contractor's plant and equipment for the performance of work at the site. King County agrees that such use of plant and equipment will be considered as extra work and paid for accordingly, unless such use is necessary to protect or preserve the work from damage threatened or caused by acts of Nature or Contractor breach of contract. 2.02 AUTHORITY OF CONTRACTOR A. CONTRACTOR'S REPRESENTATIVE The Contractor shall in writing notify the Engineer of the name of the Contractor's Representative.The Contractor's Representative shall supervise the work to ensure that the Contractor carries out the provisions of the Contract and provides all necessary supplies, services,materials, equipment, tools and labor without delay. The Contractor's Representative shall have the authority to act for the Contractor in all matters relating to this Contract unless King County is advised in writing of limitations on said authority. The Contractor shall provide full-time supervision whenever its employees, subcontractors or suppliers are performing work under this Contract. B. CONSTRUCTION PROCEDURES The Contractor shall actively supervise and direct the work at all times. The Contractor shall determine the means, methods, techniques, sequences and procedures of construction, except in those instances where the Contract Documents, to define the quality or sequencing of an item of work, specify a means,method, technique,sequence or procedure for construction of that item of work. C73130C 00710-11 GENERAL CONDITIONS 2.03 RESPONSIBILITIES OF CONTRACTOR A. SUBCONTRACTORS,MANUFACTURERS AND SUPPLIERS The Contractor shall be responsible for the adequacy, timeliness, efficiency and sufficiency of its subcontractors, manufacturers, suppliers and their employees. References in the Contract, if any, to actions required of subcontractors,manufacturers,suppliers,or any person other than the Contractor,King County or the. Engineer shall be interpreted as requiring that the Contractor shall require such subcontractor, manufacturer, suipplier or person to perform the specified action. B. CONTRACTORS EMPLOYEES The Contractor shall be responsible for the adequacy, timeliness, efficiency and sufficiency of its employees. Workers shall have sufficient knowledge, training, skill and experience to perform properly the work assigned to them. The Contractor's and its subcontractor's employees shall be properly licensed, registered or ceirtified, as applicable, to perform their assigned work. Upon request of the Engineer, the Contractor shall provide copies of licenses, registrations or certifications held by its employees. In addition, any such employee determined by the Engineer in writing not to be sufficiently qualified to perform assigned work or not to be appropriately cooperative with the Engineer shall be removed by the Contractor from all work under this Contract. C. PAYMENT FOR LABOR AND MATERIALS The Contractor shall pay and require its subcontractors to pay any and all accounts-for labor including workers compensation premiums, state unemployment and federal social security payments and other wage and salary deductions required by law. The Contractor also shall pay and cause its subcontractors to pay any and all accounts for services, equipment, and materials used by it and its subcontractors during the performance of work under this Contract. Such accounts shall be paid by the Contractor as they become due and pays able.If requested by the Engineer,the Contractor shall promptly furnish proof of payment of such accounts. D. ATTENTION TO WORK The Contractor, acting through its Representative, shall give personal attention to and shall manage the work so that it shall be prosecuted faithfully and completed in accordance with all requirements of the Contract. When the Contractor's Representative is not personally present at the site, its designated alternate shall be available and shall have the authority to act in matters relating to this Contract. E. EMPLOYEE OR OPERATOR SAFETY The Contractor shall be solely and completely responsible for conditions of the work site, including safety of all persons and property, during performance of the work. The Contractor shall maintain the work site and perform the work in a mariner which meets statutory and common law requirements for the provision of a safe place to work and which does not pose any safety risks to operators of the plant or other employees of King County. This obligation shall apply continuously and not be limited to normal working hours. That the Engineer conducts construction review of the Contractor's performance does not and shall not be intended to include review of the adequacy of the Contractor's safety measures in,on or near the site of the work. The Contractor shall comply with the safety standards and provisions of applicable laws, building and construction codes, and the safety regulations set forth in"Safety Standards for Construction" and "General Safety Standards"published by the Washington State Department of Labor and Industries. The Contractor shall maintain at the work site office or other well known place at the work site all materials (e.g., a first aid kit) necessary for giving first aid to the injured, and shall establish, publish and make known to all employees procedures for ensuring immediate removal to a hospital or a doctor's care, persons, including employees, who may have been injured on the site. Employees shall not be permitted to work on the site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. If the Contractor's and/or any subcontractors work crew consists of five or more emp'�loyees,the Contractor shall ensure that at least one of such employees has a valid,effective first aid card. In order to protect the lives and health of employees performing work under this Contract, the Contractor shall comply with the Federal Occupational Safety and Health Act of 1970 (OSHA), including all revisions,amendments and regulations issued thereunder,and the provisions of the Washington Industrial Safety C73130C 00710-12 GENERAL CONDITIONS Act of 1973 (WISHA),including all revisions, amendments and regulations issued thereunder by the Washington State Department of Labor and Industries. The WISHA regulations shall apply (without limitation) to all excavation, trenching and ditching operations. In case of conflict between any such requirements, the more stringent regulation or requirement shall apply. The Contractor shall prepare a written"Safety Program" demonstrating the methods by which all applicable safety requirements of this Contract will be met. The Contractor shall ensure its subcontractors have a Written "Safety Program" or formally adopt the Contractor's "Safety Program". The Contractor shall designate a S fety Officer who shall be responsible for proper implementation of the "Safety Program". The Contractor shall sUbmit a copy of its "Safety Program" to the Engineer as required in the Specifications. The Engineer's review of such Program shall not be deemed to constitute approval or acceptance thereof. The Contractor shall conduct a monthly safety meeting with all subcontractors and others on the site performing work hereunder to discuss general and specific safety matters. The Contractor shall provide written notice of each meeting to the Engineer. The Contractor shall provide the Engineer with a record of each meeting,including a sheet on which each attendee signed in and a list of the matters discussed. The Contractor shall conduct weekly safety meetings ("tool box talk") with employees of the Contractor and subcontractors. The Contractor shall provide written notice of each meeting to the Engineer. The Contractor shall provide the Engineer with a copy of the sheet on which each attendee signed in and a description o the safety topics discussed at the meeting. There is no acceptable deviation from these safety requirements, regardless of practice in the construction industry. Any violation of OSHA, WISHA or other safety requirements applicable to the work shall be considered a breach of this Contract. F. PUBLIC SAFETY AND CONVENIENCE The Contractor shall conduct its work so as to ensure the least possible obstruction to vehicular traffic and inconvenience to the general public and the residents in the vicinity of the work and to ensure the protection of persons, property and natural resources. No road or street shall be closed to the public except with tF a permission of the Engineer and the proper governmental authority. Fire hydrants on or adjacent to the work shall be accessible to fire fighting equipment at all times. Temporary provisions shall be made by the Contractor to ensure the safe use of sidewalks,private and public driveways and proper functioning of gutters, sewer inlets, drainage ditches and culverts,irrigation ditches and natural water courses,if any,on the work site. G. SANITATION The Contractor shall comply with WAC 296-155-140 establishing sanitation standards in the construction industry. H. HAZARDOUS WASTE AND MATERIALS 1. The Contractor shall comply with all pertinent federal hazardous waste laws and Washington State Dangerous Waste regulations governing hazardous waste generation, storage, transportation, treatment and disposal. 2. The Contractor shall conduct its work to meet the requirements set forth in the Specifications and any applicable laws or regulations related to hazardous materials encountered during performance of the work.Hazardous materials include asbestos,PCBs,radioactive materials,explosives and other materials deemed as such by regulatory agencies. If the material proves positive as containing asbestos, such material shall be handled in compliance with WAC 296-62-077 through 296-62-07753. The Contractor shall give inmediate oral notice, and written notice within three days, to the Engineer upon the discovery of any such hazardous materials and proceed thereafter only as directed by the Engineer or as set forth in the Specifications. In case of any conflict between any such requirements,the more stringent requirement shall apply. C73130C 00710-13 GENERAL CONDITIONS 2.04 KING COUNTY-CONTRACTOR COORDINATION A. SERVICE OF NOTICE Any notice, order, direction, request or other communication given by the Engineer to the Contractor will be deemed to be well and sufficiently given to the Contractor if left at any office used by the Contractor or delivered•to any of its officers,clerks or employees or posted at the site of the work or mailed to any post office addressed to the Contractor at the address given in the Contract or mailed to the Contractor's last known place of business. If mailed, any form of communication will be deemed to have given to and received by the Contractor a day after the day of mailing as evidenced by the postmark date. B. SUGGESTIONS TO CONTRACTOR Any plan or method of work suggested by any representative of King County to the Contractor but not specified or required by the Contract Documents,if adopted or followed by the Contractor in whole or in part,shall be used at the risk and responsibility of the Contractor. King County assumes no responsibility therefor and in no way will be held liable for any defects in the work which may result from or be caused by use of such plan or method of work. C. COOPERATION WITH ENGINEER The Contractor, when requested, shall assist the Engineer in obtaining access to work which is to be respected. The Contractor shall provide the Engineer with information requested in connection with the inspection of the work and administration of this Contract. D. COOPERATION OF OTHERS The Contractor agrees to permit entry to the site of the work by the Engineer, other employees of King County,representatives of federal,state or local agencies, or other contractors performing work on behalf of King County. The Contractor shall cooperate with King County, other contractors and their employees and shall arrange its work and dispose of its materials in such a mariner as not to interfere with the activities of King County or of others upon the site of the work. The Contractor shall promptly make good any Contractor-caused injury or damage that may be sustained by other contractors or employees of King County and other agencies. The Contractor shall coordinate its work with that of others and perform its work in proper sequence in relation to thalt of others. If requested by the Contractor, the Engineer will arrange meetings with other contractors performing work on behalf of King County to plan coordination of construction activities and to keep the C ptractor informed of the planned activities of other contractors. The Contractor shall attend such meetings if directed by the Engineer. E. DEVIATION FROM CONTRACT The Contractor shall not make an alteration or variation in, addition to, or deviation or omission from the requirements of this Contract without the written consent of the King County Executive or the King County Executive 's designee. Unless such written consent expressly so provides, any such alteration, variation, addition, deviation or omission by the Contractor shall not result in any extra compensation or extension of time. The King County Executive shall have the right to treat a deviation as a breach or default, if the King County Executive determines the deviation to jeopardize the integrity or quality of the work. F. DIFFERING SITE CONDITIONS Reference is made to the Specifications for identification of those reports of explorations and tests of subsurface conditions at the site that have been utilized by King County in preparation of the Contract Dbcuments. The Contractor may rely upon the accuracy of the technical data at the specific times and specific locations of the investigations, but may not rely upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for the Contractor's purposes. Except as indicated in this Paragraph 00710- 2.04F,the Contractor shall have full responsibility with respect to surface and subsurface conditions at the site. If the Contractor believes that(1) any technical data on which the Contractor relied as provided in this paragraph 00710-2.04 F is inaccurate, or (2) any physical condition uncovered or revealed at.the site differs materially from that indicated in the Contract Documents, then the Contractor shall, promptly after becoming C73130C 00710-14 GENERAL CONDITIONS aware thereof and before performing any work in connection therewith, notify the Engineer in writing about the inaccuracy or difference. THIS NOTICE SHALL BE MADE WITHIN TEN DAYS OF DISCOVERY OF SUCH CONDITION. NO CLAIMS OF THE CONTRACTOR UNDER THIS PARAGRAPH 00710-2.04 F WILL BE ALLOWED UNLESS THE CONTRACTOR HAS PROVIDED THE REQUIRED NOTICE. If the Engineer concurs that an inaccuracy or material difference exists and that such inaccuracy or material difference will cause an increase or decrease in the Contractor's cost of or time required for performance of the work, a change order incorporating the necessary revisions shall be prepared in accordance with paragraph 00710-7.02 and submitted to Engineer for approval. If the Engineer finds there is no such inaccuracy or material difference, or if no decision is made in writing within 10 days of the written notice by the Contractor (which 10th day shall be deemed the date on which the Engineer denied the claim), the Contractor must submit a claim to the Engineer in accordance with paragraph 00710-2.04 G. G. CLAIMS 1. Determination by Engineer.Questions or claims regarding the meaning and intent of the Contract or arising from this Contract shall be referred by the Contractor in writing to the Engineer for decision within five days of the date in which the Contractor knows or should know of the question or claim.The Engineer will ordinarily respond to the Contractor in writing with its decision, but absent such written response the question or claim shall be deemed denied upon the tenth day following receipt by the Engineer. If the Contractor disagrees with the Engineer's decision or is of the opinion that the decision requires extra work, the Contractor sha�11, within five days thereafter, notify the Engineer in writing of the disagreement or of the claimed extra work involved and of the cost of said work. Failure of the Contractor to timely file a claim will operate as a complete waiver of the Contractor's right thereafter to pursue that claim in any forum. 2. Appeals to the King County Executive . In the event the Contractor disagrees with any determination or decision of the Engineer, the Contractor shall, within 15 days of the date of such determination or decision, appeal the determination or decision in writing to the King County Executive. Such written notice of appeal shall include all documents and other information necessary to substantiate the appeal. The King County Executive will review the appeal and will transmit a decision in writing to the Contractor within 30 days from the date of receipt of the appeal, or the appeal will be deemed denied on the 30th day. Failure of the Contractor to appeal the decision or determination of the Engineer within said 15-day period will constitute a waiver of the Cttractor's right to thereafter assert any claim resulting from such determination or decision. Appeal to the King County Executive shall be a condition precedent to litigation under paragraph 00710-2.04 G.3. 3. Jurisdiction and Venue. All claims, counterclaims, disputes and other matters in question between King County and the Contractor that are not resolved between the King County Executive and the Contractor, or waived, will be decided in the Superior Court of King County, Washington, which shall have exclusive jurisdiction and venue over all matters in question between King County and the Contractor. This Contract shall be interpreted and construed in accordance with the laws of the state of Washington. 4. Litigation Costs. As a condition precedent to any litigation under paragraph 00710-2.04 G.3, for all claims arising under this Contract or arising out of the work under this Contract, the party asserting a claim against the other must in a written notice state the following: a. the dollar amount of the claim;and b. the specific legal bases and/or contract sections upon which the claim is made. If in any subsequent legal action the claiming party recovers less than ninety percent (90%) of the amount claimed, the claiming party shall pay to the other that other party's attorneys' fees, expert witness and consultant fees and all other litigation costs,in such proportion as the difference between the amount claimed and the principal amount recovered bears to the amount claimed. This paragraph shall not apply to claims relating to defective work(paragraph 00710-4.09)or guarantees (paragraph 00710-4.11). 5. No Consequential Damages.No claim for equitable adjustment,extra work or any other claim arising from this Contract will be made by the Contractor or allowed by King County for the recovery of consequential damages,including(without limitation),lost profits,lost opportunities or the like. Pending final decision of a dispute hereunder, the Contractor shall proceed diligently with the performance of the Contract and in accordance with the direction of the Engineer. Failure to comply precisely With the time deadlines under this paragraph 00710-2.04 G as to any claim shall operate as a waiver and release of that claim and an acknowledgment of prejudice to King County. C73130C 00710-15 GENERAL CONDITIONS PART 3—SPECIFICATIONS AND DRAWINGS 3.01 INTERPRETATION OF SPECIFICATIONS AND DRAWINGS The Specifications and Drawings are intended to be explanatory and supportive of each other. Work specified on such Drawings and not in such Specifications, or vice versa, shall be executed as if specified in both. In the event the work to be done or matters relative thereto are not sufficiently detailed or explained in the Contract, the Contractor shall apply to the Engineer for further explanations as may be necessary and shall conform thereto so far as may be consistent with the terms of the Contract. The Contractor shall refer issues or questions regarding the true meaning of such Specifications or Drawings to the Engineer for decision. The Specifications and Drawings are divided into groups for convenience. These divisions are not for the purpose of apportioning work or responsibility for work among subcontractors,suppliers and manufacturers.The Contractor is responsible for all work shown,specified or described,regardless of location(s)in the Contract. 3.02 DISCREPANCIES IN SPECIFICATIONS AND DRAWINGS A. ERRORS AND OMISSIONS I If the Contractor, in the course of the work, becomes aware of any errors or omissions in the Cortract or in King County's field work, the Contractor shall immediately inform the Engineer in writing. The Engineer will promptly review the matter and if the Engineer finds an error or omission has been made, the Engineer will determine the corrective actions and advise the Contractor accordingly. If the corrective work associated with an error or omission increases or decreases the amount of work called for in the Contract, the Contractor shall prepare or request in writing that the Engineer prepare an appropriate change order in accordance with paragraph 00710-7.02. After discovery by the Contractor of an error or omission, related work performed by the Contractor shall be done at its own risk unless authorized by the Engineer. B. CONFLICTING PROVISIONS In cases of conflict between the Specifications and Drawings, the Specifications shall govern. Figure dimensions on such Drawings shall govern over scale dimensions and detail drawings shall govern over general drawings. In the event an item of work is described differently in two or more locations on such Drawings or ' such Specifications,the Contractor shall immediately notify the Engineer in writing and request clarification. Upon request of the Engineer, the Contractor shall submit in writing to the Engineer the description upon which the Contractor relied in preparing its, bid or laying out the work, excerpts from its bid worksheets and all information supporting the Contractor's claim of reliance. If the Engineer directs the Contractor to perform work in a manner other than that contemplated by the Contractor in preparing its bid or laying out the work, the Contractor will request in writing that the Engineer prepare a change order. In this event, the Contractor shall submit to the Engineer such supporting information, including bidding or layout documents, as may reasonably be necessary for the Engineer to determine whether the Contract Price and Contract Time should be increased or decreased or remain unchanged by the change order. 3.0, PROTECTION OF PUBLIC AND PRIVATE UTILITIES The Contractor shall protect from damage public and private utilities encountered during the work. Utilities and similar facilities and structures shall include, but not be limited to: sewer and storm drain systems; water distribution systems; electrical distribution systems;natural gas distribution systems; telephone, telegraph and CATV systems; fire alarm systems; petroleum pipe lines; steam distribution systems; traffic control systems; powerlines and appurtenances; railroad tracks and appurtenances; and, similar utilities, facilities, systems and structures. Removal,relocation and adjustment of utilities,facilities and structures where necessary to accommodate the work hereunder shall be performed in a manner satisfactory to the utility owner. If the Specifications or Drawings do not specifically provide for the payment for such removal, relocation and adjustment by King County,then it shall be the Contractor's responsibility to perform such removal,relocation and adjustment and to bear all costs associated therewith without additional cost to King County and within the Contract Price. C73130C 00710-16 GENERAL CONDITIONS The right is reserved to King County and the owners of utilities, facilities and structures, or their autl-orized agents, to enter upon the site of the work hereunder for the...purpose of making changes as are necessary for the rearrangement of their facilities, utilities and structures or for making necessary connections or repairs. The Contractor shall cooperate with work forces engaged in this work and shall conduct its operations in such a manner to avoid any unnecessary delay or hindrance to the work being performed by other work forces. Wherever necessary, the Contractor's work shall be coordinated with the rearrangement of utilities, facilities and structures, and the Contractor shall make arrangements with the owner of the utility, facility or structure for the coordination of the work. This coordination with others for the purpose of rearranging, relocating, or repairing facilities,structures, or utilities is to be anticipated and planned for by the Contractor and shall not be claimed as unatoidable delay by the Contractor,except as provided in paragraph.00710-6.02 D permitting extensions of time for reasonable delays. The existence and approximate locations of underground utilities, facilities and structures, as determined from available public records, are shown or indicated on the Drawings;however,additional utilities,facilities and structures may be encountered and the locations of the utilities, facilities and structures may vary from the locations shown or indicated on the Drawings. The Contractor shall take the necessary precautionary measures to protect utilities,facilities and structures encountered during the work,whether they are shown or indicated on the Drawings or revealed during the course of the work hereunder. Failure by King County to show or indicate the existence of utilities, facilities or structures on the Drawings shall not relieve the Contractor from the responsibility to make an independent review and exploratory investigation of the site of the work to ascertain the existence and location of utilities, facilities and structures, nor relieve the Contractor from all liability for any damages to such utilities,facilities and structures,or to the work,resulting from the Contractor's operations. Any depths of utilities indicated are approximations and for the Contractor's convenience only, and the Contractor's responsibility for damage as specified above shall not be altered due to the actual depth being different or other than that indicated in this Contract. Prior to beginning work, the Contractor shall give proper notification as required by RCW 19.122.030 to the agencies that have utilities in place,and shall cooperate with these agencies in the protection and relocation of underground utilities, facilities and structures. In all cases, and to the maximum extent allowed by law, public and private utilities damaged by the Contractor shall be repaired by the Contractor at the Contractor's own expense. All costs incurred as the result of the performance of the Contractor's obligations in this paragraph 00710-3.03 shall be considered as incidental to the Contract, and the cost thereof shall be included in the Contract Price. 3.04 SUBMITTALS Where required by the Specifications,the Contractor shall submit specified information which will enable the Engineer to assess whether the Contractor's proposed materials,equipment or methods of work are in general conformance with the Drawings and Specifications. King County will not be obligated to accept or pay for materials,equipment or work for which submittals are required herein, unless and until all submittals have been submitted and reviewed in accordance with the Specifications. When submitting information, the Contractor shall identify and state reasons for each deviation from the Specifications and Drawings. If the Contractor neglects or fails to identify a deviation, the Contractor shall p4rform the work in compliance with the Specifications and Drawings regardless of any submittal review comments by King County.Neglect or failure to identify each deviation shall prejudice King County. King County's cost of review of submittals for the same proposed materials, equipment or work shall be apportioned as follows: (1) the cost of review of the initial submittal and the first revised submittal shall be borne br King County;and(2) the cost of all additional revised submittals shall be charged to the Contractor.The cost of review shall include, without limitation, administrative, design and engineering activities directly related to review of submittals. If a submittal requires further engineering or re-design efforts on the part of King County,the cost of such efforts shall be charged to the Contractor; provided, the Contractor shall not be charged for such efforts if implementation of the submittal results in savings to King County greater than the cost of such efforts. C73130C 00710-17 GENERAL CONDITIONS 3.05 CONTRACTOR'S COPIES OF CONTRACT DOCUMENTS The Engineer will furnish the Contractor within seven days after Notice to Proceed the following: five sets of the Contract Documents,one set of full-size drawings,and one set of full-size sepia reproducible drawings.The Contractor is advised that revisions incorporating changes by addenda will not be incorporated into the drawings furnished under the provisions of this paragraph.Additional copies of the Contract Documents,if required by the Contractor,will be furnished by King County at cost.The Contractor shall keep at the construction site at least one set of Contract Documents and one set of full-size drawings which shall be available to the Engineer. PART 4—MATERIAL,EQUIPMENT AND WORKMANSHIP 4.01 GENERAL - A. Unless otherwise specifically stated in the Contract, the Contractor shall provide and pay for materials, labor, tools, equipment, water, light, power, heat, transportation, supervision, and temporary construction of any nature, and other services and facilities of any nature, whatsoever necessary, to execute, complete and deliver the work within the Contract Time. Construction work shall be executed in conformity with the Best modern practice of the trade.Material and equipment shall be new and of a quality equal to or better than that specified. Equipment offered shall be current modifications which have been in successful regular operation under comparable conditions. B. The Contractor shall furnish to King County any guarantee or warranty furnished as a normal trade practice in connection with the purchase by the Contractor or any subcontractor of any equipment, materials,or items required hereunder;provided,such guarantee or warranty shall be in addition to those specific guarantee or warranty requirements for particular equipment and/or work items indicated in the Specifications, and shall not relieve the Contractor of its obligations under paragraph 00710-4.11. 4.02 PRODUCT DATA • Data required for constructing, accepting, operating or maintaining parts of the work shall be provided by the Contractor when specified. Unless otherwise specified, such data shall be provided at the time the referenced material or equipment is delivered to the job site. The data shall include (without limitation) such items as concrete reinforcing information, concrete pour joint information and forming details, product compliance certificates, installation instructions, operations manuals, maintenance procedures, parts lists and record drawings. Such data shall be provided as part of the work under this Contract and its acceptability deermined under normal inspection procedures. Product data will not be reviewed in the same manner as submittals. 4.03 QUALITY IN THE ABSENCE OF DETAILED SPECIFICATIONS Where the Contract requires that materials or equipment be provided or that construction work be performed and detailed specifications of such materials, equipment or construction work are not set forth, the Contractor shall perform the work using materials and equipment of a sound quality, at least comparable to the materials and workmanship specified for the other parts of the work,from firms of established good reputations, and shall follow best practices in the performance of construction work. The work performed shall be in conformity and harmony with the intent to secure the best standard of construction and equipment of work as a whole and in part. 4.04 MATERIAL AND EQUIPMENT SPECIFIED BY NAME A. GENERAL Except as provided in paragraph 000710-4.04B below,when material or equipment is specified by one or more patents, brand names, or catalog numbers, it shall be understood that this is for the purpose of defining the performance or other salient requirements, and shall be considered as if followed by the words "or equal,"ua1,"whether or not such words appear.Other materials or equipment, of equal or better capacities,quality and fction,may be considered by the Engineer in its sole discretion upon the Contractor's request for substitution. Requests for substitution shall be made in accordance with paragraph 00710-4.05. C73130C 00710-18 GENERAL CONDITIONS B. SINGLE SOURCE AND PREQUALIFIED MATERIAL AND EQUIPMENT If material or equipment is specified as a single source or prequalified, King County will not consider substitutions. 4.05 REQUESTS FOR SUBSTITUTION Except as provided in paragraph 00710-4.04B,the Contractor may offer material or equipment of equal or better quality and performance in substitution for those specified. King County will consider offers for substitution only from the Contractor and not from suppliers,distributors,manufacturers or subcontractors.If the offered substitution necessitates changes to or coordination with other portions of the work, the Contractor, as a condition of King County's acceptance of the substitution, shall perform such changes or coordination at no additional cost to King County. The Contractor's offers of substitution shall be made in writing to the Engineer and shall include sufficient data to enable the Engineer to assess the acceptability of the material or equipment for the particular application and requirements. The written offer of substitution shall include all pertinent data describing the proposed product including, but not limited to, a statement on how the proposed product differs (if at all) from the specified product, details and drawings of all other portions of the work affected by the proposed product, a stat€ment regarding the efficiency and appearance of the proposed product, a list of installations where the proposed product has been in successful operation and service,and such other information as may be required by the Engineer. Within 30 days after receipt of the offer of substitution, the Engineer will review the data submitted by the Contractor and advise the Contractor of any objections to the proposed product or of any additional information necessary to complete the review. The cost of review of an initial proposed substitution will be borne by King County; the cost of review, including design and engineering review, of an additional or separate proposed substitution for the same material or equipment covered by an initial proposed substitution shall be charged to the Contractor. In addition, the cost of engineering or re-design efforts incurred by King County as necessary to acceptance of a proposed substitution shall be charged to the Contractor. While the Engineer might not take any objections to the proposed substitution, such action or determination shall not relieve the Contractor from responsibility for the efficiency, sufficiency, quality and performance of the substitute material or equipment, in the same manner and degree as the material and equipment specified by name.The Engineer shall be the judge of whether the offered substitution is acceptable for the work and whether the changes to other portions of the work necessitated by the incorporation of the offered substitution are acceptable. 4.06 DEMONSTRATION OF COMPLIANCE WITH REQUIREMENTS A. INSPECTION AND TESTING The Contractor is responsible to ensure all materials, equipment and workmanship comply with the Contract terms and conditions. Materials, equipment and workmanship which do not comply shall be corrected by the Contractor or by King County at the Contractor's expense. The burden of proof that the work,whether in progress or completed, complies with the Contract shall be on the Contractor. The Contractor shall be responsible for inspecting and testing of the component parts of the work,including its subcontractors' work. The Contractor shall provide inspection and testing reports in the format and at the times requested by the Engineer. The Engineer shall be entitled to have its representatives present at all locations where Contractor or its subcontractors are engaged in the performance of the work, at any and all times, to review and inspect all aspects of their performance of the work and to perform or witness whatever tests are required by the Specifications. The Contractor shall cooperate with the Engineer's review and inspection of Contractor's performance. For inspections or tests to be witnessed by the Engineer or its designate, Contractor shall advise the Engineer of said inspection or test sufficiently in advance (but in any event no later than five (5) days prior to C73130C 00710-19 GENERAL CONDITIONS the date thereof for inspections and tests in the Metropolitan King County area and thirty (30) days prior to the date thereof if beyond said Metropolitan King County area) to enable Engineer to attend. Inspection or non-inspection, or witnessing or non-witnessing, by the Engineer shall not be construed as acceptance of any part of the work or an assumption of risks or liability by King County nor as relieving Contractor of its responsibilities for compliance with the Contract. In connection with the specific inspections or tests required by the Engineer pursuant to this Contract, any materials necessary for the safe and efficient performance of such inspections or tests shall be provi ided by the Contractor at no additional cost to King County. Any other inspections or tests which may be required by the Engineer and are not indicated or referred to in this.Contract may be compensated by change order.All tests performed for the Engineer shall be carried out so as not to unnecessarily interfere with the work. If the Contractor closes or covers any part of the work before the required inspection or witnessing has been performed or without agreement by the Engineer, the Contractor shall, if required by the Engineer, open or uncover such work for inspection or witnessing and reclose or recover,all at Contractor's expense. Work rejected by the Engineer shall be corrected by the Contractor at the Contractor's expense subject to claim by the Contractor in accordance with paragraph 00710-2.04 G. The.Contractor shall proceed with the correction to ensure completion of the work in accordance with the intermediate and final completion dates set forth in the Specifications. B. SAMPLES OF MATERIALS In cases where compliance with requirements for materials to be incorporated in the work requires laboratory examination or special testing, the Contractor shall provide samples or specimens to the Engineer. Such samples shall be taken in the presence of the Engineer if so requested.The Contractor shall inform the Engineer of the Contractor's schedule prior to all sample taking. Such samples or specimens shall be provided in ample time to permit making proper test analysis and examinations before the time at which it is desired to incorporate the material into the work.Tests of materials shall be conducted by an independent testing laboratory in accordance with the Specifications and at King County's expense. In the absence of a specific test requirement, the Engineer will determine the appropriate standard test to be used. C. CERTIFICATION In cases where compliance of materials or equipment to requirements in the Specifications is not determinable through inspection and tests,the Contractor shall,at the direction of the Engineer,provide properly authenticated documents, certificates or other satisfactory proof of compliance. Such documents, certifications and evidence shall include performance characteristics, materials of construction and the physical and chemical characteristics of materials. All costs associated with obtaining such documents, certifications and evidence shall be paid by the Contractor. D. INSPECTION AT POINT OF MANUFACTURING If inspection and testing of materials or equipment by the Engineer in the vicinity of the work is not practicable, the Specifications may require that such inspection and testing or witnessing of tests take place at the point of manufacture. In this case and also in the event that the remote inspection and testing is not specified herein and is subsequently requested by the Engineer, the required travel, subsistence, and labor expenses of the Engineer will be paid by King County. If the Contractor requests the Engineer to inspect and test material or equipment at the point of manufacture, then the cost to the Engineer for travel, subsistence, and labor expenses shall be paid by the Contractor. E. TESTING AND COMMISSIONING OF COMPLETED WORK Testing and commissioning of all mechanical, electrical and instrumentation systems and completed portions of the work functioning as a completed system and the entirety of the work functioning as a completed facility, shall be done in accordance with the requirements of the Specifications and in the presence of the Engineer. C73130C 00710-20 GENERAL CONDITIONS • 4.07 STORAGE OF MATERIALS AND EQUIPMENT Materials and equipment shall be stored in accordance with the manufacturer's recommendation or as specified in the Specifications, so as to ensure the preservation of their quality and fitness for the work. Stored equipment and materials shall be located so as to facilitate inspection by the Engineer. The Contractor shall be responsible for damages that occur in connection with the care and protection of materials and equipment until finall acceptance of the work. 4.08 MANUFACTURER'S DIRECTIONS Manufactured articles,material and equipment shall be transported,stored, applied,installed, connected, erected, adjusted, tested, operated and maintained as recommended by the manufacturer, unless otherwise specified herein. 4.09 DEFECTIVE WORK A. REINSPECTION OF WORK In the event the Engineer determines that a part of the work is defective, the Contractor shall be responsible for all costs to King County for subsequent reinspection(s) of the defective work. For the purposes of this paragraph 00710-4.09, the term "defective work" shall mean the work was not complete at the time of inspection or the work failed to comply with the requirements of the Contract. B. CORRECTION OF DEFECTIVE WORK If the Engineer determines through its inspection procedures that material, equipment or workmanship proposed for or incorporated in the work does not meet the requirements of the Contract, the Engineer will give written notice of the non-compliance to the Contractor. Within five days from the receipt of such notice, the Contractor shall undertake the work necessary to correct the deficiencies and to comply with the Contract. If the Contractor disagrees with the Engineer's determination and concludes that the corrective work should be covered by a change order,the Contractor shall set forth its claim in accordance with paragraph 00710- 2.04 G. C. RETENTION OF DEFECTIVE WORK The Engineer may retain work which is not in compliance with the Contract if the Engineer determines that such defective work is not of sufficient magnitude or importance to make the work dangerous or undesirable. The Engineer also may retain defective work if removal of such work is impractical or will create conditions which are dangerous or undesirable. Just and reasonable value for such defective work will be determined by the Engineer and appropriate deductions will be made in the payments due or to become due to the Contractor. Acceptance will not act as a waiver of King County's right to recover from the Contractor an amount representing the deduction for retention of defective work. 4.10 MATERIALS AND EQUIPMENT FURNISHED BY KING COUNTY Materials and equipment, if any, specified in the Specifications to be furnished by King County shall be installed by the Contractor. Furnishing of material and equipment by King County will be considered conclusive evidence of their acceptability for the purpose intended. If the Contractor discovers defects in,material or equipment furnished by King County,the Contractor shall immediately notify the Engineer in writing. After such discovery,the Contractor shall not proceed with work involving King County-furnished materials and equipment unless otherwise authorized by the Engineer. Unless otherwise noted or specifically stated, materials and equipment furnished by King County, which are not of local occurrence, are considered to be "FOB" railroad station or truck terminal nearest to the site of the work. The Contractor shall promptly unload, transport, store and protect such material and equipment from damage. The Contractor shall inspect such King County-furnished material and equipment on receipt and provide the Engineer with written acceptance for the incorporation of said material and equipment into the work. After receipt by the Contractor at the point of delivery, King County- f mished material and equipment shall form part of the work for purposes of the Contract, including risk of loss and damage,as if it had been supplied and stored by the Contractor. C73130C 00710-21 GENERAL CONDITIONS 4.11 GUARANTEE For a period of 365 days commencing on the date of completion of the work under paragraph 00710-7.05 or on the date of possession and use under paragraph 00710-6.05 by King County (but commencing only as to such portions of the work so possessed or used),whichever comes earlier, the Contractor shall,upon the receipt of notii e in writing from King County, promptly correct any defective work. If the defective work cannot be corrected, or if the corrected work has been rejected by King County, the Contractor shall promptly remove it from the site and replace it with non-defective work, all at no cost to King County. King County is hereby authorized to make such corrections if, ten days after giving of such notice to the Contractor, the Contractor has failed to make or undertake the corrections or removal/replacement with due diligence. In case of an emergency where, in the opinion of the Engineer, delay could cause serious loss or damage, corrections or replacement may be made prior to or concurrent with notice being sent to the Contractor. All expenses in connection with such corrections or replacement, including costs for professional services, will be charged to the Contractor. For defective work either corrected or replaced, this guarantee shall be extended for a period equal to the time of correction or replacement. For the purpose of this paragraph 00710-4.11, acceptance of the work shall not extinguish any covenant or agreement on the part of the Contractor to be performed or fulfilled under this Contract which has not, in fact, been performed or fulfilled at the time of such acceptance. All covenants and agreements shall continue to be binding on the Contractor until they have been fulfilled. The guarantee provided in this paragraph 00710-4.11 shall be in addition to those specific guarantee or warranty requirements for particular equipment and/or work items indicated in the Specifications, and in addition to any other rights or remedies available to King County under this Contract or at law. 4.12 WARRANTY OF TITLE No material,supplies,equipment or items for the work shall be purchased subject to any chattel mortgage or under a conditional sale or other agreement by which an interest therein or in any part thereof is retained by the seller or supplier. The Contractor shall warrant good title to all materials, supplies, equipment and items installed or incorporated in the work,and upon completion of all the work shall deliver the same together with all improvements and appurtenances constructed or placed thereon by the Contractor to the Engineer free from any • claims, liens, or charges. Neither the Contractor nor any person, firm, or corporation furnishing any material or labor for any work covered by this Contract shall have any right to lien upon any improvement or appurtenance thereon. Nothing contained in this paragraph 00710-4.12,however, shall defeat or impair the right of the 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 King County. The provisions of this paragraph 00710-4.12 shall be inserted or referenced in or otherwise made a part of 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. PART 5—LIABILITY,INDEMNIFICATION,AND INSURANCE 5.0 LIABILITY AND INDEMNIFICATION To the maximum extent permitted by law,the Contractor shall be liable for all damages and injury which shall be caused to owners of property on or in the vicinity of the work or which shall occur to any person or persons or property whatsoever arising out of the performance of this Contract, whether or not such damage or injury be caused by negligence of the Contractor and whether or not such damage or injury be caused by the inherent nature of the work specified. To the maximum extent permitted by law, the Contractor shall indemnify and hold King County and all of its officers,principals,agents and employees harmless from any liability whatsoever for any injuries to persons or property arising out of the performance of this Contract;provided,however, that if(and only if) the provisions of RCW 4.24.115 apply to the work and any such injuries to persons or property arising out of performance of this Contract are caused by or result from the concurrent negligence of Contractor or its agents or employees, and King County or its agents or employees, the indemnification applies only to the extent of the negligence of the Contractor, its agents or employees. The Contractor specifically assumes potential liability for actions brought by C73130C 00710-22 GENERAL CONDITIONS the Contractor's own employees against King County and for that purpose the Contractor specifically waives any immiinity under the workers compensation act,Title 51 RCW;and the Contractor recognizes that this waiver was specifically entered into pursuant to the provisions of RCW 4.24.115 and was the subject of mutual negotiation. In case any suit or legal proceedings shall be brought against King County or any of its officers, principals, agents or employees on account of loss or damage sustained by any person or property as a result of the performance of this Contract, whether or not such injuries or damage be due to the negligence of the Contractor and whether or not such injuries or damage be caused by the inherent nature of the work specified, the Contractor agrees to assume the defense thereof and to pay all expenses connected therewith and all judgments that may be obtained against King County or any of its officers, principals, agents or employees in such suits or legal proceedings. In the event that any lien is placed upon the property of King County or any of its officers, principals, agents or employees as a result of such suits or legal proceedings, the Contractor agrees to at once cause the same to be dissolved and discharged by giving bond or otherwise. • Certain kinds of incidents may result in claims which create special problems for King County. Therefore, in addition to the amounts required by Chapter 60.28 RCW to be withheld from the progress payments to the Contractor, if the Contractor or its insurance carrier does not respond in a reasonable time or manner, King County may, in its sole discretion, (1) withhold amounts sufficient to pay the amount of any property damage or bodily injury claim and/or (2) pay any property damage claim of which King County may have knowledge, regardless of the informalities of notice of such claim, arising out of the performance of this Contract. The terms "property damage claim" and "bodily injury claim" shall not include any claim by persons furnishing supplies or materials or performing labor under the Contract.An amount withheld will be held until the Contractor secures a written release from the claimant, obtains a court decision that such claim is without merit, or satisfies any judgment in favor of the claimant on such claim. In addition, the Contractor shall reimburse and otherwise be liable for claims costs incurred by King County including without limitation costs for claims adjusting services, attorneys,engineering and administration. 5.02 INSURANCE A. EVIDENCES AND CANCELLATION OF INSURANCE Prior to execution of the Contract and prior to expiration of insurance coverages, the Contractor shall file with King County evidences of insurance from the insurer(s) certifying to the coverage of all insurance required herein.All evidences of insurance must be certified by a properly authorized officer,agent,general agent or qualified representative of the insurer(s) and shall certify the name of the insured, the type and amount of insurance, the location and operations to which the insurance applies, the expiration date, and that the insurer(s) shall give,by registered mail,notice to King County at least 30 days prior to the effective date of any cancellation, lapse or material change in the policy.Any failure to mail such notice shall not relieve the insurance company,its agents or representatives from obligations and/or liability hereunder. The Contractor shall, upon demand of King County, deliver to King County all such policies of insurance and the receipts for payment of premiums thereon; and should the Contractor neglect so to obtain and maintain in force any such insurance or deliver such policies and receipts to King County, then King County shall request that the Contractor deliver a specific action plan to acquire such insurance and/or deliver policies and receipts within three days or before any further performance hereunder, whichever is first. Failure to provide such policies of insurance within a time acceptable to King County shall entitle King County to suspend or terminate the Contractor's work hereunder in accordance with paragraph 00710-6.04. Suspension or termination of this Contract shall not relieve the Contractor from its insurance obligations hereunder. B. INSURANCE REQUIREMENTS The Contractor shall obtain and maintain the minimum insurance set forth below. By requiring such minimum insurance, King County shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor under this Contract. The Contractor shall assess its own risks,and, if it deems appropriate and/or prudent,maintain greater limits and/or broader coverage. C73130C 00710-23 GENERAL CONDITIONS 1. General Liability. a. Bodily Injury Liability affording limits of liability of $1,000,000 each occurrence and $1,000,000 aggregate, for bodily injury or death suffered or alleged to have been suffered by any person or persons by reason of or in the course of operations under the Contract. b. Property Damage Liability affording limits of $1,000,000 each occurrence and $1,000,000 aggregate,for damages to property suffered or alleged to have been suffered by any person or persons by reason of or in the course of operations under the Contract. c. If such insurance is written on a Combined Single Limit (CSL) basis, the limit of liability required is$2,000,000 per occurrence,$2,000,000 aggregate,CSL. 2. Automobile Liability. a. Bodily Injury Liability affording limits of liability of$1,000,000 each person and $2,000,000 each accident, for bodily injury or death suffered or alleged to have been suffered by any person or persons by reason of or in the course of operations under the Contract. b. Property Damage Liability affording limits of $500,000 each accident, for damages to property suffered or alleged to have been suffered by any person or persons by reason of or in the course of operations under the Contract. c. If such insurance is written on a Combined Single Limit (CSL) basis, the limit of liability required is$2,000,000 per accident,CSL. 3. The liability insurance in paragraph 00710-5.02 B.1 and B.2 shall indemnify the Contractor, King County and its officers, officials, agents and employees against loss from liability imposed by law upon, or assumed under agreement by the Contractor and/or its subcontractors for damages on account of bodily injury, property damage and/or other damages. Such insurance shall include: (1) personal injury; (2) blanket contractual; (3) broad form property damage; (4) products and completed operations liability; (5) owned and non-owned vehicles and equipment; and (6) Washington stop-gap (Employer's Liability). Such insurance shalt not exclude explosion,collapse,or underground hazards (X,C,U). 4. Additional coverages required: a. Whenever the work under this Contract includes "professional services",-the Contractor shall maintain the appropriate Professional Liability,affording limits of liability of$500,000 each claim and $1,000,000 aggregate for damages sustained by reason of or in the course of operations under the Contract, whether occurring by reason of acts,errors or omissions of the Contractor. b. Whenever the Contractor has vehicles, equipment or other property of King County in its care, custody or control, the Contractor shall maintain Garage Keepers Legal Liability, or other app lopriate legal liability coverage, affording limits of liability equal to the maximum value of all property of King County in the Contractor's care,custody or control or$50,000 per occurrence,whichever is greater.Coverage shall be on an"all risk"form. c. Whenever the work under this Contract involves advertising activities, the — Contractor shall maintain Advertisers Professional Liability affording limits of $500,000 each occurrence, $1,000,000 aggregate. d. Whenever the work under this Contract involves construction on premises of King County, the Contractor shall provide Owners' and Contractors' Protective coverage for limits as stated in subparagraphs 1,2 and 3 above. e. Whenever the work under this Contract involves the use of watercraft, the Contractor shall: (1) provide Protection & Indemnity coverage affording a liability limit of $1,000,000 per occurrence and such insurance shall include coverage for injury to crew (Jones Act); and (2) maintain Pollution Insurance to satisfy U.S. Coast Guard requirements as respects the Federal Oil Pollution Act of 1990 and the Comprehensive Environmental Response,Compensation and Liability Act of 1980 as amended. f. If applicable (e.g., if work performed is on or about navigable waterways), the Contractor shall also maintain statutory United States Longshoremen&Harborworkers'coverage. g. Whenever the work under this Contract involves pollution risk to the environment, the Contractor shall provide Pollution Liability insurance affording a limit of $1,000,000 each occurrence,$2,000,000 aggregate,for damages sustained by reason of sudden and accidental pollution. h. Other insurances as may be deemed appropriate by King County. Such insurance shall be maintained through the term of this Contract and, except for automobile liability, for a period of 365 days after the date of substantial completion under paragraph 00710-6.02 F or C73130C 00710-24 GENERAL CONDITIONS completion of the entire project, whichever comes earlier, or the date of termination under paragraph 00710-6.04. If coverage is on a "claims made" basis, coverage shall be further extended to cover claims made during one additional year beyond said period. All liability insurance policies, except as required in items 4a and 4b above, shall include King County and its officers,. officials, agents and employees as additional insureds and shall contain "severability of interest" (cross liability)wording. The Contractor's insurance shall be primary to and not contributing with any insurance or self- insurance which may be carried by King County. Such insurance shall be provided on forms and by insurance companies satisfactory to King County. No provision in this paragraph 00710-5.02 or in paragraph 00710-4.11 shall be construed to limit the liability of the Contractor for work not done in accordance with the Contract,or express or implied warranties. The Contractor's liability for the work shall extend as far as the appropriate periods of limitation provided by law. C. WORKER'S COMPENSATION The Contractor and its subcontractors shall maintain worker's compensation insurance in the amount and type required by law for all employees employed under this Contract who may come within the protection of worker's compensation laws. The Contractor shall make all payments arising from the performance of this Contract due the state of Washington pursuant to Titles 50 and 51 RCW. D. BUILDER'S RISK 1. King County will purchase and maintain property damage insurance upon the entire work, including materials and supplies, at the site, storage offsite or while in transit, to the insurable value thereof. The insurance shall include the interests of King County, the Contractor, subcontractors, and sub- subcQntractors of all tiers in the work and shall insure against physical loss or damage by perils included under an"All Risk"Builder's Risk policy form. 2. Selection of the deductible amount shall be at the sole option of King County, and may be changed by King County at any time without notice to the Contractor or to any subcontractor or sub- subcontractor. Any uninsured loss resulting from any such deductible shall be borne by King County, except to the extent such loss: (1) is covered by the Contractor's liability insurance; (2) results from negligence or breach of the ontract by the Contractor, subcontractor(s) or sub-subcontractor(s); or (3) is otherwise allocated by the other provisions of the Contract. 3. The Contractor shall be solely responsible for obtaining and maintaining, at its own cost, insurance necessary to protect against loss or damage to Contractor's equipment which is not or will not become a permanent part of the work, losses sustained by any third party, or resulting from delays to Contractor and its subcontractors and sub-subcontractors. 4. King County assumes no obligation to provide insurance or to assume responsibility for other damages,costs,and expenses to the Contractor and its subcontractors other than as described hereinbefore; however, if the Contractor requests in writing that insurance for property risks related to the work, other than those covered by King County's Builder's Risk insurance or unique direct risks be included in the property insurance policy, King County will, if possible, include such insurance and the cost thereof shall be paid by the Contractor by appropriate change order and the Contractor hereby agrees to reimburse King County for such cost by payment or by credit against moneys owed to the Contractor under the terms of this Contract. 5. Any loss insured under the above referenced Builder's Risk policy shall be adjusted with King County and payments made to King County as trustee for the insureds, as their interests may appear, subject to the requirements of any applicable mortgagee clause. a. The Contractor shall pay each subcontractor a just share of any insurance moneys received by the Contractor, and by appropriate written agreement shall require each subcontractor to make payments to its sub-subcontractors in similar manner. C73130C 00710-25 GENERAL CONDITIONS b. The Contractor agrees to indemnify and hold harmless King County from and against any and all suits or claims against King County by subcontractors and/or their sub-subcontractors, suppliers,agents,and employees for such payments. 6. King County and the Contractor waive all rights against each other and the subcontractors, sub-subcontractors, suppliers, agents and employees each of the other for the damages caused by fire or other perils to the extent covered by the Builder's Risk policy referenced hereinbefore, or any other property insurance applicable maintained by King County or the Contractor,except such rights as they may have to the proceeds of such insurance held by King County as trustee. a. The foregoing waiver shall not extend.to any other obligation or liability of either • King County or the Contractor covered elsewhere in these Contract Documents, including those provisions relating to indemnification of King County by the Contractor. 7. Claims made by the Contractor under the Builder's Risk policy shall be submitted to the Engineer for consideration by King County. 5.03 DAMAGE TO WORK The work shall be under the Contractor's responsible care and charge. The Contractor shall bear all loss and damage whatsoever and from whatsoever cause, except that caused solely by the act of King County, which may occur on or to the work during the fulfillment of the Contract. If any such loss or damage occurs, the Contractor shall immediately make good any such loss or damage, and in the event of the Contractor refusing or neglecting so to do, King County may itself or by the employment of some other person make good such loss or damage,and the cost and expense of so doing shall be charged to the Contractor. 5.04 LITIGATION EXPENSES In any legal action arising from the Contractor's obligations under paragraph 00710-5.01 or asserting claims that the Contractor has not met the requirements of the Contract Documents, the prevailing party shall recover its reasonable attorneys'fees and litigation costs;provided,however that this paragraph shall not apply to any legal action (or portion thereof) by the Contractor seeking compensation from King County including (without limitation)actions for delay or extra work. PART 6—PROGRESS AND COMPLETION 6.01 NOTICE TO PROCEED Following execution of the Contract by King County,written Notice to Proceed will be given by the King County Executive to the Contractor in accordance with Section 00100 herein. Unless specifically required in the Contract, the Contractor shall not be obligated to perform work, and King County will not be obligated to accept or pay for work performed by the Contractor,prior to delivery of the Notice to Proceed. 6.02 CONTRACT TIME A. GENERAL Time shall be strictly of the essence of the Contract. The Contractor shall promptly start the work as soon as possible after the date of the Notice to Proceed and shall prosecute the work so that the various portions of the work shall be complete in accordance with the intermediate and final,completion date(s) set forth in the Specifications. During periods when weather or other conditions are unfavorable for construction, the Contractor shall pursue only such portions of the work as will not be damaged thereby; no portions of the work shall be constructed while those conditions exist if acceptable quality or efficiency will be adversely affected. It is expressly understood and agreed by and between the Contractor and King County that the Contract Time for completion of the work described herein is a reasonable time taking into consideration the weather conditions and other factors prevailing in the locality of the work. C73130C 00710-26 GENERAL CONDITIONS B. CONSTRUCTION SCHEDULE The Contractor shall provide progress schedules, cash flow projections and additional reports, as s ecified in the Specifications, demonstrating the Contractor's logic and sequencing plan for scheduling and completing the work within the Contract Time.Contract Time extensions approved by the King County Executive shall be incorporated into updated schedules reflecting their effect at the time of occurrence. Progress payments will not be considered by the Engineer until the Contractor complies with these requirements. The Contractor shall promptly notify the Engineer in writing of any facts or conditions which wDuld affect the Contractor's ability to meet the intermediate or final completion date(s) for the work. If the Contractor fails to maintain the progress necessary for the completion of the intermediate or final completion da.te(s) as required under this Contract, King County shall have all of the rights and remedies provided by law ar d under this Contract. Notwithstanding such rights and remedies, the Contractor shall,upon written notice by th� Engineer and at no additional cost to King County, work such hours as allowed by applicable permits and o er such constraints,and furnish such additional personnel,equipment and construction plant for such a period of time as necessary to regain and thereafter maintain the progress required,by the Contract.If the Contractor fails to comply with the Engineer's notice or fails to regain and thereafter maintain the progress required by the C ntract, King County shall have all rights and remedies provided by law and provided by this Contract, in luding those set forth in paragraph 00710-6.04 A. C. DELAYS 1. Notice of Delays. Immediately (but in any event no more than three days) after the C ntractor foresees or should foresee a delay in the prosecution of the work or upon the occurrence of a delay w 'ch the Contractor regards as unavoidable,the Contractor shall notify the Engineer in writing of the probability o the occurrence of such delay, the extent of the delay, the specific impacts and effects of the delay on the c nstruction schedule,and its possible cause.The Contractor shall take immediate steps to prevent,if possible,the o currence or continuance of the delay. If this cannot be done, the Engineer will determine how long the delay w ll continue and to what extent the prosecution and completion of the work are being or will be delayed thereby. e Engineer will also determine whether the delay is to be considered avoidable or unavoidable and notify the C ntractor of the Engineer's determination. The Contractor agrees that no claim shall be made for the delays for w ich timely written notice to the Engineer is not made. 2. Avoidable Delays. Avoidable delays in the prosecution of the work shall include delays w ich could have been avoided by the exercise of care, prudence, coordination, foresight and diligence on the p rt of the Contractor,its subcontractors,or its suppliers at any tier. In addition,avoidable delays include,but are n t limited to: a. Delays which may in themselves be unavoidable but do not necessarily prevent o delay the prosecution of parts of the work or the completion of the whole work within the Contract Time (e.g., fit within the float time shown on the accepted construction schedule). b. Time associated with reasonable interference of King County or other contractors employed by King County which do not necessarily prevent the completion of the whole work within the C ntract Time. c. Delays which may in themselves be unavoidable, but which do not affect any cr.tical path activity on the accepted construction,schedule. 3. Unavoidable Delays: An unavoidable delay means a delay in the prosecution of the work which cannot be regarded as avoidable under paragraph 00710-6.02 C.2. Unavoidable delays shall include dlays which result from causes beyond the control of the.Contractor and which could not have been avoided by the exercise of care, prudence, coordination, foresight and diligence on the part of the Contractor, its subcontractors or its suppliers at any tier. Delays in completion of the work of other contractors employed by Kng County will be considered unavoidable delays insofar as they interfere with the Contractor's completion of tlie current controlling item on the accepted construction schedule. Delays due to abnormal weather conditions unl der paragraph 00710-8.02 will be regarded as unavoidable, but the Contractor agrees to plan its work with prludent allowances for interference by normal weather conditions. Delays caused by acts of Nature,acts of public enemy, fires, floods, epidemics, quarantine restrictions, strikes and freight embargoes will be considered as avoidable delays insofar as they prevent the Contractor from proceeding toward completion of the current c ntrolling item on the accepted construction schedule. C73130C 00710-27 GENERAL CONDITIONS D. EXTENSION OF TIME 1. Avoidable Delays. The King County Executive may grant, if requested by the Contractor,an extension of time for avoidable delay,if the King County Executive determines that an extension is in King County's best interest. If the King County Executive grants an extension of time for avoidable delay, the Contractor agrees to pay certain of King County's actual costs resulting therefrom, as specified in paragraph 00710-7.04,incurred during the extension. 2. Unavoidable Delays. For delays which the Contractor has given notice pursuant to paragraph 00710-6.02 C.1 and considers to be unavoidable, the Contractor shall submit to the Engineer complete written information demonstrating the effect of the delay on the controlling operations on the accepted c Instruction schedule. The submission shall be made within 10 days of the occurrence which. is claimed to be responsible for the unavoidable delay. The Engineer will review the Contractor's submission and determine the number of days of unavoidable delay and the effect of such unavoidable delay on such controlling operations. Tie King County Executive will grant an extension of time to the extent that unavoidable delays necessarily affect controlling operations in the construction schedule. During such extension of time, neither compensation under paragraph 00710-7.04 nor damages for delay will be charged to the Contractor.It is understood and agreed by the Contractor and King County that time extensions due to unavoidable delays necessarily involve controlling operations which would prevent completion of the work or portion thereof within the Contract Time. To the l exItent that any such extension of time is caused by act(s) or omission(s) of someone other than King County or persons acting for King County, or to the extent that the extension of time arises from a reasonable delay, the Contractor's sole remedy shall be the extension of time and it may not recover any damages whatsoever arising in anyI manner from such delay. For purposes of this paragraph, any individual delay of up to the greater of 5 days or one percent of the Contract Time (as extended) shall be deemed reasonable and any individual delay of up to the greater of 10 days or five percent of the Contract Time(as extended)shall be presumed reasonable. E. DAMAGES FOR DELAYS For each and every day that any portion of the work remains incomplete after the Contract Time, including intermediate or final completion dates, specified in the Specifications, as modified by any extension of tide granted hereunder, damage will be sustained by King County. Because of the difficulty in computing the actual material loss and disadvantages to King County, it is determined in advance and agreed by the parties hereto that the Contractor will pay King County the amount set forth in Part 8 of Section 00710 for each day of delay as representing a reasonable forecast of the actual damages which King County will suffer by the failure of the Contractor to complete such work or portion thereof within said time(s). The execution of this Contract shall constitute acknowledgment by the Contractor that it has ascertained and agrees that King County will actually suffer damages in the amount herein fixed for each and every day during which the completion of the work or portions thereof is avoidably delayed beyond the specified time(s). This paragraph shall provide the Contractor's sole remedy for any and all damages it may suffer for' delay. For unavoidable delays which are also unreasonable delays under paragraph 00710-6.02 D.2, the Contractor must make a complete and timely claim for damages referring to this paragraph. Because of the difficulty in computing the actual losses to the Contractor, it is determined in advance and agreed by the parties hereto that King County will pay the Contractor the amount set forth in Part 8 of Section 00710 for each day of unavoidable,unreasonable delay as representing a reasonable forecast of the actual damages;provided,however, that such liquidated damages will be paid only if any extension of time granted the Contractor does not fairly compensate the Contractor for such unavoidable,unreasonable delay. F. SUBSTANTIAL COMPLETION When the work under this Contract is completed to the extent that King County has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains to complete the entirety of the work,the Engineer will determine that the work is substantially complete.The Engineer will notify the Contractor in writing of the substantial completion date. For overruns in Contract Time occurring after the substantial completion, damages for delay assessed against the Contractor as provided in paragraph 00710-6.02 E not apply. For overruns in Contract Time occurring after substantial completion, damages shall be assessed against the Contractor on the basis of direct engineering, inspection, and related costs assignable to this Contract. C73130C 00710-28 GENERAL CONDITIONS The Contractor shall complete the remaining work as promptly as possible. Upon request by the Engineer, the Contractor shall furnish a written schedule for completing the remaining work. 6.03 SUSPENSION PROCEDURES The Engineer may,at any time and without cause,suspend all or any part of the work by notice in writing to the Contractor. The Contractor shall resume the work within five days after receiving written notice from the Engineer to do so. The Contractor may submit a claim,as provided in paragraph 00710-7.02,for an increase in the cost of performing the Contract or an extension of Contract Time, or both,necessarily caused by any suspension; provided, the Contractor shall not be entitled to any increase for any suspension, delay, or interruption to the extent that performance would have been so suspended,delayed,or interrupted by any other cause,including the fault or negligence of the Contractor, or for which an equitable adjustment is provided for or excluded under any other provision of this Contract, or if suspension does not affect any critical activity on the accepted construction schedule, or if the suspension is based on non-compliance with requirements under paragraph 00710-1.15. If the Engineer does not give notice in writing to the Contractor to resume work at a date within 180 days of the date of the notice to suspend, then the Contract shall be assumed to be terminated and the Contractor shall be entitled to compensation in accordance with paragraph 00710-6.04 B. 6.04 TERMINATION PROCEDURES A. TERMINATION BY KING COUNTY FOR DEFAULT The King County Executive shall act for and on behalf of King County in all termination actions an determinations. The King County Executive may terminate the Contract upon written notice to the Contractor whenever the Contractor is deemed to be in default or fails to fulfill, in a timely and proper manner, the contract obligations, or is in violation of any provisions or covenants of the Contract. Termination shall be effective upon receipt of such notice by the Contractor. The Contractor shall immediately discontinue work and take all reasonable steps with its suppliers and subcontractors to minimize cancellation and other costs. The Contractor shall be deemed to be in default and subject to termination upon the occurrence of any one or more of the following events: 1. If Contractor is insolvent. 2. If Contractor makes a general assignment for the benefit of creditors. 3. If a trustee or receiver is appointed for Contractor,or for any of Contractor's property. 4. If Contractor without good cause repeatedly fails to make prompt payments to subcontractors or others for labor,materials,or equipment. 5. If Contractor disregards laws,ordinances,rules,regulations, or orders of any public body having jurisdiction. 6. If Contractor disregards the authority of any of King County's representatives or Engineer. 7. If Contractor violates in any material way the provisions of the Contract Documents by fai ing,neglecting, or refusing to proceed according to and in full compliance with the provisions and covenants of the Contract Documents. 8. If Contractor fails to provide required insurance or bonds,or proceeds thereof. 9. If Contractor submits false or misleading information to King County. After the termination of the Contract, King County may complete the unfinished work by obtaining the services of another contractor. In doing so, King County will not be obligated to obtain the lowest bid to complete the unfinished work. Further, King County may exclude the Contractor from the site and take possession of the work and all of the Contractor's tools,appliances, construction equipment and machinery at the site and use them in the completion of the work to the full extent they could be used by the Contractor. Materials and equipment for which King County has paid any amount on to the Contractor may be incorporated in the work regardless of whether they are stored at the site or stored elsewhere.In such cases,the Contractor will not be entitled to receive any further payment until all work is finished.The Contractor shall only be entitled to payment for portions of the work satisfactorily completed prior to termination for default. If the cost to complete the work,including compensation for additional professional services,is in excess of the unpaid balance to the Contractor,the Contractor shall pay the difference to King County. C73130C 00710-29 GENERAL CONDITIONS Where the Contract has been so terminated by the King County Executive, the termination shall not affect any rights of King County against the Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due the Contractor by King County will not release the Contractor from liability. Amounts retained and accumulated under RCW 60.28.010 will be held as provided therein for a period of not less than forty-five days following termination for default. If the King County Executive terminates this Contract for default, and it is thereafter determined that the Contractor had not so failed to perform its obligations or defaulted in any way, the termination shall then be deemed to have been effected for the convenience of King County. In that event, any adjustment of compensation to Contractor shall be determined in accordance with paragraph 00710-6.04 B. B. TERMINATION BY KING COUNTY FOR OTHER THAN DEFAULT The King County Executive may, without prejudice to any other remedy King County may have under law and the provisions of the Contract, terminate this Contract, in whole or in part, at any time by giving written notice to the Contractor. Termination will be effective upon receipt of such notice by the Contractor. The Contractor shall immediately discontinue work and take all reasonable steps with its suppliers and subcontractors to minimize cancellation charges and other costs. If such termination is effected after award hereof but prior to King County issuing Notice to Proceed to the Contractor, King County will pay the reasonable, verifiable and directly attributable costs incurred by the Contractor in the preparation of its bid plus fifteen percent of such costs. If such termination is effected after King County has issued Notice to Proceed and the Contractor has commenced performance hereunder, King County will pay the reasonable, verifiable and directly attributable costs incurred by the Contractor as determined by the physical progress of the work satisfactorily completed to date of such termination evaluated against the approved schedule of values,plus costs of removing equipment and materials and otherwise demobilizing,plus ten percent of the sum of all such costs;provided,said payment shall not in any event exceed the Contract Price hereunder. The payment by King County shall constitute full and complete satisfaction and settlement for the Contractor's overhead, anticipated profits, and all other inconvenience, expenses, damages, costs and lost profits whatsoever. The Contractor will be entitled to no further payments whatsoever for the work. Amounts retained and accumulated under RCW 60.28.010 will be held as provided therein for a period of not less than 45 days following termination. C. TERMINATION FOR UNAVAILABILITY OF FUNDS The Schedule of Values shall specify the amount presently available for payment by King County and allotted to this Contract, the items covered and the period of performance it is estimated the allotted amount will cover. The parties contemplate that additional funds will be allotted incrementally up to the full Contract Price. The Contractor agrees to perform work on the Contract up to the threshold in which the total amount paid and payable by King County approximates but does not exceed the amount currently available for payment. The Contractor shall notify the Engineer in writing whenever it believes that the costs it expects to incur in the next 60 days, when added to all costs previously incurred, including unliquidated claims, will exceed 75% of the total amqunt presently available for payment. If, after notification, additional funds are not made available during the 60-day period or another agreed-upon date, upon the Contractor's written request King County will terminate this Contract. Compensation for the Contractor's termination costs will be made in accordance with paragraph 00710-6.04B. Except as set forth in this paragraph, King County is not obligated to reimburse the Contractor for costs incurred in excess of the total amount allotted to this Contract. D. CONTRACTOR OBLIGATIONS UPON TERMINATION On receipt of notice of termination under paragraphs 00710-6.04 A, B or C, the Contractor shall immediately discontinue the work but shall do such extra work as may be ordered by the Engineer to safeguard the work then completed and the materials and equipment then delivered to the site of the work and to leave the work in a safe and useful condition. Payment for this extra work will be made in the manner set forth in paralgraph 00710-7.02 B. • E. TERMINATION BY CONTRACTOR If any delay in issuance of Notice to Proceed hereunder or in construction following award of this Contract is caused by litigation as set forth in RCW 60.28.080 and such delay exceeds 180 days, the Contractor may elect to terminate this Contract. In the event of such termination, which would be effective upon ten days C73130C 00710-30 GENERAL CONDITIONS written notice to King County, King County shall forthwith estimate all of the work done up to the time of such termination and pay the Contractor in proportion to the amount of the work completed, plus the cost of delay finder paragraph 00710-7.06 herein. Amounts retained and accumulated under RCW 60.28.010 will be held as provided herein for a period of not less than forty-five days following election of the Contractor to terminate. F. OWNERSHIP OF MATERIALS UPON TERMINATION As of the date of termination, whether effected by King County or the Contractor as provided herein, all the Contractor's right, title, and interest in and to materials ordered by the Contractor prior to the termination,whether or not they have been delivered to the site of the work, shall be vested in King County, and t11I e Contractor shall, upon demand of King County, execute and deliver to King County all requisite bills of sale, asignments, and other documents of transfer that may be necessary to give effect to the intention of the termination procedures set forth above. 6 05 POSSESSION AND USE OF COMPLETED PORTIONS OF THE WORK King County shall have the right to take possession of and use completed or partially completed portions of the work notwithstanding the time for completing such portions may not have expired. Operations and maintenance costs of use of such portions will be borne by King County. Such taking possession and use shall not be deemed as acceptance of the work.If such prior possession or use increases the cost of the work,the Contractor shall be entitled to request extra compensation within five days of each occurrence. The amount of extra compensation, if any, will be determined in accordance with the procedures given herein for determination of change order cost. The Contractor shall not be entitled to extra compensation for possession by King County of portions of the work which are specifically required in the Contract Documents to be placed into use and' operation before completion of the entirety of the work. PART 7—MEASUREMENT AND PAYMENT 7.01 PAYMENTS TO CONTRACTOR A. BREAKDOWN OF CONTRACT PRICE The Contractor shall, within the time specified in the Specifications, submit a schedule of values 'and cash flow projection for the Contract Price, acceptable to the Engineer, showing the value assigned to each activity of the work,including an allowance for profit and overhead.The Contractor warrants that such values are accurate representations of the value of each activity,on which King County may rely.The schedule of values and csh flow projection shall be prepared in accordance with the requirements of the Specifications and shall be sufficiently detailed to perinit its use by the Engineer as one of the bases for evaluating requests for payment. Failure to meet the submittal schedule of the schedule of values will delay the processing of progress payments. B. INCREASED OR DECREASED QUANTITIES Unless specifically provided otherwise on the Bidding Schedule, if there is any change that increases or decreases the actual quantity for any unit price item by more than 30 percent,the unit price will apply fo*r the portion up to the 30 percent increase or decrease,and the adjustment for that portion of the work in excess of the 30 percent increase or decrease shall be as follows: 1. Increases in excess of 30 percent will be determined by agreement of the parties. If the parties are unable to agree, the Engineer will determine the equitable adjustment by using unit bid prices, or by establishing the costs by other means,or by using force account,and will adjust the Contract Time as the Engineer deems appropriate. 2. Decreases in excess of 30 percent will be determined by agreement of the parties. If the parties are unable to agree, the Engineer will determine the adjustment taking into account a redistribution of f bed costs,if any. If the Contractor disagrees with an equitable adjustment determination by the Engineer, the Contractor shall appeal and strictly follow all procedures in accordance'with paragraph 00710-2.04 G.2. Failure to do so shall constitute the Contractor's acceptance of determinations by the Engineer. C73130C 00710-31 GENERAL CONDITIONS When ordered by the Engineer, the Contractor shall proceed with the work pending determination of the adjustment in costs or time,as applicable. When King County has entered an amount for any bid item,whether unit or otherwise,solely for the purpose of providing a common bid for all bidders, this paragraph 00710-7.01 B shall not apply. Any impact due to an increase or decrease in the amount provided for the purpose of obtaining a common bid shall be the sole risk of the Contractor. C. PROGRESS PAYMENTS 1. Payment Request Procedures. a. General: By the 5th day of each month the Contractor shall submit to the Engineer a partial payment request filled out and signed by the Contractor covering acceptable work performed and materials received during the previous payment period, or since the last partial payment estimate was submitted. Payment periods shall end on the last day of each month. The Contractor's completed affidavit of amounts paid to certified firms if required by Section 00120, the Contractor's statement regarding payment of p1evailing wages as specified in paragraph 00710-1.04, and the Contractor's current progress schedules, cash flow projections and reports as specified in the Specifications shall be provided with each partial payment estimate. If requested by the Engineer, the Contractor shall provide such additional data as may be reasonably required to support the payment for materials and labor, including payments to subcontractors and suppliers. The term "materials", as used herein, shall be considered to include those items which are fabricated and manufactured material and equipment.Only those materials for which the Contractor can transfer clear title to King County will be qualified for partial payment,except as specifically provided below. b. Partial Payment Requests: The first partial payment request shall include (1) the value of the work performed, and (2) a percentage (as determined below) of the purchase value of materials delivered but not yet incorporated in the work,all of which shall have been incurred since the Contractor's receipt o the Notice to Proceed. Every subsequent partial payment request, except the final payment request, shall include (1) the value of the work performed, and (2) a percentage (as determined below) of the purchase value of Materials delivered but not yet incorporated in the work, all of which shall have been incurred since the last partial payment request was submitted. As used in this paragraph 00710-7.01, "purchase value" shall be the Contractor's actual net cost of such materials. c. Partial Payment for Material Delivered but not Installed: To receive partial payment for materials delivered but not yet incorporated in the work, the Contractor shall submit a list with certified invoices of such materials to the Engineer for approval with the Contractor's partial payment estimate. The Contractor's claimed purchase value must be supported by certified invoices of subcontractors or suppliers. Proper storage and protection in accordance with paragraph 00710-4.07 shall be provided. Partial payment for materials delivered but not yet incorporated in the work will not exceed 75 percent of the purchase value for such materials, except as may be determined otherwise by the Engineer. As a condition precedent to making any such payment, the Engineer may require that the Contractor provide a bond or other form of security to protect the interests of King County. d. Partial Payment Based on Unit Prices: If the Bidding Schedule for this Contract ir}cluded unit price items, then partial payments for such items will be based on the actual quantities performed or provided under such unit price items. For work performed or provided under such unit price items, the C�ntractor shall not be entitled to any payment beyond those unit prices, except as may be elsewhere provided herein. e. Other Progress Payment Restrictions: The Contractor, after receiving payment from King County,shall make prompt payment to its subcontractors in compliance with state law and regulations pertaining to prompt payment for public works contracts. 2. Review of Payment Request. Within eight days after receipt of the partial payment request,the Engineer will review.the request and either indicate approval in writing to the King County Executive or indicate in writing to the Contractor specific reasons why part or all of the payment is being withheld and what remedial actions the Contractor must take to receive the withheld amount. If the Engineer recommends payment and the King County Executive concurs, King County will,within,30 days of receipt of the Contractor's properly completed invoice or receipt of the goods or services whichever is later;pay the Contractor a progress payment on the basis of the approved partial payment request. The payments will,take into account the retention provisions provided for herein. C73130C 00710-32 GENERAL CONDITIONS In the event the Engineer does not concur with the request, the Contractor may make the changes necessary to obtain the Engineer's concurrence and resubmit the partial payment request. If the Engineer recommends payment and the King County Executive concurs, King County will, within 30 days after the Contractor satisfactorily completes the remedial actions identified in the Engineer's rejection of the payment request,pay the Contractor a progress payment on the basis of the approved partial payment request. 3. • Retainage. Pursuant to RCW 60.28.010, King County will retain five percent of all progress payments as a trust fund for the protection and payment of any person or persons, mechanic, subcontractor, or materialperson who performs labor upon the contract or work hereunder, and all persons who shall supply such person or persons or subcontractors with provisions and supplies for carrying on such work, and the State with respect to taxes imposed pursuant to Title 82 RCW which may be due from the Contractor. In the event that during the performance of the Contract and prior to the expiration of the claim period as provided in RCW 60.28.011, the amount retained is reduced to an amount below five percent,then King County shall retain additional sums from moneys earned by the Contractor so as to maintain at all times a five percent retained trust fund,unless otherwise reduced or excused by provisions of Chapter 60.28 RCW. Moneys reserved under provisions of Chapter 60.28 RCW shall, at the option of the Contractor, be: a. Retained in a fund by King County with no interest paid thereon to the Contractor;or b. Deposited by King County in an interest-bearing account in a bank, mutual savings bank,or savings and loan association,not subject to withdrawal until after final acceptance of all work, or a portion thereof,as may be approved by King County;or c. Placed in escrow in a bank or trust company by King County. When the moneys re erved are to be placed in escrow, King County will issue a check representing the sum of the moneys reserved payable to the bank or trust company and the Contractor jointly. Such check shall be converted into bonds and . securities chosen by the Contractor and approved by King County,and the bonds and securities held in escrow. Under option b and c above,interest will be paid to the Contractor as the interest accrues. The Contractor shall designate the option desired on a form as may be provided by King County. This form shall be submitted no later than with the Contractor's first partial payment request. The Contractor in choosing option b or c agrees to assume full responsibility to pay all costs which may accrue from escrow services, brokerage charges, or both, and further agrees to assume all risks in connection with the investment of the regained moneys. D. FINAL PAYMENT King County will make final payment to the Contractor following acceptance of work under paragraph 00710-7.05, including completion of all Punch List items, release of claims brought to the attention of King County as set forth in paragraph 00710-5.01, receipt of releases from owners of property affected by the Contractor's performance under this Contract,and submittal of a final affidavit of amounts paid to certified firms if Irequired by Section 00120. Final payment shall include the entire sum found to be due hereunder after deducting therefrom such amounts as the terms of this Contract permit. Prior estimates and payments, including those relating to extra work or work omitted, shall be subject to correction by the final payment. Final payment will be made only for materials actually incorporated in the work;and,all materials remaining for which progress payments have been made shall revert to the Contractor,unless otherwise agreed,and partial payments made for these items shall be deducted from the final payment for the work. By accepting final payment, the Contractor shall be deemed thereby to have released King County from all claims of and all liability to the Contractor for things done or furnished in connection with the work and for every act and neglect of King County and others relating to or arising out of the work, other than timely written claims identified in detail and stated amounts that were submitted prior to final payment and in strict compliance with the requirements of this Contract. Payment by King County shall not release the Contractor or its surety from any obligation under the Contract or under the Performance and Payment Bond. E. RELEASE OF RETAINAGE The retainage will be held and applied by King County as a trust fund as required by Chapter 60.28 RCW. Payment or release of retainage will be made in ordinary course of business 45 days following completion of the work provided the following conditions are met: C73130C 00710-33 GENERAL CONDITIONS 1. Certificates approved by the Washington State Department of Labor and Industries, Washington State Employment Security Department, and all other departments and agencies having jurisdiction - over the activities of the Contractor have been provided to the Engineer. 2. If the Contract Price hereunder exceeds$20,000, a release obtained from the Washington State Department of Revenue has been provided to the Engineer. 3. ' "Affidavits of Wages Paid" for the Contractor and each subcontractor approved by the Industrial Statistician of the Washington State Department of Labor and Industries have been provided to the Engineer. 4. No claims or notices of lien,as provided by law,have been filed against the retainage. 5. King County has no claims under this Contract. Notices of claims against the Performance and Payment Bond, or liens against the retainage, are filed with King County through the Engineer. If such taxes have not been discharged or the claims,expenses,and fees have not been paid,King County shall either retain in its fund, or in an interest bearing account, or retain in escrow, at the option of the Contractor, an amount equal to such unpaid taxes and unpaid claims together with a sum sufficient to defray the cost and attorney fees incurred in foreclosing the lien of such claims, and shall pay, or release from escrow, the remainder to the Contractor. 7.02 CHANGE ORDERS A. GENERAL King County may at any time by written order designated or indicated to be a change order, make any change in the work within the scope of this Contract. Such written orders may be made without notice to any surety(ies);in the Performance and Payment Bond in Section 00610 herein, the surety(ies) waived notice of any alteration or extension of time made by King County and agreed to be bound in all ways to King County for any such alterations or extensions of time as if it(they) had received notice of the same. Any other Written order (which includes direction,instruction,interpretation or determination) from King County, which causes any such change,shall be treated as a change order only if the Contractor gives the Engineer written notice within five days of the order stating the date, circumstances, source of the order, and that the Contractor regards the order as a change order. Oral orders will not be binding on King County unless confirmed in writing by the King County Executive or the King County Executive's designee. The Contract Price may be changed only by a change order signed by the King County Executive or the King County Executive's designee. Except as provided herein,no order, statement, or conduct of any representative of King County wi 1 be treated as a change hereunder. If any change hereunder causes an increase or decrease in the Contractor's cost of, or the time rewired for, the performance of any part of the work under this Contract, an equitable adjustment will be made consistent with paragraph 00710-7.02 B and the Contract modified in writing accordingly. However,no claim will be allowed for any costs incurred more than five days before the Contractor gives written notice as required. If the Contractor intends to assert a claim for an equitable adjustment hereunder, the Contractor sh ll comply with the claims procedure of paragraph 00710-2.04 G. The Contractor shall provide additional detailed bid,schedule,labor and equipment records,invoices,purchase orders,job records and cost summaries as may be required by the Engineer to analyze and respond to such claims. B. EXTRA WORK Extra work means the furnishing of materials and equipment and the doing of work not directly or by implication called for by the Contract. If King County requires extra work,it may do the extra work itself or by the employment of others or it may direct the Contractor to do the extra work, in which case the Contractor will be paid for the extra work in accordance with paragraph 00710-7.02 A. The value of any work covered by a change order or of any claim for increase or decrease in the Contract Price will be determined by one or more of the following methods in the order of precedence listed below: C73130C 00710-34 GENERAL CONDITIONS 1. Unit prices set forth in the Contract Documents or previously agreed upon in the - Contract Price breakdown and schedule of values,as applicable. - 2. A lump sum amount to be calculated based on negotiated quantities and levels of effort in accordance with provisions under subparagraph 00710-7.02B.3. 3. "On time and materials basis in accordance with the following provisions: a. The Contractor will be reimbursed for labor and for foreman supervision dedicated solely to the particular operation.The Contractor will not be reimbursed for general superintendents or general foremen.Payment will be computed by the Engineer and will be the sum of the following: (i) Weighted Wage Rate: The agreed basic wage rate for all labor used shall be restricted to the current basic wage the Contractor is obligated to pay and shall reflect the Contractor's actual cost i Fringe benefits will be added to the basic wage rates and will include mandated benefits paid on behalf of labor by the Contractor such as the following: 1) Federal Insurance Compensation Act (FICA); 2) Federal Unemployment Tax Act(FUTA);and 3)State Unemployment Compensation Act(SUCA).The above items will be combined into a single wage rate for each classification of labor used which shall be designated as the "Weighted Wage Rate" for the identified class of labor. The weighted wage rate shall reflect the Contractor's actual cost and shall not exceed that which is customarily paid comparable labor. The Contractor shall pay not less than the minimum rate as specified in paragraph 00710-1.04. If overtime is authorized by the Engineer, the weighted wage rate will be established in the same manner as above. (ii) Travel Allowance and/or Subsistence: The Contractor will be reimbursed the actual cost of travel and/or subsistence allowances paid to labor engaged upon the work when travel and/or such allowances are required by labor agreement. (iii) Industrial Insurance and Medical Aid Premiums: The Contractor will be reimbursed for Marine Industrial Insurance, State of Washington Industrial Insurance, and Medical Aid premiums which become an obligation of the Contractor and are chargeable to the work on the basis of time worked. The agreed rate(s) of compensation for the above premiums shall be a composite rate(s) based upon the full premium for Industrial Insurance and one-half the premium for Medical Aid which premiums are prescribed by the regulatory body for the contractor(s) actually performing the time and materials work. This composite rate m4r be adjusted upon request to conform with adjustments prescribed by the regulatory body. (iv) Overhead and Profit: The Contractor will be reimbursed an amount equal to 20 percent of the sum of the items listed in (i), (ii), and (iii) above for overhead, profit and any other cost incurred in supplying labor. b. The actual net cost to the Contractor for materials and supplies incorporated in, or necessary for,such extra work,excluding materials and supplies necessary to operate and maintain equipment. To such costs shall be added an amount equal to 15 percent thereof for overhead, profit and any other cost incurred in supplying such materials and supplies. c. For Contractor-owned operating equipment, excluding small hand tools, the Contractor shall be compensated for each hour that such equipment is in use on such work at the rates in effect on the date such extra work is ordered as set forth in the "Rental Rate Blue Book" published by K-III Directory Corporation; for such equipment not included in said Blue Book. compensation shall be at such rates as shall be mutually agreed to in writing by the Contractor and Engineer. For Contractor-owned operating equipment on _ standby, the Contractor shall be compensated at fifty percent (50%) of the rate in said Blue Book or mutually I. agreed rate, as applicable. For rented operating equipment, the Contractor shall be compensated at invoiced rental rates plus reasonable,documented costs for fuel and lube for such operating equipment. No payment will be made for standby on any piece of equipment which has been used for 8 hours or more of productive work in any 24-hour period,and payment for a combination of productive work and standby shall not exceed a total of 8 hours in any work day. Weekends and holidays are excluded from standby time. No standby costs will be paid for any equipment idled due to routine maintenance, down time, or late delivery of other equipment. To such costs shall be added an amount equal to 15 percent thereof for overhead, profit and any other cost incurred in supplying such equipment. d. For purpose of this paragraph, the term "overhead" shall include, but not be limited to: Engineering, both field and office; Estimating; General superintendence; Purchasing; Quality Control/Quality Assurance;Clerical;Office facilities;Small hand tools;All applicable taxes (except state and local retail sales tax);Bonding and insurance costs;Any other costs of doing business. C73130C 00710-35 GENERAL CONDITIONS e. Extra work performed on a time and materials basis by approved subcontractors shall be charged to King County by the Contractor in accordance with subparagraphs a through d above. To the accumulative total(excluding all markups for overhead and profit) shall be added an amount for the Contractor's supJirvision and overhead support of subcontractors based on the following supplemental markup schedule: (1) a ten percent supplemental markup shall be added for the initial $10,000 accumulated total of all extra work (excluding markups for overhead and profit) performed by subcontractors; (2) a five percent supplemental markup shall be added for all extra work in excess of the initial$10,000 accumulative total(excluding markups for overhead and profit). f. All costs of the Contractor and any subcontractor attributable to extra work are either specifically listed or covered by the multipliers specified in subparagraphs a through e above. g. The Contractor's and subcontractor's labor hours charged to extra work shall be substantiated by detailed timecards or timesheets completed on a daily basis before the close of business each working day and available for inspection thereafter at the Contractor's office. The Contractor's and subcontractor's material used for extra work shall be recorded as the extra work is performed and material costs determined as soot as supplier invoices are rendered; such records shall be available for inspection by the Engineer at the Contractor's office. The Contractor's and subcontractor's equipment hours for extra work shall be recorded on the labor timecards or timesheets as the extra work is performed. h. The Contractor's records pertaining to work paid for on a time and materials basis shall be maintained and retained as required by paragraph 00710-8.03. Failure to maintain and produce for ins ection the required records shall constitute a waiver of the Contractor's claim for costs not documented. C. OMITTED WORK The Engineer may,by written order to the Contractor, omit work, equipment and/or material to be provided under this Contract,and the value of the omitted work,equipment and/or material will be deducted from the Contract Price. The deducted value will be a unit price, or if there is no such unit price, the deducted value will be a lump sum agreed upon in writing by the Contractor and Engineer based on the schedule of values and other cost information submitted by the Contractor or obtained otherwise by King County. In the event that no agreement can be reached on a lump sum basis, King County shall be entitled to a deduction based on the value calculated on an estimated time and materials basis as determined by the Engineer, subject to the Cotractor's right of claim under paragraph 00710-2.04 G herein. D. PROPOSED WORK CHANGES The Engineer may from time to time request the Contractor to provide price estimates on Proposed Work Changes (PWCs). The Contractor shall prepare such price estimates within 21 days of receipt of a request for a PWC from the Engineer. If the Contractor fails to prepare such price estimates within that time, the Engineer has the right to determine the reasonable price under the PWC and to direct the Contractor to proceed with the PWC at that price; provided, the Contractor may submit a claim in accordance with paragraph 00710- 2.04 G herein. If the Contractor prepares such price estimates within 21 days of receipt of a PWC from the Ergineer, the documented reasonable costs incurred by the Contractor in preparing such estimates shall be paid by King County either as part of the accepted PWC overhead markup cost or separately if the PWC is not accepted. E. EFFECT OF CHANGE ORDERS The payment, additional time, or both payment and additional time specified and agreed to in a change order shall be construed and interpreted to include all claims by the Contractor for any extra payment, extension of time,lost profits and/or other incidental or consequential damages with respect to the work covered br such change order, including,but not limited to, delays to the completion of all work under this Contract and associated costs to the Contractor. 7 03 CHARGES TO CONTRACTOR Everything charged to the Contractor by King County under the terms of this Contract shall be paid by t1ie Contractor to King County on demand. Such charges may be deducted by King County from money due or to become due to the Contractor under the Contract. King County may recover such charges from the Contractor or from its surety notwithstanding that the work has been accepted under paragraph 00710-7.05. C73130C 00710-36 GENERAL CONDITIONS 7.04 COMPENSATION TO KING COUNTY FOR TIME EXTENSION In exchange for granting an extension of time for avoidable delay, the Contractor shall compensate King County for the actual costs to King County of engineering, inspection, general supervision, right-of-way costs, permit fees, overhead expenses, and any other specifically ascertainable direct and indirect costs which are directly chargeable to the work and which accrue during the period of such extension. The actual costs will not include charges for final inspection and preparation of the final payment by the Engineer. 7.05 ACCEPTANCE OF WORK When the Contractor has concluded the work, or a designated portion thereof, the Contractor shall so notify the Engineer in writing. Upon receipt of the notification, the Engineer will promptly, by personal inspection, determine the actual status of the work in accordance with the terms of the Contract. If the Engineer finds materials, equipment, or workmanship which do not meet the terms of the Contract, the Engineer will prepare a Punch List of such items and submit it to the Contractor. Following completion of the corrective work and submittal of all required documents and forms by the Contractor, the Engineer will notify the King County Executive that the work has been completed in accordance with the Contract. Determination of the acceptability and acceptance of the work will be made by the King County Executive. A written notice of acceptance, issued by the King County Executive, shall constitute acceptance of the work. Notice of acceptance shall not constitute acceptance of any unauthorized or defective work or material,nor shall progress payment estimates be construed as acceptance of any work under this Contract. King County shall not be barred from requiring the Contractor to remove, replace, repair or dispose of any unauthorized or defective work or from recovering damages for any such work or material; King County's rights hereunder shall exi1t and remain to the full extent permitted by law and/or set forth in this Contract. 7.06 LITIGATION DELAY COSTS If any delay in issuance of Notice to Proceed or in construction following award of this Contract is primarily caused by acts or omissions of persons or agencies other than the Contractor, anyone employed by it or any of its subcontractors or suppliers, and a preliminary, special or permanent restraining order of a court of competent jurisdiction is issued pursuant to litigation and King County does not elect to terminate the Contract or order funds reserved as provided by RCW 60.28.010(5)be paid to the Contractor, then the King County Executive will issue a change order to cover reasonable costs incurred by the Contractor as a result of such delay. In accordance with RCW 60.28.080, the parties hereto agree that the reasonable costs of such litigation delay shall consist only of the following: A. Actual and necessary direct costs to the Contractor directly attributable to the period of delay for wages,wage taxes and labor costs other than wages;provided,that such costs could not be otherwise avoided by layoffs or employment on other projects during the period of delay. The wage rates shall not exceed those listed on the Contractor's "Statement of Intent to Pay Prevailing Wages on Public Works Contract" as approved by the Industrial Statistician of the State of Washington. B. Additional and necessary direct costs for materials and equipment rentals actually incurred and paid by the Contractor directly attributable to the period of delay. C. Equipment standby costs established by paragraph 00710-7.02 B. D. Additional and necessary direct costs of insurance premiums and bonds actually incurred and paid by the Contractor directly attributable to the period of delay. E. Additional and necessary costs for subcontracts actually incurred and paid by the Contractor directly attributable to the period of delay; provided, that such additional costs could not be avoided by cancellation or renegotiation of such subcontracts. F. To such costs shall be added an amount equal to 10 percent thereof as a reasonable amount for overhead,profit,and all other costs not specifically accounted for above. Within three days after notice of litigation delay under this paragraph 00710-7.06, the Contractor shall notify the Engineer in writing of the Contractor's estimated weekly litigation delay costs as described above; J73130C 00710-37 GENERAL CONDITIONS prolllided,however, that in no event will payment for actual litigation delay costs exceed one hundred twenty five percent(125%) of the said estimated costs. The Contractor shall submit to the Engineer no later than the fifth day - of each month a request for such litigation delay costs incurred during the previous calendar month. The request for payment shall be in a form satisfactory to the Engineer and shall include copies of invoices, correspondence and such other verifiable evidence of delay costs actually and necessarily incurred by the Contractor as the Engineer may require. Payment will be in accordance with paragraph 00710-7.01C. This paragraph 00710-7.06 ' shall be the Contractor's exclusive remedy for litigation delay costs. PART 8—SUPPLEMENTARY PROVISIONS 8.01 DAMAGES FOR DELAY Damages for avoidable delay, as provided in paragraph 00710-6.02, shall be in the amount of $1,200 per day. 8.02 ABNORMAL WEATHER CONDITIONS Precipitation as rain,hail or snow,low temperature,a windstorm,ice,snow and other weather conditions which could reasonably have been anticipated from the National Weather Service historical records of the general locality of the work shall not be construed as abnormal. It is hereby agreed that precipitation greater than the - following, temperatures less than the following, and wind velocities greater than the following, cannot be reasonably anticipated: A. Daily rainfall equal to, or greater than, 0.50 inch during a month when the monthly rainfall ex eeds the normal monthly average by 15 to 100 percent. B. Daily rainfall equal to, or greater than, 0.20 inch during a month when the monthly rainfall exceeds the normal monthly average by more than 100 percent. • C. Daily rainfall equal to,or greater than,1.0 inch at any time. D. Daily maximum temperature equal to, or less than, 20 degrees F during a week when the maximum daily temperature never exceeds 35 degrees F. E. Daily maximum temperature equal to, or less than, 25 degrees F during a week when the maximum daily temperature never exceeds 30 degrees F. F. Daily maximum temperature equal to,or less than,15 degrees F at any time. G. Daily maximum wind velocity equal to or greater than 50 mph at any time. Ice, snow and other weather conditions may be considered as abnormal in the sole discretion of the Engineer upon written request by the Contractor. Such written request shall describe in detail the weather cdndition, identify the specific impacts resulting from the weather condition, and be submitted to the Engineer s)ithin five days of the onset of the weather condition. To preclude the difficulties of actual measurement,the parties hereto agree that weather data at the site of the work shall be expressly deemed to be the same as that measured at the Seattle-Tacoma International Airport by the Environmental Data and Information Service of the National Oceanic and Atmospheric Administration ("NOAA")of the U.S.Department of Commerce. For the purposes of this paragraph 00710-8.02,a "month" shall mean a calendar month and a "week" shall mean a calendar week of Sunday through Saturday. 8.03 RETENTION OF RECORDS AND AUDIT A. RETENTION OF RECORDS 1. The Contractor shall maintain books, records and documents ("Records") of its performance under this Contract in accordance with generally accepted accounting principles and federal rJegulations if this contract is funded in part by the federal government:The Contractor shall maintain and retain for a period of not less than three years after the date of initial acceptance of contract work: all financial C73130C 00710-38 GENERAL CONDITIONS information, data and records (e.g., estimating sheets, takeoffs, calculations, designs, etc.) used to prepare and support the Contractor's bid for this Contract; and all records pertaining to the performance of the work under this Contract, including portions of the work performed under change orders and/or contracts and agreements with subcontractors and suppliers. 2. The Contractor shall ensure each of its subcontractors and suppliers maintains and retains for said period all Records pertaining to the performance of their portion of the work under this Contract. B. AUDIT ACCESS 1. For the purpose of inspection, cost/price analysis, audit or other reasonable purposes related to this Contract, King County and its authorized representatives and designees shall have access to all Records maintained and retained by the Contractor, its subcontractors, and suppliers. King County and its reprlesentatives and designees shall have access to Records and be able to copy such Records during the Contractors normal business hours.The Contractor shall provide proper facilities for such access and inspection. 2. In addition to audits conducted after the date of acceptance of work, audits may be conducted during or after the Contract Time for purposes of evaluating a claim or payments to the Contractor and for any other reason deemed appropriate and necessary by King County. Audits conducted shall be in accordance with generally accepted auditing standards and/or with established procedures and guidelines of King County. Thel Contractor shall fully cooperate with King County or its auditor(s) during audits and inspections, and provide all requested documentation. 3. If an audit is commenced more than sixty (60) days after the date of acceptance of work, King County will give reasonable notice to the Contractor of the date on which the audit will begin. 8.04 RECYCLED PRODUCT PROCUREMENT POLICY A. It is the policy of King County to use recycled materials whenever practicable. The Contractor is encouraged to supply products containing recycled materials which meet performance requirements of the Contract Documents. B. The Contractor shall use recycled paper for the production of all documents related to the fulfillment of this Contract and shall ensure that,whenever possible,both sides of paper sheets are used for copying and the cover page of each document printed on recycled paper bears an imprint identifying it as recycled paper. If the cost of recycled paper is more than fifteen percent higher than the cost of non-recycled paper,the Contractor may notify the Engineer who may waive the recycled paper requirement. C73130C 00710-39 GENERAL CONDITIONS ATTACHMENT A PREVAILING MINIMUM HOURLY WAGE RATES ESTABLISHED BY THE WASHINGTON STATE DEPARTMENT OF LABOR AND INDUSTRIES NOTES The following pages contain ONLY the state prevailing wage determinations from the Washington State Department of Labor and Industries applicable to this Contract (refer to paragraph 00710-1.04 herein). The Contractor shall comply with such State determinations. Any questions regarding the state prevailing wage determinations should be addressed to:Department of Labor and Industries, Prevailing Wage Section, 925 Plum Street, Olympia, Washington, 98504, or call (360)902-5335. C73130C 00710-40 GENERAL CONDITIONS TABLE OF CONTENTS DIVISION 1 GENERAL REQUIREMENTS 01010 Summary of Work 01014 Work Sequence 01027 'Schedule of Values " ' ::01035 Asbestos and Lead Information . 01036Geotechnical Information - • • 01040 Coordination and Meetings - 01050 Survey Information 01060 - Regulatory Requirements •.01062 Permits.and Easements 01063 Health and Safety Specifications , 01090 Reference Standards • .. 01100~ ., Special Project Procedures _ • • 01130. Escrow Bid Documentation - • 01300. Submittals Procedure 01310 Progress Schedules and Reports . . 01380 Photographs 01410. • Inspection and Testing ' 01500 Construction Facilities • . .: , 01545. Protection and Maintenance of Work and Property 01548 Site Restoration. - - 01550' • Access and Haul Roads • 01560 Environmental.Controls. . • • 01570 Traffic.Control 01630 Product Options and Substitutions 01700 • •Contract Closeout, 01710 Cleaning 01720 Record Drawings . • ' ' • 01999 . 'Standard Forms. . • • • • • C73130C Bryn Mawr System Improvements SECTION 01010 SUMMARY OF WORK • PART 1 GENERAL 1.01 SCOPE A. This contract consists of furnishing and installing 36-inch diameter sanitary sewer, 24" inverted siphon and appurtenant structures. The work includes microtunneling, jack and boring, removal of an existing 27-inch diameter sewer and manholes, two small cast-in-place concrete vaults,excavation, backfill, dewatering, sheeting, shoring, bedding, miscellaneous site and paving work, and any other work required to properly complete the project in accordance with the Specifications and Drawings. The project is located in the City of Renton and begins at the intersection of Sixth Street and Burnett Street and proceeds westward along Sixth Street to the entrance of the Cedar River Trail Park. The project will then proceeds northward along the park drive approximately 4,200 feet, turns west and tunnels under the Cedar River and the City of Renton airport. The project then proceeds north. The entire length of the project is approximately 5,930. B. The accomplishment of all of the above work, if awarded, shall meet the scheduled sequence, milestones, limitations and the final completion dates specified in Section 01014. 1.02 OTHER ACTIVITIES NEAR THE PROJECT SITE A. The Contractor shall cooperate with other agencies, trades and contractors which may be affected by the execution of this contract. Boeing will be completing a contract involving the installation of a storm sewer outfall line along the park drive. The selected Contractor will coordinate with the Boeing contractor who should be demobilizing at the start of this contract. The Contractor will take all steps necessary to protect the work completed by the Boeing contractor. Schedule and coordinate work to avoid conflict with or delay to the other contractors. 1 03 EXISTING UTILITIES A. In general, the locations of existing major utilities, whether aboveground or underground, are indicated on the Drawings. This information has been obtained from utility maps and field surveys. King County does not guarantee the accuracy or completeness of this information, and it is to be understood that other aboveground or underground facilities not shown on the Drawings may be encountered during the course of the work. In any case, most minor lines such as water, gas and sewer services, and sprinkler irrigation lines are not indicated. B. Existing utilities, whether shown on the Drawings or not, shall be maintained, relocated, rerouted, removed and restored as may be necessary by the Contractor in a manner satisfactory to owners and operators of the utilities and to King County in accordance with the provisions of Paragraph 00710- 3.03. All costs incurred in the performance of the Contractor's responsibilities thereunder are incidental to the Contract, and the cost thereof shall be included in the Contract Price. C. The 36-inch diameter sewer line will be installed in approximately the same location as the existing 27-inch sewer. This will be in the vicinity of the Boeing storm sewer. The Contractor shall plan the work such to protect the existing storm sewer. 1.04 WORK OF THIS CONTRACT • A. The work generally consists of furnishing the following: 1. Removal of approximately 4,300 lineal feet of 27-inch diameter sewer 2. Removal of eleven 72-inch diameter manholes 3. Installation of approximately 4,200 lineal feet of 36-inch diameter sewer and manholes 4. Installation of approximately 1,730 lineal feet of 24-inch diameter inverted siphon 5. Inverted siphon inlet structure C7F130C 01010- 1 Bryn Mawr System Improvements 6. Connection to the Eastside Interceptor 7. Traffic control 8. Utility support and/or relocation as shown and otherwise required 9. Excavation and dewatering 10. Bypassing Bryn Mawr Flows 11. Sheeting, shoring and bracing 12. Erosion and sedimentation control 13. Restoration 14. Pipe cleaning and testing 15. All other ancillary work necessary to complete the sanitary sewer and comply with all easement and permit conditions B. The accomplishment of all of the above work, if authorized. shall meet the scheduled sequence, milestones, limitations and the final completion dates specified in Section 01014. 1.05 REFERENCE DOCUMENTS The document and information listed below are supporting documents and may be inspected during the hours of 9;00 a.m. to 12 noon and 1;30 p.m. to 4 p.m. at the Contracts Counter, 821 Second Avenue, Seattle, Washington. A copy of the document is available to all bidders upon request. 1. Geotechnical Report: Bryn Mawr System Improvements 1.06 SURVEY INFORMATION A. Metro will establish reference bench marks and base lines identified on the Drawings. From the information provided, develop and make such additional surveys as are needed for construction, such as control lines, slope stakes, settlement platforms, batter boards, stakes for pipe locations and other working points, lines and elevations. Survey work shall be performed under the supervision of a licensed land surveyor. Re-establish reference bench marks and survey control monuments destroyed by its operations at no cost to Metro. Submit control work and cut sheet to Engineer. 1.07 SPECIFICATION LANGUAGE A. Portions of the Specifications are written in imperative and streamlined form. This imperative language is directed to the Contractor, unless specifically noted otherwise. The words "shall be" shall be included by inference where a colon (:) is used within sentences or phrases. 1. Examples: a. Aggregate: ASTM C33 b. Adhesive: Spread with notched trowel. PART 2 MATERIALS Not used. PART 3 EXECUTION Not used. END OF SECTION C73130C 01010-2 Bryn Mawr System Improvements SECTION 01014 • • WORK SEQUENCE PART 1 GENERAL 1.01 DESCRIPTION A. This section specifies work sequence and constraints. Close coordination is required with the Boeing contractor during mobilization and demobilization. It is anticipated the Contractor will be given a Notice to Proceed on October 15, 1997. However, if the Boeing contractor is not completely demobilized by the required date, a Conditional Notice to Proceed may be issued by King County. This Conditional Notice to Proceed will authorize the Contractor to proceed with work to prepare submittals and other required paperwork in anticipation of construction. 1.02 CONTRACT TIME A. Accomplish substantial completion of the pipeline within 160 days of Notice to Proceed. Substantial completion is defined as installation and beneficial use of the pipeline and appurtenances according the contract documents, tested and approved by the owner. Substantial completion will include all restoration except for permanent pavement restoration. The Contractor will have until May 20, 1997 to complete pavement restoration according to the Contract documents. B. Failure of the Contractor to finish within the Contract Time described in Section 1.02A will result in damages in accordance with Paragraphs 00710-6.02 and 00710-8.01. 1.03 MILESTONES AND SEQUENCE OF CONSTRUCTION A. The purpose of the milestones, sequence and limitations of construction are to ensure that the Contractor understands the limitations placed on its work by the specific characteristics of the Contract. Schedule and conduct work in a manner consistent with achieving these purposes, and comply with the construction schedule, the specific sequence, constraints, milestones and limitations of work specified in this Section. B. Failure to finish within the Project Contract Time will result in damages in accordance with Paragraphs 00710-6.02 and 00710-8.01. Failure to finish within milestones will result in actual. damages assessed to the Contractor. C. Sequence of Construction 1. The Contractor is required to plan its sequence of construction to accommodate all the requirements of the specifications. The Contract Price shall include all specified requirements and inefficiencies which result from the Contractor meeting the constraints and milestones as annotated in Paragraph 01014-1.03D below. D. Constraints • 1. The Contractor may not mobilize on-site until the Contractor installing the Boeing Storm Outfall has demobilized. It is anticipated the site will be ready for mobilization in the month of October 1997. King County may issue a Conditional Notice to Proceed prior to the end C73130C 01014-1 Bryn Mawr System Improvements of October to allow the Contractor to begin work on submittals and other required paperwork until on-site mobilization can occur. 2. The Contractor is to accomplish all work for substantial completion within the allotted time. However, the Contractor may not pave during inclimate weather according to the requirements of Section 02500. The Contractor has until May 20, 1997 to complete paving. Acceptable weather for paving will be determined by the Engineer. 1.04 CONTINUITY OF OPERATIONS A. Notify the Engineer in writing 48 hours in advance of the time it is necessary to take any utility out of service. Provide temporary power, materials and equipment as required to maintain continuous operation except as otherwise specified. Maintain the integrity of existing utilities at all times. B. Coordinate with public agencies and utility companies to ensure uninterrupted service to all customers. 1.05 HOURS OF WORK A. Limit the hours of work to conform with the King County and the City of Renton Municipal Code and other pertinent regulations. B. Submit a schedule of working hours in accordance with Paragraph 00710-1.04D. The Contractor is liable for the cost of King County's and other regulatory agencies' overtime inspection in accordance with Paragraph 00710-1.04D. 1.06 PROJECT CONSTRUCTION COORDINATION • A. Designate a Contractor's Representative to be on the site at all times during the construction in accordance with the provisions of Paragraph 00710-2.02A. This representative shall be capable of giving direct field orders as the need arises. Official Contract communication shall be conducted between the Contractor's Representative and the Engineer. B. Community Relations 1. Residents and businesses adjacent to the work will be notified by King County that work will be done in their area. A general description of the purpose of construction work and proposed schedule will be distributed by King County. 2. Prepare a proposed schedule of the work for King County to use in informing the public. The proposed schedule of work includes the following: a. When the setup for the work will be erected and removed, and b. Proposed dates for construction progress along alignment route c. When the project construction will begin and be finished. 3. Inform business owners and household residents directly affected by the Contractor's operation, by blocking the use of the property in any way by construction or equipment, at least seven (7) days before beginning the work. Notify and coordinate with owners and residents a minimum of one week in advance of any blocking of accesses so that they may make appropriate arrangements. C73130C 01014-2 Bryn Mawr System Improvements • 1.07 FINAL INSPECTION A. Upon completion of construction, perform a detailed inspection of the work to confirm completion of all items. When it is verified that the construction is complete, notify the Engineer in writing. • B. Within 10 days after receipt of the written notice of completion of the work, the Engineer will perform a detailed inspection. The Engineer will create a "punchlist" for any remaining omissions and defects. If the number or scope of deficiencies is substantial, as determined by the Engineer, then the satisfactory completion of punchlist items will be followed by a final inspection. Satisfactorily complete punchlist items within 2 weeks of the initial detailed inspection. • C. Final inspection of the work by the Engineer will be made within 10 days after receipt of the written request for final inspection. The work will be deemed complete as of the date of such inspection if, upon such inspection, the Engineer finds that no further punchlist work remains to be done. Before acceptance and final payment all defects or omissions noted during this inspection must be completed without additional compensation. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION C73130C 01014 -3 Bryn Mawr System Improvements SECTION 01027 SCHEDULE OF VALUES PART 1 GENERAL 1.01 DESCRIPTION • A. This Section specifies the criteria for establishing a schedule of values for the work performed under the Contract, and specific conditions for payment against those scheduled values. 1.02 SCOPE A. Submit a balanced schedule of values. The total value of the activities shall equal the Contract amount. Overhead and profit shall be prorated into the amounts indicated for the activities. Activity values shall be rounded to the nearest dollar. B. If, in the opinion of the Engineer, the schedule of values is unbalanced, the Contractor will be -required to present documentation substantiating the cost allocations of those activities believed to be unbalanced. C. Schedule of values for construction activities shall meet the requirements and designations indicated herein and in Paragraph 01310-2.02. D. Schedule of values for non-construction activities shall meet the requirements and designations indicated herein and in Paragraph 01310-2.02. In addition, the following values will be specifically identified: 1. Mobilization a. The value allocated to all mobilization activities shall not exceed 5 percent of the original Contract Price. 2. Section 01720- Record Drawings a. A value shall be allocated for record drawings, to meet all the requirements of • Section 01720. 1.03 CHANGE ORDERS A. Upon approval of change orders, values for items contained within those change orders will be incorporated into the project schedule of values. B. Values for change order items shall be broken down by PWC value (proposed work change). PART 2 PRODUCTS Not Used. C73130C 01027 -1 Bryn Mawr System Improvements PART 3 EXECUTION Not Used. END OF SECTION C73130C 01027 -2 Bryn Mawr System Improvements SECTION 01035 ASBESTOS AND LEAD INFORMATION PART 1 GENERAL 1.01 ASBESTOS INSPECTION A. In accordance with WAC 296-62-07707, a good faith inspection of the project site has been conducted by the owner to determine the presence of asbestos containing materials. B. It has been determined that the areas to be worked in and the materials to be worked on do not contain asbestos. 1.02 LEAD INSPECTION A. In accordance with WAC 296-155-176 Lead and 29 CFR 1926, a good faith inspection of the project site has been conducted by the owner to determine the presence of lead-base paints or coatings. B. It has been determined that the areas to be worked in and the materials to be worked on do not contain lead-base paints or coatings. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Asbestos 1. The Contractor shall become familiar with the information provided in this section. Should the Contractor encounter suspect asbestos containing materials not listed in this report which will directly interfere with the execution of the work or require disturbance by the Contractor, the Contractor shall stop work and notify the Engineer. King County will be responsible for the management of the material to obtain compliance with WAC 296-62- 07707 Asbestos so that the Contractor may then proceed. B. Lead 1. The Contractor shall become familiar with the information provided in this section. Should the Contractor encounter suspect lead-base paints or coatings containing materials not listed in this report which will directly interfere with the execution of the work or require disturbance by the Contractor, the Contractor shall stop work and notify the Engineer. King County will be responsible for the management of the material to obtain compliance with WAC 296-155-176 Lead and 29 CFR 1926 so that the Contractor may then proceed. PART 2 MATERIALS Not used. PART 3 EXECUTION Not used. C73130C 01035-1 Bryn Mawr System Improvements END OF SECTION C73130C 01035 -2 Bryn Mawr System Improvements SECTION 01036 GEOTECHNICAL INFORMATION PART 1 GENERAL 1.01 GEOTECHNICAL REPORT A. King County has referred to a report prepared by PacRim, Inc., titled "Geotechnical Report, Bryn Mawr System, King County, Washington." The geotechnical information obtained from this report is not a part of these Contract Documents; such information is available free to everyone who orders a set of plans and specifications at the Contracts Counter, 12th Floor, Exchange Building, This report is provided as supplemental information in order that the Contractor (as a bidder) may have the same information as King County. The geotechnical reports are not intended as King County's representations of geotechnical conditions, except for those conditions at the specific times and locations of the investigations. B. King County does not warrant and specifically disclaims responsibility for the interpretation by Contractor of such geotechnical information. The Contractor shall make its own interpretations, deductions and conclusions as to the nature of the materials to be excavated, the difficulties of making and maintaining the required excavations and the difficulties of doing other work affected by geotechnical conditions, and shall accept full responsibility therefor. The Contract Price includes full consideration of all costs of the Contractor based on the Contractor's interpretation of such information. C. See 00710, 2.04F. regarding differing site conditions. PART 2 MATERIALS Not used. PART 3 EXECUTION Not used. END OF SECTION C73130C 01036 - 1 Bryn Mawr System Improvements SECTION 01040 COORDINATION AND MEETINGS P RT 1 GENERAL 101 DESCRIPTION A. This Section specifies the procedures for coordination, preconstruction conference and progress meetings. 1.02 COORDINATION A. Coordinate scheduling, submittals, and work of the Contract to assure efficient and orderly sequence of installation of interdependent construction elements. B. Coordinate work described in various Specification sections having interdependent responsibilities for installing and connecting to utilities. C. Coordinate work with the Engineer for services as described in Section 01010. D. Coordinate completion and clean up of work described in various Specification sections in preparation for substantial completion. 1.03 PRECONSTRUCTION CONFERENCE A. Prior to beginning construction, a meeting of representatives of the Contractor, the Engineer and other affected agencies will be held. The purpose of the meetings will be to establish lines of authority and communication and identify duties and responsibilities of the parties. Discussion will cover specific Contract plans, specifications, unusual conditions, schedules of completion, equal employment regulations, MWBE requirements and other pertinent features of the Contract. Written notification of such a pending preconstruction conference will be made. 1.04 PROGRESS MEETINGS A. The Engineer will arrange and the Contractor shall attend weekly project meetings. The Contractor shall arrange for attendance of Contractor's subcontractors as necessary to discuss job progress. PART 2 MATERIALS Not used. PART 3 EXECUTION Not used. END OF SECTION C73130C 01040 -1 Bryn Mawr System Improvements SECTION 01050 SURVEY INFORMATION P RT 1 GENERAL 1.01 DESCRIPTION A. The Contractor shall provide all onsite surveys needed for construction from established Washington State recognized base lines and bench marks. Survey work shall be performed under the supervision of a licensed land surveyor. Submit control work and cut sheets to Engineer. B. Vertical data shown on the drawings is based upon the National Geoditic Vertical Datum as modified in 1947, plus 100.00 feet, locally referred to as "Metro Datum." PART 2 MATERIALS Not used. PART 3 EXECUTION Not used. END OF SECTION • C73130C 01050 -1 Bryn Mawr System Improvements SECTION 01060 REGULATORY REQUIREMENTS P RT 1 GENERAL 1..1 DESCRIPTION A. This Section specifies regulatory requirements applicable to this project that shall include, but shall not be necessarily limited to, the Department of Labor and Industries, EPA, NESHAP, OSHA, PSAPCA, WISHA, WSDOT and local governmental regulations. B. Meaning of abbreviations and acronyms are listed in Section 01090. 1.02 HEALTH AND SAFETY REGULATIONS A. Applicable standards and regulations: 1. Comply with Health and Safety Standards for Construction, promulgated by the Director of the Department of Labor and Industries under Section 49.17.050 of the Washington Industrial Safety and Health Act of 1973, as set forth in Chapter 49.17 Revised Code of Washington (RCW). - 2. Comply with Health and Safety Regulations for Construction, promulgated by the Secretary of Labor under Section 107 of the Contract Work Hours and Safety Standards Act, as set forth in Title 29, C.F.R. Copies of these regulations may be obtained from Labor Building, 14th and Constitution Avenue NW, Washington, DC 20013. 3. Comply with the provisions of the Federal Occupational Safety and Health Act, as amended. 4. Comply with City of Renton Municipal Code. 1 03 INCORPORATED PUBLICATIONS A. General 1. The latest edition of the following publications are incorporated by reference and shall form part of the Specifications. In case of conflict between the requirements of the publications and the Specifications, the more stringent requirements shall prevail. B. Publishing agencies and publications: 1. American National Standards Institute (ANSI) ANSI Z88.2-80 Practices of Respiratory Protection 2. American Society for Testing and Materials (ASTM) ASTM E-849-92 Safety and Health Requirements Relating to Occupational Exposure to Asbestos 3. Federal Regulations: Occupational Exposure to Asbestos (29 CFR Parts 1910 and 1926) C73130C 01060 -1 Bryn Mawr System Improvements 29 CFR 1910 - 1001 Occupational Safety and Health Act (OSHA): General Industry Standard 29 CFR 1910-134 Respiratory Protection Standard 29 CFR 1926.58 Occupational Safety and Health Act (OSHA): Construction Standards I30 CFR Part 11 Respirators 40 CFR 61.152 Environmental Protection Agency (EPA): Standard for Asbestos Waste Disposal for Demolition and Renovation Operations 4. Washington State-Washington Administrative Code (WAC) WAC 173-303 Department of Ecology WAC 296-24 General Safety and Health Standard WAC 296-62 General Occupational Health Standard WAC 296-62-07703 Definitions WAC 296-65 Asbestos Removal and Encapsulation WAC 296-65-003 Definitions WAC 296-155 Safety Standards for Construction Work 5. Puget Sound Air Pollution Control Agency (PSAPCA) Regulation III, Asbestos Control Standard Article 4 1.04 POSTING OF REGULATIONS A. Comply with WISHA and NESHAP posting regulations. B. Post certified person ingress/egress logs and copies of the asbestos workers' certification cards at the entrance of every regulated enclosure. 1.05 REGULATORY NOTIFICATIONS A. Comply with the Department of Labor and Industries and PSAPCA notification requirements and pay fees resulting therefrom. The required forms shall be transmitted to each agency by means of a registered letter. Copies of the notification forms and registered letter shall be submitted to the Engineer at the same time they are mailed to the corresponding agencies. 1.06 MATERIALS DISPOSAL REGULATIONS A. Comply with U.S. Department of Transportation, EPA and corresponding waste disposal site regulations governing the transportation and disposal of asbestos-contaminated materials. B. Comply with EPA and WISHA standards for labels and signs. C. Original disposal receipts shall be submitted to the Engineer within 48 hours of disposal. C73130C 01060 -2 Bryn Mawr System Improvements PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. END OF SECTION C73130C 01060 -3 Bryn Mawr System Improvements SECTION 01062 PERMITS AND EASEMENTS PART 1 GENERAL 101 DESCRIPTION A. This section describes the Contract applicable permits and easements. • 102 PERMITS A. Keep fully informed of all local ordinances, as well as state and federal laws, which in any manner affect the work herein specified. At all times comply with said ordinances, laws, and regulations, and protect and indemnify King County and its officers and agents against any claim or liability arising from or based on the violation of such laws, ordinances, or regulations. Secure and pay for all permits, licenses, and inspection fees necessary for prosecution and completion of the work unless otherwise specified. B. Permits • 1. King County will provide and pay all fees for the following permits: • City of Renton • Clear and Grade Permit Street Use Permit Shoreline Substantial Development Permit King County Industrial Waste-Construction Discharge Authorization Washington State Department of Ecology Temporary Exceedence of Water Quality Standards 2. Comply with all conditions attached to applicable city, federal, state, and local permits. 3. Obtain all other permits. C. Terms and conditions of the permits obtained by King County prior to bid submittal are included in Attachment A to this Section 01062. Comply with all applicable terms and conditions contained in such permits. 1.03 EASEMENTS A. King County has obtained easements for all portions of the work. These easements are shown on the Drawings and are included in Attachment B to this Section 01062. Easements provide for the use of private property for construction purposes or for access during construction to the extent indicated in the easements. It shall be the Contractor's responsibility to: 1. Determine the limitations in the easement obtained in every case and to abide by all requirements and provisions of the easement. C73130C 01062 -1 Bryn Mawr System Improvements 2. Confine construction operations to within the easement limits or street right-of-way limits or make special arrangements with the property owner and appropriate public agency for the additional area required. 3. Pay for any property use outside the prescribed limits and easements provided for in the Contract. 4. Repair to an equal to or better condition any property damaged either inside or outside the limits of the easements. 5. Remove, protect, and reinstall all fences or other items encountered on public or private property. 6. If the Contractor makes "special arrangements" with property owner, then the Contractor shall inform King County of these arrangements and provide written documents. B. King County has acquired or will acquire easements as shown on the drawings. Contractor may negotiate with the adjacent property owner if additional easements are required. C. A listing of the easements obtained by King County prior to bid submittal are included in Attachment B to this Section 01062. Contractor shall obtain a copy of all agreements related to these easements, and shall comply with all applicable terms and conditions contained in such easements and additional easements that the Contractor may acquire. D. Individual easements are shown on the Drawings. 1.04 PERMITS AND EASEMENTS OBTAINED AFTER BID SUBMITTAL A. If, after the bid submittal date, King County obtains any permits or easements which require changes to the work hereunder and thereby cause an increase or decrease in the cost of, or the time required for, the performance of the work, submit information sufficient for the Engineer to determine the extent of the effects on the cost and/or schedule. If the Engineer agrees the cost and/or schedule will be affected by such changes, such effects will be handled in accordance with Paragraph 00710-7.02. The Engineer will provide Contractor with a copy of any such permits or easements. The Contractor shall comply with all applicable terms and conditions contained in such permits or easements. 1.05 EASEMENTS AND AGREEMENTS TO BE OBTAINED BY THE CONTRACTOR A. Obtain all other easements, permits and agreements required to perform the work. Prepare and submit to the proper authority all information required for the issuance of such easements, permits and agreements and pay all costs thereof, including agency inspections unless specifically provided otherwise in these Contract Documents. Submit a copy of each such easement, permit and agreement to the Engineer. 1.06 POSTING PERMITS AND EASEMENTS A. Post permits and easements at the site of the work. 1.07 RESTORATION OF PROPERTY A. Comply with all property restoration requirements contained in permits, easements and agreements to complete the work. C73130C 01062 -2 Bryn Mawr System Improvements B. Whenever any work is performed on property where an easement, permit or agreement has been obtained, submit to the Engineer, before final payment under Paragraph 00710-7.01, a written release from the property owner or proper authority acting for the owner, of each property affected, stating that the restoration of structures and surfaces has been completed to the satisfaction of the owner and that the owner has no claims for damages on account of such restoration. Use the release form provided by the Engineer. If, in the opinion of the Engineer, the release is unreasonably withheld by the property owner, King County may, in its sole discretion, accept the portion of the work involved and cause final payment to be made. 1 08 HOURS OF WORK A. Comply with Sections 01014, Work Sequence. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. END OF SECTION • • • C73130C 01062 -3 Bryn Mawr System Improvements • • • • • ATTACHMENT A PERMITS C73130C 01062 -4 Bryn Mawr System Improvements ATTACHMENT B EASEMENTS C73130C 01062 -5 Bryn Mawr System Improvements 1 SECTION 01063 HEALTH AND SAFETY SPECIFICATIONS PART 1 GENERAL ".01 DESCRIPTION A. This Section specifies procedures for complying with applicable laws and regulations related to health and safety of the worker and the public. It is not the intent of King County to develop and/or manage the health and safety programs of contractors or in any way assume the responsibility for the health and safety of their employees. It is required that all Contractors adhere to applicable federal, state and local health and safety standards. B. This Section describes the Accident Prevention Program, which is a subset of the Safety Program defined in Paragraph 00710-2.03E of the General Conditions. 1.02 REFERENCES A. Comply with and enforce on-the-jobsite current applicable local, state and federal Health and Safety Standards including, but not limited to, the following: Reference Title 29 USC 651 et seq. Federal Occupational Safety and Health Act 29 CFR 1910 OSHA General Health and Safety Standards • 29 CFR 1926 OSHA Construction Safety and Health Standards RCW 49.17 Washington Industrial Safety and Health Act Chapter 296-27 WAC Recordkeeping and Reporting Chapter 296-62 WAC Washington General Occupational Health Standards Chapter 296-24 WAC Washington General Safety and Health Standards Chapter 296-155 WAC Washington Safety Standards for Construction Work Chapter 296-67 WAC Process Safety Management Chapter 296-36 WAC Safety Standards-Compressed Air Work Chapter 296-44 WAC Washington Safety Standards for Electrical Construction Work Chapter 296-45 WAC Washington Electrical Workers Safety Rules RCW 70.105 Hazardous Waste Disposal Act Chapter 173-303 WAC Dangerous Waste Regulations RCW 70.105D Hazardous Waste Cleanup-Model Toxic Control Act Chapter 173-340 WAC Model Toxic Control Act Cleanup SARA Title III Emergency Planning and Community Right-to-Know 1.03 DEFINITIONS A. A hazardous substance is defined as follows: 1. A substance classified as "dangerous waste" in accordance with WAC 173-303 or that in sufficient quantities would be classified as"dangerous wastes". 2. A solid waste, or combination of solid wastes, which because of its quantity, concentration, or physical, chemical, or infectious characteristics may: (a) cause or significantly contribute to an increase in mortality or increase in serious, irreversible, or incapacitating reversible illness; or (b) pose substantial present or potential hazard to human health or the C73130C 01063 - 1 Bryn Mawr System Improvements environment when improperly treated, stored, transported, or disposed or otherwise managed. 3. Asbestos material, as defined in Puget Sound Air Pollution Control Agency (PSAPCA) Regulation III, Article 4, Removal and Encapsulation of Asbestos Materials. 4. Polychlorinated biphenyls (PCBs), polynuclear aromatic hydrocarbons (PAHs), explosives, radioactive materials, and other materials designated as hazardous by regulatory agencies having jurisdiction over such matters. B. A contaminated substance is defined as follows: 1. A substance containing materials in sufficient quantities such as hydrocarbons, PCBs, diesel fuels, gasoline, heavy metals, solvents, and other types of fuel oils present in the soil, water or air. 2. An element, compound, mixture, solution, or substance designated under Section 102 of CERCLA and/or applicable parts of MTCA. 3. A hazardous waste having the characteristics identified under or listed pursuant to Section 3001 of Solid Waste Disposal Act (i.e., RCRA) except those suspended by an act of Congress. 4. A toxic pollutant listed under Section 307(a) of the Federal Water Pollution Control Act (FWPCA). 5. A hazardous air pollutant listed under Section 112 of the Clean Air Act. 6. An imminently hazardous chemical substance or mixture with respect to which the EPA administrator has taken action pursuant to Section 7 of the Toxic Substance Control Act. C. Confined space is defined as follows: 1. It is large enough and so configured that a person can bodily enter and perform assigned work, 2. It has limited or restricted means of entry or exit, and 3. It is not designed for continuous employee occupancy. D. Permit-required confined space is a confined space that has one. or more of the following characteristics: 1. It contains or has potential to contain a hazardous atmosphere. 2. It contains material that has potential for engulfing an entrant. 3. It is shaped inside in such a way that someone entering could be trapped or asphyxiated. 4. It contains other recognized serious safety or health hazards. 104 SUBMITTALS A. Submit the following to the Engineer, in accordance with Section 01300: C'3130C 01063 -2 Bryn Mawr System Improvements 1. Accident Prevention Program for the Contractor in accordance with WAC 296-24-040 and 296-155-110. This program shall outline the anticipated hazards and safety controls necessary to safeguard the Contractor's employees, the public and King County staff. It shall be specific to the job and site and shall meet federal, state and local jurisdictional requirements. The program will be reviewed for compliance with this section prior to the start of work. 2. Revisions 1. Revise the accident prevention program prior to the start of work to accommodate changes requested by King County and/or regulatory agencies or jurisdiction. Post a copy of the accepted program at the Contractor's job site office and at each of the • subcontractors' offices. Three additional copies shall be posted at the Engineer's Office. 1.05 QUALITY ASSURANCE A. Ensure that subcontractors receive a copy of this Specification section. The Contractor is responsible for ensuring compliance with the Accident Prevention Program. B. Coordinate with the Engineer to obtain approval to disconnect or reconnect utilities. C. As applicable, coordinate with the Engineer regarding the shutdown and safety tagout/lockout of pressurized systems, electrical, mechanical, pneumatic, hydraulic, etc., systems, and other equipment and utilities. D. Maintain good housekeeping in work areas in accordance with Chapter 296-155-020 WAC. E. Ensure that all health and safety submittals are reviewed and approved by a Certified Safety Professional (CSP) and/or Certified Industrial Hygienist (CIH). . Include a letter citing the certification number of the Health and Safety Professional approving your program with your program submittal. F. Provide a qualified (CSP or CIH) health and safety supervisor, with responsibility and full authority to coordinate, implement, and enforce the Contractor's accident prevention program for the duration of this contract. The name and telephone number of the safety supervisor shall appear in the Accident Prevention Program. 1.06 SPECIAL CONSIDERATIONS A. This paragraph describes certain minimum precautions for consideration in developing an Accident Prevention Program. It supplements the regulatory requirements of Paragraph 00710-2.03 of the General Conditions. Failure to comply with health and safety regulations will result in work suspension until adequate health and safety measures are implemented. 1. Hazard Communication (WAC 296-62-054) a. Provide a written Hazard Communication Program and emergency management plan addressing these and other potential hazardous substances on site. b. Prior to commencing work, provide a list and corresponding Material Safety Data Sheets for hazardous chemicals to be used on site. If no hazardous chemicals are to be used, provide statement to that effect. C73130C 01063 -3 Bryn Mawr System Improvements 2. Confined Space (WAC 296-62-054) a. The nature of work under this contract may expose workers to permit-required confined spaces having possible explosive, toxic and oxygen fluctuation conditions. b. Prior to execution of work in confined spaces, submit a written confined space safety program that meets Requirements 29 CFR 1910.146 and 296-62-145 WAC. 3. Underground Construction (WAC 296-155-720). Provide a written program detailing how employees and King County staff on the site will be protected from the dangers of underground construction. Such program shall include the following as a minimum: • Air monitoring • Access and egress • Ventilation • Rescue • Illumination • Hazardous classification !-- • Communications • Gassy operation • Flood control • Haulage • Mechanical equipment • Electrical safety • Personal protective equipment • Hoisting • Use of explosives, if applicable • Designated person • Fire prevention and protection • Emergency lighting i • Emergency procedures, including • Pneumatic and hydraulic safety evacuation procedures and check-in/ check-out systems. 4. Other Site Safety Considerations a. Supply to King County for review prior to commencing work on this Contract, a comprehensive written Accident Prevention Program covering the Contractor's activities on site, as applicable. As a minimum, the Program shall include as appropriate, the following: o Respiratory Protection (WAC 296-62-071) o Accident/Injury Reporting (WAC 296-27) o Emergency Plan (SARA Title III--Community Right-to-Know) o Crane Operations, Rigging, and other Overhead Lifts (WAC 296-155-525) o Excavation and Trenching (WAC 296-155-650) o Personal Protective Equipment(WAC 296-155-200) i o Fall Restraint and Fall Arrest(WAC 296-155-24501) o Fire Safety and Prevention (WAC 296-155-250) o Signs, Signals, and Barricades (WAC 296-155-155-300) o Material Handling, Storage, Use and Disposal (WAC 296-155-325) o Hand and Power Tools (WAC 296-155-350) o Welding and Cutting (WAC 296-155-400) o Electrical (WAC 296-155-426; 296-24-956; 296-44 and 296-45) o Ladders and Stairways(WAC 296-155-475) o Scaffolding (WAC 296-155-481) o Floor Openings, Wall Openings and Stairways (WAC 296-155-500) o Vehicles and other Motorized Equipment(WAC 296-155-600) o Tagout/Lockout(29 CFR 1910.147) o Temporary Buildings o Dangerous Waste Management Program (WAC 173-303 and 173-340) o Asbestos and other Carcinogens (WAC 296-155-175) o Demolition (WAC 296-155-775) o Drum/Container Management Procedures C73130C 01063 -4 Bryn Mawr System Improvements o Hearing Conservation (WAC 296-62-09015) 5. Special Hazards a. Infectious Disease Sewers carry a wide spectrum of disease-producing organisms. Submit a written hazard communication and biological/bloodborne pathogen program detailing the preventive measures to be taken by the Contractor to provide an appropriate work environment for its employees as well as King County employees on site. These may include, but are not limited to, the following: • Instruction in appropriate measures to avoid contamination • A preventive inoculation program (tetanus/diphtheria, etc.) available to all personnel • Clothing to protect against infection, including rubber boots with full sole and heel steel inset liners, safety glasses or goggles, and gloves • Facilities for workers to clean up and wash b. Chlorine. King County uses chlorine as a disinfectant in the wastewater treatment plants. Chlorine in small concentrations can cause irritation or burning of skin, coughing, pulmonary edema, and inflammation of the respiratory tract; in greater concentrations, it can cause cardiac complications. At a minimum, provide a written hazard communication program detailing the preventive measures to be taken by the Contractor to provide an appropriate work environment for its employees as well as King County staff on site. c. Hazardous Waste(WAC 296-62-300) Promptly suspend work and notify the Engineer of unusual conditions including oily soil found on project site. Work shall remain suspended until authorized by the Engineer to resume. d. Process Safety Management(WAC 296-67) King County wastewater treatment plants must comply with the provisions of the Process Safety Management regulations, 29 CFR 1910.119 and WAC 296-67. This project may affect the regulated processes. Submit a written Process Safety Management Plan. At a minimum, the plan should cover the following: • Process safety information • Process hazard analysis • Operating procedures • Safe work practices • Management of change • Pre-startup safety review • Contractors or subcontractors • Mechanical integrity • Review of hot work permits • Emergency planning and response • Training • Compliance audits e. Work Zone Traffic Control(WAC 296-155-300) Exposure of employees to traffic is a concern on this project. Submit work zone traffic control plan demonstrating the methods by which applicable safety requirements will be met. C73130C 01063 -5 Bryn Mawr System Improvements f. Contaminant Gases Contaminant gases that may be encountered include but are not limited to Hydrogen sulfide, Methane, Carbon monoxide, Carbon dioxide and Sulfur dioxide. Provide a written Emergency Management Plan to address these and other potential hazardous substances on site. g. Fall Protection Work activities on this project may expose employees to fall hazards. Contractor must provide a written Fall Protection Plan for each fall hazard encountered throughout the project. 1.07 UTILITIES A. Take appropriate precautions in working near or with utilities and dangerous substances during the performance of work in order to protect the health and safety of the worker, the public, property and the environment. B. Such utilities and dangerous substances include, but are not necessarily limited to the following: 1. Conductors of: • a. Petroleum products. b. Toxic or flammable gas. 2. Natural gas pipelines. 3. Electric conductors. PART 2 PRODUCTS Not used. PART 3 EXECUTION 3.01 SAFETY AND HEALTH COMPLIANCE A. Occasionally, King County will audit the Contractor's Accident Prevention Program. King County reserves the right to stop that portion of the Contractor's work that is determined to be a serious health and safety violation. On-going work that is considered a safety or health risk by King County shall be corrected immediately. B. Ensure that necessary air monitoring, ventilation equipment, protective clothing, and other supplies and equipment as specified are available to implement the Accident Prevention Program. C. Notify the Engineer immediately of accidents resulting in an immediate or probable fatality to one or more employees or the public, or which result in hospitalization of two or more employees. D. Complete the Monthly Contractor Injury Summary Report (Attachment). C73130C 01063 -6 Bryn Mawr System Improvements 3 02 ACCIDENT PREVENTION PROGRAM REVISIONS A. In the event that King County, regulatory agencies or jurisdictions determine the Accident Prevention Program or associated documents, organizational structure, or Comprehensive Work Plan to be inadequate to protect employees and the public, do the following: 1. Modify the Program to meet the requirements of said regulatory agencies, jurisdictions, and King County. 2. Provide the Engineer with the revisions to the program within 7 days of the notice of deficiency. END OF SECTION C73130C 01063 -7 Bryn Mawr System Improvements • SECTION 01090 REFERENCE STANDARDS PRT 1 GENERAL 1.01 QUALITY ASSURANCE A. For products or workmanship specified by association, trade, or federal standards, comply with requirements of the standard, except when more rigid requirements are required by applicable codes or specified herein. . B. Comply with issue of reference standard which is current at date of receipt of bids. C. The contractual relationship of the parties to the Contract shall not be altered from the Contract Documents by mention or inference otherwise in a reference document. 1.02 SCHEDULE OF REFERENCES • MN American Association of Nurserymen 230 Southern Building Washington, DC AASHTO American Association of State Highway and Transportation Officials 444 North Capitol Street, N.W., Suite 249 Washington, DC 20001 ACI American Concrete Institute P.O. Box 19150 Detroit, MI 48219 AEIC Association of Edison Illuminating Companies 600 N. 18th Street P.O. Box 2641 Birmingham, AL 35291-0992 AFBMA Anti-Friction Bearing Manufacturer's Association 1101 Connecticut Avenue NW, Ste. 700 Washington, DC 20036 AGA American Gas Association 1515 Wilson Blvd. Arlington, VA 22209 AGMA American Gear Manufacturer's Association 1500 King Street, Ste. 201 Alexandria, VA 22314 AISC American Institute of Steel Construction 1 E. Wacker Drive, Ste. 3100 Chicago, IL 60601-2001 C73130C 01090 -1 Bryn Mawr System Improvements 9 AISI American Iron and Steel Institute 1101 17th Street NW Washington, DC 20036-4700 AITC American Institute of Timber Construction 7012 S. Revere Pky., Ste. 140 Englewood, CO 80112 ALI Automotive Lift Institute P.O. Box 1519 New York, NY 10101 AMCA Air Movement and Control Association (Formerly Air Moving and Conditioning Association, Inc.) 30 West University Drive Arlington Heights, IL 60004-1893 ANSI American National Standards Institute, Inc. 11 W. 42nd Street, 13th Floor New York, NY 10036 APA American Plywood Association 7011 S. 19th Street P. O. Box 11700 Tacoma, WA 98411-0700 API American Petroleum Institute 1220 L. Street NW Washington, DC 20005 ARI Air-Conditioning and Refrigeration Institute 4301 N. Fairfax Drive, No. 425 Arlington, VA 22203 ASCE American Society of Civil Engineers 1015 15th Street NW, Ste. 600 Washington, DC 20005 ASCII American Standard Code for Information Interchange American National Standards Institute, Inc. 11 W. 42nd Street, 13th Floor New York, NY 10036 ASE American Standard Safety Code for Elevators, Dumbwaiters and Escalators American National Standards Institute 11 W. 42nd Street, 13th Floor New York, NY 10036 ASHRAE American Society of Heating, Refrigeration and Air Conditioning Engineers 1971 Tullie Circle, NE Atlanta, GA 30329 C73130C 01090 -2 Bryn Mawr System Improvements ASME American Society of Mechanical Engineers 345 East 47th Street New York, NY 10017 ASTM American Society for Testing and Materials 1916 Race Street Philadelphia, PA 19103-1187 AWI Architectural Woodwork Institute P.O. Box 1550 Centerville, VA 22020 AWPA American Wood Preservers Association • P.O. Box 286 Woodstock, MD 21163-0286 AWS American Welding Society 550 Lejeune Road NW P.O. Box 351040 Miami, FL 33135 AWWA American Water Works Association 6666 West Quincy Avenue Denver, CO 80235 BOCA Building Officials and Code Administrators International 4051 W. Flossmoor Road Country Club Hills, IL 60478-5795 CBM Certified Ballast Manufacturers Association 1422 Euclid Avenue, No. 402 Cleveland, OH 44115 CISPI Cast Iron Soil Pipe Institute 1499 Chain Bridge Road, Suite 203 McLean, VA 22101 CMAA Crane Manufacturers Association of America, Inc. • (Formerly: Electric Overhead Crane Institute) 8720 Red Oak Blvd., Ste. 201 Charlotte, NC 28217 CRD Corps of Engineers Specification P.O. Box 3755 Seattle, WA 98124-2255 (206) 764-3750 CRSI Concrete Reinforcing Steel Institute 933 Plum Grove Road Schaumburg, IL 60173 C73130C 01090 -3 Bryn Mawr System Improvements CSA Canadian Standards Association 178 Rexdale Boulevard Rexdale, Ontario, M9W IR3, Canada CWHSSA Contract Work Hours & Safety Standards Act Department of Labor/WH Office of Contracting 200 Constitution Avenue NW Washington, DC 20210 EEI Edison Electric Institute 701 Pennsylvania Avenue NW Washington, DC 20004-2696 • EIA Electronic Industries Association 2001 Pennsylvania Avenue NW Washington, DC 20006-1813 EJMA Expansion Joint Manufacturer's Association 25 N. Broadway Tarrytown, NY 10591 ' EPA United States Environmental Protection Agency 1200 Sixth Avenue Seattle, WA 98101 FEDSPEC Federal Specifications, General Services Administration Specification and Consumer Information Distribution Branch 470 E. L'Enfant Plaza SW Washington, DC 20407 FEDSTDS Federal Standards (see FEDSPECS) FM Factory Mutual Engineering and Research Corporation (Formerly Factory Mutual System) 1151 Boston-Providence Turnpike P.O. Box 9102 ' ' Norwood, MA 02062 GA Gypsum Association 810 First Street NE, Ste. 510 Washington, DC 20002 HEI Heat Exchange Institute 1300 Sumner Avenue Cleveland, OH 44115 HI Hydraulic Institute 9 Sylvan Way, Ste. 180 Parsippany, NJ 07054-3802 C73130C 01090 -4 Bryn Mawr System Improvements IAPMO International Association of Plumbing and Mechanical Officials 20001 Walnut Drive S. Walnut, CA 91789-2825 ICBO International Conference of Building Officials 5360 South Workman Mill Road Whittier, CA 90601 ICEA Insulated Cable Engineers Association P.O. Box 440 South Yarmouth, MA 02664 IEEE Institute of Electrical and Electronics Engineers, Inc. 345 East 47th Street New York, NY 10017 IESNA Illuminating Engineering Society of North America 345 East 47th Street New York, NY 10017 ISA Instrument Society of America P.O. Box 12277 67 Alexander Drive Research Triangle Park, NC 27709 KCSWDM King County Surface Water Design Manual King County Department of Public Works 700-5th Avenue, Suite 2200 Seattle, WA 98104 MILSPEC Military Specifications Naval Publications and Forms Center 700 Robbins Avenue, Bldg. 4D Philadelphia, PA 19111-5094 MSHA Mine Safety and Health Administration c/o National Mine Health and Safety Academy P.O. Box 1166 Beckley, WV 25802 NAAMM National Association of Architectural Metal Manufacturers 11 S. Lasalle Street, Ste. 1400 Chicago, IL 60603 NACE National Association of Corrosion Engineers P.O. Box 218340 Houston, TX 77218 NEC National Electric Code (NFPA 70) See NFPA NEMA National Electrical Manufacturer's Association 2101 L. Street NW Washington, DC 20037 C73130C 01090 -5 Bryn Mawr System Improvements • NESC National Electric Safety Code See IEEE NESHAP National Emission Standards for Hazardous Air Pollutants do Armina Nolan 1200 Sixth Avenue Seattle, WA 98101 NIOSH National Institute of Occupational Safety and Health 4676 Columbia Parkway Cincinnati, OH 45226 NFPA National Fluid Power Association 3333 North Mayfair Road Milwaukee, WI 53222-3219 NFPA National Forest Products Association (Formerly: National Lumber Manufacturers Association) 1250 Connecticut Avenue NW, Ste. 200 Washington, DC 20036 NFPA National Fire Protection Association 1 Batterymarch Park P.O. Box 9101 Quincy, MA 02269-9101 NRCA National Roofing Contractors Association 10255 W. Higgins, Ste. 600 Rosemont, IL 60018-5607 NWWDA National Wood Window and Door Association 1400 E. Touhy Avenue, No. G54 Des Plaines, IL 60018 OSHA Occupational Safety and Health Act U.S. Department of Labor-Occupational and Health Administration 1111 Third Avenue, Ste. 715 Seattle, WA 98101-3212 PSAPCA Puget Sound Air Pollution Control Agency 110 Union Street, Ste. 500 Seattle, WA 98101 SAE Society of Automotive Engineers 400 Commonwealth Drive Warrendale, PA 15096-0001 SAMA SAMA Group of Associations (Formerly Scientific Apparatus Makers Association) 225 Reinekers, Ste. 625 Alexandria, VA 22314 C'3130C 01090 -6 Bryn Mawr System Improvements SBCCI Southern Building Code Congress, International 900 Montclair Road - Birmingham, AL 35213 SMACNA Sheet Metal and Air Conditioning Contractors National Association, Inc. 4201 Lafayette Center Drive Chantilly, VA 22021 STI Steel Tank Institute 570 Oakwood Road Lake Zurich, IL 60047 TCA Tile Council of America, Inc. Box 326 Princeton, NJ 08542-0326 TEMA Tubular Exchanger Manufacturer's Association 25 N. Broadway Tarrytown, NY 10591 UBC Uniform Building Code Published by ICBO UL Underwriters Laboratories, Inc. 333 Pfingsten Road Northbrook, IL 60062 UMC Uniform Mechanical Code Published by ICBO UPC Uniform Plumbing Code Published by IAPMO USBR Bureau of Reclamation, U.S. Department of Interior Engineering and Research Center P.O. Box 25007 Denver, CO 80225-0007 WAC Washington Administrative Code Washington State Secretary of State Olympia, WA 98504 WISHA Washington Industrial Safety and Health Act Department of Labor and Industries 300 West Harrison Street, Room 201 Seattle, WA 98119 WSDOT- Washington State Dept. of Transportation &American Public Works Association, APWA Standard Specifications for Road, Bridge, and Municipal Construction Pre-Contract Administration Transportation Bldg; 3D-20 Olympia, WA 98504-5201 C73130C 01090 -7 Bryn Mawr System Improvements WWPA Western Wood Products Association (Formerly: West Coast Lumbermen's Association) 522 SW 5th Avenue Portland, OR 97204-2122 1.03 ACRONYMS A. Wherever used in the Contract Documents, the following acronyms will have the meaning listed: 1. PAT: Proficiency Analytical Testing 2. PCM: Phase Contrast Microscopy PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION C73130C 01090 -8 Bryn Mawr System Improvements SECTION 01100 SPECIAL PROJECT PROCEDURES •ART 1 GENERAL 1.01 DESCRIPTION OF WORK A. This section specifies special procedures for handling hazardous materials, dangerous facilities and installations, safety and health plan, contaminated soils and groundwater. 1.02 SUBMITTALS A. Procedures: Section 01300 B. The Contractor shall develop and submit a monitoring program that will provide for detection of the presence of potentially dangerous materials in the excavation, excavated material and groundwater(removed from the work through the Contractor's dewatering system). The program shall include, as a minimum, the following elements: a. Instructing workers in observing and report questionable materials and odors, such as refuse, oily sheen or color on soils or water, and oily or chemical odors. b. Developing an emergency medical care and treatment plan. c. Submitting copies of all monitoring records to the Engineer on a weekly basis. 1.03 CONTAMINATED SOILS AND GROUNDWATER A. Contractor's Responsibilities 1. The Contractor shall be responsible for all matters related to work safety and for detection of contaminated soils and/or groundwater encountered during construction as they relate to worker safety. The Contractor shall ensure the protection of the safety and health of construction workers and other authorized persons at the work site from exposure to potentially toxic materials. 2. In addition to the minimal requirements outlined herein, the Contractor shall fully comply with the provisions of all ordinances, regulations and permits involved in regards to worker safety and health related to the potential presence of contaminated soil and/or groundwater. 3. The Contractor shall maintain an updated record of the number of truck loads of waste soils unloaded at each and every disposal site, regardless of soil classification (clean, solid waste, garbage, hazardous waste). Three (3) copies of the record shall be submitted to the Engineer each week. B. Approximate Station 33+00 to station 36+00. 1. King County has been furnished with monitoring well data. The results are summarized in Table A within this section: C73130C 01100 - 1 Bryn Mawr System Improvements TABLE A SUMMARY OF MONITORING WELL DATA ANALYTE. RANGE - UNITS METALS Arsenic NA ppm Cadmium < 0.00001 -0.00214 ppm Chromium 0.00011 - 0.00388 ppm Copper 0.0324-0.0503 ppm Lead 0.0014- 0.70 ppm ; Nickel NA ppm Silver NA ppm Zinc 0.0324-0.1025 ppm ' ORGANICS MEK < 5 -69.0 ppb Benzene < 0.2 ppb Toluene < 0.2 - 1.81 ppb -- Ethylbenzene < 0.2 - 1.16 ppb Methylene Chloride < 1 ppb 1,1 Dichloroethene < 1 ppb Chloroform < 1 -6.31 ppb 1,1,1 Trichloroethane < 1 ppb - Trichloroethene < 1 -8.30 ppb Tetrachloroethene < 1 ppb _ 1,1,2,2 Tetrachloroethene < 1 ppb 2-Propanone 0-40.41 ppb o-Xylene < 0.2-2.65 ppb • m-Xylene < 0.2-0.67 ppb p-Xylene < 0.2 ppb VOLATILE ORGANICS Vinyl Chloride Not Detectable- 170 pg/I Acetone Not Detectable-6.1 m pg/I Carbon Disulfide Not Detectable pg/I • Trans-1,2 Dichloroethene Not Detectable- 1.4 pg/I Cis-1,2 Dichloroethene Not Detectable-83 pg/I 2-Butanone Not Detectable- 95 pg/I Trichloroethene Not Detectable-22 pg/I OTHER TESTS pH 5.1 -6.9 FOG <2 mg/L Turbidity 4.0 -38.0 NTU DO 2.2-4.0 mg/L Settleable Solids < 0.5 -0.6 mL/L/hr C. Notification and Suspension 1. In the event the Contractor's monitoring program detects the presence of a suspicious material not currently identified within these specifications, the Contractor shall immediately notify the Engineer. Following such notification by the Contractor, the Engineer shall in turn notify the various governmental and regulatory agencies concerned with the presence of potentially dangerous materials. Depending upon the type of problem identified, the Engineer may suspend the work in the vicinity of the material discovery under the provisions of Paragraph 00710-6.03. C73130C 01100 -2 Bryn Mawr System Improvements 2. Following completion of any further testing necessary to determine the nature of the material, the Engineer will decide how the material shall be handled and disposed of. Although the actual procedures used in resuming the work shall depend upon the nature and extent of the questionable material, the Owner foresees the following alternate methods of operation as possible. a. Contractor to resume work as before the suspension. b. Contractor to move its operations to another portion of the work until measures to eliminate any hazardous conditions can be effected. c. Owner to terminate the contract under Paragraph 00710-6.04B. d. Owner to direct the Contractor to dispose of the excavated material at a legal sanitary landfill or other appropriate and approved land legal site. Contractor is referred to Section 02200, Earthwork, and Section 01036, Geotechnical Information. PART 2 MATERIALS Not used. PART 3 EXECUTION Not used. END OF SECTION C73130C 01100 -3 Bryn Mawr System Improvements SECTION 01130 ESCROW BID DOCUMENTATION PART 1 GENERAL - 1 1.01 DESCRIPTION A. This section specifies the submittal, use and preservation of the Contractor's bid documentation. 1.02 CONTRACTOR'S RESPONSIBILITIES A. The Contractor shall submit a legible copy of all documentation used to prepare the bid for this Contract as specified. 1.03 BID DOCUMENTATION A. The term "bid documentation" as used in this section means any writings, working papers, computer printouts, charts, and any other data compilations which contain or reflect all information, data, and calculations used by the Contractor to prepare the bid for this Contract. The term "bid documentation" includes, but is not limited to, Contractor equipment rates, Contractor overhead rates, labor rates, efficiency or productivity factors, arithmetic extensions, and quotations from subcontractors, suppliers and material suppliers to the extent that such rates and quotations were used by the Contractor in formulating and determining the amounts of the bid. The term "bid documentation" also includes any manuals which are standard to the industry used by the Contractor in determining the bid for this Contract. Such manuals may be included in the bid documentation by reference. The term does not include bid documents provided by King County for use by the Contractor in bidding on this Contract. 1.04 DELIVERY AND VERIFICATION OF DOCUMENTS A. The Contractor shall submit the bid documentation to a banking institution designated by King County. The bid documentation shall be submitted in a sealed container. The container shall be clearly marked "Bid Documentation - Contract C73130C" and shall show on the face of the container the Contractor's name and date of submittal to the banking institution. B. In addition to the bid documentation inside the sealed container, the Contractor shall include an affidavit signed under oath by an individual authorized by the Contractor to execute bids and contracts. The affidavit shall list each bid document with sufficient specificity so that a comparison can be made between the list and the bid documentation to ensure that all bid documentation listed in the affidavit has been enclosed in the sealed container. The affidavit shall show that the affiant has personally examined the bid documentation and that the affidavit lists all the documents used by the Contractor to determine the bid for this Contract and that all such bid documentation has been enclosed in the sealed container. C. Upon placement of the sealed container in a safety deposit box, vault; or other secure place with the banking institution, the Contractor shall immediately notify the Engineer in writing. Upon receipt of such notice, the Engineer will promptly notify the Contractor in writing that the Engineer will open the sealed container to verify that the affidavit has been enclosed and to compare the bid documents listed in the affidavit with the bid documents enclosed in the container to ensure that all bid documentation has been submitted and that the copies are legible. The notification will advise the Contractor of the date and time the container will be opened and the names of the C73130C 01130 - 1 Bryn Mawr System Improvements representatives of the Engineer who will verify the contents of the container. The Contractor may have representative present at the opening. D. Documents listed in the affidavit but not enclosed in the sealed container through error or oversight by the Contractor shall be submitted in a sealed container within five days after the opening of the original container. In addition, any bid documents that are illegible shall be replaced with legible copies within five days after the opening of the original container. The face of the container shall show the same information as the original container except the container shall be marked "Supplemental Bid Documentation." The same procedure used in verifying the contents of the original container shall be used in verifying the contents of the supplemental submittal. E. The Contractor agrees that the sealed container placed in escrow and any supplemental sealed container placed in escrow shall contain all of the bid documentation used to determine the bid and that no other bid documentation shall be utilized by the Contractor during disputes and/or litigation of claims brought by the Contractor arising out of this Contract, unless otherwise approved by King County related to disputes or ordered by the court related to litigation. 1.05 DURATION AND USE OF BID DOCUMENTATION A. The bid documentation and affidavit shall remain in escrow during the life of the Contract and will be returned to the Contractor by the banking institution upon written direction therefor by King County issued at the time King County releases final retainage to the Contractor, unless King County has an unresolved claim against the Contractor or litigation has been commenced between King County and the Contractor. B. The bid documentation may be used as follows: 1. By the Engineer to determine the Contractor's bid concept, to evaluate the Contractor's breakdown of Contract Price, and to negotiate price adjustments under the Contract. 2. By King County in the event of litigation between King County and the Contractor related to, or arising out of, this Contract. C. The Engineer and the Contractor shall each designate three representatives who are authorized to examine the bid documentation. Each party shall designate a representative to receive notice of examination of the bid documentation. Prior to examining the bid documentation, 24 hours written notice shall be given to the other party so that examination may be witnessed by the other party. An authorized representative of the Engineer and the Contractor shall be present to gain access to the bid documentation and during all examinations of the bid documentation will be returned to the escrow institution. D. In the event of litigation betweeh King County and the Contractor, King County will serve a written request upon the Contractor to issue written authorization to the banking institution to release the bid documentation and affidavit to King County. The Contractor shall respond to the request within 20 days after service of the request. If the Contractor objects or does not respond to the request within 20 days, King County may file a motion under the Civil Rules requesting the court to enter an order directing the banking institution to deliver the bid documentation and affidavit to King County. • C73130C 01130 -2 Bryn Mawr System Improvements 1.96 REMEDIES FOR REFUSAL OR FAILURE TO PROVIDE OR ALLOW ACCESS TO BID DOCUMENTATION A. If the Contractor fails or refuses to provide documentation, King County will not sign the Contract and will not issue Notice to Proceed to the Contractor. Any delay arising from such failure or refusal by the Contractor shall be considered an avoidable delay for which the Contractor shall not be entitled to additional compensation or to an extension of time and for which the Contractor shall be liable for damages to King County. If King County determines, in its sole judgment, that such failure or refusal is unreasonable, King County may terminate the Contractor for default and/or exercise any other remedy available under this Contract or by law. B. If the Contractor fails or refuses to allow access by the Engineer, King County may refuse to make payment for progress estimates until the Contractor allows access, may terminate the Contractor for default, and/or exercise any other remedy available under this Contract or by law. 1.07 OWNERSHIP OF BID DOCUMENTATION A. The bid documentation and affidavit in escrow are and will remain the property of the Contractor. King County has no interest in or right to the bid documentation and affidavit other than for the uses set forth in this section, except in the event of litigation between King County and the Contractor related to or arising out of this Contract. In the event of such litigation, the bid documentation and affidavit shall become property of King County for use in the litigation, subject to the provisions of any protective order the Contractor may obtain pursuant to the Civil Rules for superior court to limit or restrict the use or dissemination of the bid documentation or affidavit. 1.08 COST OF ESCROW A. The cost to maintain the bid documentation in escrow'in the banking institution will be borne by King County and will be paid either directly by King County or by change order to the Contract based on invoices submitted by the banking institution. .09 ESCROW INSTRUCTIONS A. King County will provide escrow instructions to the banking institution consistent with this section. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION C73130C 01130 -3 Bryn Mawr System Improvements SECTION 01300 SUBMITTALS PROCEDURE -ART 1 GENERAL 1.01 DESCRIPTION A. This Section specifies procedures for Contractor submittals. Where required by the Specifications, submit descriptive information which will enable the Engineer to assess whether the Contractor's proposed materials, equipment or methods of work are in general conformance to the design concept and in compliance with the Drawings and Specifications. The information to be submitted shall consist of drawings, specifications, descriptive data, certificates, samples, test results and such other information, all as specifically required in the Specifications. The provisions of this Section are supplementary to Paragraph 00710-3.04. PART 2 PRODUCTS 2.01 CONTRACTOR RESPONSIBILITIES A. Contractor shall be responsible for the accuracy and completeness of the information contained in each submittal and shall ensure that the material, equipment or method of work shall be as described in the submittal. Verify that the material and equipment described in each submittal conforms to the requirements of the Specifications and Drawings prior to transmittal to the Engineer. Ensure that there is no conflict with other submittals and notify the Engineer in each case where such submittal may affect the work of another contractor or King County. Ensure coordination of submittals among the related crafts and subcontractors. B. If the Contractor's review determines that the information shows deviations from the ' Specifications or Drawings, submit a request for substitution in accordance with Paragraph 00710-4.05. PART 3 EXECUTION 3.01 TRANSMITTAL PROCEDURE A. General 1. Submittals regarding material and equipment shall be accompanied by Transmittal Form 01300-A specified in Section 01999. Equipment numbers shall be listed on Form 01300-A for items being submitted. A separate form shall be used for each specific item, class of material, equipment, and items specified in separate, discrete sections for which the submittal is required. Submittals for various items shall be made with a single form when the items taken together constitute a manufacturer's package or are so functionally related that expediency indicates checking or review of the group or package as a whole. 2. A unique number, sequentially assigned, shall be noted on the transmittal form accompanying each item submitted. Original submittal numbers shall have the following format: "XXX"; where "XXX" is the sequential number assigned by the Contractor. Resubmittals shall have the following format: "XXX-Y"; where "XXX" is the originally assigned submittal number and "Y" is a sequential letter assigned for resubmittals, i.e., A, B C73130C 01300-1 Bryn Mawr System Improvements or C being the 1st, 2nd and 3rd resubmittals, respectively. Submittal 25B, for example, is the second resubmittal of Submittal 25. B. Deviation from Contract 1. Submit a request for substitution for deviations from the Specifications or Drawings. The request shall be in accordance with Paragraph 00710-4.05 and also include the reason for the deviation and cost differential for the deviation. Deviations from the Contract shall be authorized by change order only. C. Submittal Completeness 1. Submittals which do not have all the information required to be submitted are not acceptable and will be returned without review. 3.02 REVIEW PROCEDURE A. For each required submittal, submit 7 copies of all the submitted information. Individual sheets shall not exceed 22 inches x 34 inches. B. Unless otherwise specified, within 14 days after receipt of the submittal, the Engineer will review the submittal and return it to the Contractor. The returned material will consist of 3 marked-up copies of the submittal. The returned submittal will indicate one of the following actions: 1. If the review indicates that the material, equipment or work method is in general conformance with the Contract Drawings/Specifications, the submittal copies shall be marked "No Exceptions Taken" and given a Review Action of "1". In this event, the Contractor may begin to incorporate the material/equipment/work method covered in the submittal. 2. If the review indicates that the submittal is insufficient or that limited corrections are required, the submittal copies shall be marked "Note Markings" and given a Review Action of "2". The Contractor may begin to implement the work method or incorporate materials/comments covered in the submittal in accordance with the corrections/comments noted. 3. If the review is insufficient or contains incorrect data and the comments are of a nature that can be confirmed without a resubmittal, the submittal copies shall be marked "Comments Attached -Confirm" and given a Review Action of"3". (In this case, the Contractor shall not then undertake work covered by this submittal until the attached comments have been confirmed by a separate written communication or the submittal has been revised, resubmitted and returned to the Contractor with a Review Action of either"1"or"2"). 4. If the review reveals the submittal is insufficient or contains incorrect data and the comments require revision and resubmittal, the submittal copies shall be marked "Comments Attached - Resubmit" and given a Review Action of "4". (In this case, the Contractor shall not then undertake work covered by this submittal until the submittal has been revised, resubmitted and returned to the Contractor with a Review Action of either"1" or"2" 5. If the review reveals that the material, equipment or work method is not in general conformance with the design concept or in compliance with the Contract Drawings/Specifications, or if the submittal is incomplete, the submittal copies shall be marked "Rejected"and given a Review Action of"5". Submittals containing deviations from C73130C 01300-2 Bryn Mawr System Improvements I Contract Drawings/Specifications which have not been clearly identified and which have not been noted previously in PWC correspondence also shall be rejected. (In this case, the Contractor shall not then undertake work covered by this submittal until the submittal has been revised, resubmitted and returned to the Contractor with a Review Action of either"1" "2"). 3.03 EFFECT OF REVIEW OF CONTRACTOR'S SUBMITTALS A. Review of drawings, methods of work or information regarding materials or equipment the Contractor proposes to provide, shall not relieve the Contractor of its responsibility for errors therein and shall not be regarded as an assumption of risks or liability by the Engineer on behalf of King County, or by any officer or employee of King County; and the Contractor shall have no claim under the Contract on account of the failure, or partial failure, of the method of work, material or equipment so reviewed. A mark of "NO EXCEPTIONS TAKEN" or "NOTE MARKINGS" shall mean that King County has no objection to the Contractor, upon the Contractor's own responsibility, using the plan or method of work proposed, or providing the materials or equipment proposed. END OF SECTION C73130C 01300-3 Bryn Mawr System Improvements SECTION 01310 PROGRESS SCHEDULES AND REPORTS PART 1 GENERAL 1.01 DESCRIPTION - A. This Section specifies requirements and procedures for the Contractor in preparing construction schedules. The purpose of the construction schedule shall be to ensure adequate planning and execution of the work by the Contractor, to establish the standard against which satisfactory completion of the project shall be judged, to assist the Engineer in monitoring progress, and to assess the impact of Change Orders on the construction schedule. The Contractor shall utilize Primavera or Suretrak Software in the development of the construction schedule. 1.02 SUBMITTALS A. The following submittals shall, as a minimum, be provided in accordance with other Sections of these Specifications. 1. Draft construction schedule a. Submit for review at preconstruction meeting. Include material and equipment procurement and construction work. Clearly indicate major milestones and the time(s) for completion which are required to be met under the terms of the Contract. Include a time-scaled bar chart and a draft schedule of values. 2. Construction schedule a. Submit within 10 days of the effective date of Notice to Proceed. Include a time-scaled bar chart, schedule of values and cash flow projection. 3. Submittal schedule a. Submit within 10 days of the effective date of Notice to Proceed. Indicate required submittals. 4. Weekly progress reports a. Submit no later than Wednesday noon. 5. Monthly report: Submit with monthly progress payment request. PART 2 PRODUCTS 2.01 CONSTRUCTION SCHEDULES A. Time scaled bar chart based on the construction schedule prepared on 11-inch x 17-inch sheets. Band by activities, indicated in the schedule of values, or as approved by the Engineer. B. Activities C73130C 01310 -1 Bryn Mawr System Improvements • 1. Show on construction bar charts at their early start/finish period. C. In preparing the schedule of values, break up the work into construction activities such that the duration of each activity shall not exceed 15 working days and construction activity values not to exceed $10,000 unless approved by the Engineer. Non-construction activities (submittals, fabrication, etc.) may have durations in excess of 15 working days. D. Submittal and procurement activities shall include preparation and submittal of shop drawings, product data, samples, fabrication, delivery, as-built drawings. E. Dates indicated on the schedule by the Contractor shall not be binding on the Engineer. F. Failure of the Contractor to include a element of work required for the performance of this Contract shall not excuse the Contractor from completing the work as described in the Contract Documents. G. Provide a list of the holidays and non-work days applicable to the schedule. 2.02 SCHEDULE OF VALUES A. Submit a balanced schedule of values. At a minimum, break up the work into units corresponding to each Section of Division 2 of the Specifications and the activities identified in the construction schedule. The total value of the activities shall equal the Contract amount. Overhead and profit shall be prorated to the activities. Activity values shall be rounded to the nearest dollar. B. The value to be allocated to the mobilization activity shall not exceed 5 percent of the initial contract amount. C. If, in the opinion of the Engineer, the schedule of values is unbalanced, the Contractor will be required to present documentation substantiating the cost allocations of those activities believed to be unbalanced. 2.03 WEEKLY PROGRESS REPORT A. Include a 2-week look-ahead schedule showing what work the Contractor anticipates working on. This schedule should provide greater detail than the project time-scaled bar chart. 2.04 MONTHLY.REPORT A. Include an updated construction bar chart, schedule of values, cash flow projection and narrative summary. B. The narrative summary briefly describes the progress of the project. The report will describe how the project is progressing towards its completion. It shall identify milestones completed, major equipment deliveries and problems arising during the month. The report should project the work anticipated during the coming month, including major deliveries and submittals. 2 05 CASH FLOW REPORT A. Include a forecast, by month, based on the current schedule, of cash requirements to complete the Contract. C73130C 01310 -2 Bryn Mawr System Improvements PART 3 EXECUTION __ 3.01 GENERAL '. A. Provide a "statused" construction schedule and narrative summary so the Engineer may use them as a basis for determining the Contractor's compliance with the Specification requirements regarding progress payments, Contract Time extensions, change order prices and impacts, and the overall progress of the work. Failure of the Contractor to comply with the requirements of this Section will be a cause for delay in the review and acceptance of the progress payment requests. - 3.02 UPDATES A. If actual progress on the critical path items is observed to deviate from the construction schedule by 2 weeks behind or 4 weeks ahead, update and submit a revised construction schedule. In the case of the work being behind schedule, submit, along with the revised construction schedule, a written plan for completing the work within the milestone and Contract Times. B. Requests for extensions in time resulting from changes issued by the Owner shall be accompanied by a narrative report explaining the impacts and costs associated with the extension. This request shall be submitted in accordance with Paragraph 00710-7.02. C. On approval of a change order by King County, the approved change shall be reflected in both time and value in the next submission of progress reports and schedule updates. Contract time extensions and schedule revisions shall be incorporated into the monthly updated construction schedule and schedule of values. END OF SECTION • C73130C 01310 -3 Bryn Mawr System Improvements • SECTION 01380 PHOTOGRAPHS PART 1 GENERAL 1.01 DESCRIPTION A. This Section specifies photographs to be provided by the Contractor prior to, during, and after construction. PART 2 PRODUCTS 2 01 GENERAL A. Photographs shall be a minimum 35 mm film size and shall indicate on the front of each print the date, name of work and location where the photograph was taken. Two photographs will be taken at approximately every 100 feet (one station) or as requested by the Engineer, one photograph looking ahead and one photograph looking back. Each photograph shall indicate the station number and "AH" (looking ahead) or "BK" (looking back). Two 8-inch x 10-inch glossy prints of each exposure, together with the negatives, shall be delivered to the Engineer within 10 days following each set of exposures. Samples of prints of acceptable quality and identification are available from the Engineer for examination. The photographer shall be equipped to photograph either interior or exterior exposures, with lenses ranging from wide-angle to telephoto. 2.02 PRECONSTRUCTION PHOTOGRAPHS A. Provide preconstruction photographs prior to commencement of work on the site. Provide two sets of exposures of each station (100 feet), one photograph looking ahead and one photograph looking back of the area where the work is to take place. 2.03 CONSTRUCTION PHOTOGRAPHS A. Provide construction photographs showing the progress of the work. Take monthly exposures starting after the date of the preconstruction photographs and continuing as long as the work is in progress, 96 exposures per month shall be taken at locations designated by the Engineer. 2.04 POSTCONSTRUCTION PHOTOGRAPHS A. Upon substantial completion of the work, photographs shall be provided of the work at the same locations as the preconstruction photographs. PART 3 EXECUTION Not Used. END OF SECTION C73130C 01380 - 1 Bryn Mawr System Improvements SECTION 01410 INSPECTION AND TESTING 'ART1 GENERAL 1.01 DESCRIPTION A. This section is supplementary to Paragraph 00710-4.06 and describes the responsibilities of all parties pertaining to testing and inspections. .02 INSPECTIONS AND TESTING A. The Engineer will, throughout the duration of construction, inspect construction and test materials to assure conformance with these Specifications. The Engineer may conduct testing to verify earthwork compaction; concrete compressive strength; monitor dewatering water quality; monitor noise levels at nearby receptors; and to perform independent monitoring as required during construction activities. B. Provide all labor, equipment and apparatus necessary for: 1. Testing of the pipelines, equipment and site utilities. 2. Demonstration of compliance as part of the submittal procedures as required by the Specifications and Drawings and any applicable permits and codes. 1.03 COSTS A. Paid by King County 1. Testing, as defined in paragraph 01410-1.02A, and inspection will be paid by King County, except retests and reinspections required due to defective work and testing performed for the convenience of the Contractor. B. Paid by the Contractor 1. ' Retesting and re-inspection required because of defective work. 2. Testing performed for the convenience of the Contractor. 3. Testing as defined in paragraph 01410-1.02B. 1.04 CONTRACTOR'S RESPONSIBILITIES A. Monitor quality control over suppliers, manufacturers, products, services, site conditions and - , workmanship, to produce work-of specified quality. B. Comply fully with manufacturer's instructions, including each step in sequence. C. Should manufacturer's instructions conflict with Contract Documents, request clarification from Engineer before proceeding. D. Comply with specified standards as a minimum quality for the work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Perform work utilizing persons qualified to produce workmanship of specified quality. F. Cooperate with laboratory personnel, provide access to the work and to supplier's operations. G. Provide to the laboratory representative samples of materials to be tested in the required quantities. H. Furnish copies of mill test reports and quality assurance documentation to the Engineer. I. Furnish casual labor and facilities C73130C 01410 -1 Bryn Mawr System Improvements 1. For access to work to be tested. 2. To obtain and handle test samples at the site. 3. To facilitate inspections and test. 4. For laboratory's exclusive use for storage and curing test samples until removed to the laboratory. 5. To repair any test holes in order to match original conditions. 6. For Engineer inspection in supplier's facilities. ' .05 Testing shall not be cause for claims for delay by the Contractor, and all expenses accruing therefrom shall be deemed to be incidental to the Contract. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. END OF SECTION• C73130C 01410 -2 Bryn Mawr System Improvements SECTION 01500 CONSTRUCTION FACILITIES PART 1 GENERAL 1.01 SUMMARY A. This Section specifies the procedures for temporary facilities during construction including temporary utilities: electricity, telephone service, water, and sanitary facilities; temporary controls: barriers, fencing, protection of work, and security; and construction facilities: parking, progress cleaning, project signage, and offices. 1.02 TEMPORARY POWER A. Make arrangements for additional power requirements, as needed, with the electrical utility for power takeoff points, voltage and phasing requirements, transformers and metering and pay resulting costs and fees. Power to the site dewatering system shall be provided by the Contractor and shall consist of a separate system from all other electrical service. 1.03 TELEPHONE SERVICE A. Provide, for Contractor's own use, telephone service at the construction site office. Radio- telephone service is acceptable as a substitute for telephone service. These telephone costs shall be paid by the Contractor. • 1.04 TEMPORARY WATER SERVICE A. Provide necessary water and special connections to a water supply. 1.05 TEMPORARY SANITARY FACILITIES A. Provide toilet and wash-up facilities for the work force at the site. Comply with applicable laws, ordinances and regulations pertaining to the public health and sanitation of dwellings and camps. 1.06 BARRIERS A. Provide temporary chain link fencing barriers to prevent unauthorized entry to construction areas and to protect existing facilities from damage during construction. 1.07 FENCING A. Maintain, at all times during the construction period, fences which shall, to the satisfaction of the Engineer, enclose the areas of the site. Gates shall be provided at access points where required and these shall be kept locked during off-work hours. A key lock shall be given to the Engineer for the Engineer's use. The Contractor is to allow foot access to the Cedar River Trail park throughout construction. Fencing of the job site is to control access from the park and from the road. The Contractor is to install and maintain temporary fencing as shown on the plans. B. Construction signs 1. Commercial or advertising signs shall not be allowed on the site. C73130C 01500 - 1 Bryn Mawr System Improvements 1.08 CONTRACTOR'S SECURITY A. Provide security and facilities to protect the work and existing facilities from unauthorized entry, vandalism, or theft. The Contractor shall be responsible for the security of its equipment and materials on the site. 1.09 PROTECTION OF NEW WORK AND EXISTING PROPERTY A. Protect existing structures, property, cultivated or planted areas and other surface improvements from damage and provide bracing, shoring or other work necessary for such protection. B. Protect installed work and provide special protection where specified in the Specification. C. Repair or replace damaged structures, work, materials or equipment to a condition equal to or better than prior to the damage at no additional cost to King County. Repair and/or replacement shall be approved by the Engineer. 1.10 MAINTENANCE OF TRAFFIC A. Contractor shall conduct its work to interfere as little as possible with public travel, whether vehicular or pedestrian. B. Whenever it is necessary to cross, obstruct or close roads, driveways and walks, whether public or private, provide and maintain suitable and safe bridges, detours or other temporary expedients for the accommodation of public and private travel, and give reasonable notice to owners of private drives before interfering with them. Such maintenance of traffic will not be required when Contractor has obtained permission from the owner and tenant of private property, or from the authority having jurisdiction over public property involved, to obstruct traffic at the designated point. 1.11 PARKING AND STAGING AREA A. There is limited parking and staging area along the pipeline route. The Contractor is responsible for obtaining and maintaining parking and staging areas. 1.12 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove waste materials, debris and rubbish from the site immediately upon such materials becoming unfit for use in the work. In the event that this material is not removed, King County reserves the right to have the material removed and the expense charged to the Contractor. C. Prevent dirt and dust from escaping trucks departing the site by covering dusty loads, washing trucks tires before leaving the site, or other methods as applicable. D. Provide street cleaning of truck haul routes between the site and the state highway and/or the interstate highway on a daily basis or as needed to keep the haul routes clean. In the event that the haul routes need cleaning as caused by the Contractor's operations and the Contractor has not kept them clean, King County reserves the right to have the haul routes cleaned and the expense charged to the Contractor. C73130C 01500 -2 Bryn Mawr System Improvements E. Provide a legal, off-site debris disposal site. 1.13 CONTRACTOR'S OFFICE A. During the performance of this Contract, maintain a suitable office near the site of the work which shall be the headquarters of the representative authorized to receive drawings, instructions or other communication or articles. B. Communications given to the representative or delivered at the site office in the Contractor's absence shall be deemed to have been delivered to Contractor. C. Copies of the Drawings, Specifications and other Contract Documents shall be kept at the site office and available for use at all times. 1.14 ENGINEER'S OFFICE A. A separate office trailer shall be provided at the Contractor's office site, with a minimum of 240 square feet of separate office space for the sole use of the Engineer for the duration of the Contract. The Engineer's office shall be provided with 2 desks, 4 chairs, 1 plan rack, FAX, 1 two-shelf bookcase, 1 four-drawer legal size filing cabinet, a drawing layout table, a heater, air conditioning, insulation and screen doors. Power, sanitary and wash-up facilities shall be provided in the Engineer's area of the trailer and maintained at the Contractor's expense. B. Doors shall be provided with cylinder deadbolt locks keyed separately from the Contractor's offices. Provide telephones at each desk. Provide a minimum of 4 King County parking places. C. Office equipment to be furnished shall consist of a photocopy machine suitable for 11 inch x 17 inch copies. D. The Contractor shall provide separate touch tone telephone service for 3 separate lines and pay all fees required except King County will pay for all long distance calls made by the Engineer. The Contractor shall provide bottled drinking water and hot and cold water service to the Engineer's office, and shall provide janitorial service twice weekly. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used. END OF SECTION C73130C 01500 -3 Bryn Mawr System Improvements SECTION 01545 PROTECTION AND MAINTENANCE OF WORK AND PROPERTY PART 1 GENERAL .01 PUBLIC AND PRIVATE PROPERTY A. The Contractor shall comply with the requirements of Paragraph 00710-3.03 and Chapter 198.122 RCW. B. The Contractor shall protect and maintain underground and aboveground utilities and structures affected by the work and lawns, shrubs, trees, fences, etc., and parking strips, sidewalks, driveways, or private property crossed by or adjacent to its operation, and any damage shall be repaired and restored by the Contractor to the preexisting or better condition. C. The Contractor shall be responsible for damage to adjacent buildings, roads, traffic signs and signals, culverts, utilities, barricades, lights, or other property, caused by the work, whether such damage be at the site of the work or caused by transporting or hauling to or from the work; and the Contractor shall repair or replace, or arrange for the repair or replacement of such damage to the satisfaction of the Engineer. Any material damaged by the Contractor's operations shall be replaced with new material of like quality, size and type as applicable. D. Whenever construction work under this Contract is undertaken on easement, right-of-way, or franchise, the work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of damage. All work shall be confined to the limits of such easements, right- of-way or franchise. E. The Contractor shall not remove, even temporarily, any trees or shrubs which exist on easements across private property or in parking strips except as specified in other sections of these Specifications, shown on the Drawings or specifically approved by the Engineer. F. Ornamental trees or shrubbery destroyed or damaged by the Contractor, whether on public or private property, shall be replaced by the Contractor with material of equal quality, and no additional compensation will be allowed for such replacement. G. It is expressly understood that the Contractor shall in particular restore such easements and rights-of-way to a condition equal to or better than its original condition. It is also understood that any private improvements made in public rights-of-way are included in the above category. H. All existing trees and shrubs which are to be protected and are damaged during construction shall be trimmed or replaced by the Contractor or certified tree company under permit from the jurisdictional agency or owner and to the satisfaction of said agency and/or owner. I. The cost for accomplishment of work described in this Section shall be included in the total Contract Price on the Bidding Schedule, Section 00310. No separate payment will be made. 1.02 LOCATION OF EXISTING FACILITIES A. Contractor shall call Utility Underground Location Center, 1-800-424-5555, to contact utility owners for locating their underground facilities. Contractor shall call at least two working days (48 hours) in advance of digging operations. Contractor shall also contact those utilities who do not subscribe to the Utility Underground Location Service. C73130C 01545 -1 Bryn Mawr System Improvements B. The Contractor shall have available a pipe finder and a person proficient in its use and shall use same to satisfy itself as to the exact location of underground facilities in the interest of avoiding unnecessary damage or maintenance costs, and to ensure continuity of customer service. C. The Contractor's efforts in locating existing underground utilities shall be coordinated with the field survey staking. The Contractor and the Engineer shall review the locations of existing utilities in relation to the new construction and evaluate areas of conflict. D. The Contractor shall, if so designated by the Engineer or required to protect the utilities, excavate and expose existing utilities to determine their elevations in relation to the new facilities, prior to their construction. E. The Contractor shall pay all costs for relocation and protection of existing utilities required to accommodate construction. Relocation work shall be coordinated through the affected utility, and shall be performed to their standards and requirements. F. The following is a list of major utilities and facilities serving the project area that is provided for the Contractor's convenience. The utility/facility owner or controlling authority and the name and telephone number of a contact person are indicated for each utility listed. The list shall not be considered to be comprehensive or complete. There may be other utilities in the area that are not listed and some of the names and telephone numbers in the listing may have changed since the information was compiled. King County assumes no responsibility for the accuracy or completeness of the information in the list. Telephone Utility/Facility Owner or Agency Contact Person Number Cable T.V. Viacom Repair Center (206) 526-7378 Telephone/ GTE Repair Center 1-800-483-1000 Electrical Power Puget Sound Energy Call Center 1-800-321-4123 Gas Washington Natural Dave Matelick (206)447-3232 Storm City of Renton Boeing Elena Olinares (206) 234-3080 Water, Sewer City of Renton and Storm 1.03 CARE OF EXISTING FACILITIES A. Temporary Support Systems 1. The Contractor shall submit, in accordance with Section 01300, detail drawings of its proposed methods to support utilities in places which will be exposed due to the Contractor's construction operations. Methods proposed shall be subject to review and approval by the affected utility as well as the Engineer. No excavation work shall begin in the vicinity of the utility until the details are submitted, reviewed and approved. Contractor is responsible for meeting utility owner requirements at Contractor's expense. B. Storm and Sanitary Sewers C73130C 01545 -2 Bryn Mawr System Improvements 1. All existing live sewers shall remain in service at all times. The Contractor shall make provisions to bypass sewage flows along the existing trunk during construction as required in Section 02105. Adequate provision shall be made for disposal of existing sewage flow if any existing sewers are damaged or disturbed. Any construction damage to the existing sewer system and manhole covers shall be repaired to a condition equal to or better than that existing prior to the damage, with the costs of repair work performed to be paid by the Contractor. 2. All water accumulating during construction shall be removed from the new sewers and shall not be permitted to enter the existing lines. The Contractor will be required to flush out the existing pipes and repair any pipelines or manholes damaged by gravel, rocks or other debris allowed to enter the existing system. The physical connection to an existing manhole or sewer line shall not be made until so authorized by the Engineer. C. Underground Power and Communications Lines 1. The Contractor shall notify Puget Sound Engergy and affected communications companies before starting construction. 2. All costs of protecting these underground cables and for related underground power inspection shall be paid for by the Contractor. 3. The Contractor shall support and protect ducts and vaults in place. D. Gas 1. All gas mains crossing the sewer line trenches shall be protected, maintained, supported in place or relocated by the Contractor as required by the utility. Provide a minimum of 12 inches of clearance, measured from edge to edge, between gas mains or gas service lines and new facilities. If relocating either utility is not practical, a protective wrap shall be provided for the entire distance where less than 12 inches of vertical clearance and less than 6 inches of horizontal clearance is provided. Wrapping material shall consist of either a split polyvinyl chloride (PVC) pipe or PVC wrapping of at least 0.04 inches in thickness, and shall be applied to either one of the pipes. 2. All abandoned gas mains encountered in the trench area shall be removed and salvaged _ by the Contractor. 3. All temporary gas service slack lines shall be protected and maintained by the Contractor during sewer line installation. 4. All work for gas system protection, support and relocation shall be paid for by the Contractor. 5. The Contractor shall notify Washington Natural Gas Company at least two working days (48 hours) in advance of excavation in the vicinity of any high pressure gas main. E. Water 1. All watermains and service connections crossing or located in close proximity to sewer line trenches shall be protected, maintained and supported in place by the Contractor. C73130C 01545 -3 Bryn Mawr System Improvements 2. Provide temporary water service connections in the event of conflict with existing private water service pipes during the course of construction. Private water services are lines which extend between the water meter and the private structure. 3. Private water service lines damaged by the Contractor shall be repaired by the Contractor at no cost to King County. The Contractor shall notify the Engineer immediately of any such damage and shall begin repairs immediately and work continuously until water service is restored. Repair of damaged private water service lines will be inspected by the Engineer. F. Roadways 1. The Contractor shall take adequate precautions to protect existing sidewalks, curbs, pavements, utilities, adjoining property, and structures, and to avoid damage thereto. Traffic signage, paint striping, traffic buttons, and channelization shall be protected and replaced if necessary. 2. The Contractor shall maintain the existing illumination pattern for signs and roads at all times. 3. Access for fire fighting equipment shall be maintained at all times, except as agreed to by the local fire department. G. Overhead Facilities 1. The Contractor's attention is called to overhead power and telephone lines, temporary traffic signals, traffic signal mast arms, overhead sign bridges, sign support span wires, signs, street lights. The Contractor shall observe the location of these overhead facilities and shall plan and conduct its operations to work within the constraints which they impose. The Contractor shall take adequate precautions to protect and avoid damage to such overhead facilities. H. Irrigation 1. The Contractor shall take adequate precautions to protect existing irrigation distribution and control systems within the Cedar River Trail Park. Immediately notify the Engineer in the event of damage. The Contractor shall pay for all repairs to irrigation systems. 1.04 SHORING, BRACING, ETC. A. The Contractor shall shore up, brace, under-pin and protect as may be necessary, foundations and other parts of existing structures adjoining the site of the project work, which are in any way affected by the excavation or other operations connected with the completion of the work under this Contract. The Contractor shall indemnify King County and save it harmless from any damages because of settlements or the loss of lateral or subjacent support of adjoining property and from all loss and all damages for which King County may become liable in consequence of such injury or damage to adjoining and adjacent structures and their premises. B. The Contractor shall fully comply with the requirements of Section 02200 as applicable. C73130C 01545 -4 . Bryn Mawr System Improvements 1.05 EMERGENCIES A. Whenever the Contractor's work endangers the safety of life or property, including adjoining property or property in the immediate proximity of the Contract, the Contractor shall take all reasonable and prudent precautions to prevent threatened loss or injury therefrom. 1.06 DEWATERING PLAN A. The Contractor shall submit its control of water plan to the Engineer in accordance with Section 01300 and Section 01560. The Contractor shall take adequate precautions in the design and implementation of the dewatering plan to protect existing improvements, and to avoid damage thereto. 1.07 PROTECTION OF VEGETATION A. The Contractor shall take steps necessary to protect existing trees designated to be saved on the drawings or as directed by the Engineer. Protection should be provided against unnecessary cutting, breaking or skinning of roots, skinning and bruising of bark, smothering of trees by stockpiling construction materials or excavated materials on the tree side of the excavation within the drip line, excess foot or vehicular traffic, or parking of vehicles within the drip line. B. The Contractor shall repair or replace trees and other vegetation designated to be saved on the drawings or as directed by the Engineer that are damaged by construction operations, in a manner acceptable to the Engineer. The Contractor shall employ qualified tree surgeons to repair any damage to trees and shrubs and shall replace damaged shrubs or trees that the tree surgeon determines cannot be repaired and restored to full growth status. C. The Contractor shall immediately notify the Engineer and jurisdictional agency and/or owner if any tree which is to be protected is damaged by its operations. If, in the opinion of said agency or the owner, the damage is such that replacement is necessary, the Contractor shall replace the tree at its own expense. D. Replacement trees shall be of a like size and variety as the tree damaged, or, if of a smaller size, the Contractor shall pay to the owner of said tree a compensatory payment acceptable to the tree Owner not to exceed the cost of replacing the tree as determined from quotes obtained by the tree owner from a minimum of two local nurseries. The size of the replacement trees shall be not less than 1-inch diameter nor less than 6 feet in height. PART 2 MATERIALS Not used. PART 3 EXECUTION Not used. • END OF SECTION C73130C 01545 -5 Bryn Mawr System Improvements SECTION 01548 SITE RESTORATION PART 1 GENERAL 1.01 ROADS, STREETS AND SIDEWALKS A. Standards and workmanship for the removal and restoration of streets, sidewalks, curbs and special pavements for this project shall comply with the provisions of King County, the City of Renton, and WSDOT Design and Construction Standards and Specifications. B. Unless otherwise specified, roads, streets, curbs and sidewalks in which the surface is removed, broken, or damaged, or in which the ground has caved or settled during the work under this contract, shall be restored. Restoration work shall comply with applicable sections of King County, the City of Renton, and WSDOT Design and Construction Standards and Specifications. Roadways used by the Contractor shall be cleaned and repaired in conformance with Section 01500 Construction Facilities and Section 01550 Access and Haul Roads. 1.02 LANDSCAPED AREAS AND OTHER SURFACE IMPROVEMENTS A. Landscaped areas and other surface improvements which are damaged by actions of the Contractor shall be restored as nearly as possible to their original condition, or as shown on the drawings. B. Existing guard posts, barricades, trees, shrubs, and fences shall be protected and replaced if damaged. 1.03 PROTECTION OF TRAFFIC CONTROL INSTALLATIONS A. The Contractor shall immediately correct or replace existing traffic control equipment, controllers or systems which are damaged as a result of its operations. 1.04 SITE INVESTIGATION A. There shall be a pre-project and post-project site investigation conducted by King County, the City of Renton, and the Contractor in conformance with Section 01380. 1.05 PROPERTY OWNER RELEASE A. When restoration work has been completed, the Contractor shall obtain and submit to the Engineer a release from all property owners affected by construction. PART 2 MATERIALS Not used. C73130C 01548 - 1 Bryn Mawr System Improvements PART 3 EXECUTION Not used. END OF SECTION C73130C 01548 -2 Bryn Mawr System Improvements SECTION 01550 ACCESS AND HAUL ROADS PART 1 GENERAL 1.01 TRANSPORTATION ROUTE A. The Contractor shall select its transportation route for hauling materials, equipment or imported products without creating traffic congestion and shall submit its construction traffic flow scheme to the Engineer for approval 20 working days in advance of the time the route will be required. Submittals shall be according to Section 01300. The City of Renton shall approve routes. 1.02 PRIVATE ACCESS A. Where required by the Contract or by choice of the Contractor access may be over private land, in which case the access will be maintained by and at the expense of the Contractor. Further, , the Contractor shall comply with local regulations, all permits, and with all legal requirements (to include as a minimum written permission of private owners). The Contractor shall be responsible for control of dust, mud, noise and traffic, in compliance with local laws and regulations. Upon completion, the Contractor shall leave private property in a condition satisfactory to the property owner as indicated by a copy of a written release submitted to the Engineer. 1.03 PUBLIC ACCESS AND HAUL ROADS A. The Contractor shall comply with all laws and regulations. All streets in the construction area used by Contractor's trucks or any other equipment hauling material to and from the area whether within the contract limits or adjacent thereto shall be kept clean by the Contractor and shall be continuously serviced by the Contractor's use of sprinkling trucks to allay dust. B. When hauling is done over highways, County or State streets, the loads shall be trimmed and the vehicle shelf areas shall be cleaned after each loading and dumping. The loads shall be watered after trimming to minimize dust as necessary. Vehicle tires shall be cleaned as necessary to minimize tracking of soils onto roadways. Spills from vehicles shall be immediately cleaned. C. Where the Contractor's haul operations cause material to be deposited on public roads, the Contractor shall have the material removed with a power broom as soon as practicable, but no later than the end of that working day. If deemed necessary by the Engineer or the road agency, the Contractor shall clean the area using a power washing truck. D. The Contractor shall continue dust control until streets are accepted by the public agency responsible for maintenance or until the Contractor is relieved of responsibility by such agency. E. Sprinkling for dust control shall be at the Contractor's expense. F. Any damage to roadway surfaces from the direct or indirect result of the Contractor's operation shall be repaired by the Contractor to the satisfaction of the responsible agency and the Owner. ' G. The Contractor shall be responsible for obtaining all necessary street use permits in connection with Contractor's operations. C73130C 01550 -1 Bryn Mawr System Improvements 1.04 ACCESS TO WORK SITE A. Access to work will be from existing streets. The Contractor shall make arrangements not to create traffic congestion, due to increased construction traffic. PART 2 MATERIALS Not used. PART 3 EXECUTION Not used. END OF SECTION • C73130C 01550 -2 Bryn Mawr System Improvements SECTION 01560 ENVIRONMENTAL CONTROLS ART 1 GENERAL 1.01 DESCRIPTION A. This Section specifies temporary environmental controls required to be maintained during construction. PART2 PRODUCTS Not Used. ART 3 EXECUTION 3.01 TEMPORARY DAMS A. Except in time of emergency, earth dams are not acceptable at catch basin openings, local depressions, or elsewhere. Temporary dams of sand bags, asphaltic concrete, or other acceptable material will be permitted when necessary to protect the work, provided their use does not create a hazard or nuisance to the public. Such dams shall be removed from the site as soon as they are no longer necessary. 3.02 AIR POLLUTION CONTROL A. The Contractor shall not discharge smoke, dust, and other contaminants into the atmosphere that violate the regulations of legally constituted authorities. Minimize dust nuisance by cleaning, sweeping, and sprinkling with water, or other means. The use of water, in amounts resulting in mud on public streets, is not acceptable as a substitute for sweeping or other methods. 3.03 NOISE CONTROL A. The Contractor shall perform all work in compliance with the City of Renton's Noise Ordinance except where additional restrictions are applicable. The Contractor shall schedule noisy operations to minimize their duration. B. Loud construction activities shall be limited to daytime hours between 7:00 a.m. and 6:00 r- p.m. on weekdays when practical. The Contractor shall be responsible for obtaining any variances needed to conduct construction activities outside the hours of 7:00 a.m. and 6:00 p.m. C. The Contractor shall use whatever means necessary to comply with the Noise Ordinance. The Contractor shall be responsible for all costs necessary to reduce noise levels to those specified in the Noise Ordinance or to obtain a variance from the specific levels. { D. The Contractor shall provide the following noise abatement equipment or operate construction equipment in the following manner so as to avoid exceeding noise limitations: 1. Each internal combustion engine, used for any purpose on the job or related to the job, shall be equipped with a muffler of a type recommended by the 'C73130C 01560 -1 Bryn Mawr System Improvements manufacturer. No internal combustion engine shall be operated on the project without said muffler. 2. Equipment that cannot meet the noise levels specified under the City of Renton's Noise Ordinance shall be quieted by use of improved exhaust mufflers or other means. 3. Noisy portable equipment, such as generators, compressors or pumps shall be located as far away from sensitive noise receptor areas as practicable. (Noise sensitive receptors include residences.) 4. Noise barriers shall be constructed around stationary construction equipment which has to be utilized at locations near sensitive noise receptors. 5. Idling equipment shall be shut off when not in active use. 3.04 WATER AND EROSION CONTROL A. Temporary drainage: Conform to the regulations and requirements of legally authorized surface water management agencies. B. Keep trenches and areas of excavations free from water as required to permit continuous progress of, or to prevent damage to, the work or the work of others. C. Discharge dewatering waters and runoff or other waters collected In or intercepted by excavations under the work of this Contract directly to the existing sewer lines. The Contractor must obtain approval from the appropriate sewer authority, in writing, for any discharge to King County or local sewers. The Contractor's operations shall be conducted in such a manner as to prevent sediment from reaching the storm drains and surface waters. D. Prevent solids or turbid runoff from entering Lake Washington or the Cedar River. Cover and secure excavated area, spoils piles and imported or stored fill materials. Cut and cover techniques, hay bales around storm drains and construction sites, siltation fencing and similar erosion control measures shall be employed as required to prevent contamination of local waterways. E. Erosion control measures shall be installed prior to excavation, clearing or grading activities. 3.05 PROGRESS CLEANING AND SITE MAINTENANCE A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove waste materials, debris and rubbish from the site immediately upon such materials becoming unfit for use in the work. In the event this material is not removed, the County reserves the right to have the material removed and the expense charged to the Contractor. C. Prevent dirt and dust from escaping trucks departing the site by covering dusty loads, washing truck tires before leaving the site, or other methods as applicable. 3.06 TREE AND PLANT PROTECTION A. Protect existing trees as directed by the Engineer. The Contractor shall be responsible for restoration of trees and plants damaged by the Contractor's operation or damaged as a result of insufficient or improper protection, as determined by the Engineer. C73130C 01560 -2 Bryn Mawr System Improvements ram-- 3.07 OIL SPILL PREVENTION AND CONTROL A. Regulations: The Contractor is advised that discharge of oil from equipment or facilities into state waters or onto adjacent land is not permitted under Washington State water quality regulations. B. Responsibility: The Contractor shall be responsible for prevention, containment, and cleanup of spilling of oil, fuel and other petroleum products used in the Contractor's operations. All such prevention, containment and cleanup costs shall be borne by the Contractor. The Contractor shall, at a minimum, take the following measures regarding LTJ oil spill prevention, containment and cleanup. C. Minimum Precautions: 1. Fuel hoses, lubrication equipment, hydraulically operated equipment, oil drums, and other equipment and facilities shall be inspected regularly for drips, leaks, or signs of damage, and shall be maintained and stored properly to prevent spills. Proper security shall be maintained to discourage vandalism. 2. All land-based oil and products storage tanks shall be diked or located to as to prevent spills from escaping to the water. Diking and subsoils shall be lined with impervious material to prevent oil from seeping through the ground and dikes. fs- 3. All visible floating oils shall be immediately contained with booms, dikes, or other appropriate means and removed from the water prior to discharge into state r waters. All visible oils on land shall be immediately contained using dikes, straw bales, or other appropriate means and removed using sand, ground clay, sawdust, or other absorbent material, which shall then be properly disposed of by _ the Contractor. ( 4. In the event of any oil or product discharges into public waters, or onto land with a potential for entry into public waters, the Contractor shall immediately notify the following agencies at their listed 24-hour response numbers: a. Washington DOE Northwest Regional Office, Telephone No. 649-7000 _ b. U.S. Coast Guard Telephone No. 217-6232 5. Maintain on the job site the following spill response and containment materials (as a minimum): Oil-absorbent booms: four(4) each, five (5) feet long. H Oil-absorbent pads or bulk material, adequate for coverage of 200 square feet of surface area. Hay bales Dry all Gloves Plastic bags C' 3.08 CULTURAL RESOURCES FINDINGS A. References The Contractor shall adhere to the National Historic Preservation Act of 1966 and 36 CFR 800 which provide for the preservation of potential historical architectural, archaeological, or cultural resources (hereinafter called"cultural resources"). The Contractor shall conform to the applicable requirements of the National Historical Preservation Act of 1966 as it relates to the preservation of cultural resources and fair compensation to the Contractor for delays resulting from such cultural resources i✓ investigations. C73130C 01560 -3 Bryn Mawr System Improvements • SECTION 01570 TRAFFIC CONTROL PART 1 GENERAL 1.01 DESCRIPTION A. The work consists of furnishing, erecting, and maintaining temporary barricades, signs, flaggers, lights, road surfaces, detours and other safeguards necessary to protect life, health and safety of the public during performance of project work. B. The Contractor is responsible for submitting Traffic Control Plans, a business and property owner construction Notification Plan, and for maintaining access to private property as required. C. The cost for accomplishment of all work described in this Section shall be included in the price . bid for the work. No separate payment will be made. 1.02 REFERENCE STANDARDS A. This Section incorporates by reference the latest revisions of the following documents. They are part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail. Reference Title MUTCD U.S. Department of Transportation, Federal Highway Administration: Manual_on Uniform Traffic Control Devices, Part VI "Work Zone Traffic Control Standards and Guidelines" WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction, and amendments City Standards City of Renton Standards. 1.03 SUBMITTALS A. Provide the following in accordance with Section 01300 at least 20 working days in advance of the time the traffic control will be required: 1. Notification Schedule for adjacent or affected properties. 2. Traffic Control Plan for work on Sixth Street. 104 CONSTRAINTS A. Maintain pedestrian and bicycle access at all times to the Cedar River Trail Park. P RT 2 PRODUCTS 2 01 NOTIFICATION PLANS C73130C 01570 -1 Bryn Mawr System Improvements A. Update as necessary for the Progress Meetings (Section 01040) and include the address of affected business/property owners and the estimated dates and number of days construction will be within 150 feet of the addresses and fronting the properties. 2.02 SPECIAL SIGNS A. Signs with special or non-standard messages may be part of the Traffic Control Plan to properly convey information to the motorist or pedestrian. The Contractor shall be responsible for installing and maintaining these signs. Signs shall be in accordance with the requirements of the standards referenced in Paragraph 01570-1.02. PART 3 EXECUTION 3.01 TRAFFIC MAINTENANCE A. Take necessary measures to maintain a normal flow of vehicular and pedestrian traffic to prevent . accidents and to protect the work throughout the construction stages until completion of the work. Make necessary arrangements to reroute traffic, provide and maintain barriers, cones, guards, barricades, and construction warning and regulatory signs. Regulatory devices provided by the Contractor shall be suitable for nighttime operation. Take effective measures necessary to protect other portions of the work during construction and until completion. This includes providing and maintaining necessary barricade lights, construction signs, guards, temporary crossovers, and flaggers in accordance with the standards referenced in Paragraph 01570-1.02. B. Maintain vehicular traffic at all locations to the greatest extent possible and reduce and reroute traffic only for the shortest time possible consistent with effective construction operations. Required travel lanes shall not be blocked by the Contractor's activities, including trucks delivering materials unless approved by the Engineer. Material deliveries and other related trucking activities shall occur in the Contractor's protected work or staging areas. Upon completion of a segment of work in streets, traffic shall be restored to normal flow as soon as possible. Maintenance of existing directional operation of street systems shall be maintained as much as possible. 3.02 ACCESS A. As applicable, maintain access to private properties at all times including the work area; if access is required in the immediate work area, make provision in the operation to provide requested access. B. Where, during some urgent stages of construction, the Engineer concurs that temporary closure of an access to a property is unavoidable, coordinate the closure with the property owners at least 72 hours in advance of closure and provide alternative access, if required. C. When the abutting property owner's access across the right-of-way line is to be temporarily closed and replaced by other access, the existing access shall not be closed until the replacement access facility is available. D. The Cedar River Trail Park will be closed to motor vehicle traffic during construction. C73130C 01570 -2 Bryn Mawr System Improvements 3,03 SAFETY A. Provide adequate safeguards, safety, devices and protective equipment and take other needed actions to protect life, health and safety of the public and to protect property in connection with the performance of work covered by the Contract. B. Provide flaggers, signs and other devices, and erect and maintain barricades, guards, standard construction signs, warning signs and detour signs as are 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 streets affected by such operations. C. Where flaggers are employed by the Contractor to safeguard traffic, the flagger's equipment shall be in accordance with the referenced standard except for personal wearing apparel. . This equipment must be used by flaggers while actually flagging traffic. D. Furnish standard signs as well as other appropriate signs prescribed by the Engineer as applicable and necessary for the work. Erect signs on posts and supports and maintain them in a neat and presentable condition until the necessity for them has ceased. When the need for a sign has ceased, the Contractor, upon approval by the Engineer, shall .take down such sign. Control signs necessary for nighttime traffic control, or remaining in place during the night, shall be fully reflectorized. E. Safeguard and direct traffic after the existing signs have been removed. Preservation and maintenance of traffic control and street name signs shall be the sole responsibility of the Contractor. Signs and other traffic control devices damaged or lost by the Contractor shall be ',- replaced or repaired by the Contractor at no cost to King County. The option of whether a sign can be repaired or replaced will be the Engineer's and such decision shall be final and binding on the Contractor. F. Patrol traffic control areas daily and reset disturbed signs and traffic control devices immediately. Non applicable signs shall be removed or covered during periods not needed. G. Upon failure of the Contractor to provide immediately such flaggers and provide, erect, maintain and remove such barricades and lights, and erect, maintain and remove standard signs when ordered to do so by the Engineer, the Engineer shall be at liberty, without further notice to the Contractor or the Contractor's Surety to provide the necessary flaggers, erect standard signs and deduct the costs thereof from any payments due or coming due the Contractor. H. Provide adequate flaggers, barricades, lights and signs for protection of the work and the public at all times regardless of whether or not such flaggers, barricades, lights and signs are ordered by the Engineer, and the Contractor and the Contractor's Surety shall be liable for injuries and damages to persons and property suffered by reason of the Contractor's operations or negligence in connection therewith. I. In the event traffic signal or beacon is made inoperative by or at the request of the Contractor, the Contractor shall, at no cost to King County, provide an off-duty police officer as per the laws and regulations, or provide suitable traffic control devices for control and movement of traffic during the time that the signal or beacon is inoperative. The types of traffic control devices used shall be subject to review and acceptance by the Engineer and local jurisdictions. END OF SECTION C73130C 01570 -3 Bryn Mawr System Improvements SECTION 01630 PRODUCT OPTIONS AND SUBSTITUTIONS PART 1 GENERAL 1.01 DESCRIPTION A. This section specifies the procedures for Contractor proposed product options and substitutions. 1.02 REQUESTS FOR SUBSTITUTIONS A. Submit proposed options and product substitution data and information for review by the ne B. IdentifyEngi er.substitution requests on the Substitution Request Form 01630A found in Section 01999. C. Submit request for each substitution. D. Identify project by Specification section and paragraph and/or Drawing. E. List manufacturer's name and address, trade name of product, and model or catalog number. F. Attach product data to each request form including installation and operation and maintenance information. G. List known differences between product specified and substitution product. H. Other information as required by the Engineer for resolution. 1.03 CONTRACTOR REPRESENTATION - A. Request for substitution constitutes a representation that Contractor has investigated proposed product and has determined that it is equal to, or superior in all respects to, specified product, or that the cost differential offered is ample justification for accepting the offered substitution. B. Utilize same warranty or bond for substitution as for specified product. C. Coordinate installation of accepted substitute, making such changes as may be required for work to be complete in all respects. D. Waive claims for additional costs related to substitution which may later become apparent. E. Pay for all engineering evaluation costs. .04 SUBMITTALS A. Procedures: Section 01300. B. Submit six copies of each separate Substitution Request Form with all items completed or marked "no change". C. Engineer will review Contractor's requests for substitutions with reasonable promptness. D. Engineer will notify Contractor, in writing, of decision to accept or reject requested substitution within 30 days after receipt of substitution request. "ART 2 PRODUCTS Not used. PART 3 EXECUTION €73130C 01630 -1 Bryn Mawr System Improvements 3.01 GENERAL A. Complete Form 01630A in its entirety and authorize Engineer review. END OF SECTION • C73130C 01630 -2 Bryn Mawr System Improvements SECTION 01700 CONTRACT CLOSEOUT PART 1 GENERAL 1.01 DESCRIPTION A. This Section specifies the requirements for contract closeout of inspection procedures. 1.02 CLOSEOUT PROCEDURES A. Upon completion of construction, perform a detailed inspection of the work to confirm completion of all items. B. Submit written certification that Contract Documents have been reviewed, work has been inspected, and that work is complete in accordance with Contract Documents and ready for Engineer's inspection. C. Within 10 days after receipt of the Contractor's written notice of confirmation of work completion, the Engineer will perform a detailed inspection and may create a "punchlist" for remaining omissions and defects. Outside local jurisdictions may participate in this inspection. If the number or scope of deficiencies is too great, as determined by the Engineer, then the satisfactory completion of punchlist items shall be followed by a final inspection. Punchlist items shall be satisfactorily completed within 2 weeks of the initial detailed inspection. D. Final inspection of the work by the Engineer will be made within 10 days after receipt of the Contractor's written request for final inspection. The Engineer will recommend to the Director that the work be deemed complete as of the date of such inspection if, upon such inspection, the Engineer finds no further punchlist work remains to be done. Before acceptance and before final payment will be made, all defects or omissions noted on this inspection must be completed by the Contractor without additional compensation. Refer to Paragraph 00710-7.05 for Acceptance of Work PART 2 MATERIALS Not used. PART 3 EXECUTION Not used. END OF SECTION C73130C 01700 - 1 Bryn Mawr System Improvements SECTION 01710 CLEANING •ART1 GENERAL 1.01 DESCRIPTION A. This Section specifies the furnishing of labor, materials, tools, equipment and services necessary for final cleaning of'the work performed. B. Clean items installed under this Contract. Leave free of damage or other defects prior to final acceptance. 1. Replace damaged items at no additional expense to King County. 2. Repair, clean and restore all temporary erosion and sedimentation control facilities. 1.02 QUALITY ASSURANCE A. Pollution control: 1. Conduct cleanup and disposal operations to comply with local ordinances and antipollution laws. 2. Do not burn or bury rubbish and waste on site. PART 2 MATERIALS Not used. • PART 3 EXECUTION 3.01 DURING CONSTRUCTION A. Clean up waste materials, rubbish, and debris resulting from the operations at such frequencies as required by the Engineer. B. Oversee cleaning and ensure that the site is maintained free from accumulations of waste and rubbish. C. At reasonable intervals, minimum once a week, clean-up site and access and dispose of debris. D. Remove debris from site. Legally dispose of offsite. 3.02 FINAL CLEANING A. Use experienced workers for final cleaning. B. At completion of construction, and at the end of temporary erosion and sedimentation control, perform final cleaning. • C73130C 01710 -1 Bryn Mawr System Improvements C. Oversee cleaning and ensure that the site is maintained free from accumulations of waste and rubbish. D. Remove debris from site. Legally dispose of offsite. END OF SECTION C73130C 01710 -2 Bryn Mawr System Improvements SECTION 01720 RECORD DRAWINGS PART 1 GENERAL 1.01 DESCRIPTION A. This Section specifies requirements for preparing and furnishing record drawings to the Engineer prior to final progress payment. 1.02 SUBMITTALS A. Provide the Engineer one neatly and legibly marked set of full-size record drawings accurately showing the final as-built location along with changes made during construction, prior to final payment. B. Provide the Engineer monthly updated information for the record drawings. PART 2 PRODUCTS 2.01 GENERAL A. The record drawing set shall be kept separate from other construction drawings and shall not be used for other purposes. B. Use waterproof red felt-tip pens to make changes on the drawings. Notations are to be neat, legible, clear and concise. 2.02 DRAWINGS REQUIRED A. The Contractor is required to submit record drawings for the following: Minimum requirements for accuracy specified in the chart below. 1. Underground utilities including the location of lines and appurtenances. Show the actual size and types of material used. Show locations by facility coordinates or dimensioned to permanent surface structures. Horizontal Description Location Elevation Notes Pressurized piping CL+/-1 ft CL+/-0.1 ft Includes all water and process lines Site facility gravity storm CL+/-1 ft I.E. +/-0.01 ft Recalculate drains slope if shown. Sewer interceptors and Coordinates I.E. +/-0.01 ft Recalculate actual trunk(alignment and stations, and slopes profile drawings) offsets +/-0.01 ft Site access roads CL+/- 1 ft CL+/-0.1 Dimension road widths C73130C 01720- 1 Bryn Mawr System Improvements CL = Centerline I.E. = Invert Elevation 3. Other Drawings as may be required in the Specifications. 2.03 CAD DRAWINGS A. When Contractor drawings are prepared using computer-aided drafting, (CAD) record drawings are to be provided in both electronic format (disk or tape), Auto CAD V.12 and on full-size prints. PART 3 EXECUTION 3 01 PROGRESS A. Record information concurrently with the progress of construction. B. No work shall be concealed until the required information is recorded. C. Provide updated as-built information to the Engineer monthly so they can update their record drawings. 3.02 RECORDING CHANGES A. Record information on the Drawings for the following conditions: 1. Actual dimensions, arrangement and materials used when different than shown on the Drawings. 2. Changes made by Change Order or Field Order. 3. Changes made by the Contractor. END OF SECTION C73130C 01720-2 Bryn Mawr System Improvements SECTION 01999 STANDARD FORMS PART 1 GENERAL 1.01 DESCRIPTION A. The forms listed below and included in this Section are referenced from other Sections of the Contract Document: Form No. Title 01027-A Earned Value Report Form 01300-A Submittal Summary Sheet 01545-A Easement Release Form 01630-A Substitution Request Form 01740-A Guarantee Documentation Form 01999-A Standard Form Format 1.02 SCOPE A. The Contractor shall be responsible for the documentation forms for tests and evaluations required of the Contract that do not have specific forms identified. B. Contractor-generated forms shall follow the format established on Form 01999A contained herein. PART 2 MATERIALS Not used. P RT 3 EXECUTION Not used. C'3130C 01999-1 Bryn Mawr System Improvements EARNED VALUE REPORT FORM • C73130C 01999-2 Bryn Mawr System Improvements Phase I: Bryn Mawr Trunk Replacement SUBMITTAL / TRANSMITTAL FORM C73130C 01999 -3 Bryn Mawr System Improvements Phase I: Bryn Mawr Trunk Replacement 01545-A. EASEMENT RELEASE FORM: EASEMENT NO. KING COUNTY CONTRACT NO. PROPERTY OWNER'S APPROVAL OF EASEMENT RESTORATION We, the undersigned owner(s) of property identified as (Address or Property Description) Jo hereby approve and accept the restoration work done by the Contractor on the construction of pipelines on easements over and across my (our) property. SIGNED DATE DATE ON SITE: DATE OFF-SITE: C73130C 01999 -4 Bryn Mawr System Improvements Phase I: Bryn Mawr Trunk Replacement SUBSTITUTION REQUEST FORM TO: CONTRACT NO. J1/e hereby submit for your consideration the following item instead of the specified item for the above project: Section Paragraph Specified Item Proposed Substitution: Attach complete technical data, including laboratory tests, if applicable. Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fili in blanks below: A. How will substitution affect dimensions shown on Drawings B. Will the undersigned pay for all project design changes including engineering and detailing costs, caused by the proposed substitution C. What effect does substitution have on construction schedule and other trades D. State quality and performance differences between proposed substitution and specified item C73130C 01999 -5 Bryn Mawr System Improvements Phase I: Bryn Mawr Trunk Replacement E. Cost differences between proposed substitution and specified item (Indicate net change to contract sum). F. Manufacturer's guarantees of the proposed and specified items are: Same Different(explain on attachment) The undersigned state that the function, appearance and quality of the proposed substitution are equivalent or superior to those of the specified item. Submitted by: For use by Engineer: Accepted Accepted as Noted Contractor's Signature Not Accepted Received Too Late Firm By Address Date Remark Date Telephone C73130C 01999-6 Bryn Mawr System Improvements Phase I: Bryn Mawr Trunk Replacement I �, GUARANTEE DOCUMENTATION FORM C73130C 01999-7 Bryn Mawr System Improvements Phase I: Bryn Mawr Trunk Replacement STANDARD FORM FORMAT C73130C 01999 -8 Bryn Mawr System Improvements Phase I: Bryn Mawr Trunk Replacement END OF SECTION C73130C 01999 -9 Bryn Mawr System Improvements Phase I: Bryn Mawr Trunk Replacement TABLE OF CONTENTS DIVISION 2 SITEWORK 02105 Sewer Bypassing 02110 Site Clearing and Grubbing 02140 Dewatering 02150 Boring and Jacking 02160 Sheeting, Shoring and Bracing 02200 Earthwork 02221 Trenching, Backfilling and Compacting 02270 Erosion and Sediment Control 02500 Paving 02250 Microtunneling 02580 Pavement Marking 02601 Pre-Cast Manholes 02610 Gravity Sanitary Sewer 02611 Inverted Siphon 02612 Reinforced Concrete Pipe 02613 Ductile Iron Pipe 02618 Fiberglass Reinforced Plastic Pipe 02920 Soil Preparation and Soil Mixes 02930 Lawns 02950 Trees, Shrubs and Ground Cover • • • C73130C Bryn Mawr System Improvements SECTION 02105 SEWER BYPASSING PART 1 GENERAL • 1.01 DESCRIPTION A. This section specifies the requirements for all temporary bypassing sewers. B. Requirements 1. All existing sewer systems must remain in operation during construction. This includes the City of Renton 24-inch diameter pipe and the Bryn Mawr trunk and inverted siphon. 2. Provide labor, materials, and supervision to temporarily bypass flow in the Bryn Mawr System away from the Contractor's work during construction. 3. Bypass of existing flows is required to install the new Bryn Mawr System. C. Provide labor, materials, and supervision to temporarily bypass any other sewer flows as required during construction. 1.02 SUBMITTALS A. Procedures: Section 01300. • B. Within 45 days after the effective date of the Notice to Proceed, submit drawings and complete design data showing methods and equipment the Contractor proposes to utilize at all locations for use in sewer bypassing and dewatering. Include the following information: 1. Drawings indicating the location of temporary sewer plugs and bypass discharge lines. 2. Capacities of pumps, prime movers,and standby equipment. 3. Design calculations proving adequacy of the bypassing system and selected equipment. 4. Drawings and design calculations of temporary bulkheads. 5. Provide listing of onsite standby equipment, materials and spare parts used for sewer bypassing and dewatering. 6. Provide procedure for pipe connection. 1.03 JOB CONDITIONS A. Protection 1. Where bypassing is required, ensure that service for connecting laterals and side sewers is not disrupted. 2. Discharge all bypassed flow as approved by the Engineer. 'f I 3. No bypassing to the ground surface, receiving waters, or locations which result in groundwater contamination or potential health hazards. B. Scheduling 1. Do not shut down bypassing and dewatering systems between shifts, at night, on holidays or weekends, or during work stoppages without permission from the Engineer. 1.04 TEMPORARY DISCHARGE A. Receive Engineer approval prior to temporary discharge of any sewer flows to any alternative sewer or interceptor. C73130C 02105-1 Bryn Mawr System Improvements Y ' PART 2 PRODUCTS Not used. • PART 3 EXECUTION 3[01 SEWER DEWATERING A. Completely dewater portions of the sewer where proposed pipes or structures are being installed to replace and/or reconnect to the existing pipes. - 3.02 SEWER BYPASSING A. Sewer Bypassing 1. Accomplish by routing the contributing flow away from the Contractor's work area. B. Carefully coordinate construction activities with National Weather Forecasts and King County (in • King County operated sewers) to reduce the probability of high flows and/or surcharging from stormwater during construction. C. Provide temporary pumps, conduits, and other equipment necessary to bypass the sewer flow. D. Furnish necessary labor and supervision to set up and operate the pumping and bypass system. E. Pumps and Bypass Lines 1. Of adequate capacity and size to control the flows. F. Equipment installed shall not cause sewers to surcharge during maximum flows. G. Flows in the Bryn Mawr System. 1. Average dry weather flow: 0.4 mgd 2. Maximum current flow in the existing trunk and inverted siphon: 4.5 mgd (pipe capacity) 3. Maximum flow into the existing inverted siphon structure (approximate station 59+30): 14.5 mgd (up stream pipe capacity) H. Provide equipment capable of responding to changes in flow without allowing sewage overflow from manholes. 3.03 STANDBY EQUIPMENT A. Monitor and maintain on site sufficient equipment and materials to ensure continuous and successful operation of the bypass and dewatering systems. B. Standby Pumps 1. Installed, fueled, connected, and operational at all times. C. Maintain on site a complete auxiliary pump system including a sufficient number of valves, tees, elbows, connections, tools, sewer plugs, piping and other parts or system hardware to ensure immediate repair or modification of any part of the system as necessary. D. If electric pumps are being used, have standby generators connected through automatic switchgear to ensure continuity of the pumping operation in the event of a power failure. E. Provide and install a visual and audio alarm for bypass pump system failure or power loss. 3.04 DAMAGES/REPAIR C73130C 02105-2 Bryn Mawr System Improvements • A. In accordance with Paragraph 00710-5.03, repair any damage that may result from inadequate or improper design, installation, maintenance and operation of bypassing, dewatering, including mechanical or electrical failures. END OF SECTION C73130C 02105-3 Bryn Mawr System Improvements SECTION 02110 SITE CLEARING AND GRUBBING ART 1 GENERAL 1.01 DESCRIPTION A. This section specifies site clearing and grubbing. '.02 JOB CONDITIONS _ A. Determine the actual condition of the site as it affects this portion of work. B. Protection 1. Clear and grub site without damaging structures, landscaping or vegetation adjacent to the site. •ART 2 PRODUCTS Not used. PART 3 EXECUTION 3.01 GENERAL I A. Notify the Engineer when site clearing is complete. 3.02 PROCEDURES A. Clearing and Grubbing 1. Notify Engineer 72 hours prior to commencing work, including that intended for survey or other site investigation. 2. Do not remove trees or significant vegetation without authorization from Engineer. 3. Unless otherwise specified, remove obstructions such as brush, trees, logs, stumps, roots, heavy sod, vegetation, rock, stones larger than 6 inches in any dimension, concrete and pavement, wood, buried piling, debris, and structures where the completion of the work require their removal. 4. Legally dispose of material that is removed and is not to be incorporated in the work. Dispose material at an approved disposal or recycling site after submittal and approval of the disposal site permits. 5. Repair or replace any damaged property, structures, or vegetation not designated for removal. 6. ' Remove all obstructions to a minimum depth of 12 inches below finished grade of new construction. 7. Do not remove vegetation within wetland areas without prior authorization from the Engineer. B. Utility Interference - 1. Where existing utilities interfere with the work, relocate them in accordance with Section C73130C 02110-1 Bryn Mawr System Improvements 01016. 3.03 DISPOSAL SITE A. Legally dispose of materials offsite. B. Pay all fees including applicable taxes. END OF SECTION - J C73130C 02110 -2 Bryn Mawr System Improvements SECTION 02140 DEWATERING PART 1 GENERAL 1.01 DESCRIPTION A. This section specifies the definition, responsibilities, and execution for dewatering. B. Dewatering consists of the design, furnishing, installation, operation, maintenance, monitoring, reporting and removal of a dewatering system(s) to achieve completion of all work performed under this Contract without damage to adjacent improvements and materials. C. Acceptance by the Engineer of the method, installation and operation and maintenance details shall not in any way relieve the Contractor from full responsibility for errors therein or from the entire responsibility for complete and adequate design and performance of the system in con- trolling the water level in the excavated areas and for control of the hydrostatic pressures to the depths hereinbefore specified. 1.02 SUBMITTALS A. Procedure: Section 01300. B. Drawings and complete design data showing methods and equipment proposed to be utilized in dewatering, including relief of hydrostatic head, and in maintaining the excavation in a dewatered and in a hydrostatically relieved condition. Limit dewatering efforts to localized areas for-specific structures. C. As a minimum, submit the following: 1. Drawings indicating the location and size of berms, dikes, ditches, all deep wells, monitor wells, wellpoints, sumps, vacuum headers, flow rate and meters, discharge lines and receiving water. 2. Capacities and details of pumps, prime movers, and standby equipment. 3. Design calculations proving adequacy of system and selected equipment. 4. Detailed description of the dewatering schedule, operation, maintenance, and abandonment procedures. • 5. Projected drawdown in wells with elevations. 6. Drawing indicating estimated zone of influence with groundwater elevations. • 7. Monitoring plan of adjacent utilities and structures. 8. Calculation of the flow rate. D. Coordinate and submit concurrent with trench and excavation support system submittal specified in Section 02160-1.03. E. Approval by the Engineer of the submitted drawings and data shall not in any way relieve the Contractor from full responsibility for errors therein. F. Plan for 30 day submittal review period by Engineer after receipt of the submittal which includes review by City of Renton and King County, unless otherwise specified. 1.03 PERMITS C73130C 02140-1 Bryn Mawr System Improvements A. Obtain all required dewatering discharge permits and/or approvals from the City of Renton and/or King County, State and Federal agencies as appropriate. PART 2 PRODUCTS 2 01 MATERIALS j A. Filter material: 1. Gravel Pack Filter Material for Wells and Wellpoints a. Clean, rounded, washed select silica gravel free from silt, clay, and other deleterious material. b. Determine required gravel pack sizes. c. Design the gravel pack to maximize the flow of water into the wells and minimize the amount of fine grained material removed from the formation. d. Determine the filter grain size by taking 70 percent retained grain size of the producing formation to be filtered and multiplying it by 4, 5, or 6. This is the 70 percent retained grain size of the filter material to be used. e. Limit the uniformity coefficient(the size of sieve that retains 40 percent of the sample divided by the size that retains 90 percent)to not be greater than 2.5. f. Select the gradation of the filter material to form a smooth and gradual grain size distribution curve when plotted. g. Utilize available information to determine the grain size of the filter pack; however, alter the sizes of gravel pack material as necessary in accordance with the grain size distribution of the materials encountered during installation of the dewatering system. h. Submit documents in support of filter grain size determination. 2. Furnish sufficient gravel for initial gravel packing of the well and such additional gravel as the well may require during development. • 3. Furnish a certificate of gravel pack material quality and gradation prior to having gravel delivered to the site. B. Flow Meters 1. Manufacturer: McCrometer, Flow Technology, or equivalent. 2. Meters to indicate gallons per minute and total flow passing through the meter. 3. Submit calibration documentation. C. Standby Equipment 1. Maintain on site sufficient equipment and materials for necessary modifications and to ensure continuous and successful operation of the dewatering and monitoring systems for all ordinary emergencies including power outage and flooding. 2. Provide one hundred percent standby electrical generating capacity with automatic switching from line to generator, including all safety features to prevent back-feeding the electrical supply system. r 3. Manifold each diesel or electrically-powered centrifugal pump to a diesel pump of equal or greater performance capability. D. Monitor Wells 1. A minimum 6-inch diameter drilled hole to a depth required to monitor the groundwater as approved by the Engineer. • 2. Pack well point in a washed concrete sand or gravel. • • 3. Seal the well with a cement grout or bentonite plug well seal and install an orange 6-inch C73130C 02140-2 Bryn Mawr System Improvements diameter PVC surface casing. E. Centrifugal sand separating meter as described in Journal AWWA, 46:123 (February 1954) (Rossum SAND TESTER, Imhoff Cone method or other approved method). 2.02 PERFORMANCE AND DESIGN REQUIREMENTS A. General 1. Discharge water from the dewatering system to a temporary settling pond meeting the erosion/sedimentation requirements for temporary stormwater runoff or to a storm sewer system. Dispose of water so as not to damage public or private property, or to cause a nuisance or menace to the public. Dewatering water shall not be discharged directly into surface water bodies without authorization from appropriate permitting agency. Wetlands shall not be used for discharge. The location of the temporary settling ponds shall be provided on the Dewatering plans. 2. Supply a separate electrical service for dewatering and dedicate it solely to the operation of the dewatering systems. 3. Provide all of the equipment and fittings for monitoring sand content in discharge. 4. Develop, drill, operate, and abandon all wells in compliance with Washington State _ Department of Ecology (DOE) requirements (Chapter 173-160 WAC). 5. Control groundwater such that softening of the bottom of excavations, or formation of "quick" conditions or "boils" during excavation is prevented. Design and operate dewatering systems so as to prevent removal of the natural soils. Maintain water levels a minimum of 2 feet below the bottom of all excavations at all times and under all conditions. When using a sump system, eliminate any standing water to keep the bottom stable. No payment for overexcavation of soils will be considered if water levels are not maintained as specified. 6. Keep excavations free of water during excavation, construction of structures, installation of pipelines, placing of gravel working base, structure and trench backfill, the placing and setting of concrete, and prior to the acceptance of the work or any portion of the work. Control surface runoff so as to prevent entry or collection of water in excavations or in other isolated areas of the site. Design the dewatering system using accepted and professional methods of design and engineering consistent with the best management practice with full consideration for the protection of adjacent utilities and physical improvements. The dewatering system shall include any deep wells, wellpoints, pumps, and other equipment, appurtenances, and related earthwork necessary to perform the _ function. Employ the services of a subconsultant who is generally acknowledged as l i experienced in the field of dewatering design, installation, operation and maintenance. ! 7. Before dewatering is started, obtain approved Engineer review for the method, installation and details of the proposed dewatering system. B. Dewatering System Protection 1. Wherever dewatering wells, vacuum headers or discharge lines are crossed for access and egress, use steel ramps to protect the system from vehicular traffic. 2. All ramps shall be capable of supporting the heaviest equipment on site and shall provide at least one foot of clearance between the dewatering system element and the underside of the ramp. 3. Valve all ramped pipelines on both sides of the ramp. PreiRT 3 EXECUTION 3101 SPECIFC PROJECT REQUIREMENTS C73130C 02140-3 Bryn Mawr System Improvements A. No well points or deep wells are allowed within the,road travel lanes of Logan Avenue. B. Deep well dewatering is not allowed between stations 8+00 to 14+00. C. Between station 8+00 and 14+00 the Contractor shall construct the trench by following one of the following two methods listed below: 1. Install sheet pile interlocking shoring/groundwater cut-off wall to an approximate depth of 35 feet. 2. Utilize well points and install settlement points 50 feet on center along the south property line. The settlement points shall be surveyed every four hours during the time period when the ground water elevation is being lowered. The settlement points shall be surveyed once every 24 hours during the time period after drawdown has occurred and prior to shut down of the well point system. No more than one inch of settlement shall occur. 3.02 INSTALLATION A. Formation Protection 1. Design and construct the dewatering system such that foundation soils, natural or engineered, will not be subject to fines removal upon pumping. Be responsible for the design, construction, and operations of a properly functioning dewatering system. 2. Monitor discharge from all parts of the system to ensure that the sand content of the discharge water does not exceed 10 ppm as determined by a Rossum SAND TESTER, Imhoff Cone method, or equivalent. a. Take sand content measurements in the presence of the Engineer's representative. b. Provide the Engineer with 24 hours notice prior to taking measurements. c. Perform monitoring for sand content for each dewatering discharge on a weekly basis. B. Sumps 1.' Construct sumps to maintain the excavation in a dewatered condition. 2. Size sump pump and all piping based on good engineering design to pump all anticipated groundwater and stormwater runoff. C. Well Development 1. Develop all wells and wellpoints after installation to remove all fines from drilling and construction. 2. Dispose of development discharge separately from dewatering discharge. • 3. Develop the wells until the sand content of the discharge water does not exceed 10 parts per million (ppm) as determined by a centrifugal sand separating meter. 4. Upon completion of well development and as a part of the King County industrial waste discharge permit for discharges into the sewer system, allow 4 days for testing of the groundwater sample to determine acceptability per permit requirements of discharge to the sewer system. If not acceptable Contractor to pretreat groundwater prior to discharge being allowed into the sewer system. Use the procedure in this paragraph at all locations unless approved otherwise by the Engineer. D. Dewatering System Protection 1. Take all reasonable precautions necessary to ensure continuous, successful operation of the system including adequate marking of all well, pump and pipeline locations. C73130C 02140-4 Bryn Mawr System Improvements 2. Clearly identify all vehicular access points across the dewatering system with brightly colored or flagged 8-foot high poles on each side of the access point. 3. Routings affecting regular vehicular traffic patterns in the construction area must be approved by the Engineer before installation. E. Standby Equipment 1. Maintain standby pumps fueled and in operational condition at all times. 2. Test all standby centrifugal pumps and generators weekly to ensure their immediate availability. 3. Maintain on site a minimum of 60 feet of each size and type of header or discharge pipe used in the system. F. Maintaining Excavation in Dewatered Condition r 1. System Maintenance a. Includes but not limited to 24-hour supervision and follow-up by personnel skilled in the operation, maintenance, and replacement of system components; standby and spare equipment of the same capacity and quantity as specified in the paragraph entitled "Standby Equipment;" and any other work required to maintain the systems. 2. Dewatering shall be a continuous operation and interruptions due to outages or any other reason shall not be permitted. Do not shut down these systems between shifts, on holidays, or weekends, or during work stoppage without written permission from the Engineer. 3. Subsequent to completion and acceptance of all work in the excavated area, maintain the dewatering systems in operation. 3.03 FIELD QUALITY CONTROL A. General 1. Monitor dewatering effluent daily for visual 'signs of hydrocarbon contamination and for petroleum odors. If such contamination is noted during two successive daily observations, notify the Engineer to have effluent analyzed for total petroleum hydrocarbons (TPH) and benzene, toluene, ethylbenzene, and xylenes (BTEX) compounds. 2. Report all monitoring information to the Engineer weekly. B. Flow Meters 1. Installation: To manufacturer's specifications. 2. In-line flow meters on all dewatering system discharge pipes. 3. Additional flow meters where diversions of discharge occur, and to ensure that all water pumped from excavations is metered. 4. Submit to the Engineer on a daily basis: The location and number of dewatering wells and sump pumps in operation, total flow indicated on the flow meters, and the rate of flow at the time of recording. C. Monitor Wells 1. Monitor wells within excavations may .be removed and replaced as the work requires; however, the Contractor shall be held responsible for the water level information provided C73130C 02140-5 Bryn Mawr System Improvements r—, by those wells and any consequences stemming from the lack of that information. 2. Construct additional monitor wells as required to monitor groundwater levels during dewatering operations. 3. Number and obtain location coordinates and ground surface elevations for all monitor wells. 4. Permanently mark measuring points and elevations on wells. D. Recording Data 1. Change continuous drum recordings as required and submit the originals to the Engineer. 2. Install a meter and keep a record of total flow from dewatering system. 3. Consistency is an important factor in ensuring that water level data are accurate; therefore, assign and make known to the Engineer specific member(s) of workforce responsible for collecting and reporting the required information. E. Perform any additional testing or pumping as necessary to assure provision of a properly functioning dewatering system. 3.04 DAMAGES/REPAIR A. Repair any damage to existing improvements and utilities in place, other contractors' equipment, and the excavation, including damage to the bottom due to heave and removal of material and pumping out of the excavated area, that may result from negligence; inadequate or improper installation, maintenance and operation of the dewatering system; or any mechanical or electrical failure of the dewatering system. B. Take responsibility for all damages to accepted work in the excavation area and for damages to any other area caused by failure to maintain and operate the system as specified. 3.05 DEMOBILIZATION A. Upon written authorization of the Engineer, remove all dewatering system elements with the exception of those monitor wells so designated by the Engineer. B. Provide or employ the services of a licensed water well contractor for the well abandonment: 1. Abandonment a. Include at a minimum: Pressure injection of a bentonite/cement grout slurry into the void spaces of the gravel pack and removal of the well casings. 2. After removing the well casings, top off the holes with a bentonite/grout and gravel mixture. 3. Ensure that the bentonite or grout penetrates all of the voids in the gravel pack. 4. After abandonment, landscape each abandoned well site to match the surrounding environment(e.g., grass, pavement concrete, unclassified fill, etc.). END OF SECTION C73130C 02140 -6 Bryn Mawr System Improvements • SECTION 02150 BORING AND JACKING •ART1 GENERAL 1.01 DESCRIPTION A. This section specifies bored and jacked casings and the installation of carrier pipe within the steel casing. 1.02 QUALITY ASSURANCE A. Referenced standards: Reference Title ASTM A36 Specification for p Structural Steel ANSI/AWS D1.1 Structural Welding Code ASTM A134 Pipe, Steel, Fusion Arc Welded (NPS 16 and over) ASTM A252 Welded and Seamless Steel Pipe Piles ASTM A283 Specification for Low and Intermediate Tensile Strength Carbon Steel Plates, Shapes and Bars ASTM A307 Specification for Carbon Steel Externally Threaded Standard Fasteners AVVWA C206 Field Welding of Steel Water Pipe B. All Boring or Jacking Operations 1. Supervise bored and jacked pipe installation with personnel having supervisory experience on a minimum of five successfully bored and jacked projects of similar scope, application and complexity. C. Give the Engineer a minimum of seven (7) days advanced written notice of the start of any excavation or boring operations. D. Perform all work in the presence of the Engineer, unless the Engineer has granted prior approval to perform such work in the Engineer's absence. E. Welding Requirements 1. Welding Procedures used to Fabricate Steel Casings a. Prequalified under the provisions of ANSI/AWS D1.1. 2. Welding Procedures a. Required for, but not necessarily limited to, longitudinal and girth or special welds for pipe cylinders,casing joint welds, reinforcing plates and grout coupling connections. 3. Welder Qualifications a. Skilled welders, welding operators, and tackers who have had adequate experience in the type of materials to be used. b. Qualified under the provisions of ANSI/AWS D1.1 by an independent local approved testing agency not more than 6 months prior to commencing work on the casing or C73130C 02150 -1 Bryn Mawr System Improvements pipeline: unless having been continuously employed in similar welding jobs since last certification. c. Machines and electrodes similar to those used in the work: Used in qualification tests. d. Furnish all material and bear the expense of qualifying welders. F. Contractor's Geotechnical Consultant 1. The Contractor may wish to have its own geotechnical consultant on site during boring operations. 2. The geotechnical consultant may monitor the boring, and offer suggestions in order to minimize any detrimental effects to buried utilities or other structures. 1.03 SUBMITTALS A. Procedures: Section 01300. B. Shop Drawings and Equipment Data 1. Boring/Jacking Plan a. Detailed plans for boring/jacking operation. b. No excavation relating to the jacking/boring operation will be undertaken until receipt of the Engineer's written acceptance of the plan. c. Allow 45 days for review of this plan. d. Acceptance of a shoring and bracing plan for any boring pits by the Engineer in no way means the Engineer has evaluated or accepted the structural integrity of the design. e. Take sole responsibility for the structural and safety associated with the design. 2. Casing installation schedules which include schedules of excavation, pipeline installation, and backfill operations. 3. Details on casing, carrier pipe installation, and filling for the Engineer's approval prior to • proceeding with installation. 4. Material list including diameter, thickness, and class of steel casing. 5. Detailed locations and sizes of boring or jacking and receiving pits. 6. Permits associated with the boring or jacking operations. 7. Grouting plan (internal and external grouting). C. Certified affidavit of the physical and chemical properties of the casing pipes. D. Line and grade calculations and layout for casing installation. E. Details on casing spacer materials, dimensions and installation procedures and recommendations. F. Resume of boring and jacking supervisory personnel experience including references. PART 2 PRODUCTS 2 01 MATERIALS A. Pipe 1. New welded steel pipe (unlined and uncoated) meeting the requirements of ASTM A36 or ASTM 283 Grade A or B (straight seam only). 2. Wall thickness shall be a minimum of 7/16 inch for casing pipe. C 3130C 02150 -2 Bryn Mawr System Improvements 3. Increase the wall thickness and increase the diameter to suit the particular boring and jacking operation provided it will not interfere with other utilities, or put the top of casing less than a minimum of 5.5 feet below the Top of Tie. 4. Maintaining the minimum annular space shown between the casing and the carrier pipe. B. Joints 1. Full circumferencial butt-welded joints capable of developing the full strength of the pipe. 2. Welding performed in the field in full conformance with the requirements of AWWA C206. C. Annular Spaces between the Carrier Pipe and the Casing 1. Plugged at each end with low density concrete fill conforming to Section 03300 and as shown on the drawings. D. Grout for Pressure Grouting Voids outside of the Casing 1. Sandy cement with 2 percent bentonite by weight added, or a mix approved by the Engineer. E. Casing Spacers 1. Heavy duty steel spacers, minimum 12-inch width, glass reinforced plastic runners. 2. Acceptable manufacturers: Cascade Waterworks (1-206-868-3930), Pipeline Seal and Insulator, Inc. (PSI) (1-800-423-2410), or approved equivalent. 3. Minimum of four(4) runners at bottom and two(2) top runners for all carrier pipe. 4. Shell and riser constructed of welded T304 stainless steel, thickness as required for application (12 gauge minimum). All surfaces fully passivated and flanges ribbed. 5. Split case design for attaching to carrier pipe with side flanges. Stainless steel bolts: Minimum 5/16-inch diameter, straps are not allowed. 6. Liner between Spacer and Carrier Pipe a. PVC; 0.090-inch thick minimum; 85-90 durometer (ASTM D1706-61T)-80; electrical properties per ASTM D149-61, 1380V/minute. 7. Runners constructed of ultra high molecular weight polymer plastic, with low coefficient of friction: 0.11 (per ASTM D-1894) or better. FjART 3 EXECUTION 3.01 INSTALLATION OF STEEL CASING A. Equipment 1. Equipment selection: Contractor's responsibility. 2. Designed for boring tunneling, or jacking of casings of the diameter and length indicated on the Drawings. 3. Capable of accurate alignment and grade control, as specified herein, and protection against subsidence or other disturbance of ground and improvements above. 4. To avoid voids outside the casing, designed so that excavation is carried out entirely within the head and not in advance of the head. C7'130C 02150-3 Bryn Mawr System Improvements 5. Bentonite Slurry Equipment a. Used to lubricate the exterior of the casing, for jacking purposes, injecting bentonite slurry through grout fittings in the casing wall. b. Bentonite slurry pumping equipment: Equipped with a pressure gauge to indicate the pumped slurry pressure. c. 'Gauge: Certified by an approved testing laboratory, at the onset of the slurry operations. 6. Excavated Materials 1. Removed from the casing as the boring or jacking operation progresses with no accumulation of excavated materials within the casing. B. Jacking Pit 1. 'Excavations for the boring or jacking operation: Adequately shored and dewatered to safeguard personnel and existing substructures and surface improvements and to ensure against ground movement. 2. Bore pit construction: In accordance with the plan accepted under Paragraph 02150- 1.03.B.1. 3. Special care shall be taken to avoid damage or subsidence of any adjacent bridge footings. C. General Procedures 1. Install casing pipe by jacking in the locations indicated. 2. Remove or penetrate all obstructions encountered. 3. If groundwater is found during construction, control the flow sufficiently to protect the excavation, pipe and equipment, and avoid flowing soil conditions. 4. Control groundwater as specified in Section 02140. 5. Repair any pipe damaged during the jacking operation in a manner acceptable to the Engineer. 6. A bentonite slurry may be used for lubricating the pipe but do not inject slurry ahead of the pipe. 7. Sluicing or jetting to remove(excavate) materials is not permitted. 8. In the event that the casing pipe is damaged during jacking operations and the defects cannot be corrected to the satisfaction of the Engineer, fill the pipe with sand and seal in a manner to prevent future settlement and begin jacking in an alternative location as designated by the Engineer. All costs associated with the abandonment of the casing relocation to a new site, any cost differential for installation between the two sites and any costs associated with redesign, review, and adjustment in pipe materials to fit the new location shall be borne by the Contractor. D. Alignment and Grade 1. Deviations in line and grade of the casing pipe will only be allowed to the extent that the carrier pipe can be shifted within the casing to compensate for the deviation. 2. Conform to the Drawings. 3. Remove all augers and check the alignment and grades of the leading end of the casing often enough to be able to correct any line .or grade deviations while the boring is in progress. • C73130C 02150 -4 Bryn Mawr System Improvements 4. Line and Grade Checks a. At intervals not exceeding 40 feet. 5. Correct any deviation from grade or alignment resulting from the bore. 6. Laser control a. Used for both vertical and horizontal alignment. 7. Variance from line and grade shall not exceed 0.05 feet. E. Avoidance of Caving 1. Take special care during the installation of the jacked pipe to ensure that no settlement or caving is caused to the above surface. 2. Repair any caving caused by the placement of the pipe. 3. Set the cutting blades or auger a minimum of 6 inches behind the cutting edge of the casing at all times. 4. At railroad crossings comply with the requirements of Section 01062. 5. Contractor shall maintain close observation of road. Be prepared for emergency road closure. F. Grouting Outside Casing 1. Exercise particular care during jacking operations to prevent caving ahead of the pipe which will cause voids outside of the pipe. 2. Install three 2-inch grout ports, 120 degrees apart every 5 feet along the casing. 3. The Engineer will inspect each port after opening to confirm the requirement for grouting. Then pump cement grout into each port under low pressure. 4. Place grout by positive displacement pumps capable of placing grout at pressures up to 50 psi unless otherwise approved by the Engineer. 5. Place grout at pressures which are requisite for the conditions encountered and which normally will be less than 10 psi except in cases where large cave-ins or other adverse conditions may require higher pressures. Grout pressure to be controlled to avoid deformation of the casing. 6. Provide gauges to indicate grout pressure obtained. 7. Fill all voids to the satisfaction of the Engineer. 8. Monitor the casing interior continuously during the grouting operation, stop grouting immediately if any bulging of the interior of the pipe is observed. Do not continue grouting until the problem causing the bulging has been corrected. 9. Sequence grouting to assure stability of railroad track operation. 10. Grout void space around jacked pipe before carrier pipe is installed. G. Prior to any work stoppage jack the pipe ahead into undisturbed material to create a plug of sufficient thickness to assure material stability. 3.02 INSTALLATION OF CARRIER PIPE A. Carrier Pipe 1. Installed in the casing using heavy duty steel casing spacers. C73130C 02150 -5 Bryn Mawr System Improvements I / 2. Implement the necessary requirements to assure integrity of tape coating of carrier pipe. 3. Anchor the pipe against flotation and install air release ports as required to facilitate the grout filling process. 4. Install the signaling conduit along side the carrier pipe in the upper void area shown on the Drawings. 5. Install spacers at locations and spacing recommended by manufacturer. 6. Cap with concrete plugs at the ends as shown on the drawings. 7. Keep pump records of low density concrete grout fill delivery for checking the volume placed versus the estimated volumes required in the annular sealing space between the casing pipe and the carrier pipe. B. Joints 1. Joints of the Carrier Pipe within the Casing a. In accordance with the specification sections for the type of pipe material installed. 2. The First Pipe Joint outside all Casings a. A dresser coupling centered at 24 inches from the end of the casing. C. Testing of the Carrier Pipe" 1. Complete hydrostatic testing of the carrier pipe prior to the filling of the annular space between the casing and carrier pipe. 2. Performed on all pipe sections in accordance with the specification for the pipeline. 3.03 CLOSING OF THE PITS A. After jacking equipment and excavated materials from the boring/jacking operations have been removed from the jacking pit, prepare the bottom of the jacking pit as a pipe foundation. B. Remove all loose and disturbed materials below pipe grade to undisturbed earth and recompact the material in accordance with Section 02200. C. Backfill the pit as shown on the Drawings. END OF SECTION C73130C 02150 -6 Bryn Mawr System Improvements SECTION 02160 SHEETING,SHORING AND BRACING PART 1 GENERAL 1.01 DESCRIPTION A. This section specifies requirements for support systems for excavation including sheeting, shoring and bracing of trenches and open excavations greater than four(4)feet in depth. B. Where sheet piling, shoring, sheeting, bracing or other supports are necessary, they shall be furnished, placed, maintained and, except as shown or specified otherwise, removed. C. Refer to Section 012140 - Dewatering for the use of sheet pile shoring for groundwater cut-off walls. 1.02 QUALITY ASSURANCE A. Referenced standards Title Washington State Safety Code Washington Industrial Safety and Health Administration Occupational Safety and Health Administration 1.03 SUBMITTALS A. Procedures: Section 01300. B. General 1. Provide information required by the Washington Safety Standards for Construction Work (Chapter 216-155 WAC, Part N) prior to commencing excavation work requiring sheeting, shoring, and bracing. 2. Submit drawings and design calculations for all trench and excavation support systems proposed with applicable locations identified by pipeline stationing. 3. For excavation work in a public right-of-way, plans shall be submitted to King County and City of Renton for review and approval. The Contractor's representative in the presence of the Engineer shall coordinate with King County prior to submittal of proposed shoring systems and during the review period as required. Plan for 45-day review period after receipt of complete submittal by Engineer. Plan shall be submitted to the City of Renton concurrent with King County submittal as applicable. 4. Do not start excavations until written acceptance of the trench support system has been obtained from King County. Said acceptance will be to assure King County and local jurisdictions of the Contractor's general compliance with the Washington State Safety Code and shall not be construed as a detailed analysis for adequacy of the support system, nor shall any provisions of the above requirements be construed as relieving the Contractor of overall responsibility and liability for the work. 5. Submit drawings and design calculations for trench and excavation support system proposed, no later than 10 days after the effective date on the Notice to Proceed. C. Product Data 1. Design calculations and method of installation and removal of sheeting, sheet piling, shoring, and bracing: a. Calculations C73130C 02160 -1 Bryn Mawr System Improvements Made by a Washington State registered structural or civil engineer and shall comply with applicable requirements of the Washington State Safety Code and the rules of the WISHA Department of Labor and Industries with respect to excavation and construction. 2. Detailed excavation support drawings. 1.04 DESIGN REQUIREMENTS A. Design, plan, install and remove (if required) all sheeting, shoring, sheet piling, lagging and bracing in such a manner as to maintain the required excavation or trench section and to maintain the undisturbed state of the soils below and adjacent to the excavation. B. Design sheeting, shoring and bracing in accordance with the Washington State Safety Code. C. Horizontal strutting below the barrel of a pipe and the use of pipe as support are not acceptable. D. Where rigid shoring system is indicated, design system to limit horizontal movement to a value equal to 0.5 percent of the excavation depth. Measure movement at top of vertical support. PART 2 PRODUCTS Not used. PART 3 EXECUTION 3.01 INSTALLATION A. General: 1. The construction of sheeting, shoring, and bracing shall not disturb the state of soil adjacent to the trench or excavation and below the excavation bottom. 2. Remove sheeting, shoring and bracing after placement and compaction of backfill, except as noted otherwise. B. Trench Sheeting, Shoring and Bracing 1. Unless otherwise noted on the Drawings, construct the gravity sewer using a vertical trench section. 2. Contractor may use any method of sheeting, shoring or bracing meeting the requirements of this section. Refer to the "Geotechnical Report, Bryn Mawr System Improvements" for soil logs for design of temporary shoring. END OF SECTION C73130C 02160 -2 Bryn Mawr System Improvements SECTION 02200 EARTHWORK ¶ART1 GENERAL 1.01 DESCRIPTION A. This section specifies earthwork which consists of excavation, filling, grading, trenching, imported fill materials, geotextile fabrics, stockpiling, and excess material control. 1.02 QUALITY ASSURANCE A. Referenced Standards Reference Title AASTHO T176 Plastic Fines in Graded Aggregates and Soils by Use of the Sand Equivalent Test ASTM C33 Specification for Concrete Aggregates ASTM C39 Compressive Strength of Cylindrical Concrete Specimens ASTM C94 Ready-Mixed Concrete ASTM C136 Analysis of Fine and Coarse Aggregates ASTM C143 Slump of Portland Cement Concrete ASTM C150 Portland Cement ; ASTM C618 Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete ASTM D1556 Density and Unit Weight of Soil and Unit Weight in Place by the Sand- Cone Method ASTM D1557 Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 10-16 (4.54-kg) Rammer and 18-inch (457-mm) Drop. ASTM D1682 Breaking Load and Elongation of Textile Fabrics ASTM D1777 Measuring Thickness of Textile Materials ASTM D2922 Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth) ASTM D3017 Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) ASTM D3776 Mass Per Unit Area (Weight) of Woven Fabric ASTM D3786 Hydraulic Bursting Strength of Knitted Goods and Nonwoven Fabrics- Diaphragm Bursting Strength Tester Method ASTM D3884 Abrasion Resistance of Textile Fabrics (Rotary Platform, Double-Head Method) ASTM D422 Particle-Size Analysis of Soils C73130C 02200 -1 Bryn Mawr System Improvements Reference Title ASTM D4491 Water Permeability of Geotextiles by Permittivity ASTM D4632 Grab Breaking Load and Elongation of Geotextiles ASTM G26 Operating Light-Exposure Apparatus (Xenon-Arc Type) With and Without Water for Exposure of Nonmetallic Materials WSDOT Standard Specifications for Road, Bridge, and Municipal Construction B. Tests 1. The Engineer will take samples and perform moisture content, gradation, compaction, and density tests during placement of backfill materials to check compliance with these Specifications. 2. Remove surface material at locations designated by the Engineer and provide such assistance as necessary for sampling and testing. 3. Construct inspection trenches in compacted or consolidated backfill where required to determine compliance with these Specifications. 4. Testing by the Engineer does not relieve the Contractor of its responsibility to determine to its own satisfaction when and if its work meets the Specification. • 5. Tests Procedures a. Moisture content ASTM D3017 b. Gradation ASTM C136, D422 c. Density in-place ASTM D1556, D2922 d. Moisture-density relationships ASTM D1557 C. Requirements of Regulatory Agencies 1. Comply with all applicable requirements of local, state and federal agencies. 2. Comply with Washington Occupational Safety and Health Code. 1.03 SUBMITTALS A. Procedures: Section 01300. B. Samples 1. All imported materials proposed for the work, 30 days in advance of use. 2. Quantity a. 0.5 cubic feet of each type of material. C. Submit Laboratory Test Reports Certifying 1. Moisture density and gradation test reports and curves. 2. Gradation tests for non-cohesive materials. D. Geotextile fabrics 1. Complete specifications and data describing material provided and installation procedures. Submit a one square yard sample of each fabric proposed for use. C73130C 02200-2 'Bryn Mawr System Improvements I ', 1.04 DEFINITIONS A. Compaction 1. The degree of compaction is specified as percent compaction. Maximum or relative densities refer to soil densities obtainable at optimum moisture content. B. Excavation Slope 1. Excavation slope is defined as an inclined surface formed by removing material from below existing grade. C. Embankment Slope 1. Embankment slope is defined as an inclined surface formed by placement of material above existing grade. 1.05 EXCAVATION CONDITIONS A. Protection 1. Protect adjacent structures and surrounding areas from damage during dewatering, excavation, drilling, and backfilling. 2. Protect all work from erosion and comply with all of the requirements of Section 02270. B. Weather 1. Do not backfill or construct fills or embankments during freezing weather. 2. Do not use frozen materials, snow, or ice in any backfill, fill area, or embankment. 3. Do not backfill or construct fill or embankments on any frozen surface. C. Remove and handle all excavated material regardless of its type, condition or depth. PART 2 PRODUCTS 2.01 FILL MATERIALS A. Type E (drain rock) 1. Clean, washed, well graded rock. 2. Conform to the following gradation: U.S. Standard Sieve Size Percent by Weight Passing 1-1/2 inches 100 3/8-inch 0-2 3. Composed of hard, durable, sound pieces having a specific gravity of not less than 2.65. B. Type F (crushed rock) 1. Crushed rock base course. 2. Conform to the following gradation: U.S. Standard Sieve Size Percent by Weight Passing 1-1/4 inches 100 5/8-inch 50-80 C73130C 02200 -3 Bryn Mawr System Improvements U.S. Standard Sieve Size Percent by Weight Passing 1/4-inch 30-50 No. 40 3-18 No. 200 0-5 3. Composed of hard, durable, sound pieces having a specific gravity of not less than 2.65. C. Type M (foundation drain filter) 1. Well-rounded rock. 2. Conform to the following gradation: U.S. Standard Sieve Size Percent by Weight Passing 4 inches 100 3 inches 80-100 1-1/2 inches 40-90 1-inch 20-65 3/4-inch 5-50 3/8-inch 0- 15 D. Type N (imported trench backfill and structural fill) 1. Material free of stones greater than 2-1/2 inches in the greatest dimension, free from clay and organic matter, has a moisture content that is less than the material's optimum value, and will compact readily. 2. Conform to the following gradation: U.S. Standard Sieve Size Percent by Weight Passing 2-1/2-inch 100 1/4-inch 25-30 US No. 200 - 5 max Dust ratio % passing 200 2/3 max % passing 40 • 3. Conform to the following test requirements: a. Sand Equivalent: 30 min. b. Material retained on a 1/4-inch square sieve to contain not more than 0.20 percent by weight of wood waste. c. Stabilometer"R"Value: 72 min. d. Swell pressure: 0.3 psi max. E. Type 0 (controlled density fill (CDF), See Section 03300. • F. Type R (WSDOT-crushed surfacing top course and key stone) • 1. Type R material shall meet the requirements for WSDOT Section 9-03.9(3) Crushed Surfacing and shall be top course and keystone. The amount passing the No. 200 sieve shall be modified to 5% maximum. • G. Type S (Pipe bedding) 1. Type S material shall meet the requirements of WSDOT Section 9-03.15 Bedding Material for rigid pipe. H. Type T(Quarry spalls) 1. Type T material for ditches to meet requirements of WSDOT Section 9-13.6, Quarry Spalls. 2. Type T material for construction entrance to be 8" minus material similar to WSDOT Section 9-13.6 with the percent passing the 3/4"screen limited to 5 percent maximum. C73130C 02200 -4 Bryn Mawr System Improvements S ' 2.02 GEOTEXTILE FABRIC A. Slope Stabilization Fabric 1. Woven polypropylene, monofilament yarn. 2. Inert to biological degradation. 3. Resistant to alkalises and acids found in soils. 4. Resistant to ultraviolet radiation. 5. Physical Properties a. Minimum thickness: 19 mils per ASTM D 1777. b. Minimum weight: 6.5 oz/sy per ASTM D 3776. c. Minimum grab strength: 400 lbs x 250 lbs per ASTM D 4632. d. Maximum grab elongation: 35% max ASTM D 4632. e. Minimum Mullen burst: 500 psi per ASTM D 3786. f. Coefficient of water permeability: 0.015 cm/second per ASTM D 4491. g. Water'flow rate: 60 gal/min/sf. h. Ultraviolet stability: 90%ASTM G 26 and ASTM 1682. B. Drainage Fabric 1. Nonwoven polypropylene, monofilament yarn. 2. Inert to biological degradation. 3. Resistant to alkalines and acids in soils. 4. Resistant to ultraviolet radiation. t`. 5. Physical Properties a. Minimum thickness: 100 mils per ASTM D 1777. b. Weight: 6.0 oz/sy per ASTM D 3776. c. Minimum grab strength: 175 lbs per ASTM D 4632. d. Maximum grab elongation: 50 % per ASTM D 4632 e. Mullen burst: 375 psi per ASTM D 3786. f. Coefficient of water permeability: 0.040 cm/sec per ASTM D 4491. g. Water flow rate: 125 gal/min/sf per ASTM D 4491. C. Filter Fence Fabric 1. Woven polypropylene, monofilament yarn. 2. Inert to biological degradation. 3. Resistant to alkalines and acid in soils. 4. Resistant to ultraviolet radiation. 5. Physical Properties a. Minimum thickness: 17 mils per ASTM D 1777. b. Weight: 3.0 oz/sy ASTM D 3776. c. Minimum grab strength: 180 lbs per ASTM D 4632. d. Maximum grab elongation: 30% max per ASTM D 4632. e. Mullen burst: 280 psi per ASTM D 3786. f. Coefficient of water permeability: 0.01 cm/sec per ASTM D 4491. g. Water flow rate: 40 gal/min/sf per ASTM D 4491. C73130C 02200 -5 Bryn Mawr System Improvements D. Soil Reinforcing Fabric 1. Woven polypropylene, monofilament yarn. 2. Inert to biological degradation. 3. Resistant to alkalines and acids in soils. 4. Resistant to ultraviolet radiation. 5. Physical Properties a. Minimum thickness: 30 mils per ASTM D1777. b. Weight: 6.0 oz/sy per ASTM 3776. c. Minimum grab strength: 300 lbs. d. Maximum grab elongation: 35% max. e. Minimum trapezoid shear strength: 120 lbs. f. Minimum Mullen burst strength: >600 psi. g. Minimum puncture strength: 130 lbs. h. Minimum abrasion resistance: 100 lbs per ASTM D3884 and D1682. i. Equivalent U.S. Std. sieve opening size: 30 to 50. j. Ultraviolet stability: 90%. (PART 3 EXECUTION 3.01 GENERAL A. Control of Water 1. Keep excavations free from water during construction. 2. Draw down the static water level a minimum of two (2) feet below the bottom of excavations to maintain the undisturbed state of natural soils and allow the placement of any fill to the specified density. 3. Disposal of water: Per Section 01560, Section 02140, and Section 02270. 4. Have on hand pumping equipment and machinery in good working condition for emergency and have workers available for its operation. 5. Operate dewatering systems continuously (24 hours per day, 7 days per week) until backfill has been completed to 1 foot above the normal static groundwater. 6. Dewatering requirements and restrictions: see Section 02140. B. Hauling and Traffic Patterns 1. When hauling is done over highways or city streets, trim the loads and clean the vehicle = shelf areas after each loading. 2. Water the loads after trimming to minimize dust. 3. Maintain traffic patterns in the existing structural filled areas which preserve the stability of the soil under all future structural foundations or paved areas. 4. Limit hauling to the construction easements and public right-of-way. C. Haul Roads 1. Construct haul roads as required to transport materials on site,within easements shown. 2. Select alignment of haul roads to avoid interference with any construction and to minimize disruption of local traffic. 3. Remove haul roads after completion of construction. C73130C 02200-6 Bryn Mawr System Improvements D. . Finish Grading 1. Finished Surfaces ' a. Smooth, compacted and free from irregularities. 2. Degree of finished surfaces that is normally obtainable with a blade-grader. '' 3. Finished Grade a. As specified by the contours +0.10 foot except where a local change in elevation is required to match sidewalks, curbs, manholes and catch basins, or to ensure proper drainage. 4. When the work is an intermediate stage of completion, the lines and grades shall be +0.5 foot to provide adequate drainage. E. Control of Erosion 1. Maintain earthwork surfaces true and smooth and protected from erosion. 2. Where erosion occurs, fill or excavate as necessary to return earthwork surfaces to the grade and finish specified. 3. Meet erosion control requirements of Section 02270, King County and City of Renton. F. Disposal Site 1. Provide a legal off-site location for disposal of unsuitable excavated material. 2. Prior to excavation submit proposed disposal site to King County. 3.02 CLASSIFICATION OF FILL A. Place fill material, except for CDF, in horizontal layers and compact with power operated + tampers, rollers, idlers, or vibratory equipment. B. Material type, maximum layer depth, relative compaction, and general application are specified in Table A. 1 7.:73130C 02200-7 Bryn Mawr System Improvements TABLE A FILL CLASSIFICATIONS Maximum 4 Minimum Mate .:•. .F -. . :: .. ;,;F rtal. Layer Depth Compaction Geneial Application': 'e Type (Inches) Density(%) (perASTM D1557) F... y5 i E As required by Work material into the Bedding and backfill around foundation Drawings. space indicated on the drain pipes and under slabs for structures. (Enclose in Drawings. Drainage • Fabric) F 6 95 Base material under slab on grade, (other than specified for Type E) pavement, shoulder material, gravel surfacing, and pipeline backfill for aggregate base in roadways. M As required Work material into the Alternative material to that specified in by Drawings space indicated on the Type E. (Enclose in Drawings. Drainage Fabric) N 8 90 Imported trench backfill above pipe backfill to 2 feet below final grade. 8 95 Imported trench backfill above pipe backfill less than 2 feet below grade. 0 N/A N/A Bedding, and backfill where shown. Road and slab base where approved by the Engineer. R 6 95 Backfill to replace overexcavation below pipe bedding. Top course for gravel roadway. S 6 90 Bedding for pipes. 3.03 EARTHWORK FOR PIPELINES AND CONDUITS A. Earthwork for pipelines and conduits is in the standard details. B. Pipeline Excavation 1. Except as otherwise noted or specified any method of excavation within the work limits shown may be used which meets the intent of the Contract Documents and does not damage adjacent improvements. 2. Material excavated from trenches may be placed adjacent to the trench or in a roadway or public thoroughfare if space is available and approved by the local agency. Meet all requirements for traffic control per Section 01570. The toe of the slope of the spoil material must be at least 2 feet from the edge of the trench. Include loads from stockpiled soils in the design of temporary shoring and cut slopes. Pile trench spoils in a manner to prevent surface water from flowing into the excavation and such that will cause a minimum of inconvenience to public travel. Maintain free access to all fire hydrants, water valves, meters and manholes, and leave clearance to enable the free flow of stormwater in all gutters, conduits, and natural watercourses. In areas where there is insufficient space to allow the trench spoils to be piled next to the trench and still maintain local access, modify operation such that traffic access is maintained. 3. Existing utilities of record, except services, are shown on the Drawings. These are shown for convenience only, and the Engineer assumes no responsibility for improper locations or failure to show utility locations on the Drawings. C73130C 02200 -8 Bryn Mawr System Improvements 4. Perform all excavation of every description and of whatever materials encountered to the depth indicated on the Drawings or specified. Make excavations by open cut in all locations, except as indicated on the Drawings. Excavate all trenches to true and smooth bottom grades and in accordance with the grades shown. Prepare the trench bottom to provide uniform bearing and support for each length of pipe. 5. Exercise sound construction practices in excavating the trench and maintaining it so that no damage will occur to any foundation, structure, pole line, pipeline, or other adjacent facility because of slough or slopes, or from any other cause. If, as a result of the excavation, there is ground deformation which may.endanger other property, immediately take remedial action to correct the problem. No act, representation, or instruction of the Engineer shall in any way relieve the Contractor from liability for damages or costs that result from trench excavation. 6. Prior to installation of bedding and pipe, bring the trench bottom to grade as indicated for the type of bedding specified, and compact the subgrade as necessary by tamping, with mechanical compactors to provide a foundation capable of supporting the pipe in its proper position. 7. Take care not to excavate below the depth specified. If ground is excavated below the depth specified, backfill excavation below that depth with Type R fill and compact as specified herein at no cost to King County. When excavating the trench, exposes peat, soft clay, quicksand, or other unsuitable foundation material, remove such material (overexcavate) to the depth directed by the Engineer and backfill with Type R. Material removed from the trench that is unsuitable for backfill shall be removed directly into trucks and hauled to a legal disposal site. Stockpiling of unsuitable material at the work site shall not be allowed. 8. Removal all excavated material from the site along trenches under pavement. C. Pipeline Bedding 1. Place bedding material under the pipe and to a depth as shown on Drawings. 2. Ram and tamp the bedding material around the pipe by the use of shovels or other approved hand-held tools, so as to provide firm and uniform support under the full length of the pipe. Compact the bedding between the pipe and trench wall using mechanical methods. 3. Take care to prevent any damage to pipe or its protective coating. D. Pipeline Backfill 1. Backfill trenches as soon after the pipe laying as possible unless otherwise specified. 2. Backfilling of trenches in the vicinity of manholes, or other appurtenances will not be permitted until the mortar in the masonry has become thoroughly hardened. 3. Backfill above the pipe zone in such a manner that the pipe will not be shifted out of position nor damaged by impact or overloading. 4. Compact backfill as indicated in Table A of this Section. 5. Replace all excavation removed from the site with imported Type N material. 3.04 SUBGRADE FOR PAVEMENT A. Place fill as shown on the drawings. B. Scarify the prepared subgrade to a depth of at least 12 inches moisture-condition, and recompact to at least 90 percent of the maximum density. C73130C 02200 -9 Bryn Mawr System Improvements 3.05 CONTROLLED DENSITY FILL (CDF), See Section 03300 3.06 FINISH GRADE A. Grade all areas covered by the work, including excavated and filled sections and transition areas, uniformly to the elevations shown. B. Finish surface reasonably smooth, compacted, free from any irregular surface changes and free draining. C. Degree of Finish 1. That ordinarily obtainable from a blade-grader operation. 2. Not more than 0.2-foot above or below the established grade. D. Finish ditches to drain readily. . E. The surface of areas to be paved on which a base course is to be placed: Vary not more than 0.05-foot from established grade and cross section. 3.07 DRAINAGE FABRIC A. Lay fabric with 12-inch minimum laps at splices. B. Smooth out all wrinkles. C. Patch tears and holes in fabric with a piece of the same fabric material large enough to cover the tear or hole plus 12-inch overlap. D. Use manufacturer's recommended bonding agent where applicable. END OF SECTION 4 C73130C 02200-10 Bryn Mawr System Improvements SECTION 02221 TRENCHING, BACKFILLING AND COMPACTING PART 1 GENERAL 1.01 DESCRIPTION A. This Section specifies requirements_for trenching, backfilling and compacting of trenches for pipeline construction. PART 2 MATERIALS 2.01 BEDDING A. Material used for pipe bedding as indicated on the drawings shall comply with Section 02200 and the applicable Section for the type of construction. B. Controlled density fill used for pipe bedding shall comply with the requirements as specified in . Section 03300, Concrete. 2.02 BACKFILL A. Material used for trench backfill as indicated on the Drawings shall comply with Section 02200 and the applicable section for the type of construction. PART 3 EXECUTION 3.01 TRENCHING A. Trench excavation shall be unclassified. The terms earthwork or excavation include all materials excavated or removed regardless of material characteristics. The Contractor shall make its own estimate of the kind and extent of materials which will be encountered in the excavation. B. Free access shall be provided to all fire hydrants, water valves and meters, and clearance shall be left to enable the free flow of storm water in all gutters, conduits and natural watercourses. C. All ledge rock, boulders or stones 4 inches and larger shall be removed to provide a minimum clearance of 12 inches under and around the pipe. D. All materials removed shall be replaced with imported bedding or backfill which conform with the requirements of Section 02200. E. In loose or soft soils, or where directed by the Engineer, the excavation at the bottom of the trench shall be performed by equipment which does not have digging teeth. Should the natural or fill foundation soils at the trench bottom be disturbed or loosened because of the Contractor's operations, they shall be re-compacted or removed and the space refilled as directed by the Engineer at the Contractor's expense. 3.02 TRENCHING FOR PIPELINES A. All trenches shall be dug to true and smooth bottom grades and in accordance with the lines and grades shown on the Drawings. Maximum and minimum trench are shown on Contract Drawings for typical trench sections. 3.03 PIPE FOUNDATIONS A. Proper preparation of foundation and placement of foundation material shall precede the installation of all pipe bedding and pipe. This shall include the necessary preparation of the native trench bottom and/or the top of the foundation material to a uniform grade so that the entire length of pipe rests firmly on a suitable properly compacted material. Bedding and backfill C73130C 02221 - 1 Bryn Mawr System Improvements material around the pipe will be placed in a manner to meet requirements specified in respective section for the type of pipe being installed. 3.04 PIPE BEDDING A. Placement,of bedding material in the pipe zone shall be as indicated on the Drawings or as specified in the section regarding the type of pipe being constructed. 3.05 BACKFILLING A. Pipe bedding and backfill as shown on the Drawings shall be completed before trench backfilling operations are started. , B. The Contractor shall take all necessary precautions to protect the pipe from any damage, movement or shifting. In general, backfilling shall be performed by placing the material so as not to damage the pipe. C. The Contractor shall also provide for the proper maintenance of traffic flow and accessibility as may be necessary, and shall also make adequate provisions for the safety of property and persons. D. Temporary cribbing, sheeting or other timbering shall be removed unless specifically authorized in writing by the Engineer. E. Pipe placed below the water table shall be kept from floating by lowering the water level in accordance with Section 02140. F. All brush, stumps, logs, planking, disconnected drains, boulders, etc., shall be removed from the material to be used for backfilling the trench. The cost of removal and disposal of these items shall be considered as incidental to the construction and no additional compensation will be allowed. - 3.06 GENERAL COMPACTION REQUIREMENTS A. Provide the 'proper size and type of compaction equipment and select the proper method of utilizing said equipment to attain the required compaction density. In all cases, equipment shall be selected and used so as to not damage the pipe or other utilities and structures. Truck mounted drop hammers or truck mounted impact hammers, impact pavement breakers, and similar types of mobile equipment will not be permitted for compacting backfill placed around or above pipes. B. Water settling methods of compaction shall not be permitted. C. In place compaction tests shall be made by the Engineer. Contractor shall remove and recompact material that does not meet specified requirements. Also see Paragraph 02200-1.02B. END OF SECTION C73130C 02221 -2 Bryn Mawr System Improvements SECTION 02250 MICORTUNNELING PART 1 - GENERAL 101 DESCRIPTION A. This Section is for work under the Renton Airport and Cedar River. Microtunneling is an un- manned entry method that uses a remotely operated microtunnel boring machine (MTBM) to install pipe underground with minimal surface disruption. Microtunneling continuously installs pipes behind a remotely controlled, steerable, laser-guided, full-face controlled, articulated MTBM. The pipe to be installed is connected to and follows the MTBM. B. The length of drive which is possible to achieve is dependent upon the jacking force, pipe materials and pipe size. C. The jacking force required is a function of many variables, including the soil conditions, depth of the pipeline, annular space between the pipe and the soil, lubrication of the pipe, water table location, overburden loads, and the pipe materials diameter and compressive strength. 1.02 SUBMITTALS. The Contractor shall submit the following items for review and approval by the Engineer in accordance with Section 01300. Approval of the submittal by the Engineer shall be obtained prior to ordering pipe materials and/or the start of the microtunneling operations. A. Manufacturer's data sheets and specifications describing in detail the micotunneling system to be used. B. Detailed description of similar projects with references on which the proposed system had been successfully used by contractor/operator. C. Description of method to remove and dispose of spoil. D. Maximum anticipated jacking loads and supporting calculations. E. Description of method(s) to remove and dispose of groundwater, spoil, temporary shoring and other materials encountered in the maintenance and construction of pits and shafts. F. Shaft dimensions, locations, surface construction, profile, depth, method of excavation, shoring, bracing, and thrust block design. G. Pipe design data and specification. H. A description of the grade and alignment control system. - I. Intermediate jacking station locations and design. J. Description of lubrication and/or grouting system(s). K. Layout plans and description of operational sequence. L. A detailed plan for monitoring ground surface movement (settlement or heave) due to the microtunneling operation. The plan shall address the method and frequency of survey C73130C 02250- 1 Bryn Mawr System Improvements measurement. At a minimum, the plan shall measure the ground movement of all sturctures, roadways, parking lots and any other areas of concern,within 8 meters (twenty five feet) on both sides of all microtunneled pipelines at a maximum spacing of 30 meters (one hundred feet) along the pipeline route, or as required by the Engineer. M. Contingency plans for approval for the following potential conditions: damage to pipeline structural integrity and repair; loss and return to line and grade, and loss of ground. N. Procedures to meet all applicable OSHA requirements. These procedures shall be submitted for record purpose only and will not be subject to approval by the Engineer. At a minimum provide for: 1. Protection against soil instability and ground water inflow. 2. Safety for shaft access and exit, including ladders, stairs, walkways, and hoists. 3. Protection against mechanical and hydraulic equipment operations, and for lifting and hoisting equipment and material. 4. Ventilation and lighting. 5. Monitoring for hazardous gases. 6. Protection against flooding and means for emergency evacuation. 7. Protection of shaft including traffic barriers, accidental or unauthorized entry, and falling objects. 8. Emergency protection equipment. 9. Safety supervising responsibilities. O. Annular space grouting plan if required by contract documents. 1.03 MINIMUM SOIL COVER A. The minimum depth of cover to the top of the installed pipe using this process shall be 1.5 to 3 times the outside diameter of the pipe being installed, or two meters (six feet), whichever is greater depending on the soil conditions. With prior approval of the Engineer, the minimum depth of cover may be reduced. 1.04 SURFACE DISRUPTION A. Settlement or heave at the ground surface during and after construction shall not exceed 13 mm (one-half inch) as measured along the centerline of the conduit being installed unless otherwise specified in the Contract Document. Zero settlement or heave may also be required under special circumstances. 1.05 DEFINITIONS A. Annular Space — The void created between the outside diameter of pipe being installed and extreme outer limit created by MTBM bore process. B. Earth Pressure Balance— MTBM pressure applied to the cutting face equals the pressure of the earth against the cutting face. C73130C 02250-2 Bryn Mawr System Improvements C. Full Face Control —Complete support of the excavated face at all times. D. Lubricant — A substance applied between the pipe and soil to minimize friction and to fill the annular space. E. Microtunneling Boring Machine (MTBM) — A remotely controlled, steerable, ' laser guided microtunnel boring machine consisting of an articulated boring machine shield and a rotating cutting head. F. Pipe String — The succession of joined individual pipes being used to advance the excavation equipment. G. Shaft or Pit—A vertical excavation to insert or receive microtunneling equipment and pipe. H. Slurry — A water mixture, which may contain additives, that is used to transport spoils and counterbalance any ground water pressure. .06 MICROTUNNELING REQUESTED BY THE CONTRACTOR. A. Microtunneling may be proposed by the Contractor as an alternative to jack and boring of pipe installation. Microtunneling operations must be approved by the Agency prior to commencement of work. 1.07 SITE CLEANUP A. Unless otherwise specified, all existing surface improvements damaged or removed as a result of microtunneling operations shall be restored to their original condition. PART 2- PRODUCT 2.01 MTBM A. The MTBM selected shall be capable of installing the pipe while being compatible with the anticipated soil and geotechnical conditions. The MTBM cutter face shall at all times be capable of supporting the full excavated area without the use of ground stabilization and have the capability of measuring the earth pressure at the face and setting a calculated earth balancing pressure: The maximum radial annular space shall not exceed 25 mm (one inch) unless otherwise specified in contract documents. B. The MTBM shall be capable of controlling shield rotation by means of a bi-directional drive on the cutter head or by use of mechanical fins or grippers. The MTBM shall be mechanically articulated to enable steering of the shield. C. The MTBM shall control groundwater during excavation without the use of external dewatering equipment. The measuring and balancing of earth ground water pressure shall be achieved by use of a slurry or cased auger microtunneling machine. The system shall be capable of incremental adjustments to maintain face stability for the soil conditions encountered. 2.02 JACKING EQUIPMENT A. The main jacks shall be mounted in a jacking frame and located in the jacking shaft. The MTBM shall be moved forward by the jacks advancing a successive string of connected pipes toward a receiving shaft. C73130C 02250-3 Bryn Mawr System Improvements B. The jacking equipment installed shall have a jacking capacity 20% greater than the maximum calculated allowable jacking load required to install the pipe. The jacking system shall develop a uniform distribution of jacking forces on the end of the pipe by the use of thruster rings and cushioning material. The hydraulic cylinder extension rate shall be synchronized with the excavation be synchronized with the excavation rate of the MTBM. C. A pipe lubrication system may be used to lower the friction developed on the surface of the pipe during jacking with the approval of the Engineer. An approved lubricant (typically betonite or polymers) may by injected at the rear of the MTBM or through lubrication ports. The pipe lubrication system pressure shall be continuously monitored, recorded and controlled to prevent pipe buckling and/or ground heave. D. A thrust block is required to transfer jacking loads into the soil. The thrust block shall be perpendicular to the proposed pipe alignment. The thrust block shall be designed to support the maximum jacking pressure developed by the main jacking system. Special care shall be taken when securing the pipe guide rails and/or jacking frame in the jacking shaft to ensure correctness of the alignment, grade, and stability of the pipe. If a concrete thrust block or treated zone is utilized to transfer jacking loads into the soil, the MTBM is not to be jacked until the concrete or other materials have attained the required strength. ' E. When intermediate jacking stations are utilized, the maximum jacking force shall not exceed the maximum allowable jacking load of the pipe. 2.03 EXCAVATION CONTROLS A. The control equipment shall integrate the method of excavation and removal of soil and its simultaneous replacement by a pipe. As each pipe section is jacked forward, the control system shall synchronize spoils removal, excavation and jacking speeds. B. Operations shall be stopped when they result in pipe damage or any surface disruption. The contractor shall propose immediate action for review and approval by the engineer to remedy the problem at no additional cost to the Agency. 2.04 AUTOMATED SPOIL TRANSPORATION. An MTBM shall include one of the following: A. Slurry Microtunneling System. The microtunneling system shall be capable of measuring earth and ground water pressure and making the adjustments required to counterbalance the earth and groundwater pressure to prevent loss of slurry or uncontrolled soil and groundwater inflow. 1. The slurry pressure at the excavation face shall be controlled by use of the slurry pumps. 2. A slurry bypass method shall be included to allow for a change in direction of flow to be made and/or isolated. 3. Provide separation process, properly sized for the tunnel being constructed, the soil type being excavated and the work space available at each area. Separate the spoil from the slurry so that slurry may be returned to the cutting face of reuse. 4. Monitor the composition of the slurry to maintain the slurry density and viscosity limits as approved in the submittals. B. Cased Auger System. System shall monitor and continuously balance the soil and ground water pressure. System shall be capable of adjustments required to maintain face stability for the C73130C 02250-4 Bryn Mawr System Improvements r- , particular soil condition to be encountered to prevent loss of soil or uncontrolled soil and ground water inflow. 1. Maintain the pressure at the excavation face by controlling the volume of spoil removal with.respect to the advance rate. Monitor the speed of rotation of the auger and the amount of water added. 2. Submit an evaluation of the equipment's ability to balance earth and water pressures at the face, stability of the soils, and the significance of.the ground water present. 2.05 STEERING CONTROLS A. A remotely controlled steering mechanism shall be provided that allows for the operation of the system without the need for personnel to enter the microtunnel. B. The steering information shall be monitored and transmitted to the operation console. The minimum information available to the operator on the control console shall include the position of the shield relative to the design reference, roll, inclination attitude, rate of advance, thrust force, earth pressure, slurry pressure, slurry flow rate and cutter head torque. 2.06 GUIDANCE/MONITORING EQUIPMENT A. The MTBM display equipment shall continuously show and automatically record the position of the shield with respect to the project design line and grade. The automated recording system shall record real-time information such as earth and ground water pressure, roll, pitch, altitude, rate of advance, installed length, cutter head torque, jacking loads,slurry pressure, slurry flow and slurry valve positions. B. Line and grade shall be controlled by a guidance system that relates the actual position of the MTBM to a design reference (e.g. by a laser beam transmitted from the jacking shaft along center line of the pipe to a target mounted in the shield). The line and grade tolerances of the pipe shall be plus/minus 25 mm (one inch) on grade; and 38 mm (one and one half inch) on line between shafts, unless otherwise stated in the Contract Documents or approved by the Engineer 2.07 PIPE A. See section 02618 PART 3-- EXECUTION 3.01 METHODS A. Prior to pipe installations the Contractor shall implement the approved plan submittals to monitor ground movement. 3.02 ANNULAR SPACE GROUTING A. The annular space created by the overcut of the MTMB in excess of 19mm (three-fourth inch) shall be filled with an approved material. B. When grouting is specified, pressure injected grout shall fill voids outside the limits of the excavation created by caving or collapse of earth cover over the excavation. C. Furnish and operate suitable equipment for any required grouting operations depending on the condition of the application. Grouting operations shall not damage adjacent utilities or other C73130C 02250-5 Bryn Mawr System Improvements properties. Grout at a pressure that will not distort or imperil any portion of the work or existing installations or structures. 3.03 SHAFTS A. Shafts shall be of a size commensurate with safe working practices and located as described in the Contract Documents. With the written approval of the Engineer, the Contractor may relocate shafts to better suit the capabilities of the microtunneling equipment proposed. B. The design of the shafts shall ensure safe MTBM exit from the driving shaft and entry into the receiving shaft. The Contractor shall furnish and install equipment to keep the jacking shaft free of excess water. The Contractor shall also provide surface protection during the period of construction to ensure that surface runoff does not enter shafts. C. All shafts shall be backfilled per Section 02200. All shoring materials, bracing, temporary supports, rubbish and construction materials for these shafts shall be removed from the jobsite and disposed of. 3.04 PIPE SPECIFICATION A. The driving ends of the pipe and intermediate joints shall be protected against damage. The detailed method proposed to cushion and distribute the jacking forces shall be submitted to the Engineer for approval. B. Damaged pipe shall be required to be jacked through to the reception shaft and removed. Other methods of repairing the damaged conduit may be used, as recommended by the manufacturer and approved by the Engineer. C. The pipe manufacturer's design jacking loads shall not be exceeded during the installation process. The pipe shall be designed to take full account of all temporary installation loads. D. The maximum jacking capacity used shall not exceed the allowable jacking capacity of the pipe that has a minimum factor safety of 2.5. END OF SECTION C73130C 02250-6 Bryn Mawr System Improvements SECTION 02270 EROSION AND SEDIMENT CONTROL PI ART 1 GENERAL 1.01 DESCRIPTION A. This section specifies temporary erosion and sediment control according to the details shown in the Drawings and specified herein. 1.02 QUALITY ASSURANCE A. Referenced Standards Reference Title ASTM A392 Zinc-Coated Steel Chain-Link Fence Fabric ASTM D882 Tensile Properties of Thin Plastic Sheeting ASTM D1004 Initial Tear Resistance of Plastic Film and Sheeting ASTM D1388 Stiffness of Fabrics ASTM D1682 Breaking Load and Elongation of Textile Fabrics ASTM D1777 Measuring Thickness of Textile Materials ASTM D3776 Mass Per Unit Area (Weight) of Woven Fabric B. Comply with all applicable requirements of local, state, and federal agencies. C. In the absence of local agency requirements, conform to the requirements of the latest edition of • the "Surface Water Design Manual", King County, Washington, Surface Water Management Division; and Department of Ecology's "Stormwater Management Manual for the Puget Sound Basin", except as amended by local agency requirements. D. Conform to local and state Water Quality Standards for stormwater discharge and King County Waste Water Division discharge permits if placed in sanitary sewer system. 1.03 SUBMITTALS A. Procedures: Section 01300. B. Shop Drawings and Product Data 1. Erosion control plan. 2. Pipe layout drawings, to scale, with complete installation instructions. 3. Stone filter material gradation. 4. Rip rap gradation. 5. Rock gradation for check dams. 6. Certificates: Manufacturer's or supplier's certificate of compliance with Specifications. 1.04 SEQUENCING AND SCHEDULING A. Construct erosion control system prior to commencing any permanent work. B. Obtain approval of erosion control plan by local and state jurisdiction prior to starting erosion control work. C73130C 02270 -1 Bryn Mawr System Improvements � 1 '.05 EROSION CONTROL PLAN (HEREINAFTER "THE PLAN") A. The erosion control system indicated on the Drawings shall be considered a minimum. Additional facilities may be required to protect the King County sewer system and adjacent property and receiving waters. B. Provide at a minimum, the following specific information for erosion control system: 1. All requirements in the Drawings and Specifications. 2. Locations and construction of all ditches, berms, culvert pipes, sediment basins, and basin outfalls. 3. Locations, types and quantities of all plantings, slope protection coverings and types, and ditch liners. 4. Installation, inspection and maintenance schedule for temporary erosion control facilities. 5. Method and frequency of monitoring activities to assure compliance with specified regulations. 6. Rerouting of existing surface water and underground drainage within site to erosion control facilities prior to release to the offsite drainage systems. 7. Location of traps,to collect transported sediment before entering the existing drainage systems. 8. Location of outlets of subsurface drainage system. 9. Method of monitoring water quality and quantity. 10. Maintenance of erosion control system. C. Indicate methods to be used for erosion control in excavations, embankments, and for boundary control. D. Consider staging of construction and address movement of sedimentation fences as construction progresses, temporary seeding, and use of mulch, netting, sod, etc. E. Changes to the erosion control system required based on the Contractor's construction methods and procedures. 1.06 PERMITS A. Obtain all required discharge permits and/or, approvals from King County Industrial Waste Division, the City of Renton, State and Federal agencies as appropriate. PART 2 PRODUCTS 2.01 MATERIALS A. Straw Bales 1. Tied with twine, with no excessive quantities of mature seed of noxious weeds or other plant species. B. Stone Filter 1. • Section 02200, Type M fill. C73130C 02270 -2 Bryn Mawr System Improvements C. Hydroseeding 1. Per Section 02930. • D. Quarry Spalls 1. See Section 02200, Type T fill. { E. Reinforced Plastic Fabric 1. Construed, copolymer laminate. 2. Reinforcing a. Non-woven grid of high strength nylon cord submerged in a permanently flexible adhesive medium. 3. Equal tear resistance in all directions. 4. Color: Black. 5. Ultraviolet light stabilized. 6. Material to be from a single manufacturer. 7. Physical Strength Requirements a. Tear strength, Ibs: 130 per ASTM D1004. b. Elongation percent: 620 per ASTM D882. c. Minimum life expectancy: 2-1/2 years of normal outdoor exposure. G. Fabrics/Mats/Blankets 1. Geotextile fabric including slope stabilization fabric, drainage fabric, filter fence fabric and soil reinforcing fabric: Section 02200. • 2. Jute mesh. 3. Permanent Revegetation Mat a. Highly flexible polymeric mat with a three dimensional web-like weave. b. Color: Green. c. Biologically inert. d. Acid and alkaline resistant. e. Ultraviolet degradation resistant. f. Physical Properties 1) Porosity: 85%-95%. 2) Flexibility: 2000 mg/cm ASTM D1388. 3) Weight: 18 oz/sy ASTM D3776. 4) Thickness: 0.12-inch ASTM D1777. 5) Tensile strength: Length 15 Ibs, width 5 Ibs ASTM D1682. 6) Elongation: Length 150%,width 100%ASTM D1682. 4. Temporary Erosion Control Blankets a. Biodegradable wood materials. b. No chemical additives. c. Photo degradable extruded plastic netting top and bottom. d. Smolder resistant. e. Physical properties of blanket for slope protection: 1) Weight: 0.98 Ibs/sy. C73130C 02270-3 Bryn Mawr System Improvements 2) Netting: 1-inch x 2-inch. f. Physical properties of blanket for channel protection: 1) Weight: 1.0 Ibs/sy. 2) Netting: 5/8-inch x 3/4-inch. H. Wire Fabric 1. 2-inch x 2-inch mesh, 14 gage or approved equivalent. 2. Hot-dip galvanized,ASTM A392, Class 2. 3. Height: As shown on Drawings. PART 3 EXECUTION . 3.01 PREPARATION A. Prior to general stripping of topsoil and excavation, install perimeter dikes and swales, excavate sedimentation basins and traps, and construct rock dams. B. Machine compact all berms, dikes, and embankments for sediment basins and traps. C. Install straw bales and sediment fences where necessary or as shown on the Drawings. D. Hydroseed and provide temporary control blankets and permanent revegetation mats for all erosion control ditches, drainage ditches, and sediment ponds unless otherwise noted. Fertilize and maintain. 3.02 INSTALLATION A. Grass Seed 1. Hydroseed all disturbed areas following completion of construction of the temporary sediment and erosion control system. 2. Seed areas outside the protected areas that are damaged during excavation work: a. Surface: Free of rocks, stones, or organic material and acceptable to the Engineer. B. Quarry Spalls 1. Construct in accordance with the locations shown on the Drawings and as required by the Engineer. 2. One sieve analysis per 200 cu yd stone filter, quarry spall, and rock check dam material placed or as required by the Engineer. C. Plastic Sheeting 1. Install as required by weather conditions at all excavation faces and at stockpiles. 2. Completely cover stockpiles including slope faces. 3. Anchor plastic sheeting in 2 ft x 2 ft trench around the entire perimeter of plastic sheeting. 4. Overlap joints with minimum 2 ft lap and tape seam. 5. Install hold downs at all excavation faces and at stockpiles. 6. Secure hold downs with polypropylene rope at 10 ft on center, maximum each way, across the entire surface of plastic sheeting. C73130C 02270 -4 Bryn Mawr System Improvements 7. Anchor the polypropylene rope by driving 2-inch x 4-inch stake at the top of excavations or bottom of stockpiles and tying rope to stake. D. Filter Fabric Sediment Fence 1. Install filter fabric over wire fabric. 2. Secure Filter Fabric to Wire Fabric a. Use galvanized wire, minimum 14 gage. b. Spacing at top: Maximum of 8 ft on center. -- 3. Secure bottom of filter fabric in upslope as shown on Drawings. 4. Field Joints a. Lap Joints 1) 6-inch lap, minimum. 2) Remove all dirt, dust, moisture, and foreign materials. 3) Splice only at support posts with aluminum alloy wire, minimum 10 gage, 6-inch on center. b. Repairs 1) Patch with filter fabric. 2) Extend lap 6 inches from damaged area in all directions. 3) Proceed as specified for joint. c. Extend filter fabric not more than 24 inches above the ground surface. E. Wire Fabric 1. Install wire fabric for attachment of filter fabric for sediment fence. 2. Secure wire fabric to posts with heavy duty wire staples, tie wires or hog rings. Secure at top, middle, and bottom. 3. Bury 8-inch minimum of wire fabric in trench upslope and adjacent to the wood post for the full length. 4. Set posts at 6 ft maximum. 5. Wire fabric to extend not more than 24 inches above the original ground surface. F. Straw Bale Check Dam 1. Construct at locations shown on "The Plan" and as required by the Engineer. G. Rock Check Dam 1. Construct as required by the Engineer. 3.03 MAINTENANCE A. Maintain and modify the erosion control system throughout construction to meet the specified requirements and as indicated in the Plan. B. If erosion is occurring, the Contractor will make modifications to the erosion control system to mitigate the problems. C. General Maintenance Activities 1. Inspect daily and immediately after each rainfall. C73130C 02270 -5 Bryn Mawr System Improvements 2. Repair or replace damaged or missing items immediately.. 3. Maintain seeded surfaces throughout construction. D. Maintain erosion control system after excavation and/or grading or as required by the Engineer. E. Provide necessary ditches, swales and dikes to direct all water towards and into sediment basins. F. Excavate sediment out of basins, catch basins, straw bale dams, and traps when capacity has been reduced by 50% or when more than 1 ft of sediment has accumulated, whichever occurs first. 1. Remove sediment from behind sediment fence to prevent overtopping. 2. Prevent sediments from being flushed to the downstream system during cleaning. 3.04 AUTHORIZATION FOR PAYMENT A. The Engineer and regulatory agencies will determine the effectiveness of the erosion control system. B. If erosion control system designed by Contractor is determined to be ineffective by the Engineer or regulatory agencies, upgrade erosion control system; the system to be approved by the Engineer and regulatory agencies. C. Refusal to upgrade erosion control system may result in Engineer having work completed and the cost of the work being withheld from Contractor's payments. END OF SECTION C73130C 02270 -6 Bryn Mawr System Improvements SECTION 02500 PAVING QART 1 GENERAL 1.01 DESCRIPTION A. This section specifies paving which consists of aggregate base, asphalt treated base, asphalt concrete pavement, concrete pavement, sidewalks, bike path, curbs, and curb ramps. 1.02 QUALITY CONTROL A. Referenced standards: Reference Title ASTM C143 Method of Test for Slump of Portland Cement Concrete WSDOT/APWA Washington State Department of Transportation and American Public Works Association 1996, Standard Specifications for Road, Bridge and Municipal Construction, and amendments. City Standards City of Renton Standards B. Testing 1. Testing will be conducted by the Engineer in accordance with Section 01410 to determine compliance with the specified degree of compaction and moisture content and compressive strength of the concrete. 1.03 SUBMITTALS A. Procedures 1. Section 01300. B. Shop Drawings and Equipment Data 1. Certified test results that materials meet WSDOT requirements. 2. Manufacturer's product data showing conformance to the specified products. 3. Survey control and grade sheets as specified in Section 01050. 1.04 GENERAL PAVING REQUIREMENTS A. Pavement Restoration Timing 1. Follow pipe installation operations with pavement restoration as closely as practicable. 2. Upon completion of a portion of pipe installation, backfilling and compaction, place a temporary pavement patch surface over the disturbed pavement area. 3. All temporary pavement payment shall be included in the Lump Sum (LS) bid item. Permanent pavement is defined as the surfacing required to be left in place as indicated on the pipeline plan and profile at completion of the Contract. 4. After pipe installation is completed and weather conditions meet the requirements of WSDOT Section 5-04.3(16), the roadway shall be restored. B. Scope of Road Restoration C73130C 02500 -1 Bryn Mawr System Improvements • 1. Include, but not limited to, proper backfill and compaction of excavation, shaping and general restoration of the roadway, restoration of public and private improvements when damaged by ,construction, restoration of drainage facilities, scarification of existing surfacing, removal of debris and surplus material and all other requirements of this section. 2. Upon completion of the above restoration, place backfill gravel and aggregate base where required, to match existing slope to the roadway from the edge of the right-of-way or sidewalk. C. Final Grade and Cross Section 1. In case of existing private roads, conform to the roadway that existed prior to construction. 2. Remove and dispose of existing materials necessary to fulfill the above requirements. • D. Comply with all requirements of all permits for installation of pipelines in authorized rights-of- -I way. E. Place and maintain sufficient and proper lighting, barricades and warning signs as approved by the applicable road authority at all locations on roads until accepted by the applicable road authority. F. After Completion of the Pipeline Installation 1. Clean up drainage facilities and restore all existing drainage structures which may have been damaged during the course of construction. 2. Comply with all drainage requirements of the agency involved upon which the agencies' acceptance of the road is conditioned. 3. Restore any private improvement on road right-of-way including, but not limited to, curb inlets, catch basins, driveways, curbs, sidewalks, parking strips, parking areas, plantings, or other permanent improvements, whether or not a permit for such improvements has been obtained. G. On streets where the work is located alongside existing bituminous or concrete improvements, . restore the improvements which may be damaged by the Contractor's operations at no cost to King County. H. Dust and Mud Control 1. Service by the use of street sweepers (or sprinkler trucks for unpaved areas) in the _ construction area used by Contractor's trucks or any other equipment hauling material to and from the area, whether within the construction area or adjacent thereto. 2. Continue servicing the dust on roads or streets until accepted by the applicable road authority or the roads or streets have been graveled, swept clean, or resurfaced. 3. Sprinkle all streets when required at least twice daily. 4. Clear drainage structures of any accumulated debris in the construction areas. I. It is specifically understood and agreed that the Contractor is responsible for complying with all requirements of the applicable road authority necessary to obtain written acceptance of the roads by the agency concerned. J. Until accepted in writing by the applicable road authority, maintain all roads in a condition satisfactory to the agency concerned. This shall include periodic grading and repair of all streets on which traffic is allowed when in the opinion of the Engineer, or the governing agency, such grading or repair is required. Provide a suitable motor grader and other necessary equipment and materials. C73130C 02500 -2 Bryn Mawr System Improvements 1.05 GUARANTEE/WARRANTY A. Upon receipt of written notice from King County of failure of the pavement as defined in Section 5-04, Asphalt Concrete Pavement WSDOT Standard specifications, promptly make the needed repairs at no cost to King County. B. If the necessary repairs are not made in a timely manner, all provisions of paragraph 00710- 4.11, apply as described for correction of replacement of work during the guarantee period. C. Complete all restoration work per WSDOT, King County, and the City of Renton standards. PART 2 PRODUCTS 2.01 AGGREGATE BASE A. Aggregate Base 1. Type F in accordance with Section 02200. B. Manufactured from crushed ledge rock. 2.02 TACK COAT A. Emulsified asphalt complying with WSDOT Section 9-02.1(6) mixing grade. 2.03 ASPHALT TREATED BASE: Conform to WSDOT Section 4-06 2.04 ASPHALT CONCRETE A. Class B meeting the requirements of WSDOT Section 5-04. B. Class G meeting the requirements of WSDOT Section 5-04. B. Aggregate 1. Conform to WSDOT Section 9-03.8. C. Asphalt Binder 1. Paving asphalt, Grade AR-4000W and in accordance with WSDOT Section 9-02.1(4). D. Temporary Flexible Pavement Patch ("Cold Mix") 1. Asphalt shall be MC 250 meeting the requirements of WSDOT Section 9-02. Mineral aggregate shall meet the same requirements as the aggregates used in Asphalt Concrete Class B meeting the requirements of WSDOT Section 9-03.8. 2.05 CEMENT CONCRETE A. As specified in WSDOT Section 5-05. B. Pavement 1. Class 4000. C. Curbs 1. Class 3000. D. Sidewalks and Curb Ramps 73130C 02500 -3 Bryn Mawr System Improvements • 1. Class 3000. E. High early strength concrete (HES) may be used upon approval of the Engineer. F. Pavement Opening to Traffic 1. Conform to WSDOT 5-05.3(17). 2.06 EXPANSION JOINT FILLER A. Premolded Joint Fillers 1. Conform to WSDOT 9-04. ART 3 EXECUTION 3.01 PAVEMENT REMOVAL A. General 1. Conform to the requirements of the referenced standards. 2. Saw cut per WSDOT requirements edges or removed to an existing joint. 3. Sawcut concrete pavement per WSDOT requirements. B. Asphalt Concrete Pavement 1. Prior to or following pipe installation and backfilling, cut the existing pavement at the paving limit specified in "WSDOT Standard Specifications" referenced in Section 5-04.3(5)E prior to placement of permanent pavement. 2. Paving Limit a. The "zone of stress influence (ZOI)" for the paving limit, for the purposes of this section, is defined as an area that abuts to and parallels each side of the trench excavation. The width of the zone on each side of the trench excavation is equal to one-fourth the depth of the excavation or a width determined by actual degree of deterioration, displacement, or loss of subgrade support. C. Curbs and Curbs and Gutters 1. Removed and replaced where the trench is within 2 feet of the curb, within the zone of influence, and where the curb is damaged during construction or where the curb is an integral part of the pavement. 3 02 TEMPORARY FLEXIBLE PAVEMENT PATCH A. Furnish, place and maintain a 6-inch minimum thick crushed rock surface and a 3-inch minimum coarse of Temporary Flexible Pavement Patch over disturbed pavement areas and where required by the Engineer, until permanent pavement is placed unless noted otherwise on the Drawings. B. At the Contractor's option, other Engineer's approved backfill may be proposed for use in lieu of the aggregate base. C. In the event that the temporary surface subsides after its initial placement, apply additional Temporary Flexible Pavement Patch to maintain a smooth surface. D. Surface C73130C 02500 -4 Bryn Mawr System Improvements 1. Smooth and apply even with that of the adjacent pavement. Compact and level to coincide with adjacent surfaces. 2. Prior to final restoration of the pavement, the Contractor shall remove the Temporary Pavement Patch, clean the exposed face of the existing pavement and restore the pavement. 3.03 CRUSHED SURFACING PLACEMENT A. Subgrade • 1. Areas to be paved: Graded and compacted in accordance with Section 02200. B. Crushed Surfacing 1. Placing of Crushed Surfacing a. As shown on the Drawings and in compliance with WSDOT Section 4-04. 2. Relative Compaction a. A minimum of ninety-five (95) percent as determined by the methods specified in WSDOT Section 4-04.3(5). WSDOT Test Method No. 606. C. Weed Control 1. Prior to paving, specific to sidewalks, bike paths, driveways, and parking lots, apply one application of an approved soil residual herbicide. 2. Begin paving within twenty-four(24) hours after application of herbicide. 3. Treat again with herbicide any area that has not been paved within the time limit or that has been rained upon. 4. Apply the herbicide uniformly in accordance with the manufacturer's recommendation. 5. Apply one application of an herbicide approved by the Engineer to kill the vegetation at areas to be paved prior to grading. 6. Application of Chemical Herbicide a. In accordance with the label recommendations and by an experienced applicator. b. Applicator: Licensed by the State of Washington for the class of herbicide utilized. c. Furnish the Engineer evidence that the herbicide used is registered in the State of Washington by the State Department of Agriculture for use under pavement. 7. Furnish the Engineer a copy of the product label for each herbicide to be used. 8. Deliver all chemicals to the job site in unopened containers. 9. Apply the chemicals only within the paving areas. 10. Assume all responsibility for rendering any area unsatisfactory for planting by reason of chemical application. 11. Notify adjacent property owners as required. 12. Damage to existing landscaping a. Replaced to the original condition. 3.04 ASPHALT CONCRETE PAVEMENT 073130C 02500-5 Bryn Mawr System Improvements A. General 1. Conform to the details, dimensions and grades specified or pre-existing if not specified. 2. The Finished Surface of the Pavement a. Minimum cross-slope to match existing and not vary from a true surface by more than 1/8-inch in 10 feet when tested with a straight edge. 3. Schedule pavement placement to accommodate the demands of traffic and perform as rapidly as possible to provide maximum safety and convenience to public travel. 4. Placing and compaction of the trench backfill, and the preparation and compaction of the trench backfill, and the preparation and compaction of the subgrade: In accordance with the requirements of Section 02200 and WSDOT Section 5-04. 5. After completion of the paving, clean the entire roadway surface by brooming, flushing or such other methods as may be required. 6. The Contractor is to install temporary flexible pavement patch within 24 hours after trench backfill and compaction. This is to reduce erosion and sediment and to prevent further breakup and cracking of the existing asphalt pavement Permanent trench patch and asphalt overlay is to be placed according to the contract plans when weather conditions meet the requirements of WSDOT Section 5-04.3 (16). B. Road Asphalt Concrete Pavement 1. Full width asphalt concrete pavement where shown: Conform to the technical requirements of the WSDOT specifications. 2. Prior to preparation of subgrade scarify the existing road surface and remove and dispose of existing materials as per Section 02110. 3. After the subgrade has been properly prepared and compacted and aggregate base properly placed, place crushed surfacing base course (Type F), crushed surfacing top course (Type R) and Class B asphalt in accordance with WSDOT Section 5-04.3(9) to a minimum compacted thickness. 4. Road Cross-Section a. As shown on the Drawings, or match existing. 5. Prior to placement of asphalt, true all pavement cuts so that the marginal lines are straight with vertical faces. 6. Tack coat the edges of the existing asphalt pavements and appurtenances immediately before placing new asphalt. 7. Then place, level, and compact the asphalt concrete pavement to conform to established cross section and grade to match adjacent paved surfaces. 3.05 CONCRETE PAVEMENT AND DRIVEWAYS A. Match existing unless shown otherwise on the Drawings. B. In accordance with WSDOT Section 5-05.3(18). C. For pavement less than 12 inches thick, thickened edges are required at the interface between existing and new concrete pavement. D. Thickened edges are required around all utility manholes or accesses. C73130C 02500-6 Bryn MawrSystem Improvements 1 E. Use all means and methods possible within the specifications to meet the time restriction requirements during the concrete paving operations. 3.06 CONCRETE SIDEWALK, CURBS, CURB AND GUTTER AND CURB RAMPS A. General • 1. Concrete work in accordance with WSDOT Section 8-04 and 8-14. 2. Curbs and curb gutter a. Section 8-04. 3. Sidewalks a. King County or the City of Renton. 3.07 OPENING PAVEMENTS TO TRAFFIC A. Unless otherwise approved in writing by the Engineer, do not open newly constructed cement concrete pavement unless the criteria of WSDOT Section 5-05.3(17) are met. 3.08 TRAFFIC LINE PAINTING A. Paint traffic lines in conformance with the requirements of Section 02580. END OF SECTION • C73130C 02500-7 Bryn Mawr System Improvements • SECTION 02580 PAVEMENT MARKING PART 1 GENERAL 1.01 DESCRIPTION. A. This section specifies placing the materials and labor for lane stripes, bicycle, traffic, and bus stop symbols, and thermoplastic striping upon the roadway surface for delineation and channelization. B. Install all pavement markings to replace the existing markings present at the start of construction. The markings include centerline roadway striping, stall designations for vehicles and the handicapped. 1.02 QUALITY ASSURANCE A. Referenced Standards Reference Title WSDOT/APWA 1996 Standard Specifications for Road, Bridge and Municipal Construction, and amendments. City Standards City of Renton Standards 1.03 WORK INCLUDED A. Replace at a minimum all street and parking markings which existed prior to construction with new markings, unless specified or directed otherwise by the Engineer. B. Provide temporary markings as required by WSDOT, and the City of Renton and as required to provide safe passage of vehicles, pedestrians and bicycles. • PART 2 PRODUCTS 2.01 MATERIALS A. Pavement Marking 1, Conform to the requirements of WSDOT Section 9-08. B. Thermoplastic Marking 1. Conform to WSDOT Section 8-22. • C. Pavement Markers 1. Conform to WSDOT Section 9-21. PART 3 EXECUTION 3.01 INSTALLATION A. Pavement Marking 1. Conform to WSDOT Section 8-22. C73130C 02580-1 Bryn Mawr System Improvements 2. Permanent Markings a. Completed within five (5) days of final pavement placement, weather permitting. 3. Temporary Pavement Markings a. Installed after completing sections of pavement if permanent markings are not utilized or existing markings are not visible. 4. Glass Spheres for Reflectorization a. Added to all traffic line stripes in accordance with WSDOT Section 8-22.3(4). 5. Pavement Markers a. Replaced in all areas which contain markers prior to construction. END OF SECTION C73130C 02580-2 Bryn Mawr System Improvements SECTION 02601 PRE-CAST MANHOLES PART 1 GENERAL 1.01 DESCRIPTION A. This section specifies standard precast concrete manholes, and handholes. 1.02 QUALITY ASSURANCE A. Referenced standards: Reference Title ACI 3.18 Building Code Requirements for Reinforced Concrete ASTM C33 Concrete Aggregates ASTM C55 Concrete Building Brick ASTM C139 Concrete Masonry Units for Construction of Catch Basins and Manholes ASTM C150 Portland Cement ASTM C443 Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets ASTM C478 Precast Reinforced Concrete Manhole Sections ASTM C857 Minimum Structural Design Loading for Underground Precast Concrete Utility Structures 1.03 SUBMITTALS A. Procedures 1. Section 01300. B. Shop Drawings and Equipment Data 1. Precast manholes. 2. Handholes. 3. For precast members designed by Contractor, calculations for all structural elements for which design criteria are shown on the Drawings shall be prepared and stamped by civil or structural engineer registered in the State of Washington. 4. Structural design calculations for loading and uplift conditions for all manholes. PART 2 PRODUCTS `I 2.01 MATERIALS A. Precast Concrete Manhole Sections 1. Conform to the requirements of ASTM C478. 2. Cement a. Conform to ASTM C150, Type II, unless shown as Type V. C73130C 02601 -1 Bryn Mawr System Improvements 3. Size, Length and Pipe Connection Method a. As shown on the Drawings. B. Flat Top Slabs 1. Design flat top slabs for manholes to meet structural requirements per ACI 318 based on applied soil, live load and impact loadings for the specific manhole. 2. The slab thickness and reinforcement shown in the drawings are minimum acceptable values. _ 3. Submit calculations as defined in Paragraph 02601-1.03. C. Base Slab 1. Design base slabs for manholes to meet structural requirements per ACI 318 based on applied soil, live load, impact load and uplift caused by buoyancy (based on a water surface 5'-0" below ground surface). 2. The base thickness and reinforcement shown in the drawings are minimum acceptable values. 3. Extend the base outside of manhole beyond that shown as required to resist buoyant uplift forces (based on the above groundwater condition). D. Manhole Joint Gaskets 1. Joint gaskets for precast reinforced concrete manhole sections a. Rubber. b. ASTM C443. E. Manhole Masonry Units 1. Concrete manhole block: Conform to ASTM C139 except as follows: a. The nominal horizontal thickness: 6 inches measured radially. b. Semicircular mortar grooves, 1-inch radius at ends. 2. Concrete Brick a. Conform to ASTM C55. F. Manhole Pipe Gaskets or Connections 1. Concrete Pipe a. For connections to new precast manholes, use a pipe to manhole connector furnished by the pipe supplier. b. The hole in the manhole: Compatible with the connector. c. Coordinate between pipe and manhole manufacturers. d. Watertight. G. Manhole Steps 1. Conform to the requirements of ASTM C478 and current OSHA standards. 2. Steps a. Injection molded copolymer polypropylene. b. Encapsulated '/2-inch diameter, Grade 60 steel reinforcing rod. C73130C 02601 -2 Bryn Mawr System Improvements c. M. A. Industries, Peachtree City, Georgia. d. H. Bowen Co., Inc., Portland, Oregon.• e. Or approved equal.H. Manhole Ring and Cover 1. Wherever possible, the existing manhole frame and covers should be reused. 2. Cast iron frames and covers shall conform to the WSDOT-APWA standard drawings. Castings shall conform to the requirements of ASTM A48 and shall be free of porosity, shrink cavities, cold shuts, or cracks or any surface defects which would impair serviceability. Repair of defects by welding, or by the use of "smooth-on" or similar material will not be permitted. Covers shall have "METRO SEWER" cast into them in 2 inch high letters. 3. A bituminous coating shall be applied to all surfaces. The Owner shall have the right to inspect and approve castings prior to painting. Manhole rings and covers shall be machine finished or ground on seating surfaces to assure non-rocking fit in any position and interchangeability. I. Rising Safety Post 1. Rising safety post shall be Model-2, Hot Dip Galvanized "Ladder UP" as manufactured by Bilco, New Haven, Connecticut, or equal. PART 3 EXECUTION 3.01 INSTALLATION A. Manholes 1. Manholes a. Install over six(6) inches of Type F, L or R fill as base for manhole. b. All lift holes: Grouted from the outside of the manhole prior to backfilling. B. Manhole Rims 1. Flush with the pavement or 6 inches above adjacent ground surface in unimproved areas • unless otherwise shown. C. All pipes connecting into the manhole: Sealed at the manhole with cast-in-place gaskets. • D. Smaller diameter pipes (less than 12 inches): Installed with A-Lok pipe connectors, Kor-N-Seal connection, or approved equivalent. E. Manhole steps shall be one (1) foot on center. END OF SECTION • C73130C 02601 -3 Bryn Mawr System Improvements SECTION 02610 GRAVITY SANITARY SEWER PART 1 GENERAL 1.01 DESCRIPTION A. This section specifies construction of the gravity sanitary sewer pipe downstream of the inverted siphon outlet structure. 1.02 SUBMITTALS A. As specified under the pipe material specifications. 1.03 PROTECTION OF LIVE SEWERS A. All existing live sewer, including side sewers, shall remain in service at all times. PART 2 PRODUCTS k.01 MATERIALS A. Pipe: Unless otherwise specified, conform to the following specifications: 1. Section 02612: Reinforced Concrete Pipe 2. Section 02613: Ductile Iron Pipe B. Magnetic Underground Utility Warning Tape 1. Bright colored. 2. Continuous printed with metallic backing. 3. Intended for direct burial. 4. Not less than 6 inches wide by 4 mils thick. PART 3 EXECUTION 3.01 PIPE INSTALLATION A. General 1. Excavation, bedding, backfilling and compacting: Section 02200. 2. Lay pipe with uniform bearing under the full length of the barrel of the pipe. 3. Clean the interior of the pipeline as the work progresses. 4. Allowable deviation to line and grade: a. Do not deviate the line and grade of any one pipe more than that specified in the following table. Maximum deviation per Pipe length, feet pipe length, feet 8 0.02 10 0.02 C73130C 02610 -1 Bryn Mawr System Improvements 12 0.02 16 0.02 b. The allowable deviation indicated above is not cumulative. 5. Keep assembled pipe joints in compression until the placement of the initial backfill is complete. 6. The pipe shall be laid upgrade, with the bell end forward or upgrade. B. Cleaning 1. Clean pipelines after backfilling and restoration of surfaces. 2. Clean pipelines 21 inches or less in diameter by the sewer ball method unless the pipeline can be shown to be clean by visual inspection. C. Marker tape 1. Install magnetic tape six inches above pipe crown. 3.02 BORING AND JACKING A. Refer to Section 02150 - Boring and Jacking 3.03 FIELD QUALITY CONTROL A. General - 1. Test pipe after cleaning and inspection by the Engineer. • 2. Test the first reach prior to backfilling and installing any of the remaining pipe. 3. Single or multiple reaches,may be tested after acceptance of the first reach of pipe. 4. Provide all necessary piping between the reach being tested and the water supply. All required equipment and materials are incidental to the testing of the pipe. 5. Methods, scheduling, and duration of tests shall be approved by the Engineer. B. Low Pressure Air Test: 1. Pipe may be tested with or without pre-wetting. 2. Plug all pipe outlets with suitable test plugs. Brace each plug securely. 3. Add air slowly to the portion of the pipe installation under test until the internal air pressure is raised to 4.0 psig in excess of any ground water backpressure, at the lowest point on the line. 4. Check exposed pipe and plus for abnormal leakage by coating with a soap solution. If any failures are observed, bleed off air and make necessary repairs. 5. After an internal pressure is obtained, allow at least two minutes for air temperature to stabilize, adding only the amount of air required to maintain pressure. 6: After the two minute period, disconnect air supply. 7. When pressure decreases to 3.5 psig over groundwater backpressure, start stopwatch. Determine the time in seconds that is required for the internal air pressure to drop 1.0 psig. 8. Concrete pipe (36 inches and under): The rate of air loss shall not exceed 0.003 CFM per C73130C 02610 -2 Bryn Mawr System Improvements square foot of internal pipe surface except that the computed rate for the test shall be not less than 2 CFM nor more than 3.5 CFM. 9. Ductile iron and fiberglass reinforced plastic pipe: The time for the test shall be four (4) times that computed for concrete. C. The Engineer may require an infiltration test if is appears that there is excessive infiltration after the air test are completed. The Engineer shall be the sole judge of whether or not this test is required. D. Infiltration Test 1. Infiltration test leakage shall not exceed 0.16 gph per inch diameter per 100 feet when natural groundwater head over the pipe is two feet or less above the crown of the pipe at the upper end of the test section. 2. Where the natural groundwater is more than 2 feet, the measure leakage shall not exceed 0.16 gph per diameter per 100 feet times the ratio of the square root of the natural groundwater head to the square root of 2. END OF SECTION C73130C 02610 r 3 Bryn Mawr System Improvements SECTION 02611 INVERTED SIPHON PART 1 GENERAL • 1.01 DESCRIPTION A. This section specifies construction of the inverted siphon. TART 2 PRODUCTS 2.01 PIPE A. Section 02618: Fiberglass Reinforced Plastic Pipe B. Section 02613: Ductile Iron Pipe PART 3 EXECUTION • 3.01 PIPE INSTALLATION A. For microtunnel portion: as specified in Section 02250-Microtunneling B. Open trench construction 1. Excavation bedding, backfilling and compacting: Section 02200. 2. Lay pipe with uniform bearing under the full length of the barrel of the pipe. 3. Clean the interior of the pipeline as the work progresses. 4. Allowable deviation to line and grade: • a. Do not deviate the line and grade of any one pipe more than that specified in the following table. Maximum deviation per Pipe length, feet pipe length, feet 8 . 0.02 10 0.02 12 0.02 16 0.02 b. The allowable deviation indicated above is not cumulative. 5. Keep assembled pipe joints in compression until the placement of the initial backfill is complete. 6. The pipe shall be laid upgrade, with the bell end forward or upgrade. C. Cleaning 1. Clean pipelines after backfilling and restoration of surfaces. 2. Clean pipelines 21 inches or less in diameter by the sewer ball method unless the pipeline can be shown to be clean by visual inspection. D. Marker tape C73130C 02611 -1 Bryn Mawr System Improvements 1. Install magnetic tape six inches above pipe crown. 3.02 FIELD QUALITY CONTROL A. General 1. Test pipe after cleaning and inspection by the Engineer. 2. Test the first reach prior to backfilling and installing any of the remaining pipe. 3. Single or multiple reaches may be tested after acceptance of the first reach of pipe. 4. Provide all necessary piping between the reach being tested and the water supply. All required equipment and materials are incidental to the testing of the pipe. 5. Methods, scheduling, and duration of tests shall be approved by the Engineer. B. Low Pressure Air Test: 1. Pipe may be tested with or without pre-wetting. 2. Plug all pipe outlets with suitable test plugs. Brace each plug securely. 3. Add air slowly to the portion of the pipe installation under test until the internal air pressure is raised to 4.0 psig in excess of any ground water backpressure, at the lowest point on the line. 4. Check exposed pipe and plus for abnormal leakage by coating with a soap solution. If any failures are observed, bleed off air and make necessary repairs. 5. After an internal pressure is obtained, allow at least two minutes for air temperature to stabilize, adding only the amount of air required to maintain pressure. 6. After the two minute period, disconnect air supply. 7. When pressure decreases to 3.5 psig over groundwater backpressure, start stopwatch. Determine the time in seconds that is required for the internal air pressure to drop 1.0 psig. 8. Concrete pipe (36 inches and under): The rate of air loss shall not exceed 0.003 CFM per square foot of internal pipe surface except that the computed rate for the test shall be not less than 2 CFM nor more than 3.5 CFM. 9. Ductile iron and fiberglass reinforced plastic pipe: The time for the test shall be four (4) times that computed for concrete. C. The Engineer may require an infiltration test if is appears that there is excessive infiltration after the air test are completed. The Engineer shall be the sole judge of whether or not this test is required. D. Infiltration Test 1. Infiltration test leakage shall not exceed 0.16 gph per inch diameter per 100 feet when natural groundwater head over the pipe is two feet or less above the crown of the pipe at the upper end of the test section. 2. Where the natural groundwater is more than 2 feet, the measure leakage shall not exceed • 0.16 gph per diameter per 100 feet times the ratio of the square root of the natural groundwater head to the square root of 2. END OF SECTION C73130C • 02611 -2 Bryn Mawr System Improvements � I SECTION 02612 REINFORCED CONCRETE PIPE TART I GENERAL 1.01 DESCRIPTION A. This section specifies reinforced concrete pipe and joints to be used for the gravity pipeline locations, as specified. 1.02 QUALITY ASSURANCE A. Referenced standards: Reference Title ASTM C76 Reinforced Concrete Culvert, Storm Drain and Sewer Pipe ASTM C139 Concrete Masonry Units for Construction of Catch Basins and Manholes ASTM C150 Portland Cement ASTM C361 Reinforced Concrete Low-Head Pressure Pipe ASTM C443 Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets ASTM C478 Precast Reinforced Concrete Manhole Sections ASTM C497 Test Methods for Concrete Pipe, Manhole Sections, or Tile WSDOT 1996 Standard Specifications for Road, Bridge and Municipal Construction and amendments. 1.03 SUBMITTALS A. Procedures: Section 01300. B. Shop Drawings and Equipment Data 1. Pipe design, stamped and signed by a professional engineer licensed in the State of Washington, based on all forces and loads that will be exerted on the pipe. 2. Fabrication Drawings a. Details of wall thickness, pipe joint,joint gasket, and reinforcement. b. Reinforcement details: Include the type of cage, the location of the cages in the pipe wall, the size and spacing of circumferential and longitudinal reinforcing steel, and the cross-sectional area of reinforcing steel in each cage per linear foot of pipe. c. Gasket details: Include the diameter of the cross section and the circumferential length. 3. Layout Drawings a. Illustrate placement of each pipe length including fittings. b. Pipe lengths and joints: Identified with a numbering system. C73130C 02612- 1 Bryn Mawr System Improvements 4. Test Results Provide notarized certification that the pipe being supplied passes the following tests as specified in the referenced paragraphs of this section: a. Concrete compression: paragraph 02612-2.02G. b. •D-load: paragraph 02612-2.02G. c. Hydrostatic: paragraph 02612-2.02G. d. Procedures for pipe acceptance: paragraph 02612-3.01. C. Certification 1. Certified copies of laboratory reports from gasket supplier indicating conformance with the -- specified requirements of Section 15075 and this Specification for each shipment of gaskets. 1.04 DEFINITIONS A. Pipe Joint 1. A connection between two pipe sections, made with the use of an additional gasket. B. Pipe Length 1. The pipe between 2 joints; part of a pipe section. C. Pipe Section 1. The reach of pipeline being installed. • PART 2 PRODUCTS 2.01 MATERIALS A. Pipe: Unless otherwise specified, conform to the following specifications: 1. RCP: ASTM C76: Class IV. 2. Cement: ASTM C150, Type II. 3. ASTM C497. B. Gaskets 1. Section 15075. 2.02 PERFORMANCE AND DESIGN REQUIREMENTS A. Joints 1. Design to withstand gasket compression without cracking plus a differential load of 4,000 Ibs/ft of internal diameter. B. Reinforcement 1. Total area of longitudinal steel not less than 0.2% of concrete cross sectional area. 2. For joints use 3 circumferential bars within 1.5 x socket depth from end of pipe. 3. Reinforcing Steel for each Length of Pipe C73130C 02612 -2 Bryn Mawr System Improvements • a. Held in place throughout the casting operation. • b. Lift holes are not acceptable. C. Pipe 1. Manufacture in conformance with ASTM C76. D. Joints 1. Rubber gasket conforming to ASTM C443, unless otherwise specified. E. Pipe Design 1. Design pipe and fittings to withstand the following 3-edge bearing load without visible cracking (0.01-inch) per ASTM C76: a. Class III: 1350 lbs/If times internal diameter of the pipe in feet. b. Class IV: 2000 lbs/If times internal diameter of the pipe in feet. c. Class V: 3000 lbs/If times internal diameter of the pipe in feet. F. Rubber Gasket Joints 1. Use either concrete bell and spigot or a double spigot and sleeve. 2. Sleeve (for double spigot and sleeve option) a. A reinforced thermoset plastic collar or a steel band. 3. Steel Band (if used) a. Apply a minimum of 16 mils of epoxy coating applied in 2 coats of'8 mils minimum per coat over the entire connection. G. Pipe Certification 1. Provide notarized certification that the pipe being supplied meets the following requirements: a. Concrete Compression Tests i. As specified in ASTM C76, Section 11.4.1. b. D-load Tests i. Pipe tested in accordance with ASTM C76,,Section 11.3 and ASTM C497. ii. Loads used for testing: The load to produce the 0.01-inch crack or the design test load, whichever is less, in the size and class to be supplied. c. Hydrostatic Tests i. Pipe specified to meet hydrostatic strength requirements: Test in accordance with ASTM C361, Section 10.4 (based on head of 25 feet). ii. Test both pipe and joints. H. Length and bevels 1. Fabricate pipe in nominal lengths of at least 8 feet except where shorter lengths are required to meet special conditions. PART 3 EXECUTION C73130C 02612-3 Bryn Mawr System Improvements 5.01 PIPE INSTALLATION A. Jointing 1. During jointing, neither mortar nor buttering compound is acceptable on either the exterior or interior of the joints. 2. Mortar all joints over 3/4-inch after jointing. END OF SECTION C73130C 02612-4 Bryn Mawr System Improvements SECTION 02613 DUCTILE IRON PIPE •ART 1 -GENERAL 1.01 DESCRIPTION A. This Section specifies ductile iron pipe and fittings for use in the open trenched section of the inverted siphon, inverted siphon outlet structure, miscellaneous manhole drop connections and work required to replace storm drain crossings on Park Drive. 1.02 REFERENCES A. This Section incorporates by reference the latest revision of the following documents. They are part of this Section as specified and modified. In case of a conflict between the requirements of the listed documents, the requirements of the local jurisdiction shall prevail. Reference Title WSDOT-APWA Standard Specifications for Road, Bridge, and Municipal Construction AVVWA American Water Works Association 1.03 SUBMITTALS A. Provide the following in accordance with the provisions of Section 01300: 1. Product Data a. Technical product data and installation instructions for piping products. 2. Record drawings at project close-out. •ART 2-PRODUCTS 2.01 PIPE AND FITTINGS A. General 1. Ductile iron pipe shall conform to AVVWA/ANSI C151/A21.51, standard thickness Class 52. The pipe shall be lined with cement mortar conforming to AVVWA/ANSI C104/A21.4 and coated with an asphaltic coating. Each length shall be plainly marked with the manufacturer's identification, year cast, class of pipe, and weight. Type of joint shall be rubber gasket, push- on type. Cement mortar lining for pipe and fittings shall be sealed. PART 3-EXECUTION 3.01 INSTALLATION A. Excavation, Backfilling, and Compacting 073130C 02613-1 Bryn Mawr System Improvements - 1. Provide excavation backfilling and compacting of trench as described in Section 02200, Earthwork. - • END OF SECTION C 3130C 02613 -2 Bryn Mawr System Improvements SECTION 02618 CENTRIFUGALLY CAST FIBERGLASS PIPE FOR GRAVITY SANITARY SEWERS PART 1 -GENERAL 1.01 SECTION INCLUDES A. Centrifugally cast fiberglass reinforced plastic (FRP) pipe. 1.02 REFERENCES A. ASTM D3262—Standard specification for reinforced plastic mortar sewer pipe. B. ASTM D3681 — Method for determining chemical resistance of reinforced thermosetting resin pipe in deflected condition. C. ASTM D4161 — Specification for "fiberglass" (glass-fiber-reinforced thermosetting-resin pipe joints using flexible elastomeric seals. 1.03 SUBMITTALS A. Submittals shall conform to requirements of Section 01300—Submittals. B. Provide sufficient data for the Engineer to properly evaluate the pipe. C. Product data submittals shall include the following, as a minimum: 1. Details of the proposed pipe. 2. Properties and strengths of the pipe. 3. Details of joint. 4. Pipe design analysis. 5. Instruction on storage, handling,transporting and installation. 6. Standard catalog sheets. D. Test reports: Provide test reports upon request, certifying that the pipe has been tested in accordance with the exceeds minimum requirements of ASTM D3262 and ASTM D3681. PART 2- PRODUCTS 2.01 MATERIALS A. Resin Systems: The manufacturer shall use only polyester resin systems with a proven history of performance in this particular application. The historical data shall have been acquired from a composite material of similar construction and composition as the proposed product. C73130C 02618-1 Bryn Mawr System Improvements B. Glass Reinforcements: The reinforcing glass fibers used to manufacture the components shall be off highest quality commercial grade glass filaments with binder and sizing compatible with impregnating resins. C. Fillers: Silica sand or other suitable materials may be used. D. Additives: Resin additives, such as pigments, dyes and other coloring agents, if used, shall in no way be detrimental to the performance of the product nor shall they impair visual inspection of the finished products. E. Rubber Gaskets: Gaskets shall be supplied by approved Gasket manufacturers and be suitable for the service intended. Gaskets shall either be affixed to the pipe by means of a suitable adhesive or shall be installed in such a manner so as to prevent the gasket from rolling out of the pipe's pre-cut groove. F. The internal liner resin shall be suitable for service as sewer pipe, and shall be highly resistant to exposure to sulfuric acid as produced by biological activity from hydrogen sulfide gases. G. Acceptable Manufacturer: Hobas Pipe USA, Inc. Or approved equal. 2.02 MANUFACTURE AND CONSTRUCTION A. Pipes 1. Furnish pipes in the diameters specified and within the tolerances specified below. 2. Manufacture pipe by the centrifugal casting process to result in a dense, nonporous, corrosion-resistant, consistent composite structure to meet the operating conditions as shown on the Drawings. 3. Do not use stiffening ribs or rings. B. Couplings: Unless otherwise specified, the pipe shall be field connected with fiberglass sleeve couplings that utilize elastomeric sealing gaskets as the sole means to maintain joint watertightness. The joints must meet the performance requirements of ASTM D4161. C. Fittings: Flanges, elbows, reducers, tees, and other fittings shall be capable of withstanding operating conditions when installed. They may be contact molded or manufactured from mitered sections of pipe joined by glass fiber reinforced overlays. 2.03 DIMENSIONS • A. Diameters: The actual outside diameter of the pipes shall be in accordance with Table 3 of ASTM D3262. B. Lengths: The pipe standard length will be approximately 20 feet. A maximum of 10 percent of the lengths, excluding special order pipes, may be supplied in random lengths. C. Wall Thickness: The minimum average wall thickness shall be the stated design thickness. The minimum single point thickness shall not be less than 90 percent of the stated design thickness. D. End Squareness: Pipe ends shall be square to the pipe axis. C73130C 02618-2 Bryn Mawr System Improvements E. Tolerance of Fittings: The tolerance of the angel of an elbow and the angel between the main and leg of a wye or tee shall be plus or minus 2 degrees. The tolerance on the laying length of a fitting shall be plus or minus 2 inches. 2 04 STIFFNESS CLAUSE A. Stiffness class of FRP pipe shall satisfy design requirements, but shall not be less than 46 psi, when used in direct bury operation; 36psi, when used as secondary tunnel liner. Stiffness class of FRP in a jacking operation shall be as required by jacking method and shall satisfy design requirements. Submit design calculations as required in Paragraph 1.03 of this section. 2 05 TESTING A. Pipes shall be tested in accordance with ASTM D3262. B. Joints: Coupling joints shall be qualified per the tests of Section 7 of ASTM D4161. 2.06 CUSTOMER INSPECTION A. The Engineer shall be entitled to inspect pipes or witness the pipe manufacturing. Such inspection shall not relieve the manufacturer of the responsibilities to provide products that comply with the applicable standards and these Specifications. B. Manufacturer's Notification to Customer: Should the Engineer wish to see specific pipes during any phase of the manufacturing process, the manufacturer must provide the Engineer with adequate advance notice of when and where the production of those pipes will take place. C. Failure to Inspect: Should the Engineer elect not to inspect the manufacturing, testing, or finished pipes, it in no way implies approval of products or tests. 2.07 PACKAGING, HANDLING, AND SHIPPING A. Packing, handling, and shipping should be done in accordance with the manufacturer's instructions. PART 3- EXECUTION 3.01 INSTALLATION A. The manufacturer must supply a suitable, qualified field service representative to be present periodically during the installation of pipes. B. Pipe Bedding: Conform to requirements of Section 02221 — Excavation, Trenching, Fill and Backfill Utilities. C. Pipe Handling: Use textile slings. D. Jointing: 1. Clean ends of pipe and coupling components 2. Check pipe ends and couplings for damage. Correct any damage found. 3. Coupling grooves must be completely free of dirt. C73130C 02618-3 Bryn Mawr System Improvements 4. Apply joint lubricant to pipe ends and rubber seals of coupling. Use only lubricants approved by the pipe manufacturer. 5. Use suitable auxiliary equipment, such as a wire rope puller, to pull pipe joints together. 6. Do not exceed forces recommended by the manufacturer for coupling pipe. If excessive force is required, remove coupling, determine source of problem, and correct it. 7. In the process of jointing the pipe, do not allow the deflection angle to exceed the deflection permitted by the manufacturer. E. If the pipe is cut in the field or the interior lining is disturbed, recoat the interior with a similar quantity of liner resin. F. Tests: Conform to requirements of Section 02611 — Inverted Siphon END OF SECTION C73130C 02618-4 Bryn Mawr System Improvements SECTION 02920 SOIL PREPARATION AND SOIL MIXES PART 1 -GENERAL • 1.01 DESCRIPTION A. This Section specifies the requirements for soil mixes for lawns and planting areas. 1.02 SUBMITTALS A. Procedures 1. Section 01300. B. Submit the following samples to the Engineer for approval: 1. Submit soil analysis from a soils testing laboratory for compost to the Engineer. Indicate source and obtain the Engineer's approval before hauling to site. 2. Compost-two (2) pound bag. ART 2 -PRODUCTS 2.01 MATERIALS A. Compost 1. Compost shall be 100% GroCo, as manufactured by King County and as distributed by Sawdust Supply Co., Inc., Seattle, WA or equivalent. In addition, compost shall have the following characteristics: a. Shall be made of fir/hemlock sawdust and biosolids. b. Shall be composted for over one year. c. Shall have a pH from 5.5 to 7.5. d. Shall contain at least 25%organic matter by dry weight. e. Shall have a maximum electrical conductivity of 5.0 mmhos/cm. f. Shall have a maximum carbon to nitrogen ratio of 40:1. g. Shall be certified by the Process to Further Reduce Pathogens (PFRP) guideline for hot composting as established by the United States Environmental Protection Agency. C73130C 02920 -1 Bryn Mawr System Improvements PART 3 -EXECUTION 3.01 PREPARATION AND PLACEMENT OF SOIL A. Prepare existing soil: Lawn areas shall be rototilled to a depth of six (6) inches and shrub/ground cover planting areas shall be rototilled to a depth of eight(8) inches. Remove from site all general debris, woody material, roots, weeds, weed seed, concrete and stones larger than 1-1/2" diameter within 2" of the surface. B. Lawns 1. Two (2) inches of compost shall be thoroughly tilled into the top four (4) inches of the pretilled base of existing soil. Remove from site all general debris, woody material, roots, weeds, weed seed, concrete and stones larger than 1-1/2" diameter within 2" of the surface. C. Herbaceous Planting Beds (Shrubs & Ground Cover Plantings) 1. Four (4) inches of compost shall be thoroughly mixed into the eight (8) inches of the pretilled base of existing soil. An additional four(4) inches of compost shall be thoroughly mixed into the top four (4) inches of amended soil. Remove from site all general debris, woody material, roots, weeds, weed seed, concrete and stones larger than 1-1/2" diameter within 2"of the surface. D. Trees 1. Trees in Isolated Conditions Backfill planting pits with native soil adding no additional soil amendments. 2. Trees in Planting Areas Amend planting pit soil around trees to match amended soil in planting areas. 3. Remove from site, all general debris, woody material, roots, weeds, weed seed, concrete, and stones larger than 1-1/2" diameter within 2" of the surface which is generated from the tree planting process. END OF SECTION - 1 C73130C 02920 -2 Bryn Mawr System Improvements SECTION 02930 LAWNS •ART 1 -GENERAL 1.01 WORK INCLUDED A. The Section specifies the requirements for sodding, seeding and hydroseeding. 1.02 SUBMITTALS A. Procedures 1. Section 01300 B. Product Data Submit product literature with name of product, manufacturer's name and compliance with specifications. 1. Commercial fertilizer 2. Dolomite lime 3. Mulch for hydroseeding 4. Seed a. Certification of mixture with purity, proportion by weight, weed seed content and germination percentage. C. Maintenance Schedule 1. Submit maintenance schedule for sod, seeding and hydroseeding during the guarantee period as described in Section 02930, Paragraph 3.07. Schedule should include at a minimum watering, fertilizing inspection and replacement. 1 03 DELIVERY, STORAGE, AND HANDLING A. Grass Seed 1. Deliver in clean containers of uniform weight and label as required by law. 1.04 PROJECT/SITE CONDITIONS A. Time of Seeding 1. Do not seed during windy weather and when the ground is frozen or excessively wet. C73130C 02930 -1 Bryn Mawr System Improvements J ART 2 - PRODUCTS 2.01 MATERIALS A. Sod 1. One year old from a seeding of 50% Perennial Turf Type Ryegrass, 30% Hybrid Kentucky Bluegrass and 20% Fine Fescue. Cut one (1) inch or less in mowing height prior to being lifted from field. Sod shall be dense, in vigorous condition, dark green in color and free from disease and harmful insects. B. Drought Tolerant Grass Seed Mix#1: Certified quality seed shall meet the following: % by % of Min. % of Max. % Weight Ingredient Pure Seed Germination Weed Seed 15% Stallion Select Perennial Rye 98% 90% 0.5% 17% Morning Star Perennial Rye 98% 90% 0.5% 16% 240 Perennial Rye 98% 90% 0.5% 20% Creeping Red Fescue 98% 90% 0.5% 20% Camaro Chewings Fescue 98% 90% 0.5% 10% Eureka Fescue 98% 90% 0.5% 2% Red Clover 98% 90% 0.5% C. Wet Tolerant Meadow Grass Seed Mix#2: Certified quality seed shall meet the following: % by % of Min. % of Max. % Weight Ingredient Pure Seed Germination Weed Seed 70% Perennial Rye 97% 90% 0.5% 15% Cindy Creeping Red Fescue 95% 90% 0.5% 15% Longfellow Chewing Fescue 95% 90% 0.5% D. York Hydroseed Mixture: Certified quality seed shall met the following: 1. Grass seed mixture shall be made up of 100% Ryegrass mix.. 2. All seed shall be pure, live seed. E. Fertilizer 1. Lawn fertilizer(14-18-12). Acceptable product is Pacific Agro or Lilly Miller, or equivalent. 2. General lawn fertilizer(6-2-4). Acceptable product is Pacific Agro or Lilly Miller. 3. Sodding fertilizer(12-4-8). Acceptable product is Pacific Agro or Lilly Miller. F. Dolomite Lime 1. Fine ground dolomite retained by Taylor Standard Sieves as follows: #20, sieve retains 0 percent. #100, sieve retains 25 percent. C73130C 02930 -2 Bryn Mawr System Improvements 2. Packaged in new, waterproof, non-overlain bags, clearly labeled as to weight, manufacturer and content. G. Water 1. Ensure an adequate supply of water. Furnish all necessary hoses, equipment, attachments, and accessories for adequate watering of lawn areas. H. Mulch for Hydroseeding 1. Silva-Fiber as manufactured by Weyerhaeuser Company, dyed green to facilitate inspection of the placement. I. Tackifier for Hydroseeding 1. Tackifier shall be an organic biodegradable binder made to hold mulch to soil. PART 3 -EXECUTION 3.01 EXAMINATION OF SITE A. Prior to installation of lawn, verify the location of all electrical lines, utilities, and under drainage systems. Take precaution not to disturb or damage sub-surface elements. Contractor shall make repairs to damaged utilities at own expense. B. Confine work to areas designated. Do not disturb existing vegetation outside of project limit lines. Protect all existing vegetation within project limits designated not to be removed. Replace vegetation damaged as a result of Contractor's operation to satisfaction of Engineer. C. Contractor shall be cognizant of all existing buildings, equipment, paving, surfacing, and fencing so that landscape operations do not damage any of the above mentioned items. Repair or replacement shall be made at the Contractors expense in a manner satisfactory to the Engineer. 3.02 INSPECTION A. Inspection of Sod 1. Submit sample of sod to the Engineer for acceptance prior to delivery to site. 2. Inspection and acceptance of sod is mandatory and the Engineer reserves the right to reject sod at any time until final inspection and acceptance. 3. All rejected sod shall be removed from site. 4. Produce sales receipts and certificates of inspection if requested. B. Inspection of Grading 1. Finish grades must be observed and approved by Engineer prior to seeding or sodding. 3.03 INSTALLATION A. General • C7 130C 02930 -3 Bryn Mawr System Improvements 1. Notify the Engineer of all subsurface drainage or soil conditions detrimental to growth or survival of lawn. B. Grading 1. Establish finish grades with amended soil in accordance with elevations shown on the drawings, ensuring no pockets or any other surface obstructions to positive drainage are present. C. Sodding 1. Install sod immediately upon delivery to site. Grade to receive sod must be smooth without depressions or high spots prior to laying. 2. Apply 12-4-8 fertilizer at the rate of 6 pounds per 1,000 square feet with dolomite lime at the rate of 50 pounds per 1,000 square feet. 3. Lay sod over prepared surface, working from plywood platform strips placed over newly laid sod: Lightly rake the seed ahead of strip and lay with all joints tightly batted. 4. Maintain soil moisture during laying operation. D. Seeding for General Lawns 1. Seed lawn areas at the rate of six pounds per 1,000 square feet. 2. Sow half of seed at right angles to the first sowing. Lightly rake to cover seed and compact by rolling. Water as required to maintain moist soil to a depth of at least (4) inches. 3. Apply 14-18-12 fertilizer at the rate of 30 pounds per 1,000 square feet, together with dolomite lime at the rate of 50 pounds per 1,000 square feet. 4. Produce a close stand of grass within 60 days after seeding. Approximately 21 days after germination re-fertilize with (6-2-4) fertilizer at a rate of 15 pounds per 1,000 square feet. Re-seed barren areas as originally specified. E. Hydroseeding 1. Notify the Engineer not less than 24 hours in advance of seeding operation for approval of grade before seeding. 2. Accomplish seeding with a hydroseeder which utilizes water as the carrying agent, and maintains a continuous agitator action that keeps seed and fertilizer mixed in uniform distribution until pumped from tank. 3. Maintain pump pressure for a continuous non-fluctuating system stream of solution. 4. Apply seed, fertilizer and mulch at the following rates: a. Seed-240 pounds per acre b. Fertilizer(14-18-12) -200 pounds per acre C73130C 02930 -4 Bryn Mawr System Improvements c. Mulch (Silva-Fiber) - 1,000 pounds per acre • d. Tackifier-40 pounds per acre 5. Produce a close stand of grass within 60 days after seeding. Approximately 21 days after germination re-fertilize with (6-2-4) fertilizer at a rate of 15 pounds per 1,000 square feet. Re-seed barren areas as originally specified. 3.04 MAINTENANCE AND CLEANUP • A. Hydroseed Areas 1. Maintain constant moisture to a depth of six (6) inches. For lawn areas, keep areas free of undesirable weeds and grasses by the application of selective weed killers or hand pulling. Maintain by watering, weeding, reseeding, mowing, fertilizing and other necessary operations to establish an even, thick, vigorous stand of grass. B. Site Maintenance 1. During the period of construction, the Contractor shall keep all areas of construction and items of work clean and in good condition. Keep areas free of trash and debris; keep concrete pavements swept clean; and maintain mulched, neat and orderly planting areas. C. Cleanup 1. Prior to provisional or final inspection, the Contractor shall clear the project site of all debris, clippings, and discard materials. 3.05 PROTECTION OF SEEDED AREAS A. Protect against harm from wind, trespassing and damage. Provide safeguards and protection. Replace damaged portions. 3.06 INSPECTION AND ACCEPTANCE OF LAWNS A. Request for Inspection 1. Notify the Engineer at least three (3)days before anticipated inspection. B. Acceptance of Work 1. Upon completion of all repairs, the Engineer shall verify provisional acceptance of lawns to the Owner. Provisional acceptance lawns shall constitute the beginning of the guarantee period. 3.07 GUARANTEE PERIOD AND FINAL ACCEPTANCE A. Duration of Guarantee 1. Lawns shall be guaranteed for a period of one (1) year from the date of provisional acceptance to be in good, healthy, and flourishing condition. 2. Replace defective materials noted and upon completion of replacements, final acceptance will be verified in writing by the Engineer. C73130C 02930 -5 Bryn Mawr System Improvements • END OF SECTION C73130C 02930 -6 Bryn Mawr System Improvements SECTION 02950 TREES,SHRUBS AND GROUND COVER PART 1 -GENERAL .01 DESCRIPTION A. This Section specifies the requirements for trees, shrubs and ground covers for maintaining existing landscape or the placement of new landscape. Existing landscape is to be maintained according to the provisions of Sections 1.05 and 1.06. Replacement landscape plants are only to be provided when existing plants are not removed, maintained, and replanted in acceptable condition by the contractor. ' .02 QUALITY ASSURANCE A. General 1. All replacement plant material shall be nursery grown under climate conditions similar to or hardier than at the site and meet or exceed applicable American Association of Nurserymen (AAN) Standards. 2. Replacement plants shall be of normal habit of growth, healthy, vigorous, and free of disease, insects, insect eggs and larva. 3. Measurements shall be taken with all branches in their normal growing position. 4. Prune no plants prior to delivery to site. 5. Trees shall not be broken nor bark bruised, cut, or removed in any manner. B. Standards 1. Measurements, caliper, branching, grading, quality, balling and burlapping shall follow the American National Standards as defined by the American Association of Nurserymen in the American Standard for Nursery Stock(ASNS), ANSI Z60.1-1986, latest edition. 1.03 SUBMITTALS A. Procedures 1. Section 01300 B. Plant Materials 1. Replacement Plant Procurement a. Verify all sources of supply to insure that all plants of the species, size and quality specified are available. It is the Contractor's responsibility to locate plant materials. b. Submit samples of all plant material to the Engineer for acceptance prior to shipment to site. Color photographs may be.acceptable. C73130C 02950-1 Bryn Mawr System Improvements c. When requested by the Engineer, produce sale receipts for nursery stock and certificates of inspection from required authorities. P 2. Replacement Planting Quantity: The total number of replacement plants provided shall be the same as those destroyed during construction. Existing plants may be removed, maintained, and replaced provided they are in good health and acceptable condition. 3. Substitutions a. Substitutions are strongly discouraged. No substitutions shall be made without the written approval of the Engineer. Requests for substitutions must be • accompanied by written proof from at least 5 sources (major suppliers) that any plant is not available. C. Maintenance Schedule 1. Submit maintenance schedule for all plants during the guarantee period. Schedule shall include at a minimum watering, fertilizing, inspection and replacement. 1.04 DELIVERY, STORAGE, AND HANDLING A. All plant material shall be transported to planting locations with care to prevent damage. Tie back branches as necessary, and protect bark from chafing with burlap bags: Do not drag plant material along ground without proper protection of roots and branches. B. If planting is delayed more than 24 hours after delivery, set balled and burlapped plants on the ground, well protected with soil or wet peat. Adequately cover all roots of bare root material with soil or wet peat. Protect rootballs from freezing, sun, drying winds or mechanical damage. Water as necessary until planted. Do not heel in plants for more than one(1)week. C. Special Handling of Trees Three (3) Inch Caliper and Larger 1. Lift all trees by rootball only. Secure on pallet as necessary to avoid breaking root ball. 2. No bark scars will be accepted. Protect bark from cables and lines with burlap cover or rubber mat. Tie back branches as necessary to avoid breakage during installation. 1.05 PROJECT/SITE CONDITIONS A. Planting Time 1. Balled and Burlapped Stock a. Plant during periods which are normal for such work, as determined by season, weather conditions and accepted practice. 2. Do not plant when ground is frozen or excessively wet. B. Disposal of Waste Materials 1. Remove all plastic labels, materials, and synthetic burlap from planting pit, after plant is in place. Remove from site. C73130C 02950 -2 Bryn Mawr System Improvements ART 2 - PRODUCTS 2.01 REPLACMENT PLANT MATERIAL A. Condition of Replacement Plants• 1. All plants shall be from stock which has been acclimated to conditions similar to those at the project site and which have been consistently cultivated and grown in these conditions. No cold storage plants. B. Replacement Trees and Shrubs 1. Trees a. Straight trunks with leader intact, undamaged and uncut. Rootball diameter shall be in accordance with ASNS. 2. Replacement plant materials shall be sound, healthy and vigorous; well-branched and densely foliated when in leaf; free from disease, insect pests, eggs or larva and with healthy, well developed root systems. C. Balled and Burlapped Stock 1. Dig with firm, natural, balls of earth of sufficient diameter and depth to encompass fibrous and feeding root system. 2. Wrap root balls firmly with burlap and bind with twine or wire mesh. D. Container Stock 1. Grown in delivery containers for not less than six (6) months but not more than two (2) years. • 2. Root bound conditions and broken balls of earth will not be allowed. Do not handle by trunks, stems or tops. 2.02 TREE STAKING MATERIALS A. Deciduous and Coniferous Trees 1. Stake trees with two (2) -2 inch x 2 inch cedar or fir wood stakes (see detail for length). Attach to tree with wire tie loops (four(4) times diameter of tree), and 3/4" diameter black rubber garden hose to protect tree trunk. 2.03 FERTILIZER AND BARK MULCH FOR TREES, SHRUBS AND GROUND COVERS A. Fertilizer .1. (6-10-8) as produced by Pacific Agro or approved equal. B. Bark Mulch 1. Ground Fir or Hemlock bark of uniform color free from weed seeds, sawdust and splinters. Mulch shall not contain resin, tannin, wood fiber or other compounds detrimental to plant life. Moisture content of bagged mulch not to exceed 22 percent. Size range of 1/2"to 1-1/4"with a maximum of 20 percent passing 1/2"screen. C. Cultivate soil to remove all existing weeds and grass. Apply two (2) to three (3) inch layer of bark mulch throughout planting bed for shrubs and ground covers, and in a minimum three (3) foot radius circle around trunk of each tree. See landscape details for depth of bark mulch. C73130C 02950 -3 Bryn Mawr System Improvements 2.03 TREE WRAP A. Tree wrap to be placed on trees planted in fall and removed by the following spring. Tree wrap to extend from base to second set of branches. PART 3 -EXECUTION 3.01 INSPECTION A. Inspection of Trees and Shrubs for Replacement 1. The Engineer may visit nursery location with the Contractor to select and tag all specimen plant materials. This would include trees over two and one-half(2-1/2) inch in caliper and shrubs over thirty-six (36) inches in height. 2. The Contractor shall locate specimen plant materials and be present for inspection of , plants at source. Request the visit at least seven (7) days in advance of the desired inspection date. 3. Inspection and acceptance of all plants, prior to planting is mandatory and the Engineer reserves the right to reject any or all plant material at any time until final inspection and acceptance. 3.02 INSTALLATION A. General 1. Notify the Engineer of all subsurface draining or soil conditions detrimental to growth or survival of plant material. B. Trees and Shrubs 1. Locations of all trees shall be inspected and accepted by the Engineer prior to planting. Indicate the location of each tree with a two (2) inch square by two (2) foot long wood stake or wire stake with flag. Place containerized or balled and burlapped shrubs in proposed locations for observation by Engineer prior to .planting. Begin planting after approval of locations by the Engineer. 2. Procedure for Planting a. Apply (6-10-8) fertilizer to backfill at one (1) pound per inch caliper of tree and at 30 pounds per 1,000 square feet for shrubs. b. Add native soil to bottom of plant pit and tamp firmly to prevent settlement. Place plant in pit in upright condition and remove binding of upper one-third of balled and burlapped stock and loosen burlap or release root covering and spread roots of container and bare root plant. c. Fill planting pit to two-thirds depth and tamp with foot. Flood holes with sufficient water. d. After surplus water drains off, fill hole to finish grade with backfill and form soil basin around each plant. Tamp soil firmly and add bark mulch. Stake tree. C. Ground Cover 1. Place plants in containers in proposed locations for observation by Engineer prior to planting. An area of approximately 1,000 square feet should be laid out showing a typical C73130C 02950-4 Bryn Mawr System Improvements configuration. Engineer reserves the right to field adjust plant locations prior to planting. Begin planting after approval of locations by Engineer. a. Clean ground cover areas of all extraneous material. b. Apply 6-10-8 fertilizer to amended soil at 30 pounds per 1,000 square feet for ground cover areas. c. Dish out plant pockets in staggered rows. Set plants to grade, laying plant at 45 degree angle with slope before backfilling with amended soil. d. Cover ground cover beds with bark mulch after completion of planting. 3.03 PROTECTION A. Protect against harm from wind, trespassing and damage. Provide safeguards and protection. Replace damaged portions promptly and as specified. 3.04 PRUNING AND REPAIR A. After installation, all plant material shall be pruned in conformance with the best horticultural practice, appropriate to the type of plant. Top pruning shall remove all damaged twigs and branches, and compensate for loss of roots during planting operation. Top growth removal to compensate for root loss shall not exceed one-fourth (1/4) of the top growth unless otherwise specified or directed by the Engineer. B. Pruning shall be done in such a manner as not to change the natural habit or shape of the plant. All cuts shall be made flush, leaving no stubs. Cuts over three-fourths (3/4) inch diameter shall _ be treated with an approved tree wound dressing. Pruning shall produce a clean cut without bruising or tearing the bark and shall be in living wood where the wound can heal over properly. Evergreen plants shall not be pruned except to remove dead or broken branches. 3.05 MAINTENANCE AND CLEANUP A Site Maintenance 1. Maintenance shall coincide with and be continuous during planting operations. Maintenance shall continue until all planting is complete and accepted to establish thriving plants. 2. During the period of construction, the Contractor shall keep all areas of construction and items of work clean and in good condition. Keep areas free of trash and debris; keep concrete pavements swept clean; and maintain mulched, neat and orderly planting areas. B. Cleanup 1. Prior to provisional or final inspection, the Contractor shall clear the project site of all debris, clippings, and discard materials. 3.06 INSPECTION AND ACCEPTANCE OF PLANTINGS A. Request for Inspection 1. Notify the Engineer at least three(3)days before anticipated inspection. B. Acceptance of Work C73130C 02950-5 Bryn Mawr System Improvements 1. Upon completion of all repairs, the Engineer shall verify provisional acceptance of planting materials to the Owner. Provisional acceptance of plant materials shall constitute the beginning of the guarantee period. . 3.07 GUARANTEE PERIOD AND FINAL ACCEPTANCE A. Duration of Guarantee 1. Plant materials shall be guaranteed for period of one (1) year, unless otherwise specified, from the date of provisional acceptance to be in good, healthy, and flourishing condition. 2. Replace defective plant materials noted and upon completion of replacements, final acceptance will be verified in writing by the Engineer. END OF SECTION • • • C73130C 02950 -6 Bryn Mawr System Improvements ' ' . TABLE OF CONTENTS • DIVISION 3 , CONCRETE • ,.I • 03200 Concrete Reinforcement • . 1 03300' Cast-in-Place Concrete ' ' 03600' ., Grout • . . . • , • • • • • • C73130C Bryn Mawr System Improvements 1 SECTION 03200 CONCRETE REINFORCEMENT PART 1 GENERAL 1.01 DESCRIPTION A. This section specifies reinforcing steel for use in reinforced concrete. 1.62 QUALITY ASSURANCE A. Quality Control by Contractor 1. To demonstrate conformance with the specified requirements for cast-in-place concrete, the Contractor shall provide the services of an independent testing laboratory which complies with the requirements of ASTM E329. The testing laboratory shall sample and test concrete related materials as required in Section 03300. Costs of testing laboratory services shall be borne by the Contractor. B. References 1. This section contains references to the following documents. They are a part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents,the requirements of this section shall prevail. Reference Title ACI 315 Details and Detailing of Concrete Reinforcement ASTM A82 Steel Wire, Plain,for Concrete Reinforcement ASTM A185 Steel Welded Wire, Fabric, Plain for Concrete Reinforcement ASTM A615/REV B Deformed and Plain Billet-Steel Bars for Concrete Reinforcement ASTM A706/REV B Low-Alloy Steel Deformed Bars for Concrete Reinforcement ASTM E329 Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials as Used in Construction AWS D1.4 Structural Welding Code—Reinforcing Steel CRSI-PRB Placing Reinforcing Bars CRSI-MSP 1 Manual of Standard Practice FEDSPEC QQ-W-461H Wire,Steel, Carbon (Round, Bare, and Coated) 1.03 PLACING DRAWINGS A. The Contractor shall prepare reinforcement placing drawings conforming to the requirements of ACI 315. Placing drawings shall include bar lists,schedules, bending details, placing details, and placing plans and elevations as required to fully delineate this portion of the work. B. The placing drawings shall be submitted to the Engineer for review and comment. Review shall be for general conformance with the contract documents regarding bar grade, size, spacing, and configuration. Bar dimensions and quantities will not be reviewed. 1.04 SUBMITTALS A. Reinforcement placing drawings conforming to the requirements of paragraph 03200-1.03 shall be provided in accordance with Section 01300. C73130C 03200 -1 Bryn Mawr System Improvements Bryn Mawr Trunk Replacement B. Product Data 1. Certified Mill Test Reports 2. Welder Qualification Certification in accordance with AWS D.1.4 -ART2 PRODUCTS 2.01 BAR REINFORCEMENT A. Reinforcing bars shall be deformed billet steel in conformance with ASTM A615, including supplementary requirements. Bars shall be Grade 60. Bars to be welded shall be deformed billet steel conforming to ASTM A706. 2.02 WIRE FABRIC A. Wire fabric shall be welded steel mesh conforming to ASTM A185. 2.03 TIE WIRE A. The wire shall be minimum 16 gage annealed steel conforming to FEDSPEC QQ-W-461H. 2 04 BAR SUPPORTS A. Bar supports coming into contact with forms shall be CRSI Class 1 plastic protected or Class 2 stainless steel protected and shall be located in accordance with CRSI MSP-1 and placed in accordance with CRSI PRB. Concrete block supports shall be provided for footing and slabs on grade. Stainless steel or plastic protected plain steel supports shall be provided for other work. PART 3 EXECUTION 3 01 FABRICATION A. Reinforcing steel shall not be bent or straightened in a manner which will injure the material. Bars with kinks or with bends not shown shall not be used. Heating or welding bars shall be performed in accordance with AWS D1.4 and shall only be permitted where approved by the Engineer. Bars shall not be welded at the bend. 3.02 PLACEMENT A. Reinforcing steel shall be placed in accordance with CRSI PRB and CRSI MSP-1. B. Reinforcing steel shall be positioned accurately and secured against displacement by using annealed iron wire at intersections and shall be supported by concrete or metal chairs, spacers or metal hangers. Tack welding of cross bars is not acceptable. Bars shown on the drawings shall not be repositioned (buried) to act as support bars. Additional bars shall be provided as required for supports. Steel rods and pegs may be used to support reinforcing steel on rock foundations. Reinforcing steel shall be placed in such a manner as to not damage waterproofing membrane or plastic lining which has been previously applied or constructed. Reinforcing steel shall be shop-bent or slightly relocated where necessary to clear waterstop. Reinforcing steel shall not be placed on fresh concrete or forced into fresh concrete. • C73130C 03200 -2 Bryn Mawr System Improvements Bryn Mawr Trunk Replacement C. Supports for embedded items shall not be welded to the reinforcement. Additional reinforcement may be provided for this purpose. 3.03 SPLICING A. Reinforcing steel shall be spliced as shown. Additional splices may be provided where approved by the Engineer. B. In slabs, beams, girders and walls, reinforcing steel shall not be spliced in areas of maximum stress. Splices of adjacent bars shall be staggered at least one splice length, unless otherwise specified. 3.04 CLEANING A. Reinforcing steel shall be cleaned of mill rust scale, dried concrete, or other coatings that may reduce bond. Reinforcement reduced in section is not acceptable. When concrete placement is delayed, reinforcement shall be cleaned by sandblasting if directed by the Engineer. END OF SECTION C73130C 03200 -3 Bryn Mawr System Improvements Bryn Mawr Trunk Replacement SECTION 03300 CAST-IN-PLACE CONCRETE PART 1 GENERAL 1.01 DESCRIPTION A. This section specifies cast-in-place concrete which consists of furnishing all material, mixing and transporting equipment, and performing all labor for the proportioning, mixing, transporting, placing, consolidating, finishing and curing of concrete in the structure. Concrete shall be composed of Portland cement,fine aggregate, coarse aggregate, pozzolan, admixtures, and water as hereinafter specified. 1.02 QUALITY ASSURANCE A. Quality Control By Contractor 1. To demonstrate conformance with the specified requirements for cast-in-place concrete,the Contractor shall provide the services of an independent testing laboratory which complies with the requirements of ASTM E329. The testing laboratory shall sample and test concrete materials as specified in paragraphs 03300-2.01, 2.02, and 3.17. Costs of testing laboratory services shall be borne by the Contractor. B. Basis For Quality 1. Cast-in-place concrete shall conform to the requirements of ACI 301, except as modified herein. C. References 1. This section contains references to the following documents. They are a part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents,the requirements of this section shall prevail. Reference Title ACI 211.1 Selecting Proportions for Normal, Heavy Weight and Mass Concrete ACI 214 Evaluation of Strength Test Results of Concrete ACI 301 Structural Concrete for Buildings ACI 304R Guide for Measuring, Mixing,Transporting, and Placing Concrete ACI 305R Hot Weather Concreting ACI 306R Cold Weather Concreting ACI 347 Concrete Formwork ASTM C31 Making and Curing Concrete Test Specimens in the Field ASTM C33 Concrete Aggregates C7:130C 03300-1 Bryn Mawr System Improvements Bryn Mawr Trunk Replacement Reference Title ASTM C39 Compressive Strength of Cylindrical Concrete Specimens ASTM C42 Obtaining and Testing Drilled Cores and Sawed Beams of Concrete ASTM C94 Ready-Mixed Concrete ASTM C136 Sieve Analysis of Fine and Coarse Aggregates ASTM C143 Slump of Portland Cement Concrete ASTM C150 Portland Cement ASTM C172 Sampling Freshly Mixed Concrete ASTM C231 Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C260 Air-Entraining Admixtures for Concrete ASTM C309 Liquid Membrane-Forming Compounds for Curing Concrete ASTM C494 Chemical Admixtures for Concrete ASTM C595 Blended Hydraulic Cements ASTM C618 Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete ASTM D75 Sampling Aggregates ASTM E329 Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials as Used in Construction CRD-0572 Corps of Engineers Specifications for Polyvinylchloride Waterstop 1.03 SUBMITTALS A. Reports of concrete mix designs shall be provided in accordance with Section 01300, Submittals Procedure. Requirements for the reports are specified in paragraph 03300-2.02 C. B. Submit the following product data in accordance with Section 01300, Submittals Procedure: 1. Manufacturer's Data a. Copies of manufacturer's data shall be provided for the following: 1. Waterstops 2. Retardants 3. Curing compounds 4. Bonding compounds 5. Surface hardener C73130C 03300-2 Bryn Mawr System Improvements Bryn Mawr Trunk Replacement 2. Laboratory Test Reports a. Before delivery of materials, copies of the reports of the tests specified herein shall be provided. Test reports on previously tested materials shall be accompanied by the manufacturer's statement that the previously tested material is the same type, quality, manufacture and make as that proposed for use in this project. Test reports are required for the following: 1. Cement 2. Aggregates 3. Pozzolan 4. Admixtures 5. Curing compounds 6 Retardants 7. Bonding compounds 8. Concrete strength,slump,temperature, air content, and mix design 3. Ready-Mixed Concrete Truck Delivery Tickets a. Each load of ready-mixed concrete delivered to the job site shall be accompanied by a delivery ticket showing the information listed in ASTM C94, Section 16. 4. Evidence Of Testing Laboratory Competence a. The Contractor shall require that the laboratory provide directly to the Engineer evidence of the most recent inspection of its facilities by the Cement and Concrete Reference Laboratory of the National Bureau of Standards. The evidence shall show that deficiencies mentioned in the report of that inspection have been corrected. The evidence of inspection shall be provided prior to beginning the work of this section. PART 2 PRODUCTS 2.01 MATERIALS A. Cement 1. Portland cement shall be ASTM C150, Type II or Type V, low alkali, containing less than 0.60 percent alkalies. Portland-pozzolan cement shall be ASTM C595, Type IP(MS), interground, low alkali. B. Aggregates 1. General a. Except as modified herein, fine and coarse aggregates shall conform to ASTM C33. Fine and coarse aggregates shall be regarded as separate ingredients. Aggregates shall be nonreactive and shall be washed before use. b. Tests for size and grading of fine and coarse aggregates shall be in accordance with ASTM C136. Combined aggregates shall be well and uniformly graded from coarse to fine sizes to produce a concrete that has optimum workability and consolidation characteristics. The final combined aggregate gradation shall be established during the design mix. c. When sources of aggregates are changed,test reports shall be provided for the new material. The tests specified shall be performed prior to commencing concrete work. C73130C 03300 -3 Bryn Mawr System Improvements Bryn Mawr Trunk Replacement 2. Fine Aggregate a. Fine aggregate shall be hard, dense,durable particles of either sand or crushed stone • regularly graded from coarse to fine. Gradation shall conform to ASTM C33. Fine aggregate shall not exceed 40 percent by weight of combined aggregate total, except for concrete with coarse aggregate of less than maximum size 1/2 inch. 3. Coarse Aggregate a. Coarse aggregate shall be hard,dense and durable gravel or crushed rock free from injurious amounts of soft and friable particles, alkali, organic matter. Other deleterious substances shall not exceed the limits listed in ASTM C33, Table 3. Gradation of each coarse aggregate size specified in paragraph 03300-2.02 A shall conform to ASTM C33,Table 2. C. Pozzolan 1. Pozzolan shall be Class N, natural pozzolan, or Class F, fly ash, conforming to ASTM C618. Fly ash pozzolan shall contain less than 1 percent by weight carbon and less than 3 percent by weight sulfur trioxide. Pozzolan supplied during the life of the project shall have been formed at the same single source. 2. The pozzolan color shall not substantially alter the resulting concrete from the normal gray color and appearance. D. Admixtures 1. General a. Admixtures shall be compatible with the concrete. Calcium chloride or admixtures containing calcium chloride are not acceptable. Admixtures shall be used in accordance with the manufacturer's recommendations and shall be added separately to the concrete mix. I I 2. Water Reducing Retarder a. Water reducing retarder shall be ASTM C494, Type D, and shall be Master Builders, Pozzolith 300-R; Sika Chemical Corp., Plastiment; or equivalent. b. The water reducing retarder shall reduce the water required at least-11 percent for a given concrete consistency and shall comply with the water/cement ratio standards of ACI 211.1. 3. Air Entraining Agent a. Air entraining agent shall be Master Builders, MB-AE10; W. R. Grace and Co., DaraVair, or equivalent. The air entraining agent added shall produce, in accordance with ASTM C260, an entrained air content specified in paragraph 03300-2.02 A for each class of concrete. E. Water 1. Water for washing aggregate,for mixing and for curing shall be free from oil and deleterious amounts of acids, alkalies, and organic materials; shall not contain more than 1000 mg/I of chlorides as CI, nor more than 1300 mg/I of sulfates as SO4; and shall not contain an amount of impurities that may cause a change of more than 25 percent in the setting time of C73130C 03300 -4 Bryn Mawr System Improvements Bryn Mawr Trunk Replacement the cement nor a reduction of more than 5 percent in the compressive strength of the concrete at 14 days when compared with the result obtained with distilled water. Additionally, water used for curing shall not contain an amount of impurities sufficient to discolor the concrete. F. Plastic Lining 1. Plastic lining shall be as specified in Sections 09880. Plastic lining shall be provided in locations noted on the Drawings. 2i02 CONCRETE CHARACTERISTICS I , A. Mix Proportioning 1. Concrete shall be normal weight concrete composed of specified cement, pozzolan, admixtures, aggregates and water proportioned and mixed to produce a workable, strong, dense, and impermeable concrete. The Contractor may substitute interground Portland- pozzolan cement conforming to ASTM C595, containing the specified amount of pozzolan in lieu of Portland cement and pozzolan. Pozzolan is required in all concrete in contact with the ground or liquid. Water/cement ratio is based on the combined contents of cement and pozzolan in a given mix proportion. 2. Concrete shall be provided in accordance with the following: Concrete ASTM Maximum Min.cement Pozzolan, Minimum Water Minimum lass coarse water/ sacks/cu yd percent by percent reducing 28-day aggregate cement concrete weight of air retarder compressive size ratio Portland content strength, cement psi B-1 467 0.40 5.0 18-20 4 Yes 4000 B-2 467 0.40 5.25 0 4 Yes 4000 C-1 67 0.40 5.0 18-20 4 Yes 4000 C-2 67 0.40 5.25 0 4 Yes 4000 1 � b E 467 0.55 3.0 0 • 1 No 2000 CDF 467 0.60 0.53 7.1 1 NO 500 Notes for table: a Compressive strength shall be determined at the end of 28 days based on test cylinders made and tested in accordance with ASTM C39. b Concrete encasement for electrical conduit shall contain 3 pounds of red oxide per sack of cement. B. Use 1. Concrete shall be provided by class for the corresponding use listed as follows: Type of Use Class of concrete Concrete greater than 12 inches thick. B Concrete less than 12 inches thick. C • Pipe bedding and encasement,electrical conduit E ' encasement(duct banks) and concrete fill. Pipe bedding,grout within casings, bulkheads,forms on earth fill CDF C73130C 03300-5 Bryn Mawr System Improvements Bryn Mawr Trunk Replacement 2. For the use listed, concrete slump, sampled in accordance with ASTM C172 and tested in accordance with ASTM C143, shall be as follows: Working Limit, inches Type of Use Minimum Maximum* Mass concrete, foundation slabs greater than 1 2 24 inches thick, tunnel inverts and unformed slopes. Floor slabs, beams,foundation slabs and 2 3 footings 24 inches thick or less, pavement, sidewalks and curbs. Walls and columns. 3 4-1/2 Topping concrete. — 1 Pipe bedding encasement, electrical 4 8 conduit encasement. Concrete fill, bulkheads. 3 4 *Maximum slump may be increased upon approval of the Engineer if it can be shown that segregation will not occur and if the maximum water-cement ratio is not exceeded. C. Control Tests 1. Mix Design a. Before beginning concrete work, the Contractor shall determine the proper proportions of materials for each strength and class of concrete. The mix shall consist of specified cement, pozzolan, admixtures, aggregate and water. Methods for selecting and adjusting proportions of the ingredients shall be in accordance with ACI 211.1. The laboratory reports of each mix design shall state whether the items reported comply with the specifications and shall show: (1) the expected strength, (2) corresponding slump, (3)weights and test results of the ingredients, and (4) other physical properties necessary to check each mix design. Copies of the laboratory reports shall be submitted in accordance with paragraph 03300-1.03. b. Each mix design shall be checked in the laboratory by the preparation of two trial batches, one with minimum slump and one with maximum slump. For each batch, six standard test cylinders shall be cast and cured as specified for the field concrete. Three cylinders from each batch shall be tested at age 7 days, two at age 14 days, and one at age 28 days. 12.03 WATERSTOPS A. Waterstops shall be manufactured from virgin polyvinylchloride (PVC) conforming to the Corps of Engineers Specification No. CRD-0572. B. Waterstops in construction joints shall be The Burke Company's, Vinylock Type RB316-6; Water Seals, Inc., 6-inch Flex-Bulb; or equivalent. Waterstops in expansion joints shall be The Burke Company's,Vinylock Type RB38-9;Water Seals, Inc., 9-inch heavy-duty Flex-Bulb; or equivalent. 2.04 SEALANTS AND JOINT FILLERS A. Sealants and preformed joint fillers shall be as specified in Section 07900. C73130C 03300 -6 Bryn Mawr System Improvements Bryn Mawr Trunk Replacement 2105 BONDING COMPOUNDS A. Epoxy resin bonding compounds shall be used for wet areas and shall be Adhesive Engineering, Concresive Nos. 1001, 1001-LPL or 1180 as applicable; Sika Chemical Corporation, Sikadur 35, Hi-Mod LV, Sikadur 32, Hi-Mod, or Sikadur 31, Hi-Mod Gel as applicable; Burke Company 881 LPL Epoxy; or equivalent. B Nonepoxy bonding compounds shall be used for dry areas and shall be Burke Company, Acrylic Bondcrete; Imperial Chemical Industrial, Inc., Thoro System Products, Acryl 60; Thorobond; or equivalent. C. Bonding compounds shall be applied in accordance with the manufacturers instructions. 2.06 RETARDANT A. Retardant for exposing aggregates for nonformed surfaces in construction joints shall be Sika Rugasol-S, Hom Aggretex-H, Burke Company True Etch Surface Retarder, or equivalent. Retardant shall be applied in accordance with manufacturer's instructions sufficient to assure a minimum penetration of 1/8 inch. 2.07 CURING AND SEALING COMPOUNDS A. Curing and sealing compound shall be Master Builders, Masterseal; A. C. Horn Inc., Horn Clearseal EM180; Burke Company Spartan-Cote WB Cure Seal Hardner, or equivalent, conforming to ASTM C309. Curing compounds shall be clear and shall be applied in accordance with the manufacturers instructions, except as otherwise specified. 2.08 FORMS A. Forms shall conform to ACI 347 and shall be designed and constructed to provide the finish specified in paragraph 03300-3.12 B and as follows: • Formwork shall be constructed to provide the following dimensional tolerances in finished concrete construction. Maintain plane, and true surfaces where exposed: take special care at all construction joints to match adjacent pour surfaces. a. Footings and foundations: Minus one-half(1/2) inch, plus two(2) inches. b. Slab thickness: Minus one-eight(1/8) inch, plus one-half(1/2) inch. c. Variation from plumb of walls, per 10 feet height: Plus or minus one-eight(1/8) inch with one-fourth (1/4)inch maximum allowable in any direction, except where other tolerances are specified. d. Variations from level and conspicious lines: Plus or minur one-eight(1/8) inch with one- fourth (1/4)inch maximum allowable in any direction, except where other tolerances are specified. • e. Deflection of forms: Construct forms with spacing on supports and ties such that they will support the maximum pressure exerted by fluid concrete with an actual deflection not to exceed one-thirty second (1/32) inch, or 0.0025 times the support spacing,whichever is the larger, at the midpoint between supports. PART 3 , EXECUTION - • 3.01 GENERAL C73130C 03300 -7 Bryn Mawr System Improvements Bryn Mawr Trunk Replacement A. As provided in paragraph 00710-2.02 B, the Owner is defining the quality of cast-in-place concrete by specifying in this part some of the means, methods,techniques, sequences and procedures for construction of cast-in-place concrete. The Contractor, without relinquishing authority and responsibility for supervision and direction of the work, agrees to follow the specified means, methods,techniques,sequences and procedures. 3.02 CONCRETE A. Concrete shall be ready-mixed concrete conforming to the applicable portions of ASTM C94. Materials shall be proportioned by weighing. Pozzolan shall be introduced into the mixer with cement and other components of the concrete mix; pozzolan shall not be introduced into a wet mixer ahead of other materials or with mixing water. Water shall be introduced at the time of charging the mixer, additional water may be introduced within 45 minutes from charging the mixer, provided the specified water-cement ratio is not exceeded; or the Contractor shall be responsible for producing concrete of the specified characteristics. Contractor shall arrange with testing laboratory for inspection as required to comply with these specifications. B. Concrete shall be delivered to the site of work and discharge shall be completed within 1-1/2 hours after introduction of the water to the mixture. 3.03 CONVEYING AND PLACING CONCRETE A. Conveying Concrete 1. Concrete shall be conveyed from the mixer to the forms in accordance with ACI 301, Chapter 8. Concrete which has segregated in conveying shall be removed from the site of the work. B. Placing Concrete - I 1. General a. Concrete shall be placed in accordance with ACI 301, Chapter 8, and ACI 304R, Chapter 6. 2. Placing Concrete By Pumping a. Pumped concrete shall be the class and consistency specified in paragraph 03300-2.02 A for the use specified in paragraph 03300-2.02 B and in accordance with a design accepted under paragraphs 03300-2.02 C.1. b. Slump shall be measured at the hose discharge. Slump loss in pumping, measured between the pumping unit inlet hopper and the hose discharge, shall not exceed 1 inch. Before starting each pumping operation,the pump and line shall be primed with a cement slurry to lubricate the system. Cement slurry shall be wasted outside the forms. 3. PLACING CONCRETE IN HOT WEATHER: In hot weather(above 85 degrees F), concrete shall be placed in accordance with ACI 305R. 4. PLACING CONCRETE IN COLD WEATHER: In cold weather(below 45 degrees F), concrete shall be placed in accordance with ACI 306R. 5. PLACING CONCRETE UNDER WATER: When placing concrete under water, concrete shall be placed in accordance with ACI 304R,Chapter 8,Tremie Concrete. 6. PLACING PLASTIC LINING: Liner sheets shall be provided as specified in Section 09880. I ' - I C73130C 03300 -8 Bryn Mawr System Improvements Bryn Mawr Trunk Replacement • C. Consolidating Concrete 1. Concrete shall be consolidated in accordance with ACI 301, Chapter 8. Concrete placing shall be suspended if proper consolidation is not being attained until proper consolidation can be achieved. 3.04 FORMWORK A. Formwork shall conform to ACI 347. All forms shall be sealed and shall be sufficiently tight to prevent loss of mortar from the concrete. The Contractor shall design and construct all formwork systems to provide only those lines and delineations indicated,unless otherwise approved by the Engineer. Formwork,shall be constructed to allow erection in proper sequence and to permit removal without damage to the finished concrete surfaces. B. The Contractor shall design, construct, and erect all forms for reuse; withdraw projecting nails or other objects from contact surfaces before reusing;clean and completely recondition all forms prior to reuse; and repair any damage to forming surfaces caused during previous usage. Approval of the Engineer shall be required for each reuse. Formwork with patches or repairs affecting appearance of the concrete surfaces will not be permitted. The Contractor is responsible for the strength and suitability of the formwork. C. Unless otherwise specified, exposed edges of concrete on the outside of structures and all those in the inside of structures shall be chamfered or beveled at an angle of 45 degrees by using a PVC chamfer strip with nailing leg, such bevel being 3/4-inch on a side. If so directed by the Engineer, however, the Contractor shall provide square edges for any portion of the work. Tape and seal all reveal strips to prevent leakage and leave a perfectly smooth finish. 3.05 CURING AND SEALING A. General 1. Concrete curing shall be completed by water curing or by using a clear membrane curing compound or by a combination of both methods. Repairs or treatment of concrete surfaces shall be coordinated so that interruption of the curing will not be necessary. 2. Concrete surface temperature shall be maintained between 50 degrees F and 80 degrees F for at least 5 days. Curing concrete in hot weather (above 85 degrees F) shall be in accordance with ACI 305 R. Curing concrete in cold weather(below 45 degrees F) shall be in accordance with ACI 306 R. B. Water Curing 1. When water curing is used, concrete shall be kept wet continuously for a minimum of 10 days after placement. Absorptive mats or fabric may be used to retain moisture during the curing period. 2. Unless otherwise specified, water curing shall be used in hot weather for water containment structures. Forms shall be covered and kept moist. The forms shall be loosened, as soon as possible without damage to the concrete, and provisions made for curing water to run down inside them. During form removal, care shall be taken to provide wet cover to newly exposed surfaces. At the end of the specified curing period, the covering shall be left in place without wetting for several days. C. Curing Compound 1. When curing compound is used, it shall be applied as soon as the concrete has set sufficiently so as not to be man-ed by the application or immediately following form removal C73130C 03300 -9 Bryn Mawr System Improvements Bryn Mawr Trunk Replacement • for vertical and other formed surfaces. Preparation of surfaces, quantities used, application procedures, and installation precautions shall be followed in strict compliance with the manufacturer's instructions. 2. Curing compound shall not be used on concrete surfaces to be coated, waterproofed, moistureproofed, tiled, roofed, or where other coverings are to be bonded, unless the curing compound is compatible with the final finish covering or it is removed prior to covering. 3.06 PROTECTION i A. Concrete shall be protected from injurious action by sun, rain, flowing water, frost and mechanical injury, and shall not be allowed to dry out from the time it is placed until the expiration of curing periods. B. Steel troweled slabs shall be protected with kraft paper, 6 mil thick polyethylene membrane, or other similar waterproof material for at least 2 weeks after placement. Joints between adjacent strips of the paper shall be sealed. Float or broom finished slabs need be protected after curing only in areas subject to damage during construction. C. Arrangements for covering, insulating, and protecting concrete in cold weather shall be in accordance with ACI 306 R. 3:.07 CONSTRUCTION JOINTS A. General 1. Concrete in each unit of construction shall be placed continuously. Before new concrete is placed on or against concrete which has set, forms shall be retightened and the surface of the set concrete shall be cleaned of foreign matter. Watertight joints shall be provided as specified in paragraph 03300-3.10. B. Construction 1. Construction joints shall be formed as specified. A rough surface of exposed concrete aggregates shall be produced using a surface retardant at construction joints, including joints between slab and topping concrete. The limit of the treated surfaces shall be 1 inch away from the joint edges. Within 24 hours after placing, retarded surface mortar shall be removed either by high pressure water jetting or stiff brushing or combination of both so as to expose coarse aggregates. A rough surface of exposed aggregate may also be produced by sandblasting followed by high pressure water jetting. Sandblasting, if used, shall remove 1/8 inch of laitance film and shall expose coarse aggregate to insure adequate bond and watertightness at the construction joints. C. Location -- I 1. Construction joint locations shall be as follows: a. Where the number of panels is three or more, the panels shall be cast in an alternating pattern,with 5 days elapsing between casting of adjoining panels. b. Joints in beams or girders shall be located at or near the midpoint between supports. c. Joints in the members of a floor system shall be made at or near the center of the span. d. Joints in walls and columns shall be at the underside of floors, slabs, beams or girders and at the tops of footings or floor slabs. Joints in columns shall be perpendicular to the axis. C73130C 03300 -10 Bryn Mawr System Improvements Bryn Mawr Trunk Replacement 2. Vertical construction joints shall be grooved at exposed faces. Grooves subjected to wetting or weather shall be caulked with joint sealer as specified. 3. Reinforcing steel shall be continued across construction joints. Girders and floor stabs shall not be constructed over columns or walls until at least one hour has elapsed to allow for shrinkage in the column or wall. No joint will be allowed between a slab and a beam or girder unless otherwise specified. Joints shall be perpendicular to the main reinforcement. Waterstops shall be provided in construction joints at locations as specified in paragraph 03300-3.10. 3.08 INSERTS AND EMBEDMENTS A. Inserts 1. Where pipes, castings or conduits are to pass through structures, the Contractor shall place such pipes or castings in the forms before placing the concrete, or provide openings in the concrete for subsequent insertion of such pipes, castings or conduits. Such openings shall be provided with waterstops and V-shaped construction joint as shown and shall have a slight flare to facilitate grouting and permit the escape of entrained air during grouting. Horizontal conduits, where shown in structural slabs and beams, shall be placed between the top and bottom layers of reinforcement. 2. Additional reinforcement shall be provided around large openings as shown. The grout shall be nonshrink grout as specified in Section 03600. B. Embedments 1. Gate frames,gate thimbles, special castings, channels or other miscellaneous parts that are to be embedded in the concrete shall be set and secured in the forms prior to concrete placement. Unless otherwise specified, anchor bolts and inserts shall be embedded in concrete as shown. The Contractor shall provide inserts, anchors or other bolts necessary for the attachment of piping, valves, metal parts and equipment. Nailing blocks, plugs, strips, and the like necessary for the attachment of trim, finish and similar work shall be provided. Voids in sleeves, inserts and anchor slots shall be filled temporarily with readily removable material to prevent the entry of concrete into the voids. Operators or sleeves for gate or valve stems shall be positioned to clear reinforcing steel, conduit and other embedments, and to align accurately with equipment. 3.09 EXPANSION JOINTS Not used 3.10 WATERSTOPS A. Waterstops shall conform to ACI 301, paragraph 6.3. Waterstops shall be securely held in position during placing of concrete. If, after placing concrete, waterstops are materially out of position or shape, the surrounding concrete shall be removed, the waterstop reset, and concrete replaced in accordance with paragraph 03300-3.11. B. Waterstops shall be provided at the following joints 1. Joints in parts of structures exposed to ground or water on one side and occupied by nonsubmerged equipment or by personnel on the other. C73130C 03300 -11 Bryn Mawr System Improvements Bryn Mawr Trunk Replacement 2. Wall and slab joints of tanks and channels subject to water pressure. Waterstops shall be provided from 6 inches above high water level to structural foundation slab or footing, or as otherwise noted on the Drawings. C. Field splices are acceptable only in straight sections. Crosses, tees, and other shapes shall be fabricated prior to delivery to the site of the work. 3.11 MODIFICATION OF EXISTING CONCRETE A. Existing concrete shall be removed and the remaining surfaces resurfaced as specified. The remaining concrete shall be protected from damage. Where possible, clean lines shall be made by sawing through the existing concrete. The concrete may be broken out after initial saw cut in the - event thickness prevents cutting through. Where it is not possible to use a saw,the initial cuts shall be made with chipping hammers. These cuts shall be sufficient to prevent damage to the remaining concrete. In general, an opening in existing concrete shall be oversized 1 inch on all sides and built back to the correct dimension with an epoxy grout. Where oversized openings cannot be made, the concrete shall be cut to the correct dimension, with the exposed reinforcing cut back an additional 1 inch and the resulting hole filled with epoxy grout. Cut or broken concrete surfaces shall be resurfaced with an epoxy grout. Concrete surfaces to be coated shall be dry. Where new concrete adjoins existing concrete surfaces or surfaces which have been cut, such surfaces shall be cleaned by sandblasting to remove laitance, loose coatings and foreign materials, and coated with the bonding compound just prior to the placement of the new concrete. Bonding compounds shall be as specified in paragraph 03300-2.05. Unless otherwise specified, continuity of reinforcing steel shall be obtained across the joint either by exposing existing bars to provide sufficient laps with new bars or by welding existing bars with new bars. Where show, dowels shall be drilled and set with epoxy grout into existing concrete. 3.12 FORMED SURFACE FINISHES A. Repair of Surface Defects 1. Surface defects, including tie holes, minor honeycombing or otherwise defective concrete shall be repaired in accordance with ACI 301, Chapter 9. Areas to be patched shall be cleaned. Minor honeycombed or otherwise defective areas shall be cut out to solid concrete to a depth of at least 1 inch. The edges of the cut shall be perpendicular to the surface of the concrete. Patches on exposed surfaces shall be finished to match the adjoining surfaces after they have set. Patches shall be cured as specified for the concrete. Finished surfaces shall be protected from stains and abrasions. Finishes shall be equal in workmanship, texture and general appearance to that of the adjacent concrete. Concrete with honeycombing which exposes the reinforcing steel or with defects which affect structural strength shall be corrected. B. Formed Surface Finishing Formed surfaces shall be finished as soon as practicable after form removal and repair of surface defects. Finishes shall be as follows: 1. Interior Finish Interior finish shall be a grout clean finish in accordance with ACI 301, Section 10.3.2. Surfaces shall be lightly sandblasted. The Contractor shall tape and mask all reveals and dissimilar finished adjacent areas to prevent spillover of sandblasting. C73130C 03300 -12 Bryn Mawr System Improvements Bryn Mawr Trunk Replacement i , 2. Exterior Finish Exterior finish for structure shall be referred to as a finish which has surface imperfections less than 3/8 inch in any dimension. Surface imperfections greater than 3/8 inch shall be repaired or removed and the affected area neatly patched. 3.13 SLAB FINISHES A. General 1. The finishes specified herein include surface finishes,treatments and toppings for floors and slabs. Floors shall be sloped to drain uniformly. Unless otherwise spcified, slope shall be minimum 1/8 inch per foot towards nearest drain. Where finish is not specified, floor slabs shall receive steel troweling. Dry cement shall not be used on new concrete surfaces to absorb excess moisture. Edges shall be rounded to a radius of 1/2 inch. Joints shall be grooved to a radius of 1/4 inch. Finishes shall match the sample panels provided under paragraph 03300-3.13.E.1. B. Steel Trowel Finish 1. Steel trowel finish shall conform to ACI 301, Section 11.7.3. Immediately after final troweling, the surface shall be cured and protected as specified in paragraphs 03300-3.04 and 03300-3.05. Steel trowel finish shall be provided on floors unless specified otherwise. C. Broomed Finish 1. Broomed finish shall conform to ACI 301, Section 11.7.4. Broomed finish shall be provided for walks, tops of tanks, slabs on grade exposed to atmosphere, and where otherwise indicated or specified. E. Samples of Concrete Floor Finishes 1. A sample concrete panel, 2 feet by 2 feet, 3 inches thick, representative of each specified finish, shall be provided to the Engineer. The panels shall be representative of the workmanship and finishes required. Samples shall be approved in field prior to the start of such work. 3.15 RELATED SURFACES A. Monolithic Surfacing 1. Monolithic surfacing shall be provided on floor areas as specified. Monolithic surfacing shall consist of a steel trowel finish hardened. B. Finishing of Unformed Surfaces 1. Related Unformed Surfaces a. Tops of slabs which will later be covered with soil surface imperfections greater than 3/8"shall be repaired or removed and the affected area neatly patched. 2. Pavements and Walkways a. The surfaces of the concrete shall be screeded to grade and sloped to drain. After screeding, the surface shall receive a broomed finish as specified in paragraph C73130C 03300-13 Bryn Mawr System Improvements Bryn Mawr Trunk Replacement 03300-3.13 C. Edges and expansion joints shall be rounded to a radius of 1/2 inch. Joints shall be grooved to a radius of 1/4 inch. 3.16 CONTROLLED DENSITY FILL(CDF) A. Place CDF for foundation, pipe bedding and where indicated on Drawings. B. Contain areas to be filled with slurry CDF by use of bulkheads, forms, or earth fill. C. Provide steel plates to span trenches for at least 24 hours in areas of traffic or construction equipment. D. Place CDF in favorable weather conditions, and when the air temperature is at least 33 degrees F and rising. E. CDF temperature during placement: Minimum 40 degrees F; stop mixing and placement if the temperature drops below 38 degrees F. F. Each placement operation to be continuous. G. Do not place CDF on frozen material. 3.17 FIELD SAMPLING AND TESTS A. General 1. Field sampling and testing shall be performed by the independent testing laboratory specified in paragraph 03300-1.02. Samples of aggregates and concrete shall be taken at random locations and at such times to represent the quality of the materials and work throughout the project. The laboratory shall provide the necessary labor, materials and facilities for sampling the aggregate and for casting, handling and storing the concrete samples at the site of work. Aggregates shall be sampled in accordance with paragraph 03300-3.17 B not less than 30 days prior to the use of such aggregates in the work. The minimum number of samples and tests are specified in paragraph 03300-3.17 C. B. Sampling 1. Aggregates a. General: Fine and coarse aggregates shall be sampled in accordance with ASTM D75. Samples shall be taken at the discharge gates of the bins feeding the weigh hopper. The Contractor shall provide safe and suitable facilities for obtaining samples. Samples shall be obtained at the concrete batch plant at the frequency specified in paragraph 03300-3.17 C. Sampling shall be repeated when the source of material is changed or when unacceptable deficiencies or variations from the specified requirements of materials are found in testing. Aggregate samples shall be tagged and their sources identified. b. Coarse Aggregate: A sample weighing between 50 and 60 pounds shall be taken after the batch plant is brought up to full operation. The samples shall be taken so that a uniform cross section, accurately representing the materials on the belt or in the bins, is obtained. c. Fine Aggregate: Samples shall be taken as specified for coarse aggregate. The samples shall be taken for sieve analysis of fine aggregate and specific gravity tests. Samples of sand shall be taken when the sand is moist. C73130C 03300 -14 Bryn Mawr System Improvements Bryn Mawr Trunk Replacement 2. Concrete a. Samples of plastic concrete shall be obtained in accordance with ASTM C172. Samples for pumped concrete shall be taken at the hose discharge point. Samples for other concrete shall be taken at the hopper of concreting equipment or transit mix truck. C. Testing 1. Aggregate a. A minimum of one test of coarse aggregate per 400 cubic yards of concrete and a minimum of one test of fine aggregate per 200 cubic yards of concrete used shall be made to confirm continuing conformance with specifications for gradation, cleanliness and sand equivalent. A maximum of one test per day of each aggregate is required. The full test program is required before source changes will be accepted. 2. Concrete a. Strength Tests (1) The strengths specified for the design mix shall be verified by the testing laboratory during placement of the concrete. Verification shall be accomplished by testing standard cylinders of concrete samples taken at the job site. (2) Standard cylinders shall represent the concrete placed in the forms. One set of four standard cylinders shall be cast of each class of concrete for each 100 cubic yards or less or for each 4000 square feet of surface area poured per day. A fifth cylinder shall be cast for every three sets of four cylinders. Casting, handling and curing of cylinders shall be in accordance with ASTM C31. Additional cylinders shall be provided when an error in batching is suspected. For the first 24 hours after casting, the cylinders shall be kept moist in a storage box constructed and located so that its interior air temperature will be between 60 and 80 degrees F. At the end of 24 hours,the cylinders shall be transported to the testing laboratory. (3) Testing of specimens for compressive strength shall be in accordance with ASTM C39. Tests shall be made at 7 and 28 days from time of casting. Two test cylinders from each group of four shall be tested at the end of 7 days and two shall be tested at the end of 28 days. The fifth cylinder shall be tested at the end of 90 days only. A strength test shall consist of the average strength of two cylinders cast from material taken from a single load of concrete. (4) Each strength test result shall be the average of the strengths of two test cylinders at 28 days, except that if one cylinder in a set of two shows evidence of low strength due to improper sampling, casting, handling or curing, the result of the remaining one cylinder shall be used. (5) The average of any three consecutive 28-day strength test results of the cylinders representing each class of concrete for each structure shall be equal to or greater than the specified strength and not more than 10 percent of the strength test results shall have values less than the specified 28-day strength for the total job concrete. No individual strength test results shall be less than the specified strength by more than 500 pounds per square inch. (6) Certified reports of the test results shall be provided directly to the Engineer. Test reports shall include sufficient information to identify the mix used, the stationing or location of the concrete placement, and the quantity placed. Slump, air content, temperature of concrete, and ambient temperature shall be noted. The 28-day strength test results shall be evaluated in accordance CT3130C 03300 - 15 Bryn Mawr System Improvements Bryn Mawr Trunk Replacement with ACI 214. Quality control charts showing field test results shall be included with the test results for each class of concrete in each major structure. Charts shall be prepared in accordance with ACI 214. Quality control charts shall be maintained throughout the entire job and shall be available for the Engineer's inspection at any time. (7) If the 28-day test results fall below the specified compressive strength for the class of concrete required for any portion of the work, adjustment in the proportions, water content, or both, shall be made as necessary at the Contractor's expense. Changes and adjustments shall be reported in writing to the Engineer. (8) If compressive test results indicate concrete in place may not meet structural requirements, tests shall be made to determine if the structure or portion thereof is structurally sound. Tests may include, but not be limited to, cores in accordance with ASTM C42 and any other analyses or load tests acceptable to the Engineer. Costs of such tests shall be borne by the Contractor. b. TESTS FOR CONSISTENCY OF CONCRETE. The slump shall be as specified when measured in accordance with ASTM C143. Samples for slump determination shall be taken from the concrete during placing. Tests shall be made at the beginning of concrete placement operation and at subsequent intervals to insure that the specification requirements are met. Slump tests shall also be performed whenever standard cylinders are cast. c. TESTS FOR TEMPERATURE AND AIR CONTENT: (1) Temperature tests shall be made at frequent intervals during hot or cold weather conditions until satisfactory temperature control is established. Whenever standard cylinders are cast,temperature tests shall be performed. (2) Air content shall be as specified when measured in accordance with ASTM C231. Air content shall be measured whenever standard cylinders are cast. D. Final Laboratory Report 1. A final report, prepared by the testing laboratory, shall be provided at the completion of all concreting. This report shall summarize the findings concerning concrete used in the project and provide totals of concrete used by. class and structure. Final quality control charts for compressive strength tests for classes of concrete specified in each major structure shall be included. The report shall also include the concrete batch plant's coeffi- cient of variation and standard deviation results for each class of concrete as determined in accordance with ACI 214. 3.18 CLEANUP A. Upon completion of the work and prior to final inspection, the Contractor shall clean all concrete surfaces. The cleaning procedures shall be as follows: After sweeping with an ordinary broom to remove the loose dirt, the surface shall be flushed with clean water. Final scrubbing by hand or machine shall follow. B. Floors having curing and sealing compound shall be cleaned of loose dirt and debris by sweeping with ordinary brooms. They shall then be washed and mopped with clean water. Finally, one additional coat of the same clear curing and sealing compound shall be applied in the same manner as specified. END OF SECTION C73130C 03300 -16 Bryn Mawr System Improvements Bryn Mawr Trunk Replacement SECTION 03400 PRECAST CONCRETE ITEMS PART 1 GENERAL • 1.01 SUMMARY A. This Section provides specifications for standard precast concrete manholes. 1.02 SUBMITTALS A. Fabrication Shop Drawings. B. Manhole Steps. C. Manufacturer/Design Structural Calculations(stamped by a licensed Structural Engineer). PART 2 PRODUCTS 2.01 GENERAL A. The Contractor shall supply and install precast, manhole according to the dimensions shown on the Drawings. 2,02 PRECAST CONCRETE MANHOLE SECTIONS A. General: Precast concrete manhole sections shall conform to the requirements of ASTM C478. Cement shall conform to ASTM C150,Type II. B. Manhole Joint Gaskets: Joint gaskets for precast concrete manholes sections shall be of the rubber gasket type and shall meet all the requirements of ASTM C443. C. Manhole Steps and Hand Holds: All manhole steps and hand holds shall conform to the requirements of ASTM C478 and current OSHA standards. Steps shall be injection-molded copolymer polypropylene that encapsulates a 1/2 inch diameter, Grade 60 steel reinforcing rod as manufactured by M.A. Industries, Peachtree Georgia or H. Bowen Company, Inc., Portland, Oregon, or approved equal. Hand holds shall be of the same manufacture or of 1-inch diameter galvanized rebar. Manhole steps shall be spaced 1 foot on center. PART 3 EXECUTION A. Manhole shall be installed at the elevations shown on Drawings. END OF SECTION C73130C 03400 -1 Bryn Mawr System Improvements Bryn Mawr Trunk Replacement SECTION 03600 { GROUT PART 1 GENERAL 1.01 DESCRIPTION A. This section specifies grout for uses other than masonry. 1.02 QUALITY ASSURANCE A. Quality Control By Contractor 1. To demonstrate conformance with the specified requirements for grout, the Contractor shall provide the services of an independent testing laboratory which complies with the requirements of ASTM E329. The testing laboratory shall sample and test grout materials as required in this section. Costs of testing laboratory services shall be bome by the Contractor. • B. References 1. This section contains references to the following documents. They are a part of this section as specified and modified. In'case of conflict between the requirements of this section and those of the listed documents,the requirements of this section shall prevail. Reference Title ASTM C33 Concrete Aggregates ASTM C40 Organic Impurities in Fine Aggregates for Concrete ASTM C88 Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C117 Material Finer Than 75 urn(No.200) Sieve in Mineral Aggregates by Washing ASTM C136 Sieve Analysis of Fine and Coarse Aggregates ASTM C150 Portland Cement ASTM C289 Potential Reactivity of Aggregates(Chemical Method) ASTM C494 Chemical Admixtures for Concrete ASTM C881 Epoxy-Resin-Base Bonding Systems for Concrete ASTM D2419 Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate ASTM E329 Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials as Used in Construction CRD-C621-82B Corps of Engineers Specification for Nonshrink Grout C73130C 03600 -1 Bryn Mawr System Improvements Bryn Mawr Trunk Replacement 1.03 SUBMITTALS A. Submit the following product data in accordance with Section 01300: 1. Manufacturers Data a. Manufacturer's data shall be provided for the following: 1. Bonding compounds 2. Nonshrink grout 3. Pressure grout 4. Retardants 5. Epoxy grout 6. Polymer concrete • I 2. Laboratory Test Reports , a. Test reports on previously tested materials shall be accompanied by the manufac- turers statement that the previously tested material is the same type, quality, manufacture, and make as that proposed for use in this project. Test reports are required for the following: 1. Cement 2. Aggregates 3. Retardants 4. Bonding compounds 5. Epoxy resin 3. Evidence Of Testing Laboratory Competence a. The Contractor shall require that the laboratory provide directly to the Engineer evidence of the most recent inspection of its facilities by the Cement and Concrete Reference Laboratory of the National Bureau of Standards. The evidences shall show that deficiencies mentioned in the report of that inspection have been corrected. The evidence of inspection shall be provided prior to delivery of materials to the job site. PART 2 PRODUCTS 2.01 MATERIALS A. Cement 1. Portland cement shall be ASTM C150 Type II or Type V, low alkali, containing less than 0.60 percent alkalies. B. Aggregate 1. General a. Aggregate shall be nonreactive and shall be washed before use. b. When sources of aggregate are changed, test reports shall be provided for the new material. The tests specified shall be performed prior to commencing grout work. 2. Fine Aggregate C73130C 03600 -2 Bryn Mawr System Improvements Bryn Mawr Trunk Replacement a. Fine aggregate shall be hard, dense,durable particles of either sand or crushed stone regularly graded from coarse to fine and shall conform to ASTM C33 as modified herein. When tested in accordance with ASTM C136, gradation shall be such that 100 percent by weight will pass a standard No. 8 mesh sleeve and no less than 45 percent by weight will pass a standard No.40 mesh sieve. b. Variation from the specified gradations in individual tests will be acceptable if the average of three consecutive tests is within the specified limits and the variation is within the permissible variation listed below: U.S.standard Permissible variation in sieve size individual tests,percent 30 or coarser 2 50 or finer 0.5 c. Other tests shall be in accordance with the following specifications: Test Test Method Requirements Organic impurities ASTM C40 Color lighter than standard Amount of material ASTM C117 3% maximum by weight passing No.200 sieve Soundness ASTM C88 10% maximum loss with sodium sulfate Reactivity ASTM C289 Innocuous aggregate Sand equivalent ASTM D2419 Minimum 80 C. Admixtures 1. General a. Admixtures shall be compatible with the grout. Calcium chloride or admixtures containing calcium chloride are not acceptable. Admixtures shall be used in accordance with the manufacturer's recommendations and shall be added separately to the grout mix. 2. Water Reducing Retarder a. Water reducing retarder shall be ASTM C494 Type D and shall be Master Builders Pozzolith 300-R, Sika Corporation Plastiment,or equivalent. 3. Lubricant For Cement Pressure Grouting • a. Lubricant additive for cement pressure grouting shall be Intrusion Prepakt Intrusion Aid, Sika Intraplast N, or equivalent. D. Water 1. Water for washing aggregate,for mixing and for curing shall be free from oil and deleterious amounts of acids, alkalies, and organic materials; shall not contain more than 1000 mg/I of chlorides as CI, nor more than 1300 mg/I of sulfates as SO4; and shall not contain an amount of impurities that may cause a change of more than 25 percent in the setting time of the cement nor a reduction of more than 5 percent in the compressive strength of the grout at 14 days when compared with the result obtained with distilled water. Additionally, water used for curing shall not contain an amount of impurities sufficient to discolor the grout. 2.02 GROUT C73130C 03600-3 Bryn Mawr System Improvements Bryn Mawr Trunk Replacement A. Drypack Grout 1. Drypack grout shall be a mixture of approximately one part cement, 1-1/2 to 2 parts sand, water reducing retarder, and sufficient water to make a stiff workable mix. B. Cement Grout 1. Cement grout shall be a mixture of one part cement, two parts sand, proportioned by volume, admixtures for pressure grouting, and sufficient water to form a workable mix. C. Nonshrink Grout 1. Nonshrink grout is available with both metallic and nonmetallic aggregate. Metallic aggregate grout shall be Master Builders Embeco 636, Burke Company Metallic Spec Grout, Sonnobom Ferrolith G Redimix, or equal. Nonmetallic aggregate grout shall be Five Star Products, Inc. Five Star Grout, Master Builders Masterfiow 713, Burke Company Non- Ferrous, Non-Shrink Grout, or equivalent. D. Epoxy Grout For Crack Repair And Dowel Anchorage 1. Except as noted below, epoxy grout shall be a high modulus, two-component, moisture insensitive, 100 percent solids, thermosetting modified polyamid epoxy compound. The consistency shall be a paste form capable of not sagging in horizontal or overhead anchoring configurations. Material shall conform to ASTM C881 Type 1, Grade 3, such as Adhesive Engineering Concresive 1440 Series, Sika Corporation Sikadur Hi-Mod Series, Adhesive Technology Corporation Solidbond 200 or r equal, and shall have a heat deflection temperature in excess of 130 degrees F. 2. Epoxy for pressure grouting/crack injection shall be a two-component, moisture insensitive, high modulus, injection grade, 100 percent solids, blend of epoxy-resin compounds. The consistency shall be as required to achieve complete penetration in hairline cracks and larger. Material shall conform to ASTM C881 Type 1 Grade 1, such as Sika Corporation Sikadur 52, Adhesive Engineering Company SCB products, Adhesive Technology Corporation SLV 300 Series, or equivalent. E. Polymer Concrete(For Resurfacing Or Patching) 1. Polymer concrete (for resurfacing or patching) shall consist of a liquid binder and dry aggregate mixed together to make a mortar or grout of a consistency as required for the application. The liquid binder shall be a chemical and oil resistant, stress relieved, low modulus, moisture insensitive, two-component epoxy-resin compound. The consistency shall be similar to lightweight oil for proper mixing with aggregate. Material shall conform to ASTM C881 Type 3 Grade 1, such as Sika Corporation Sikadur Lo-Mod series, Adhesive Engineering Concresive 1470,Adhesive Technology Corporation 400 series, or equivalent. 2. The aggregate shall be oven dry in sealed packages until time of mixing, and shall be of size and consistency compatible with recommendations of manufacturer of liquid binder for intended application. 2.03 PRESSURE GROUTING EQUIPMENT A. Pressure grouting equipment shall include a mixer and holdover agitator tanks and shall be designed to place grout at pressures up to 50 psi. Gages shall be provided to indicate pressure used. The mixer shall be provided with a meter capable of indicating to one-tenth of a cubic foot the volume of grout used. C73130C 03600 -4 Bryn Mawr System Improvements Bryn Mawr Trunk Replacement PART 3 EXECUTION 3. 1 GENERAL A. Bonding compound for use with grout is specified in Section 03300. Primer, if required for polymer concrete, shall be provided per manufacturer's recommendation. B. Grout shall not be placed during freezing weather unless adequate protection is provided. 3.02 DRYPACK GROUT A. Drypack grout shall be used for built-up surfaces, setting miscellaneous metal items and minor repairs. B. Surfaces required to be built up with drypack grout shall be roughened by brushing, cleaned, and coated with the bonding compound specified in paragraph 03300-2.05 before the application of the grout. The drypack grout shall be applied immediately following the application of the bonding compound in bands or strips to form a covering of the required thickness. The covering shall be smooth. Construction joints in the grout shall be sloped and shall be cleaned and wetted before application is resumed. C. Drypack grout shall be cured in accordance with Section 03300. 3.03 CEMENT GROUT A. Cement grout shall be used for filling in to form the channel at the base of the structure and pressure grouting. B. Except for the specialized equipment for pressure grouting, mixing and placing apparatus shall be similar to that normally used for cast-in-place concrete. Grout shall be mixed for a period of at least 1 minute. Diluted grout shall be agitated to keep ingredients mixed. 3.04 NONSHRINK GROUT A. Nonshrink, nonmetallic aggregate grout shall be used for the bearing surfaces of machinery and equipment bases, column base plates and bearing plates. Nonshrink metallic aggregate grout shall be used for setting anchor bolts and grouting reinforcing steel holes. Grout shall meet the requirements of CRD-C621 and shall be placed in accordance with manufacturer's instructions. B. Holes required for grouting shall be blown clean with compressed air and left free of dust or standing water. Horizontal holes for grouting shall be drilled at a slight downward angle to facilitate holding the grout until setting is complete. Bolts or reinforcing steel installed in horizontal grout holes shall be bent slightly accordingly. 3.05 EPDXY GROUT A. Epoxy grout shall be used for repairing cracks by pressure grouting or gravity flow, repairing structural concrete, and may be used for setting reinforcing dowels or anchor bolts into holes for grouting. Concrete shall be primed in accordance with the grout manufacturer's instructions. 3.06 PRESSURE GROUTING A. Prior to grouting, systems and holes to be grouted shall be washed clean. Washing is not required for grouting soil voids outside pipe cylinders or casing pipes. Grouting, once commenced, shall be completed without stoppage. In case of breakdown of equipment, the Contractor shall wash out C73130C 03600 -5 Bryn Mawr System Improvements Bryn Mawr Trunk Replacement the grouting system sufficiently to ensure fresh grout and adequate bond and penetration will occur upon restarting the grouting operation. Grout pressure shall be maintained until grout has set. END OF SECTION C73130C 03600 -6 Bryn Mawr System Improvements Bryn Mawr Trunk Replacement TABLE OF CONTENTS DIVISION.7 THERMAL AND MOISTURE PROTECTION 07900 Joint Sealers • C73130C Bryn Mawr System Improvements SECTION 07900 JOINT SEALERS PART 1 GENERAL 1.01 'DESCRIPTION A. This Section specifies joint sealers and joint backing for general construction. 1.02 REFERENCES A. This Section incorporates by reference the latest revisions of the following documents. They are part of this Section as specified and modified. In case of conflict between the requirements of this Section and the listed documents, the requirements of this Section shall prevail. Reference Title ASTM C919 Use of Sealants in Acoustical Applications ASTM C920 Elastomeric Joint Sealants. ASTM D1056 Flexible Cellular Materials- Sponge or Expanded Rubber. ASTM D1565 Flexible Cellular Materials - Vinyl Chloride Polymers and Copolymers (Open-Cell Foam). 1.03 SYSTEM DESCRIPTION A. System performance to achieve moisture and air-tight joint seals. 104 SUBMITTALS A. Provide the following in accordance with Section 01300: 1. Manufacturer's product data demonstrating compliance with the Specifications. 2. Manufacturer's recommendations for storage, handling and application of sealants and primers. 3. Samples a. Material proposed for use showing color range available. 1. 5 QUALITY ASSURANCE A. Perform work in accordance with sealant manufacturer's requirements for preparation of surfaces and material installation instructions. 1.06 ENVIRONMENTAL REQUIREMENTS A. Maintain temperature and humidity recommended by the sealant manufacturer during and after installation. C73130C 07900-1 Bryn Mawr System Improvements Bryn Mawr Trunk Replacement PART 2 PRODUCTS 2.01 SEALANTS -- A. Polyurethane Sealant for all areas unless specified otherwise: 1. ASTM C920, Type S, Grade NS or P, Class 25, non-sagging or self-leveling as specified. 2. Capable of withstanding movement up to 25 percent of joint width. 3. Sikaflex by Sika Chemical Corporation, Vulkem by Mameco International, or approved equivalent. B. Bituminous Based Sealant for Contact with Wastewater 1. Blend of refined asphalts, resins and plasticizing compounds, reinforced with fiber and asbestos-free. 2. Compatible with joint fillers. 3. Pressure grade. 4. IGAS by Sika Chemical Corporation, or approved equal, modified as necessary to provide the specified features. 2.02 ACCESSORIES A. Primer 1. Non-staining type, recommended by the sealant manufacturer to suit application. B. Joint Cleaner 1. Non-corrosive and non-staining type, recommended by sealant manufacturer; compatible with joint forming materials. C. Backer Rod 1. Backer rod shall be open cell polyethylene or polyurethane foam, cylindrical and oversized a minimum 30 percent larger than joint width. D. Bond Breaker 1. Polyethylene or polyurethane with adhesive on one side as recommended by sealant manufacturer to suit application. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that substrate surfaces and joint openings are ready to receive work. B. Remove loose materials and foreign matter which might impair adhesion of sealant. C. Verify that joint backing and release tapes are compatible with sealant. C73130C 07900-2 Bryn Mawr System Improvements Bryn Mawr Trunk Replacement 3.02 PREPARATION A. Prepare, clean and prime joints in accordance with manufacturer's recommendations. Apply primer only to the surfaces that will be covered by the sealant. B. Mask adjacent surfaces where necessary to maintain neat edge. 3.03 GENERAL INSTALLATION A. Apply sealant in accordance with manufacturer's recommendations. B. Install joint backing when joints exceed the depth requirements. Insert backing to provide the joint depth specified. Provide full length sections without splices where possible. Minimize number of splices. C. Install bond breaker where joint backing is not used. D. Apply sealant within recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. E. Seal joints around expansion joints, miscellaneous penetrations and elsewhere as indicated. F. Tool joints concave unless indicated otherwise. 3.04 POLYURETHANE SEALANT INSTALLATION A. Use polyurethane sealants on expansion joints and construction joints, unless indicated otherwise. 1. Use nonsag polyurethane sealant on vertical exposed joints. 2. Use self-leveling polyurethane sealant on horizontal exposed joints. B. Joint Dimensions Unless otherwise specified, construct joints to the following criteria: 1. Width: minimum 1/4 inch and maximum 1 inch. 2. Depth: 1/2 the width of the joint, but in no case less than 1/4-inch deep. Measure sealant depth at the point of smallest cross section. 3.05 BITUMINOUS SEALANT INSTALLATION A. Use at joints which will be submerged under wastewater. B. Joint Dimensions: 2-inch deep, 1-inch wide at the top, and 3/4-inch wide at the base. 3.06 CLEANING A. Clean adjacent surfaces of smears or other soiling resulting from sealant application. B. Replace damaged surfaces resulting from sealant application or cleaning. C73130C 07900-3 Bryn Mawr System Improvements Bryn Mawr Trunk Replacement 3.07 PROTECTION A. Protect sealants until cured. END OF SECTION • C73130C 07900-4 Bryn Mawr System Improvements Bryn Mawr Trunk Replacement TABLE OF CONTENTS DIVISION 9 FINISHES, 09880 Plastic Lining - Mastic- Fully Adhered • • C73130C Bryn Mawr System Improvements SECTION 09880 PLASTIC LINING -MASTIC-FULLY ADHERED PART 1 GENERAL 1.01 DESCRIPTION A. This Section specifies the installation of a fully adhered polyurethane and polyvinyl chloride (PVC) lining system for concrete structures. The Contractor shall provide all materials, labor, and equipment necessary to complete the lining work specified. 1.02 QUALITY ASSURANCE A. References 1. This Section contains references to the following documents. They are a part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of the listed documents,the requirements of this Section shall prevail. References Title ASTM D412-87 Test Methods for Rubber in Tension ASTM D746-79 (1987) Test Method for Brittle Point • ASTM D4792-86 Test Method for Specific Gravity ASTM D882-90 Test Method for Tensile Strength and Elongation ASTM C920-87 Specification for Elastomeric Joint Sealants ASTM D1004-90 Test Method for Tear Strength ASTM D2240-86 Test Method for Hardness-Shore A ASTM C794-80 Standard Test Method for Adhesion-in-Peel of Elastomeric Joint Sealants ASTM D4258 • Specification for Surface Cleaning Concrete for Coating ASTM D4259 Specification for Abrading Concrete by Hydro-Demolotion Method ASTM D4262 Standard Test method for pH Chemically Cleaned or Etched Concrete Surfaces B. Design Requirements 1. PVC lining shall be applied to ceiling and vertical concrete surfaces as noted on the Drawings. Unless otherwise shown, PVC lining shall extend from the ceiling to the floor of. the concrete vault. PVC Liner is not required on the floor. 1.03 QUALIFICATIONS C73130C 09880-1 Bryn Mawr System Improvements Bryn Mawr Trunk Replacement • A. Demonstrate and document that work similar in scope and magnitude has been performed by the personnel assigned to install the selected lining system. 1.04 SUBMITTALS A. The following information shall be provided in accordance with Section 01300. 1. Lining system material samples. 2. Manufacturer's application instructions, including: a.l Product Material Safety Data Sheets. b. Certified test reports. c. Maximum storage life and storage requirements. d. Mixing and proportioning requirements (as applicable). e. Environmental requirements for application and worker safety, including ventilation, humidity, and temperature ranges. f. Application firm thickness per coat of activator and mastic. g. Curing time, including specific formulation requirements, to provide specified setting time for trowel applied mastic. h. Allowable thinner materials. 3. A complete liner layout and application sequencing plan which includes individual sheet dimensions, details of liner openings, terminations, and order of application. This plan shall be approved before starting work in this Section. 4. Manufacturer's certification of applicators used for the lining installation work, including spray operators as applicable. 5. Applicable maintenance information. 6. Installation certification documenting compliance with manufacturer's recommendation for installation, shall be provided. PART 2 MATERIALS 2.01 MATERIALS A. Mastic 1. Mastic shall be a two-compartment high solids polyurethane material. It shall be permanently flexible, nonflow, and shall be resistant to weathering, aging, dilute (10 percent) solutions of sulfuric acid, and intermittent wetting by raw sewage. Mastic shall exhibit the following minimum physical properties: Specification Requirement Hardness, Shore A 30 Non-volatile content 93 percent Adhesion,ASTM C920 23 pli Tensile, ASTM D412 175 psi Elongation, ASTM D412 300 percent Tack free time 16 hours Work life 3 hours C73130C 09880-2 Bryn Mawr System Improvements Bryn Mawr Trunk Replacement - 2. Mastic shall be Linabond Mastic as manufactured by Linabond Inc., Torrance, CA, (310) 618-1900; the Engineer knows no equivalent and no substitutions will be allowed. B. PVC Sheet Liner 1. Vinylthane liner as manufactured by Linabond, Inc., Torrance, CA, (310) 618-1900 which has been formulated specifically for application with the Linabond Cross Link Activator (CLA-1 or CLA-2) of the self-activating PVC liner. The liner must exhibit the following minimum physical properties at 77+5 degrees F. Specification Requirements Specific gravity, ASTM D2792 1.33 Hardness, Shore A ASTM D2240 84 Tensile, ASTM D882 2,300 psi Elongation,ASTM D882 300 percent Brittle point, Model E,ASTM D746 -30 degrees C Tear strength,ASTM D1004 250 ppi Thickness 30 mils C. Surface Activator 1. Linabond CLA-1 or CLA-2 as manufactured by Linabond, Inc., Torrance, CA, (310) 618- 1900. Linabond's CLA-1 or CLA-2 provides a cross-link (molecular bond) between the activated PVC sheet lining and Linabond Mastic. One of these products is to be used with the Vinylthane liner. If the PVC liner manufactured by Linabond is,self-activating, these products will not be necessary. The Engineer knows of no equivalent for this product, and no substitutions will be allowed. Activators shall exhibit the following minimum physical properties: CLA-1 Specification Requirement CLA-2 Specification Requirement Viscosity @ 300 cps' Boiling Range (C) 66 Centipoise Vapor density 2.5 Tensile strength >2,200 psi Vapor pressure 129 MM HG @20 Deg.0 ASTM D412 Specific gravity 0.96 Elongation 225% Physical form &odor light amber liquid; ASTM D412 ether-like odor. Solids (by wt.) @25% Weight per gallon 9.5 lbs. • Adhesion - PVC (Load >30 lbs. At Peel) ASTMD816 & D903 Flash Point D. Epoxy/urethane Primer 1. Linabond EP30 HS as manufactured by Linabond, Inc., Torrance, CA, (310) 618-1900. Linabond EP30 HS is a two component, high solids primer with a relatively fast cure time. The Engineer knows of no equivalent for this product, and no substitutions will be allowed. Primer shall exhibit the following minimum physical properties: Specifications Requirement Mix ratio 1:1 Elongation @35% C73130C 09880-3 Bryn Mawr System Improvements • Bryn Mawr Trunk Replacement Tensile strength >2,000 psi Weight per gallon @9.6 lbs. Per gal. Solids content 75% Viscosity @250 centipoise Pot life @ 1 hour E. Seam Material 1. Linabond Seam Material as manufactured by Linabond, Inc., Torrance, CA, (310) 618- 1900. This component is an expansionless version of Linabond Structural Polymer while permitting relatively flat, smooth laps between adjacent PVC sheets. The Engineer knows of no equivalent for this project, and no substitutions will be allowed. Seam material shall exhibit the following minimum physical properties: Specifications Requirement Viscosity: centipoise side A 1,000 cps centipoise side B 3,000 cps Solids (by wt.) >97% Specific gravity side A .96 Specific gravity side B 1.2 Flash point 500 F. Mix ratio 1:1 Initial cure time 20 to 30 minutes Tensile, ASTM D638 1860 psi Elongation,ASTM D638 190% 2.02 SHIPPING AND PACKAGING REQUIREMENTS A. Approved materials shall be shipped in original manufacturer's containers and such additional packaging as needed to protect the materials from damage during transport. Containers shall be plainly labeled to show manufacturer's name, product name, batch number, date of manufacture, quantity of contents, and storage requirements. PTRT 3 EXECUTION 3.01 STORAGE OF MATERIALS A. Stored materials shall be protected from excessive heat, cold, and weathering. Activator- treated PVC sheeting delivered to the job site shall be protected from debris contamination and maintained at 70 degrees F until immediately prior to application (within 1/2 hour.) 3.02 SAFETY REQUIREMENTS A. A "breathing air" compressor shall be provided during spraying operations if the primer is spray- applied. The compressor shall be equipped with high-temperature and carbon monoxide alarms, and shall use an in-line filter bed to remove moisture. Provide compressed air breathing equipment for all personnel during spraying operations,including the Engineer. 3.03 SURFACE PREPARATION A. General C73130C 09880-4 Bryn Mawr System Improvements Bryn Mawr Trunk Replacement 1. Prepared concrete surfaces shall be free of laitance, efflorescence, oil, grease, rust and other penetrating contaminants. The prepared surface shall also be free of fins, projections, thin crusts, bridging voids, loosely adhering concrete and dirt particles. Fins and projections shall be removed. Irregular surfaces and tie holes shall be filled with grout in accordance with Section 03300. 2. The surface shall be sand blasted or remove the surface mortar and just expose the surface of some of the coarse aggregate. B. Inspection Testing 1. The prepared surface shall be visually inspected by the Engineer to identify fins, projections, thin crusts, bridging voids, loosely adhering concrete, and contaminants prior to applying co-lining system. 2. The pH of the prepared surface will be tested in accordance with ASTM D4262 prior to application of co-lining primer. The acceptable pH range of the prepared surface shall be 7 to 11. 3. The prepared concrete surface shall be tested by Swiss impact hammer or other physical method. 3 04 APPLICATION A. Proportioning and Mixing 1. Mastic and activator shall be mixed and proportioned in accordance with, the manufacturer's written instructions with the equipment specified by the manufacturer. B. Primer 1. The epoxy/urethane primer shall be applied to the dry, sound concrete surface at a rate not to exceed 250 square feet per gallon of primer. Allow the primer to cure to tack dry before the mastic is applied. Application of the primer shall precede the mastic application by no more than one hour. C. Mastic 1. Mastic shall be applied to a prepared dry, sound surface. Mastic shall be directly applied to the prepared surface with a trowel. Mastic coverage shall not exceed 13 square feet per gallon, and shall provide a minimum thickness of 120 mils and a maximum of '/.-inch thickness for existing concrete rehabilitation. For new concrete, do not exceed 25 square feet per gallon and a minimum thickness of 60 mils. D. Activator 1. Apply activator to clean, dry PVC sheet in accordance with manufacturer's instructions. Allow to cure to "tack" stage for CLA-1 and "tack-free" for CLA-2 prior to embedding PVC sheet in mastic. Activator shall be applied to sheet in a warm, (70 degree F minimum), protected environment and allowed to dry prior to shipment to the job site. Protect prepared sheet from debris contamination. E. Seam Material 1. Seam material shall be applied to the 4"wide overlap areas of activated PVC sheet liners. The trowel applied material coverage shall not exceed 75 linear feet per gallon. C73130C 09880-5 Bryn Mawr System Improvements Bryn Mawr Trunk Replacement F. Sheet Liner 1. The activator-prepared surface of the PVC sheet liner shall be pressed into the mastic and rolled to remove trapped air. Seams shall overlap a minimum of 4 inches. Vertical seams shall have liner material overlapped in the direction of the flow, and shall be fully bonded in the mastic to the adjoining sheet. Horizontal seams shall overlap the adjoining lining sheet below. Premolded corners shall be used at all interior and exterior corners, and shall be fully lapped (3 inches) with the lining sheets. The average dry film thickness of the cured protective lining system shall not be less than 150 mils for concrete rehabilitation and 90 mils for new concrete. Maximum size sheet applied in a single piece shall not exceed 8 feet in any dimension without prior approval by the Engineer. PVC sheet shall be applied while the mastic is still tacky. G. Termination of Liner 1. Terminate PVC liner as recommended by the manufacturer. See Linabond Standard Detail Drawings. H. Atmospheric Conditions . 1. Maintain sufficient forced air supply and construction heating to provide a minimum of 70 degrees F and 3 feet per second airflow inside the structure during the lining process. Airflow shall be maintained whenever personnel are in the structure. I. Inspection and Testing 1. After installation, the surface of the liner will be visually inspected by the Engineer for areas of poor adhesion, air pockets over 8-inches in diameter, edge or seam defects, rips, tears, and punctures. The Engineer will also perform random peel tests on each day's production, similar to the procedures outline in ASTM C794, to determine adhesion. Each peel test is a destructive test which will require patching at Contractor expense. Additional tests may be required if the minimum resistance of 16-pounds per lineal inch adhesion has not developed. A full description of the test can be found in the Manufacturer Inspectors Guide, which may be viewed at the Contracts Counter, 12th Floor, Exchange Building. Provide access to the work, including scaffolding, as needed to facilitate testing and inspection. J. Repair of Defects 1. Repair defects in the lining system where directed by the Engineer. Trim damaged areas. Cut open large air pockets and apply new mastic and activator, imbed cut ends in new mastic, and overlay with PVC patch. Activate PVC surfaces with instant cross-link activator CLA-2 as manufactured by Linabond, Inc. Patching: cover with new mastic and activate PVC sheet, lapping all edges of the repair'a minimum of 4-inches. This repair technique shall be used for patching the areas removed during peel tests in Paragraph 09800-3.04F above. END OF SECTION C73130C 09880-6 Bryn Mawr System Improvements Bryn Mawr Trunk Replacement TABLE OF CONTENTS • 1 1 • DIVISION 15 _ MECHANICAL ` 15075 ' Joint Gaskets , 15115 Slide Gates • I • . I , . i • I ' I . • , I C73130C - Bryn Mawr System Improvements SECTION 15075 JOINT GASKETS CART 1 GENERAL 1.01 DESCRIPTION A. This section specifies rubber gaskets for push-on compression type joints used with fabricated steel pipe, steel pipe, and reinforced concrete pipe. 1.02 QUALITY ASSURANCE A. Referenced Standards Reference Title ASTM D395 Tests for Rubber Property--Compression Set ASTM D412 Tests for Rubber Properties in Tension ASTM D471 Test for Rubber Property--Effect of Liquids ASTM D573 Test for Rubber-Deterioration in an Air Oven ASTM D1149 Test for Rubber Deterioration--Surface Ozone Cracking in a Chamber(Flat Specimens) ASTM D2240 Test for Rubber Property--Durometer Hardness 1.03 SUBMITTALS A. Procedures-Section 01300. B. Shop Drawings and Equipment Data 1. Certified copies of test reports indicating that the gasket material has been tested and that the results of the tests comply with the requirements specified. PART 2 PRODUCTS 2 01 MATERIALS A. Gasket stock 1. Synthetic rubber compound in which the elastomer is neoprene. 2. Compound a. No less than 50 percent by volume neoprene. b. Free from lattice, reclaimed rubber and other deleterious substances. 2.02 FABRICATION AND MANUFACTURE • A. Tensile Strength 1. ASTM D412. 2. Minimum tensile strength: 1,500 psi. 3. Ultimate elongation: 425 percent minimum. B. Hardness C73130C 15075 -1 Bryn Mawr System Improvements 1. ASTM D2240, Type A Durometer. 2. Initial test: a. Minimum hardness: 45 ±5 for pipe diameters less than 90 inches and 55 ±5 for pipe 'diameters greater than 90 inches. 3. Subsequent test: a. After conducting the initial test, condition the test specimen and the durometer at minus 10 degrees C for 48 hours and then retest. b. Increase in hardness over the initial test value not to exceed 15 points. C. Compression Set 1. ASTM D395. 2. Compression set not to exceed 20 percent when compressed for 22 hours at 70 degrees C. 3. The test specimens: a. Circular discs cut from the gaskets. b. 0.500 (±0.005-0.025) inches in height. c. Diameter of the test specimen: same as gasket but not to exceed 1.129 ±0.010 inches in diameter. D. Aging 1. ASTM D573. 2. Test specimen deterioration: a. Less than 20 percent reduction in tensile strength. b. Less than 40 percent reduction in ultimate elongation. c. Less than 15 points increase in hardness. E. Effect of liquids 1. ASTM D471. 2. Maximum volume change: a. Oil: 10 percent in ASTM oil No. 3. b. Water: 15 percent. 3. Test specimens: a. Thickness of 0.080±0.005 inches b. Circular discs cut from the gasket. F. Ozone cracking 1. ASTM D1149. 2. Test Specimen Gasket loop mounted to give at least 20 percent elongation. 3. No cracking visible at 2 times magnification of the gasket after 100 hours exposure to 1 mg/I ozone at 40 degrees C. C73130C 15075 -2 Bryn Mawr System Improvements • • PART 3 EXECUTION 3.01 INSTALLATION A. In accordance with the manufacturer's recommendations. • END OF SECTION • • • C73130C 15075%.3 Bryn Mawr System Improvements SECTION 15115 SLIDE GATES P RT 1 GENERAL• 1.01 DESCRIPTION A. This section includes slide (fabricated) gates. 1.02 QUALITY ASSURANCE • A. Referenced Standards Reference Title ASTM A126 Gray Iron Castings for Valves, Flanges, and Pipe Fittings ASTM A276 'Stainless and Heat-Resisting Steel Bars and Shapes ASTM B32 Solder Metal ASTM B98 Copper-Silicon Alloy Rod, Bar and Shapes ASTM B139 Phosphor Bronze Rod, Bar and Shapes AWWA C501 Cast-Iron Sluice Gates 1.03 SUBMITTALS A. Procedures: Section 01300. B. Shop Drawings and Equipment Data 1. Product technical data including: a. Acknowledgment that products submitted meet the requirements of standards referenced. 2. Operation and maintenance information: a. Section 01730. PART 2 PRODUCTS • 2.41 ACCEPTABLE MANUFACTURERS A. Slide Fabricated Gates 1. Rodney Hunt. 2. Waterman. ' 3. Hydro Gate. 4. Or equivalent. C7 002C 15115-1 Bryn Mawr System Improvements 2.02 MATERIALS A. Slide 1. Stainless steel: ASTM A276, Type 316. B. Frame, guides, guide rails, crossbars, and head rails • 1. Stainless steel: ASTM A276,Type 316. C. Anchor Bolts 1. Stainless steel: ASTM A276,Type 316. D. Stems and Stem Couplings 1. Stainless steel: ASTM A276,Type 316. 2.03 FABRICATION AND MANUFACTURE A. General 1. Self-contained, minimum frame height, slide gates with operators in accordance with the configuration shown on the Drawings. 2. Maximum leakage rate: Not to exceed 0.1 gpm per foot of seat perimeter with water at top of gate slide and operating in seating position. 3. Rigid, welded unit consisting of guiderails and crossbars. 4. Guiderails a. Clear opening the same size as the waterway, unless otherwise specified. b. Flatback, spigotback, or embedded type as shown on Contract Drawings. - c. Construct guides incorporating a dual slot design. 1) The primary slot will accept the plate of the slide (disc). 2) The secondary slot (if required to meet deflection) will be sufficiently wide to accept the reinforcing ribs of the disc. d. Design guides for maximum rigidity: Weight not less than 3 lbs per foot. e. Guides of sufficient length to support two-thirds the height of the slide, when the gate is fully open. • f. Provide guides of sufficient strength so that no further reinforcing will be required. g. Design gates with J-seals at the side attached to frame. h. For embedded type gates provide molded resilient seat mounted at bottom of disc for C73002C 15115-2 Bryn Mawr System Improvements flush bottom closure and seal against embedded portion of the frame in the channel invert or have a resilient seat mounted on frame flush at channel invert. i. Utilize J-seals and resilient seats of synthetic rubber conforming to AWWA C501. 5. Slide a. Plate reinforced slide with structural shapes welded to the plate. b. Slide cover maximum deflection: 1/360 of the span of the gate under maximum head. c. Extend reinforcing ribs to guides so that the seating surface of the guide is reinforced. d. Stem connection of either clevis type,with structural members welded to slide and a bolt to act as pivot pin, or a threaded and bolted (or keyed) thrust nut supported in welded nut pocket. e. Pocket of gate capable of taking at least twice the rated thrust output of the operator at 40 lbs pull. Slide material same as guides. 6. Stem a. Of suitable length and ample strength for the intended service. b. Stem diameter capable of withstanding twice the rated output of the operator at 40 lbs pull, and supported such that Ur ratio for unsupported part of the stem shall not exceed 200. 2.04 GATE OPERATORS AND LIFTS A. General: Provide lifts in accordance with AWWA C501 or as modified in these Specifications. Provide all lifts with clear butyrate plastic stem cover with Mylar open-close indicator. B. Manual Operators 1. Centerline of crank or handwheel approximately 36 inches above operating floor. Unless otherwise shown. 2. Maximum effort of 40 lbs on crank or handwheel shall operate gate after unseating gate from wedges bored upon seating head specified. 3. Provide gates, including lift, designed with a minimum factor of safety of five. Provide rising stems on all gates. 4. All load required to lift the gate to be applied through a torque tube, bolted above the gate frame. PART 3 EXECUTION 3.01 INSTALLATION A. Per manufacturers requirements. END OF SECTION C73002C . 15115-3 Bryn Mawr System Improvements