Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Permit MI99-0041 - CRESTVIEW RESERVOIR - RETAIN WALL
CRESTVIEW RESERVOIR M 199 -0041 City of Tukwila (206) 431 -3670 Community Development / Public Works • 6300 Southcenter Boulevard, Suite 100 • Tukwila, Washington 98188 MISCELLANEOUS PERMIT WARNING: IF CONSTRUCTION BEGINS BEFORE APPEAL PERIOD EXPIRES, APPLICANT IS PROCEEDING AT THEIR OWN RISK. Parcel No: .Address. _quite No: Location: Category: Type: Zoning: Const Type: Gas/Elec.: Units Setbacks: Water: Wetlands:: 537930 -0008 16200 42 AV NSFR MISCPERM LDR 000 North: HIGHLINE Permit No: Status: Issued: Expires: • MI99 -0041. ISSUED 10/20(2000 04/18/2001 Occupancy: SCHOOL. UBC 1997 Fire Protection: .0 South: .0 East: .0 West: .0 Sewer: SEPTIC Slope.: Y Contractor License No: SKAARCI184KD OCCUPANT CRESTVIEW RESERVOIR- RETAIN WALL 16200 42`. AV S, TUKWILA WA 98188. OWNER HIGHLINE SCHOOL.DIST 401 15675 AMBAUM BLVD SW, SEATTLE WA 98166 CONTACT KEITH HARRIS Phone: 206-824-0375 HIGHLINE WATER DISTRICT, 23829 30 AV S, KENT WA 98032 CONTRACTOR' SKAAR CONSTRUCTION INC PO BOX 1558, AUBURN, WA 98071 k **•k* k•k****•k *k** *•k ***•k* *•k*****.k.'k*.'k* **** k k* **•k *•k* k*'* *•k** ** **•k** *k **•k k k•k* k :k•,** k * ** *•k A Streams Permit Description: CONSTRUCTION OF A MODULAR : BLOCK RETAINING WALL. Drainage connects to s=torm drain system. 4'k'• kk* k• k•k: kk*.. kkk k- kk*• k**k **•k**k*•k•k*k * **•k *•k*k **' kit***** k***•k* •k**•k*kk*k; *kk * **k******* * :kk Construction Valuation: $ 10,425.00 PUBLIC WORKS PERMIT'S: *(Wat.er Meter Permits Listed Separate) Curb Cut /Access, /'Sidewalk /CSS: N Fire. Loop Hydrant: N No: .00 Flood Control Zone: N Hauling: N Start Time: Land Altering: N Cut: Landscape Irrigation: N Moving. Oversized Load: N Start Time: End Time: Sanitary Side Sewer.: N No: Sewer Main Extension: N .. Private: Public: Storm Drainage: Y Street Use: N Water Main Extension: N Private: Erlg. Appr: S,izet in) End Time :; Fill; Public: , k 4. k•k k*k****•k *** k***•k***•k•k*_ * ** *•k k*•*• k• k** *•k **'•k **•k•k•k***•k *`k'k•k kk * * *•k **** k k* k* k'k*** k* k•k•k* TOTAL DEVELOPMENT PERMIT FEES $ 3.17.84. 4. k. kikkkk •k•k *•kk *•kk•k *kkk•kk•kk**kk* Eck *kk k: k* k kkk kk* kk* *k• k• k* kk kk **kkk•kk'kkk *•k•k * ****k•kk•k *** Permit Center Authorized Signature: Date SQ-aQ -Q I hereby certify that I'have read and examined th' permit and know the sane to be true and correct. All provisions of law and ordinances governing this work will be complied with, whether specified herein or not. The granting of this permit does not presume to_ give authority to •violate or =nce1 the provision of any other state or local laws regulating construction or the performance of work. I am authorized to sign for and obtain this c.velopment permit. Signature. Print Name:_ This permit sha l i become null and void •i f the work is not commenced within.. 180 days from the date of issuance, or if.the work' is suspended or abandoned for a period of 180 •days frobi, the last inspection. Date: IQ :OD CITY OF TUKWILA Address: 16200 42 AV S quite: Tenant: Type: M1SCPERM Parcel 4: 537980-0008 ( • Permit No: MI99-0041 Status: ISSUED App 1 ied: 02/26/1999 Issued: 10/20/2000 AlkAA****A***All.k**1.*It*A441(AA*'Willsi***XA*A***AWAA**1.4.*41,A**AikAA.A*4,0,44*A*VA. Permit Conditions: 1 . No changes wi 1 I be made to the plans unless approved by the Engineer and the Tukwi la _Hui I ding: Div isi on. 2. The special inspector shall submit a final signed report stating whether the twork requiring special ,inspecti on was to the best of the inspector' S knoWl edge , in conformance with approved plans and ,speci f i cations and the 81)01 i cab 1 e workmanship:prOviSions of the UBC. 0. Al 1 construction 'to be done in conformance w 1 th approved plans and requirements of the Uniform" Bu 1 lding Code (1997 Edi t ion) as amended, Uni form 'Mechanical Code (1997 Edition) , and Washington State Energy Code (199) Edition) 4. Structural observation shall be provided for this project., Architect or engineer responsible for the structural desigre, shal 1 submit a written statement to the Bui 1 ding Off icio) in' accordance with UBC - Sec. 307. 5 , Validity of Permit. The issuance o permit or approval of - plans, specif icat ions, and cumputatiOnS shall not be ion strued to be a permit for, or an approval of , any violet* of any of the provisions of:\ the building -code or of any other ordinance of the jurisdiction. No "permit presuming to give authority to violate or , cancel the provisions of this code sha 1 I be valid 6. Al 1 permits, inspection records; and approved plans she 1 T be avai lable- at the Job site prior, to the start of any con- it s trUct ion. These documents are to be Maintained and ,as)ai able 'Until f ina 1, inspection approval is granted.„' k ; 1 hereby certify that I have read these Conditions and will cOmPly w ith them as Outl ined. All provisions of law and ordinances ,:gOverning this work will be complied with, whether specified herein or not The granting of this permit does not pres,ume to give authority Lo v 1 o l a t e or cancel the provisions_ of -any other work or,,1 6pa 1 laws regulating constru(.•.t ion or the performance of work i.,,, ,,, Signature: addL,AA/9 -------,-"''' Date Print N a me : 1--jilda,.../198.LAn CITY OF T('KWiLA Permit Center 6300 Soulhcenter Boulevard, Suite 100 Tukwila, WA 98188 (206) 431 -3670 Miscellaneous Permit Application Application and plans must be complete In order to be accepted for plan review. Applications will not be accepted tltrough the mall or facsimile. Project Name/Tenant Crestview Reservoir Description of work to be done: .. - U.1i s . ft..O1.... 1'.rt .... 1 .!!.L Value of Construction: " Site Address: 16200 42nd Avenue S. City State /Zip: Tax Parcel um er: 537980 -0008 Property Owner: Highline School District #401 Phone: Phone: (206) 433 -2252 Street Address: 17810 8th Avenue S. Burien, City State /Zip: WA 98148 Fax N: Contact Person: Phone: Street Address: City State /Zip: Fax N: Conlracto: ,n .• lift (�L�,( -git Phone: Street Address: AW Q4) iJi .�l4 ,�1 OW City Slate /Zip: Fax N: Architect: Phone: Street Address: City State /Zip: Fax N: Engineer: Mike 011ivant, P.E. /Parametrix, Inc. Phone: (253) 863 -5128 Street Address: City Stale /Zip: 1231 Fryar Avenue, Sumner, WA 98390 Fax N: (253) 863 -0946 kaidOLLANEbuO it Milt NEvir:w AND APpg8VAii fist uksttn: (ro BE:FILLElt1..01 `fiVAPI'LicANr) , Description of work to be done: .. - U.1i s . ft..O1.... 1'.rt .... 1 .!!.L Will there be storage of flarnmabte /cornbustible hazardous mater at in the building? ❑ yes a no Attach list of materials and storage location on separate 8 1/2 X 11 paper indicating quantifies & Material Safely Data Sheets ❑ Above Ground Tanks ❑ Antennas /Satellite Dishes D Bulkhead /Docks D Commercial Rerool ❑ Demolition ❑ Fence ❑ Mechanical ❑ Manufactured Housing-Replacement only ❑ Parking Lots ® Retaining Walls ❑ Temporary Pedestrian Protection /Exit Systems ❑ Temporary Facilities ® Tree Cutting ,APPLICANT,FIEQUEST. FOR MISCELLANEOUS PUBLIC WORKS PERMITS ; ;a'. ❑ Channelizatlon /Striping ❑ Flood Control Zone ❑ Landscape Irrigation ® Storm Drainage ❑ Water Meier /Exempt N ❑ Water Meter /Permanent N ❑ Water Meter Temp N ❑ Miscellaneous ❑ Curb cut/ Access /Sidewal op /i lydrarjtZ(! fl to vault)ti: 180 . lze(s): © Land Altering: 0 Cut cubic yards 0 Fill cubic yards 0 _sq. ft.grading /clearing ❑ Sanitary Side Sewer N: ❑ Sewer Main Extension 0 Private 0 Public, ❑ Street Use ❑ Water Main Extonslon 0 Private 0 Public 0 Deduct 0 Water Only Size(s): Size(s): Size(s l. Est. quantity: gal Schedule: Oil Moving Oversized Load/Hauling MONTHLY SERVICE' BILLINGS :TOr 1, `. ' . . , Name: Phone: Address: City /State /Zip: 0 Water 0 Sewer 0 Metro 0 Standby WATER METER bEPOSIT /AEFUNb WILLING: Name: Address: 1 Phone: City /Stale /Zip: Value of Construction - In all cases, a value of construction amount should be entered by the applicant. This figure will be reviewed and is subject to possible revision by the Permit Center to comply with current lee schedules. Expiration of Plan Review • Appiications for which no permit Is Issued within 180 days following the dale of application shall expire by limitation. The building official may extend the time for action by the applicant for a period not exceeding 190 days upon written request by the applicant as defined In Section 107.4 of the Uniform Building Code (current edition). No application shall be extended more than once. I Date application accepted: IDate application expires: iAppticatrory fa en by: (Initials) 1 ➢ BUILDING SITE PLANS AN(' • ITILITY PLANS ARE TO BE COMBIN( D. ARCHITECTURAL DRAWINGS REQUIRE STAMP BY WASHINGTON LICENSED ARCHITECT ➢ STRUCTURAL CALCULATIONS AND DRAWINGS REQUIRE STAMP BY WASHINGTON LICENSED STRUCTURAL ENGINEER ➢ CIVIL/SITE PLAN DRAWINGS REQUIRE STAMP BY WASHINGTON LICENSED CIVIL ENGINEER (P.E.) ❑ SUBMIT APPLICATION AND REQUIRED CHECKLISTS FOR directly upon grade 1 ' to diamdter:orWldth• PERMIT REVIEW M7 , j ! f' ` Above Ground Tanke/Water Tanks - Supporjed exceeding 5,000 gallons end a ratio of weight exceeds 2;1 Suliinli ch ktis .' NQi'. • �'which El AnPbn a at3111f� 'pteno, A iiliiiiiiicii of lba',:' Nil 'sinnage ' • it 1 , •:'I6.1 '' • , , ,,,i,. , ,,r,i 1 !, ... i1',1' i,I .i.. 'i.. ,. �,. .: • .. ' t ,i Sutaniit oiak l . 11.,•I,. + 4i ,r , {l ' Corpm fr MI Tenant parr � ti: t; ': Sb lt a kis � !$413. iIphot?Ilii�,v�oI ,j' ,,,I .,.1,;.1e,..,-„4 it,O, btlilt'7 F o :t; . ,1<11.. • Irfidirotiefjent. ' . .: ,. ', : '1 . � : g1 ; j } jfN�, •.�j r8'�.i ' ;.:.,,,j` :'., ,r. it. y:. l s.,., 14 I n BulkhohalDock ' coi00,0,,cIal.notooti, , r . Dbhlhlltln ❑ El ❑ Fences Over S NO in Height Submit chn ktlst '' 0" `1) ..11�','.' ® Lancl A Iering/Cradlilg/PI'etoads . Supmlt cac ksi ;, � '2.T1:::,1:!, f ❑ oadlno pocq • , j` ; r Connr lal (;enh'.IfppNvn t Y : l'eritit,s Gbinit chddk �ai7 e ,. ❑ Meehainlcal` (19esidentlat tli Corl:rnercial) • • ., ' Submit cheriklih ` o. r' , Residential only - H -t3 i }h16 ;. ril Mificeoa'1ldoiia'Publ!c Vyorks Permits •• • • ' ' Manufactured f-ioua!r g :(REI) INSIGNIA ONLY) , .. , i . 11f. • ' • • Submit pjjeakII04'' IJC; •.l �!�1 . �. Submit cheokllst `'' Subirili chebklISt': ;' Or. • 1> 9 • ,','i','. 'y:.., rliii,c, j'- '' .' °'' ❑ 171 Mivti0Oidrb pd q ?d/HalIng ❑ Psrkliig 1:019 • • SubmII clieckllst' No; -m-4 ; • n lealdoptial Rer'oot .- Exempt with following to ba.repaired or replaced, Flefalhf.i0 WOO .r gtl4.r �'fppt In height . • exceptIon;'Ij roof structure i...:::, :.• , . . , . .: %`,, :�'�', it.;;,', . .... i 1 ,1, 1,} 1 I r ' in , , � .r , , •1 I .,,1 . Nesldenhlat building Permit Subjnit.checkllst atNo ;,,M -6 Supmlf •gt,eckIhit '; Not fy1 71 80401.,06:01,0,11,! N : M - ® l / tRhpori ry rp g.f liRla � . J TetriporaryPede on efrotectIn ct Sleteiofi l ;; :.i ?' ,' ' : Sut I chackllst i , 14: ; i , ® TreerCoitit o r' , .. , soot aheoklst ! •No +. MT 2..' • ❑ Copy of Washington State Department of Labor and Industries Valid Contractor's License. It not available at the time of application, a copy of this license will be required before the permit Is Issued, unless the homeowner will be the builder OR submit Form H -4, "Affidavit In Lieu of Contractor Registration ". Bullding Owner' /Alit jiarl ed A. gent; 1l the applicant Is other than Ilia owner!: j'egisfered by a►alrltect/e'gr'Bi ce�appc*ae , , the Stale o(. asltin ton,. a potariz ail totter (ram le prop rty ore* Aul forizln toe p ant o su if tls" e pl � Ile�l 1pP in!J obtain the pormlt requires! ss p a( this submittal. i I HEREBY CERTIFY THAT I HAVE READ AND EXAMINED THIS APPLICATION AND KNOW THE SAME TO BE TRUE UNDER PENALTY OF PERJURY BY THE LAWS OF THE STATE OF WASHINGTON, AND I AM AUTHORIZED TO APPLY FOR THIS PERMIT. BUILDING O ED r Signature: ----_ �i % /iG /A� � %��.t3+iT� i// �1 in ,,,►.c Age. 8.0-e 94-o Phone:1S3 City /Stale _ 1 Date: 0/Z6-( 79 - 80.54 x 253— BC3— dpi /Zip: .5, ,#t Lri1a 9d 39et Print Warne: Address: /23/ MISCPMT.DOC 7/11/96 City of Tuk( 'la Permit Center 6300 Southcenter Boulevard, Suite 100 Tukwila, WA 98188 (206) 431 -3670 PUBLIC WOt AS SITE PLAN /CIVIL DRAWINGS REQUIREMENTS H -9 All utility construction is to meet the City of Tukwila Standards (available for review at the Public Works Department). The Public Works Department will review your site plan for the following approvals: PLEASE PROVIDE THE FOLLOWING INFORMATION: For Public Works Department evaluation and approval of site plans: (To be combined on permit application site plan) Indicate scale of drawing • Identify location by address or distance to nearest intersection • Identify public right -of -way & any ease- ments • Commercial site plans require Licensed Engineers Stamp • = Residential + = Commercial CURB CUT /ACCESS/SIDEWALK •+ CHANNEL iZA T IO N /STRIPING. + 8i: Dimensions 10, :. 2.1 , 20 • Type of surfacing:- asphalt,. crushed rock :etc.:. (& thickness) • RI: • Percent of slope &runoff direction. �. Sire of curb outs/locations. IS. Vehicular& pedestrian traffic signing: striping; wheelchair ramps, c urb:cuts - • • Commercial only. FIRE. LOOP /HYDRANT ♦ + i Type of pipe /hydrant 6, 19 • Size of ptpellocation • Q. Location &.type of all. valves II: Type of bedding. & back lI. materia ipenent. • compaction. BT.: Distance from structures; storm& sewerfacili:•• ties: . Q. Locations & size of thrust biodcing:: 1a. Sprinkler vault detail 23 FLOOD ZONE CONTROL 3, .1.1 Requirements available from Public Works Dept.) Q: Lamest finished floor elevation 21 Contours. & elevations per national Geodetic: Vertical Datum (Contact Public .Works Dept:) LAND ALTERING • + (Clearing cut & fill) £f Contours (as required for building permit submit- tal 2' contours) showing existing & proposed: contours �. Estimate of yardage, both cut& fill 22 Erosion control plan with temporary & perma- nent measures 3, 11 , 4 OHAULING/MOVING OVERSIZED LOAD•+ (Subunit on 8 -1/2 x:11 paper) 031 Quantities of materials to be hauled to and/or from the site Q Haul route map (6 copies) Q; Copy of Certificate of insurance. coverage (minimum S1,000,000). IC . $2,000 bond (hauling only): $5,000. bond. (Moving Oversized Load) made out to the City ofTukwila. or Sea ac el Dimensions (LxWxH) of overall load- Moving Oversized Load Cl : Tukwila House Movers License - Moving Oversized. Load Only ($50) OLANDSCAPE IRRIGATION + tSt' Location of Department of Health approved double check valve 23 (121` Type of pepper high density molecular. plastic; ductile 031:. Size & depth of pipe. la: Size-of meter. & box .. 181 :' Location & elevation. of meter box. (water meter permanent &exempt) Clearly show whether tap in on main or domestic service ®' Location & type of tap .Type of bedding:& backfill materfallpercentof. compaction 0. SANITARY SIDE SEWER/ N/A SEWER MAIN EXTENSION • + Q Type of pipe (concrete, PVC, et.)• • Size of pipellocation . o :. Percent of slope on pipeRength of run Q: Connection point(S) to existing system:: ... Q `. Location. ofdeanou t(s):&testTec(s),. manholes : (sewer main extension only) Q Type of bedding: & txaddll materiattpercent of 0. Invert elevations at structures: & Junctions. (sanitary, side sewer only); Q Provide monthly service billing information (sanitary side sewer only) O STORM DRAINAGE • + (lncfude existing: topography &proposedgredfng: &:surfacing) 12: M . Type of pipe - concrete, ADS, etc.. M. Size of pipellocatlon • • . t8 Percent of slope on pipeiength of run t8 Location of alt structures. C = 'lb be provided bin District tpn ml :±inn of the antractcr. Q Sq. ft. . of area to be drained, including roof area • Type of bedding & backfill' material; percent of compaction: , Ei} : Invert or flow line elevations : :: O STREET USE • + 0. Complete description of proposed activ- ity /proposed schedule (times/dates) (8=1/2 x 11 sheet) 0 .. Map with address & outline of limits of. activity relative to public right -of.- -way & easements 0 Proposed traffic'control/detour (per Manual of Uniform Traffic Control Devices, contact Public Works) O; WATER MAIN EXTENSION • + 181: Type of piper copper; PVC, etc.. a: Size of pipellocationldepth: • Hydrant. typesilocationsladdress.ofhyd location, Valve types &locations . I& :. Connection point(s) to existing system :.. ®: Type of connection (live tap,: tee,: etc.)/location CI Location: & size of thrust blocking 131‹ Size & location of mains, including elevations (profile) • 9.. O' WATER METER EXEMPT +. ::: 6: O PERMANENT /TEMPORARY•:+ Q: Diagram of domesticsystemftie in of exempt meter Q> Number/Account for existing domestic meter :: (exempt meter Daly).' .. .;.:> . • Et >.::: Size.& type of.materfat of 'meter ;:service:& me- ter box . • El . Location & elevation of meter box (permanent: . water meter only) E' Type of pipe - (copper,: high density molecular plastic, ductile)(pemranentwater meter only) ZI Location & type of tap (permanent wafer meter. only) . E1: Type of bedding &. baddil: matenalslpercent' compaction:. (permanent. water meter only). • 0'. Water deposit billing/refit(' information &.: • monthly service information (forty available at Public. Works Department) • 4/98 Hlghllne'Water District Reservoir and Associated Improvements Highline Water District, Engineers Estimate of Probable Cost Phase 11 -7.6 Million Gallon Reservoir Improvements By: Michael 011ivant P.E. Checked By: Date: Item Description ;Units Quantity Unit Cost Total Cost Bid Item 1 Mobilization 1 LS 1.00 _ $200,000.00 Bid Item 2 Trench and Site Safety Sheet Pile Shoring 1SF 11,000.00 $28.00 $308,000.00 Shotcrete ISF ' 25,000.00 $2.00 $50,000.00 Pipeline Shoring 1LS 1.00 $1,000.00 $1,000.00 Subtotal Trench and Site Safety $359,000.00 Bid Item 3 Traffic Control Flagging and Signage Day 80.00' $400.00 $32,000.00 Road Cleanup 'Day 120.00, $200.00 $24,000.00 Subtotal Traffic Control $66,000.00 Bid Item 4 Concrete Water Reservoir Clearing and Grubbing !AC 2.00 $2,500.00 $5,000.00 Reservoir Excavation ICY 83,000.00 $3.00 $249,000.00 Excess Excavation Removal CY ' 44,000.00 $4.00 $176,000.00 Onsite Stockpile CY 34,000.00 $1.00 $34,000.00 Reservoir at 7.6 Million Gallons (1) Mil. Gal. 7.60 $280,000.00 $2,128,000.00 Site Fencing LF 1,000.00 $20.00 $20,000.00 Modular Block Retaining Wall SF 480.00 $20.00 $9,600.00 Reservoir Drainage Cover 'SY 3,800.00 $10.00 $38,000.00 Underdrain System LF 540.00 $15.00 $8,100.00 Catch Basins EA 2.00 $750.00 $1,500.00 Reservoir Native Sand Cover CY 5,000.00 $5.00 $25,000.00 Reservoir Vent : EA 2.00 $7,000.00 $14,000.00 Reservoir Access Hatch : EA 2.00 $5,000.00 $10,000.00 Reservoir Stairs LS 1.00 $15,000.00 $15,000.00 Erosion Control !LS 1.00 $5,000.00 $5,000.00 Dust Control ,LS 1.00: $2,000.00 $2,000.00 Electrical Conduit 2 In. -LF 2,000.00. $6.00 $12,000.00 Hand Holes iEA 2.00' $500.00 $1,000.00 Water Line 24 In. Dia 'LF 420.00 $95.00 $39,900.00 Water Line 18 In. Dia ;LF 281.00 $80.00 $22,480.00 Water Line 12 In. Dia :LF 308.00! $65.00 $20,020.00 Casing 40 In. Dia. IF 136.001 $175.00 $23,800.00 Casing 30 In. Dia. LF 284.001 $150.00 $42,600.00 Subtotal Concrete Water Reservoir ' $2,902,000.00 Bid Item 5 Park Restoration Irrigation System ;LS 1.001 $65,000.00 _ $65,000.00 Water Line Improvements ,LF 200.00! $40.00 $8,000.00 Lawn Restoration 'AC 2.001 $5,000.00 $10,000.00 Plantings i LS i SY 1.00; 2,400.00' $50,000.00 $18.00 $50,000.00 $43,200.00 Asphalt Path & Parking Lot Rest. Picnic Cover Remove and Replace I LS 1.00! $8,000.00 $8,000.00 Misc. Removals and Replacements ;LS 1.00' $5,000.00 $5,000.00 Final Cleanup and Fence Removal jLS I 1.001 $7,500.00 $7,500.00 Subtotal Park Restoration 1 $198,700.00 Total Bid Items 1, 2,3,4, and 5 ! $3,713,700.00 Sales Tax at 8.6% 1 $319,378.20 Total Phase II - Reservoir Improvements $4,033,078.20 Page 1 2/26/99, 10:51 AM. Tukwila Hiahline Reservior Est.22399 FEB -23 99 15:30 FROM:HIGHLINEWATERDIST. 2069240375 City of Tukwila TO:12538630946 PAGE: 002 PROJECT # CERTIFICATE OF WATER AVAILABILITY PART A: (TO BE COMPLETED BY APPLICANT) 1. Owner Name: }lighting Water District Addling: PO Box 3867. ISeot_WA 48032 -3867 Phone: _ 206- 824 -0375 Agent / Contact Person: Keith Harris Phone: 206424-0375 ext. 142 Site Address (Attach map and legal description showing hydrant location & size of main: 160700 - 42"4 Ave. S, 2. This certificate is submitted as part of an application for. ❑ Residential Building Permit ❑ Preliminary Plat ❑ Short Subdivision ❑ Rezone ❑ Commercial/Industrial Building Permit ® Other —Path Teed~+ 3. Estimated number of service connections and meter size(s): 1 1 -1/2" 4. Vehicular distance from nearest hydrant to: On property S. (�M.11 imam needs of development for Bre flows:, 1000 gym at a residual pressure of 20psi L— ...1 Fire Marsha ll E Developez's Engineer 1 City ❑ Insurance Underwriter 0 Utility ❑ Other 6. Area is served by: Owner /Agent's Signature: HIGHLINE WATER DISTRICT Bate: ..e12;ZZX._ (Rrvoran side to be completed by water utility and governing Jurisdiction) FEB -23 99 15:30 FROM:HIGHLINEWATERDIST. 2068240375 TO:12538630946 PAGE:003 PART B: (TO .BE COMPLETED RY WATER UTILITi9 I , Tbis proposed project is located within TUICWJLA / KING (City /County) 2. Improvements required to upgrade the water system to bring it into compliance with the utilities' comprehensive plan or to mat the minimum flow requirements of the project before conaeatieo: ONINLILIMPITOIT, 3. Based upon the improvements listed above, water can be provided and will be available at the site with a residual pressure of 40 psi at 1674 ®rn for a duratiop of 2 hours at a velocity of fps as documented by the attached calculations. 1 hereby certify that the above information is true and correct. trrr HI.INR WATER rINTR11T Agency ..i ..//2±Z___ Phone Hy: Date PART C: (TO HE COMPLETED BY GOVERNING JURISDICTION) 1. Water Availability - Check one: QAcceptable service can be provided to this project, 0 Acceptable service cannot be provided to this project unless the improvements listed in Item Item #C2 are met. System is not capable of providing service to this project. 2, Minimum water system improvements: (At least equal to 02 above) Agency Phone BY Dana FEB-23 99 15:31 FROM:HIGHLINEWATERDIST. 2068240375 X45 Pr' 0 3 si f�a 0 1 r TO:i2538630946 PAGE:004 FEB -23 99 15:31 FROM:HIGHLINEWATERDIST. 2068240375 TO:12538630946 PAGE: 005 U Aggide j - - -� � �i .; ro 4 r r r Wir V LOT 2 n 010 c D. PROPERTY OWNER DECLARATION The undersigned makes the following statements based upon personal knowledge: 1. I am the current owner of the property which is the subject of this application. 2. All statements contained in the application are true and correct to the best of my knowledge. 3. The application is being submitted with my knowledge and consent. 4. I understand that conditions of approval, which the City and applicant have jointly agreed may not be completed prior to final approval of the construction (e.g., final building permit approval) will be incorporated into an agreement to be executed and recorded against the property prior to issuance of any construction permits. I declare under penalty of perjury under the laws of the State of Washington and the United States of America that the foregoing statement is true and correct. EXECUTED at .134.-IC/ E4/ (city), Lt/ 6/PA ' rest/ (state), on #GBEt./ARY S , 1991.: .4444 Ai .T Sal./ /b T (Print Name) /7k /D y -/h 4VEAxL' 'elt.J rte (Address) As ,9'/EA/ W4 SW j4' -170,e3 2GYv X33 2 z S'2 (Phone Number) (Signature) Use additional sheets as needed for all property owner signatures. CITY OF TUKWILA Permit Center 6300 Southcenter Boulevard, Suite 100 Tukwila, WA 98188 (206) 431 -3670 ►'�I A4-1 Submittal Checklist Miscellaneous Permits RETAINING WALLS Retaining Walls over 4 feet in height (measured from top of footing to top of wall) OR retaining walls supporting a surcharge. ✓ Site Plan Requirements ✓ Working Drawings Structural Details Structural Calculations stamped by Washington State licensed Structural Engineer To be Provid High Water Mark of river if within 200 feet of site Soils reoort/classification stamped by Washington State licensed Geotechnical Engin�rtached X Existing topography in 2' intervals Reports, plans, studies and other documents necessary to comoly with SEPA Anchoring details X Location of slopes 20% or greater Detailed foundation plan (pad for antenna) Wetlands and watercourses and their buffers Diameter of dish X Identify location of wall X Distance between structures and property lines X Identify drainage sheet C = To be provided upon selection of the Contractor. SATELLITE DISHES / ANTENNAS Permit required when dish is attached to or roof mounted when such equipment weighs in excess of 400 pounds. ✓ Drainage Calculations stamoed by Washington State licensed Civil Engineer (P.E.) Attached ✓ C Structural Calculations stamped by Washington State licensed Structural Engineer To be Provid X Soils reoort/classification stamped by Washington State licensed Geotechnical Engin�rtached Reports plans, studies and other documents necessary to comoly with Sensitive Area Ordinance Reports, plans, studies and other documents necessary to comoly with SEPA Anchoring details Location of antenna (freestanding) Detailed foundation plan (pad for antenna) C = To be provided upon selection of the Contractor. SATELLITE DISHES / ANTENNAS Permit required when dish is attached to or roof mounted when such equipment weighs in excess of 400 pounds. ✓ Site Plan Requirements ✓ Working Drawings Setback lines to property lines Roof Plan/Location Plan Height of antenna/dish Anchoring details Location of antenna (freestanding) Detailed foundation plan (pad for antenna) Show method of screening Diameter of dish Additional Requirements Structural calculations stamped by Washington State licensed Structural Engineer Client: Highline Water District Project: Crestview Water Reservoir Construction — Phase II Construction Project Number: 21- 2714 -01 Date: 2/23/99 Re: Impervious Surface Calculations Prepared by: Michael 011ivant P.E., Parametrix, Inc. General: As outlined in Submittal Checklist M -1, City of Tukwila drainage calculations stamped by a Washington State licensed Civil Engineer are required. As part of the construction of the water storage reservoir the Highline Water District has removed impervious surface as a result of demolition of the existing Crestview Elementary School — Phase I Construction. There will be a net reduction in the amount of impervious surface on the subject property as a result of the overall reservoir project and a net reduction in the amount of storm water runoff generated on the project site. An itemization of the reduction and addition of impervious surface is outlined below: Reduction of Impervious Surface • Removal of school building, asphalt surface, and covered walkway 51,230 SF • Removal of mobile school building, 1,280 SF • Removal of City Park parking lot 6,270 SF Total impervious surface removed as a result of this project 58,780 SF Increase in Impervious Surface • Below grade concrete water reservoir with subsurface drainage system 31,416 SF • New City Park parking lot 7,960 SF • South asphalt path to baseball field 5,000 SF • Northeast asphalt path to baseball field 1,680 SF Total impervious surface added as a result of this project 46,056 SF Total net difference in impervious area as a result of this project (12,724) SF* *It is assumed that the misc. park paths and other impervious that are to be removed and replaced as a result of this project are similar in size. Calculations have not been provided for storm water improvements associated with an increase in impervious surface due to the net loss of impervious surfacing associated with this project. IEXPIRES: 7 /Z - 2000 1 CITY OF( JKWILA Permit Center 6300 Southcenter Boulevard, Suite 100 Tukwila, WA 98188 (206) 431 -3670 74r M -2 Submittal Checklist Miscellaneous Permits LAND ALTERING /GRADING /PRELOADS Required when over 50 cubic yards moved or 6,000 sq. ft cleared. ✓ Site Plan Requirements Existing and proposed topography in 2' intervals ✓ Working Drawings X Existing and proposed topography in 2' intervals X Erosion control plan including methods for temporary and permanent measures Location, species, and size of trees to be removed and replacement trees X List of trees to be removed attach, High water mark of river if within 200 feet of site High Water Mark of river if within 200 feet of site X Location, and size of trees to be removed and existing and replacement trees X List of trees to be removed X Existing landscaping X Location of slopes 20% or greater, .Netlands, watercourses and their buffers X Estimate of yardage, both cut and fill X Estimate of yardage Additional Requirements If over 500 cubic yards, SEPA checklist is required Reports, plans, studies and other documents necessary to comply with Sensitive Area Ordinance Reports, plans, studies and other documents necessary to comply with SEPA Tree cutting permit may be required TREE CUTTING PERMIT Required for removal of vegetation on an environmentally sensitive area or within the Shoreline Zone. Site Plan Re • uirements Working Drawings X Existing and proposed landscaping X Existing and proposed topography in 2' intervals X Location, species, and size of trees to be removed and replacement trees X List of trees to be removed attach, High Water Mark of river if within 200 feet of site X Location of slopes 20% or greater, wetlands and watercourses and their buffers Additional Requirements Reports, plans, studies and other documents necessary to comply with Sensitive Area Ordinance Reports, plans, studies and other documents necessary to comply with SEPA Any required land use applications if net already completed Client: Highline Water District Project: Crestview Water Reservoir Construction — Phase 1I Construction Project Number: 21- 2714 -01 Date: 2/23/99 Re: Land Altering Information Prepared by: Michael 011ivant P.E., Parametrix, Inc. General: As outlined in Submittal Checklist M -2, City of Tukwila requires that estimates of yardage, both cut and fill be provided. The construction of the proposed water storage reservoir is unique as it will be constructed below grade and will displace a large amount of native material. Excavation, stockpile of excess material, backfill, and final grading for the reservoir will proceed as follows: • The General Contractor will excavate an area for construction of the concrete water reservoir. Approximately 83,000 cubic yards of structural excavation will be removed. Of the 83,000 cubic yards approximately 44,000 cubic yards will be hauled off -site to a contractor selected location, and approximately 39,000 cubic yards will be stockpiled on -site at the existing location of the Crestview Elementary School. • After the concrete reservoir is completed the stockpiled material (approximately 39,000 cubic yards) will be used to backfill around the reservoir and to reshape the existing topographic contours. Of the 39,000 cubic yards approximately 27,000 cubic yards will be used for backfill around the structure to match the original ground contours. The remaining 12,000 cubic yards will be used as fill material to alter the preconstruction topographic contours of the site to meet the grading and landscape plans included within the proposed contract documents. • Highline Water System Total Existing Vegetation Summary/Inventory Within Highline Reservoir Construction Area Portions Of The Total Vegetation Will Remain Undisturbed As Outlined On Sheet 4/24 Of The Contract Plans Pseudotsuga Menziesil Douglas Fir Arbutus menziesii Madrone Caliper Quantity Caliper Quantity 3" 5 Cornus nuttallii 4" 1 4" 6 Pacific dogwood 5" 5 6" 2 Alnus rubra 8" 2 8" 2 Red Alder 10" 4 9" 2 11" 3 10" 6 12" 5 11" 5 13" 2 12" 6 14" 3 13" 2 16" 3 14" 9 18" 3 15" 2 20" 3 16" 2 22" 2 17" 1 24" 1 18" 3 26" 2 20" 1 21" 1 Prunus c. 'Autropurpurea' 22" 4 Red Leaf Plum 4" 1 23" 1 24" 1 Pinus sylvestris Scotch Pine Caliper Quantity 8" 1 13" 1 18" 1 26" 1 Caliper Quantity Thuja plicate 14" 1 Western Red Cedar Platanus acerifolia London Plane Tree 6" 3". Crataegus douglassii Douglas Hawthorne Multi -stem Cory lus C. californica Western Hazelnut ^ \ � A1aaA+*k^A40a++%aA++*+%ft +*1. +kAa*A*x^^t++kW*^^*+ ClTY OF TUKNILA, NA | -~ ��I TRANSNIT *+*A+x*+Al*k�A+a+^6kk+/*»/**+%a*hA^+A+^++**+4*+*+A*%*a*+4+* TRHNSNlT Number: P9800379 Amount: 317.84 10/20/00 14:31 Payment Method: CHECK Notation: HI6HLI/E WATER Init: ILA -'-.-• ^-~..'--...~._.~~.~.-'-_._..-._'.,-_..._--..-._ Permit Not MI99-O041 Type: NIGCP[HM MISCELLANEOUS PERMIT Parrel No: 537980'0008 Site •Addrege: 16200 42 AV S • This Payment 317.84 Total Fees: Total ALL pmts: Balance:' 317.04 317.84 .00 ^+*4*x*�a0*4++0.*AA*^^«++^+a+4.+^kaAk*+a+4ta+*+aa+a+a�*4*a+4+a^*++^ Acoount CoUe Description 'Amnonh 000322.100 BUILDING - RES 174.75 000/345.030 PLAN CHECK ~ RES ' 113.59 0O0/295.830 PLAN CHECK - UTILITY 10.00 000/306.904 STATE BUILDING UUHCHARGE 4°50 412/342.400 IN3p r-[E - STORM ()PAIN 15.00 1770777 V.n: Ada A (:1 INSPECTION RECORD. I Retain a copy with permit INSPECTION NO. CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd, #100, Tukwila, WA 98188 PERMIT NO. (206)431 -3670 Pro eyt, C Ira- Sit... ,"Pi..,1 Type of ctiorrr" Address: %lam Ze22 - Y24-7,./,4,0 50 Date cal edr "� .... -- Special instructions: Date wanted: 2 .4 ) ( a.m Cam. Request r/:J ,vl l be 1'' le,4 Phone: Approved`per applicable codes. COM 7 Corrections required prior to approval. Date2 ! O i Ej $47.00 REINSPECTION E REQUIRED. Prior to inspection, fee must be paid at 6300 Southcenter Blvd., Suite 100. CaII to schedule reinspection. I CJ INSPECTION NO. INSPECTION RECORD Retain a copy with permit CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd, #100, Tukwila, WA 98188 PERMIT NO. (206)431 -3670 P oject: V LLut.n.,/ Type of Inspection: Address: Date called: -7a V2(3 Special instructions: ,A„. �, W1)31' Date wanted: i a.m. t t ` 1 p.m. Requester: Phone: • Approved per applicable codes. 0 Corrections required prior to approval. COMMENTS: tb/ Inspector: v Date: tt/ . /61 0 $47.00 REINSPECTION FEE REQUIRED, Prior to inspection, fee must be paid at 6300 Southcenter Blvd., Suite 100. CaII to schedule reinspection. 1 n��. INSPECTION RECORD Retain a copy with permit INSPECTION NO. CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd, #100, Tukwila, WA 98188 (206)431-3670 Project: ( ,4/e. ("I' e ' ' ..1,e,/ Type of Inspectlt,r, /7;`—; Address: Date called: Special instructions: ■ (4.›V f >1 4-4 1 (/ Date wantee5t) , .., am. —Si *-1. st49/ 0;) Requester: Phone: ElApproved per applicable codes. COMMENTS: 1”‹ -,..- Corrections required prior to approval. r e LS t2 741-1,2-7-2 Inspector: Date:e;) S/ E.] $47.00 REINSPECTION FEE EQUIRED. Prior to inspection, fee must be paid at 6300 Southcenter Blvd., Suite 100. Call to schedule reinspection. 1 1 rint.. Contract Doc m n FLE COPY 1 understand that the Plan Check approvals are subject to errors and omissions and approval of plans does not authorize thz, violation of any adopted code or . of con- tractor's copy of apprc.nr:),' acknowledged. By Date Permit No. or••••••■••■■■•■■•••■■•■•■•■••■•••■••■••••••••••• Water Storage Improvements Project 7.6 Million Gal. Reservoir Contract 98-70- I 2 Phase 11 - Reservoir Improvements Highline Water District CITY OF TUKWILA APPROVED OCT -5 2000 AS toru •••■••*.•••■•••■•■•••••■•••■•■••■•••■••••*000.0.M*. SUILINNG DIVISION RECEIVED CITY OF TUKWILA MAR 2 3 1999 PERMIT CENTER ?R9-1- OD M Ilet4- 004( Parametrix, Inc. February 1999 CONTRACT DOCUMENTS WATER STORAGE IMPROVEMENTS PROJECT 7.6- MILLION - GALLON RESERVOIR PROJECT NO. 96-3 CONTRACT 98 -70 -12 PHASE II RESERVOIR IMPROVEMENTS HIGHLINE WATER DISTRICT Prepared for: Highline Water District P.O. Box 3867 Kent, Washington 98032 Prepared by: Parametrix, Inc. P.O. Box 460 Sumner, Washington 98390 PMX #21- 2714 -01 February. 1999 CERTIFICATE OF ENGINEER The technical material and data contained in this document were prepared under the supervision and direction of the undersigned, whose seal, as a professional engineer licensed to practice as such, is affixed below. Prepared by ames T. Hasslin , P.E. Checked by Rick Hermes, P.E. Highline Water District - Contract Documents Phase 1l Reservoir Improvements 21- 2714 -01 February 1999 TABLE : OF CONTENTS CALL FOR BIDS ........... ...... . PRE -BID CONFERENCE .... .. . BIDDING INFORMATION ... LEGAL DOCUMENTS ..... ... . AGREEMENT ......... ... SPECIAL PROVISIONS Page 2:. SPECIAL PROVISIONS DIVISION 1 - GENERAL REQUIREMENTS ............... . DIVISION 2 - EARTHWORK DIVISION 3 - PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING 87 DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS ........ 88 DIVISION 6 - STRUCTURES . . 90 DIVISION 7 - DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 119 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 123 DIVISION 9 - MATERIALS 148 27� 28 57 APPENDIX A - GEOTECHNICAL REPORT, PROPOSED HIGHLINE RESERVOIR TUKWILA. WASHINGTON, LANDAU ASSOCIATES, INC., OCTOBER 22, 1998; APPENDIX B - PREVAILING WAGE RATES • Nightlife •Water District - Contract Documents: Phase •II Reservoir Improvements CALL FOR BIDS Notice for the date and time of opening of sealed bids will be sent by certified mail to those contractors that are determined to be prequalified to submit a bid proposal to the Highline Water District for Contract 98 -70 -12 Reservoir Improvements. Sealed bids will be received by Highline Water District at 23828 - 30th Avenue South, Kent, Washington until the time and date listed in the Notice of Qualifications, for Highline Water District Project 96 -3; Highline Water District Contract 98 -70 -12 (Reservoir Improvements), and will then and there be opened and publicly read aloud. Bid proposals will be received only at Highline Water District at 23828 - 30th Avenue South, Kent, Washington. Proposals received after the time fixed in the Notice of Qualifications will not be considered. The work to be performed will include the furnishing of all labor, materials, equipment, and incidentals necessary to make the improvements as required by the Bid Documents. The work may be generally described as follows: • Excavating, stockpiling, and /or hauling approximately 84,000 cubic yards of soil • Construction and engineering services for a 7.6- million - gallon reinforced, concrete water storage reservoir, to be totally buried • Backfill and surface restoration • Jacking of 430 lineal feet of 30- and 40 -inch casing pipe • Install approximately 1,200 lineal feet of 12- to 24 -inch ductile iron pipe • Irrigation system, landscaping, and park restoration Bidding is limited to prequalified contractors and /or prequalified contractor teams having appropriate experience in heavy construction and the design and manufacture of tank structures of comparable dimension. Those prequalified will be listed in an addendum to be issued following the closure date for prequalification. The attention of bidders is directed to the applicable state requirements and conditions of employment to be observed and minimum wage rates to be paid under this Contract. Bidding documents provided with the prequalification packages may only be purchased at Highline Water District for a non - refundable charge of $45.00. If you are making the purchase in person, you may do so at 23828 - 30th Avenue South, Kent, Washington (Telephone 206- 824 -0375, Ext. 132 /FAX: 206 - 824 - 0806). If you are making the purchase through the mail, you may do so using P.O. Box 3867, Kent, Washington, 98332. Checks should be made payable to Highline Water District. Return of the documents is not required. Highline Water District — Contract Documents Phase 11 Reservoir Improvements 2 21- 2714 -01 February 1999 Examination of the bid documents may be made at the following locations: Parametrix, Inc. 1231 Fryar Avenue Sumner, WA 98390 Highline Water District 23828 - 30th Avenue South Kent, WA 98032 This Call for Bids will not be advertised. Advertisement for Bid and Invitation for Prequalification of Bidder will be advertised under the Prequalification Document. High line Water District - Contract Documents • • Phase 11 Reservoir Improvements • t PRE -BID CONFERENCE Bidders are advised that a Pre -Bid Conference will be held at the offices of the Highline Water District, 23828 - 30th Avenue South, Kent, Washington, on the time and date listed in the Notice of Qualification. Attendance at this Pre -Bid Conference shall be voluntary, and prospective bidders are free to choose if they wish to attend. Highline Water District - Contract Documents Phase II Reservoir Improvements Highline Water District BIDDING INFORMATION 1. GENERAL A general description of the work to be done is contained in the Advertisement for Bids and the Invitation for Prequalification of Bidder Package (separate document). The scope is indicated and specified in applicable parts of these Contract Documents. 2. CONTRACT DOCUMENTS The Contract Documents consist of the material bound herewith. These Contract Documents are intended to be mutually cooperative and to provide all details reasonably required for the execution of the proposed work. Any person contemplating the submission of a bid and being in doubt as to the meaning or intent of said Contract Documents, should request the Engineer, in writing, to provide an interpretation thereof. Any interpretation or change in said Contract Documents will be made only in writing and a copy of such interpretation or change will be mailed or delivered to each person receiving a set of the Contract Documents. Highline Water District, herein referred to as Owner, will not be responsible for any other explanation or interpretations of said Documents. District projects are to be built and constructed in accordance with the "1998 Standard Specifications for Road, Bridge and Municipal Construction ", including the ADWA Supplement, prepared jointly by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association. Materials supplied shall conform with the most current version of the American Water Works Association Standard Specifications. These Standards are hereinafter referred to as the "Standard Specifications." The Standard Specifications are modified and supplemented herein. All provisions which are not amended or supplemental shall remain in full force and effect. Reference to specific sections of the General Conditions are marked by Section number to which they pertain. Work performed in Highline Water District must conform with the District's Safety Manual. Work areas found not to comply with Federal, Local and District safety regulations will be shut down by the District until safe working conditions have been restored. The District and its consultant(s) assume no liability with regard to work done in an unsafe manner. The Contractor can obtain the safety manna. from the District offices. Highline Water District - Contract Documents Phase 11 Reservoir Improvements 214714-01 February 1999 3. TYPE OF BID The Bid for the work contemplated is to be submitted on a lump sum or unit price basis for various bid items shown in the Proposal. 4. PREPARATION OF BIDS Bidders must submit the items listed in the Bidder's Checklist. Blank spaces on the Proposal must be filled in, with ink, in both words and figures where required. All bid items must be completed. No changes shall be made in the phraseology of the form or in the items mentioned herein. Written amounts shall govern in cash of discrepancy between the amounts stated in writing and the amounts stated in figures. Any bid shall be deemed informal which contains omissions, erasures, alterations, additions of any kind, items uncalled for, items which are obviously unbalanced, or which in any manner fail to conform to the conditions of the published Advertisement for Bids. The Bidder shall sign the forms in the blank spaces provided therefore. Bids made by corporations or partnerships shall contain names and addresses of the principal officer or partners. If the bid is made by a corporation, it must be acknowledged by one of the principal officers thereof; if made by a partnership, by one of the partners. 5. SUBMISSION OF BIDS Bids shall be submitted at the time and place indicated in the Advertisement for Bid and shall be included in an opaque, sealed envelope; marked with the project title, date of bid opening, the notation "Bid Enclosed ", and name and address of Bidder; and, shall be accompanied by the bid security and other required documents. 6. WITHDRAWAL OF BID Any bid may be withdrawn prior to the scheduled time for the opening of bids, either by telefax, written request, or in person. No bid may be withdrawn after the time scheduled for the opening of bids, unless sixty (60) days have elapsed without an award of contract. 7. BID SECURITY Bids must be accompanied by a cashier's check, drawn on a bank in good standing, or a bid bond issued by a surety company authorized to issue such bonds in the State of Washington, in an amount of not less than five percent (5 %) of the total amount of the bid submitted. This check or bid bond shall be given as a guarantee that, if awarded the Contract, the successful Bidder will execute the attached Contract within the time specified. SHighline Water District - Contract Documents 21- 2714 -01 ( Phase 11 Reservoir Improvements 6 February 1999 The Owner reserves the right to retain the bid security of the three lowest Bidders until the successful Bidder has signed and delivered the Contract. Upon failure of the successful Bidder to sign and deliver said Contract and Performance and Payment Bond within the specified time, the second lowest bid may be accepted at the Owner's discretion whereupon the above instructions and requirements will apply to the said second Bidder. Bid security for all Bidders, except the three lowest, will be returned promptly after the opening of bids; bid security of the three lowest Bidders will be returned within three (3) calendar days after the Contract has been executed or other disposition made thereof in accordance with the provisions stated herein. 8. CONDITIONS OF WORK Each Bidder must inform her /himself of the conditions relating to the regular execution of the work and it is assumed she /he will inspect the site and will make her /himself thoroughly familiar with all the Contract Documents. Failure to do so will not relieve the successful Bidder of her /his obligation to enter a contract and complete the contemplated work in strict accordance with the Contract Documents. 9. FINANCING Payment for work performed will be made by the Owner, as specified in the Contract. 10. AWARD OF CONTRACT Within sixty (60) calendar days after the opening of bids, the Owner will accept one of the bids or will act in accordance with paragraph 11 of this notice, in writing, mailed or delivered to the office designated in the bid. 11. BASIS OF AWARD The award will be made by the Owner on the basis of that bid which, in its sole and absolute judgment, is the lowest responsible bid by a bidder that has met the qualification requirements described in the Statement of Bidder's Qualifications Form. The bid amount, which will be used for comparison purposes by the Owner, is the sum of the individual bid items plus sales tax, as listed by the Bid Total on the Contractor's Proposal Form. The Owner reserves the right to accept or reject any or all bids and to waive any informalities and irregularities in said bids. 12. EXECUTION OF CONTRACT The successful Bidder shall, within ten (10) calendar days after receiving Notice of Award, execute the Contract hereto attached with the Owner. Highline Water District - Contract Documents 21- 2714 -01 Phase 11 Reservoir Improvements 7 February 1999 13. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND Should the successful Bidder fail or refuse to execute the Contract, then the bid security deposited by said Bidder shall be retained as liquidated damages by the Owner and it is agreed that this said sum is a fair estimate of the amount of damages the Owner will sustain in case the Bidder fails to enter into a contract and furnish bond as herein provided. Bid security deposited in the form of a cashier's check shall be subject to the same requirements as a bid bond. 14. TIME OF COMPLETION The time of completion of the work to be performed under this Contract will be as stated in the Proposal. In the event that the Contractor fails to complete the work on schedule, Liquidated Damages will be assessed as set forth in these Contract Documents. L 15. MINIMUM HOURLY WAGE RATES The Contractor shall conform with RCW 39.12 and all current State of Washington laws, - rules, and regulations pertaining to prevailing minimum wage rates as applicable. t_ { Righting Water District - Contract Documents d Phase 11 Reservoir Improvements BIDDER'S CHECKLIST The Bidder's attention is especially called to the following forms which must be completed in full as required and submitted collectively as the Bid Proposal package: 1. PROPOSAL The "Price Per Unit" and "Total Amount" must be shown in the spaces provided. 2. BIDDERS'S PROPOSED SUBCONTRACTORS 3. BID DEPOSIT The "Bid Bond" form is to be completed by the Bidder and the surety company unless bid is accompanied by a certified check, postal money order, cash, or cashier's check. The amount of this deposit shall not be less than five percent of the total amount of the Bid Proposal and may be shown in dollars or on a percentage basis. 4. NON - COLLUSION AFFIDAVIT 5. TECHNICAL SUBMITTAL Provide preliminary drawings and outline specifications in accordance with Section 6-12.3. The following forms are to be executed and submitted within ten (10) calendar days after award of Contract: 1. AGREEMENT This agreement to be executed by the successful Bidder in triplicate. 2. PERFORMANCE BOND AND PAYMENT BOND To be executed by the successful Bidder and his surety company. 3. PROOF OF INSURANCE AND INSURANCE COVERAGE QUESTIONNAIRE Copy of policy and appropriate endorsements. 4. DECLARATION OF OPTION FOR MANAGEMENT OF STATUTORY RETAINED PERCENTAGE Highline Water District - Contract Documents 21- 2714.01 Phase 11 Reservoir Improvements 9 February 1999 i •■ NOTE TO BIDDER: Use BLACK ink for completing this Proposal form. PROPOSAL TO: Highline Water District Address: P.O. Box 3867, Kent, WA 98032 Project Title: Highline Water District Water Storage Improvement Project, 7.6- Million- Gallon Reservoir Project No. 96 -3 Phase II - Reservoir Improvements Contract No. 98 -70 -12 Bidder's Declaration and Understanding The Bidder declares that he has carefully examined the Contract Documents for the construction of the project, that he has personally inspected the site, that he has satisfied himself as to the quantities involved, including materials and equipment, and conditions of work involved, including the fact that the description of the quantities of work and materials, as included herein, is brief and is intended only to indicate the general nature of the work and to identify the said quantities with the detailed requirements of the Contract Documents, and that this Proposal is made according to the provisions and under the terms of the Contract Documents, which Documents are hereby made a part of this Proposal. The Bidder further declares that he has exercised his own judgment regarding the interpretation of subsurface information and has utilized all data which he believes pertinent from the Engineer, Owner, other sources and has made such independent investigations as the Bidder deems necessary in arriving at his conclusions. Agreement Execution The Bidder agrees that if this Proposal is accepted, he will, within ten (10) calendar days after Notice of Award, complete and sign the Agreement in the form annexed hereto, and will at that time deliver to the Owner executed copies of the Performance Bond, Labor and Material Payment Bond, the Certificate of Insurance in the form annexed hereto, and other documentation required by the Contract Documents, and will, to the extent of his Proposal, furnish all machinery, tools, apparatus, and other means of construction and do the work and furnish all the materials or services necessary to complete all work as specified or indicated in the Contract Documents. Start of Construction and Contract Completion Time The Bidder further agrees that upon receipt of his Notice to Proceed he will begin work within 10 calendar days of the starting date therein and complete the construction, for all schedules in all respects, within 320 working days after the date of Notice to Proceed. Highline Water District - Contract Documents Phase 11 Reservoir Improvements 10 21-2714-01 February 1999 Lump Sum or Unit Price Work The Bidder further proposes to accept as full payment for the work proposed herein the amounts computed under the provisions of the Contract Documents and based on lump sum or unit price amounts, it being expressly understood that the unit prices are independent of the exact quantities involved. The Bidder agrees that the lump sum prices and the unit prices represent a true measure of the labor, services and materials required to perform the work, including all allowances for overhead and profit for each type and unit of work called for in these Contract Documents. The amounts shall be shown in both words and figures. In case of a discrepancy, the amount shown in words shall govern. If any material, item, or service required by the Contract Documents has not been mentioned specifically, the same shall be furnished and placed with the understanding that the full cost to the Owner has been merged with the prices named in the proposal. Complete Forms and Certificates The Bidder has included with this Proposal the following completed forms and Certificates: 1. Non - Collusion Affidavit Certificate 2. Proposed Subcontractors 3. Proposal Guaranty (Bid Bond) 4. Technical Submittal as per Section 6 -12.3 Highline Water District - Contract Documents Phase !! Reservoir Improvements t Y` r BID FORM TO: HIGHLINE WATER DISTRICT herein called Owner: FROM: Proposal of herein called Bidder: 1. The undersigned Bidder, having investigated the site and locality where the work is to be performed, the legal requirements (Federal, State, and local laws, ordinances, rules and regulation) and the conditions affecting cost, progress, or performance of the work, and being familiar with the Contract Documents, hereby proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Contract Documents and within the Contract time indicted in this Bid and in accordance with the Contract Documents for an amount computed upon the basis of the quantity of work actually performed at the following prices: NOTE: Unit bid amounts shall be shown both in words and figures. In case of discrepancy, the amount shown in words will govern. ITEM NO. APPROX. QTY & UNITS DESC. OF ITEM UNIT PRICE TOTAL AMOUNT FOR ITEM 1. 1 LS Mobilization $ $ (Per Lump Sum) Words 2. 1 LS Trench and Site Safety $ $ (Per Lump Sum) Words 3. 1 LS Traffic Control $ $ (Per Lump Sum) Words 4. 1 LS Concrete Water Reservoir $ $ (Per Lump Sum) Words 5. 1 LS Park Restoration $ $ (Per Lump Sum) Words SUBTOTAL $ SALES TAX 8.6% $ TOTAL AMOUNT OF BID $ Highline Water District - Contract Documents Phase 11 Reservoir bnprovements 12 21- 2714 -01 February 1999 2. The quantities for unit bid items are approximate only and are subject to either increase or decrease, and are stated only for the purpose of comparing bids and fixing the amount of surety bonds. Any portion or all of these items may be authorized as part of this contract. Should the quantities of any of these items of work be increased or decreased, the undersigned Bidder shall perform the work at the unit prices set out herein. Payment will be made based upon actual quantities installed at such unit prices, and the undersigned Bidder shall make no claims for anticipated profits or additional compensation for any increase or decrease in the quantities. Actual quantities installed will be determined upon completion of the work. 3. COMPLETION DATE Bidder proposes and agrees, if awarded the Contract, to complete all requirements of the work in the Contract in accordance with the following schedule. Time limits are in working days after Notice to Proceed. A. Total Project - Substantial Completion - 278 days. B. Total Project - Final Completion - 320 days. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the work on time. 4. We acknowledge receipt of addenda to the Contract as follows: Addendum No. Date of Receipt and Acknowledgment 1. 2. 5. This Proposal is submitted on and by: Date: Name of Bidder: Submitted by: Title: Address of Bidder: Telephone No.: Highline Water District - Contract Documents 21.2714 -01 Phase 11 Reservoir Improvements 13 February 1999 1 1 1 1 S. 1 a 11 11 1 8 1 1 1 NON - COLLUSION AFFIDAVIT CERTIFICATE PROPOSAL STATE OF WASHINGTON )ss COUNTY OF KING The undersigned, being duly sworn, deposes and says that the person, firm, association, co- partnership or corporation herein named has not either directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. I further acknowledge that by signing the Proposal signature page of this Proposal, I am deemed to have signed and have agreed to the provisions of this Non - Collusion Affidavit. Firm Name Authorized Member Highline Water District - Contract Documents Phase 1l Reservoir Improvements 14 BIDDER'S PROPOSED SUBCONTRACTORS The following list identifies categories of work and firms whose subcontract will exceed ten percent of the submitted bid price when the total bid price exceeds One Hundred Thousand Dollars ($100,000). This must be submitted with the Bid or within one hour after the published bid submittal time in order to fulfill the requirements of RCW 39.30.060. Contractor Contractor Firm Name Number Category Amount 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. CONTRACTOR By: (Authorized Official) (Title) Highline Water District - Contract Documents Phase 11 Reservoir hnprovements 15 (Date) 1 I BID BOND BOND NO. AMOUNT $ KNOW ALL MEN BY THESE PRESENTS, that as Principal, hereinafter called the Contractor, and a corporation duly organized under the laws of the State of having its principal place of business at in the State of and authorized to do business in State of Washington, as SURETY, are held and firmly bound unto the Highline Water District as OBLIGEE, hereinafter called the Owner, in the penal sum of Dollars ($ ) for the payment of which Contractor and Surety bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS BOND IS SUCH THAT: WHEREAS the Contractor is herewith submitting his or its Bid Proposal for Water Storage Improvement Project 7.6- Million- Gallon Reservoir, Project No. 96 -3, Phase II Reservoir Improvement Contract No. 98 -70 -12 said Bid Proposal, by reference thereto, being hereby made a part hereof. NOW THEREFORE, if the said Bid Proposal submitted by the Contractor is accepted and the Contract awarded to the Contractor and if the Contractor shall execute the proposed Contract and shall furnish the Public Works Performance Bond and labor and Material Payment Bond as required by the Bidding and Contract Documents within the time fixed by said Contract Documents, then this obligation shall be void; if the Contractor shall fail to execute the proposed Contract and furnish the required bond, the SURETY hereby agrees to pay to the Owner the penal sum as liquidated damages. In the event suit is brought upon this bond by said OBLIGEE and judgment is recovered, said SURETY shall pay all costs incurred by said OBLIGEE in such suit, including a reasonable attorney's fee to be fixed by the court. Signed and sealed this day of , 1999. Contractor By SURETY By ATTORNEY -IN -FACT The Attorney -in -Fact who executes this bond in behalf of the SURETY must attach a copy of his power of attorney as evidence of his authority Highline Water District - Contract Documents Phase 11 Reservoir Improvements 16 21- 2714-01 February 1999 • LEGAL DOCUMENTS • High line Water District - Contract Documents Phase 11 Reservoir Improvements ' t.. t.. . 1__ L L 1.0. '.0 Highline Water District — Contract Documents Phase 11 Reservoir Improvements AGREEMENT This Agreement made and entered into this day of , 19, by and between the Highline Water District, a municipal corporation, hereinafter called the "Owner," and of hereinafter called the "Contractor "; WITNESSETH: The Contractor, in consideration of the sum to be paid him by the Owner and of the Covenants and agreements herein contained hereby agrees to do all the work and furnish all the materials, tools, labor, services, and all appliances, machinery, and appurtenances for: Highline Water District Water Storage Improvements Project 7.6- Million - Gallon Reservoir Project No. 96 -3 Contract 98 -70 -12 at his own proper cost and expense as shown in the Proposal made by the Contractor, dated the day of , 1999, all in full compliance with the Contract Documents referred to herein. The Bidding Requirements, including the signed copy of the Proposal, the Agreement Forms, the Project Manual, the Specifications, and the Drawings are hereby referred to as the Contract Documents and by reference made a part of this Contract as fully and completely as if the same were fully set forth herein and are mutually cooperative therewith. In consideration of the performance of the work as set forth in these Contract Documents, the Owner agrees to pay to the Contractor the amount bid in the Proposal as adjusted in accordance with the Contract Documents, or as otherwise herein provided, and to make such payments in the manner and at the times provided in the Contract Documents. Completion of work and liquidated damages shall be as set forth in the Contract Documents. 18 1... IN WITNESS WHEREOF, we, the parties hereto, each herewith subscribe the same this day of , 1999. HIGHLINE WATER DISTRICT Contractor BY BY TITLE TITLE Highline Water District - Contract Documents Phase 11 Reservoir Improvements BY (SECRETARY IF A CORPORATION) BOND NO. AMOUNT PUBLIC WORKS CONTRACT PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND KNOW ALL BY THESE PRESENTS, that, , as Principal, hereinafter called Contractor, and , hereinafter called Surety, a corporation duly organized and existing under the laws of the State of , and duly authorized to do business and transacting business in the State of Washington as Surety are held and firmly bound and obligated to the Highline Water District, a Municipal Corporation located at P.O. Box 3867, Kent, Washington 98037, hereinafter called owner, in the full sum and just sum of ($ ), lawful money of the United States, for the payment of which sum will and truly to be made, Surety and Contractor do bind themselves, their and each of their heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THIS BOND IS EXECUTED IN PURSUANCE OF CHAPTER 39.08 REVISED CODE OF WASHINGTON AND BINDS SURETY AND CONTRACTOR TO THE CONTENTS THEREOF. THERE CONDITIONS OF THIS OBLIGATION ARE SUCH, that WHEREAS, the principal entered into a certain contract entitled Water Storage Improvements Project 7.6- Million - Gallon Reservoir Project No. 96 -3 Contract 98 -70 -12 with Highline Water District dated the day of , 1999. NOW, THEREFORE, if the Principal shall faithfully perform all the provisions of such contract and pay all laborers, mechanics and subcontractors and materialmen, and all persons who shall supply such person or persons, or subcontractor, with provisions and supplies for the carrying on of such work, then this obligation is void; otherwise to remain in full force and effect. No change, extension of time, alteration or addition to the work to be performed under the contract shall in any way affect Principal or Surety's obligation on this bond, and Surety does hereby waive notice of any changes, extension of time, alterations or additions thereunder. PROVIDED, HOWEVER, that the conditions of this obligation shall not apply to any money loaned or advanced to the Principal or to any subcontractor or other person in the performance of any such work. SIGNED AND SEALED THIS day of , 1999. Contractor Surety Attorney -in -Fact Notary Public in and for the State of Washington, residing at The Attorney -in -Fact, who executes this bond on behalf of Surety, must attach a copy of his Power of Attorney as evidence of his authority. Highline Water District - Contract Documents Phase 11 Reservoir Improvements 20 21-2714-01 February 1999 i INSURANCE COVERAGE QUESTIONNAIRE For (Name of Insured) Project Number Project Owner Are the following coverages and/or conditions in effect? Yes No The Policy form is ISO Commercial General Liability form CG 00 01 of CG 00 02 (circle one). If No, attach a copy of the policy with required coverages clearly identified. Products and Completed Operation Coverage Cross Liability Clause (or equivalent wording) Personal Injury Liability Coverage (with employee exclusion deleted) Broad Form Property Damage with X, C, U, Hazards included Blanket Contractual Liability Coverage applying to this contract Employers Liability — Stop Gap Deductibles of SIR's: GL AL Excess Insurer Best Rating: GL AL Excess This questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not amend, extend, or alter the coverage afforded by the policies indicated on the attached Certificate of Insurance. Agency/Broker Completed by (type) Address Completed by (Signature) Name of Person to Contact Telephone Number Highline Water District - Contract Documents 21- 2714 -01 Phase 11 Reservoir Improvements 21 February 1999 DECLARATION OF OPTION FOR MANAGEMENT OF STATUTORY RETAINED PERCENTAGE OPTION A I hereby elect to have the retained percentage of this contract held in a fund by the Highline Water District until sixty (60) days following final acceptance of the work. By: Title: Date: OPTION B I hereby elect to have the Highline Water District invest the retained percentage of this contract from time to time as such retained percentage accrues and in accordance with RCW 60.28.010, .020, and .050. I hereby designate the following banking institution as the repository for the escrow of said funds. Banking Institution: Branch Name: Contact Person: Mailing Address: City, State, Zip: Account #: Escrow #: I hereby further agree to be fully responsible for payment of all costs or fees incurred as a result of placing said retained percentage in escrow and investing it as authorized by statute. The Highline Water District shall not be liable in any way for any costs or fees in connection therewith. By: Title: Date: Highline Water District - Contract Documents 21- 2714.01 Phase 11 Reservoir Improvements 22 February 1999 INTENT TO PASY PREVAILING WAGES (Public Works Contract) Contract Number Date Bid Was Due Contract Awarding Agency Date Contract Awarded County in Which Work Performed Address Location Within County Prime Contractor Phone Contractor's Registration Certificate No. Do You Intend To Use SubContractors? Yes ❑ No ❑ In compliance with RCW 39.12.040 I, the undersigned, being a duly authorized representative of (Contractor or SubContractor) (Address) do hereby certify that the following rates of hourly wage and hourly fringe benefits will be paid to all laborers, workmen and mechanics employed by me upon the public works project described above and that no laborer, workman or mechanic will be paid less than the "prevailing rate of wage" as determined by the Industrial Statistician of the Department Labor and Industries. PLEASE NOTE: If apprentices are to be used they must be registered with the State Apprenticeship Council or they must be paid prevailing journeyman wages. CRAFT ESTIMATED NUMBER RATE OF OF WORKERS HOURLY PAY NOTE: Attach Additional Sheets as Needed. Subscribed and sworn to before me this day of 19 Notary Public in and for the State of Washington, residing in Washington. BEFORE FINAL SETTLEMENT can be made on any public works project, the prime Contractor and each and every subContractor must submit form 1.1 -700 -7 "Affidavit of Wages Paid" to the office charged with the disbursement of public funds. EACH AFFIDAVIT OF WAGES PAID MUST BE CERTIFIED BY THE INDUSTRIAL STATISTICIAN OF THE DEPARTMENT OF LABOR AND INDUSTRIES BEFORE IT IS SUBMITTED TO SAID OFFICER. RATE OF HOURLY FRINGE BENEFITS (Company Name) By For L & I Use Only By APPROVED Department of Labor & Industries Industrial Statistician Date PROGRESS PAYMENTS: Each voucher claim submitted to an owner by a Contractor for payment on a project estimate shall state that prevailing wages have been paid in accordance with the prefiled statement or statements of intent to pay prevailing wages on file with the public agency. COMPLETE AND MAIL ENTIRE SET FOR APPROVAL TO: Employment Standards Division, Department of Labor and Industries, General Administration Building, Olympia, Washington 98504 Highline Water District - Contract Documents 21. 2714.01 Phase 11 Reservoir Improvements 23 February 1999 State of Washington )ss. County of ) AFFIDAVIT OF WAGES PAID On Public Works Contract STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES Awarding Agency Contract Number Date Contract Awarded Date Contract Completed County in Which Work Performed Location within County Was a Statement of Intent Filed? Yes ❑ No ❑ In compliance with RCW 39.12.040 I, the undersigned, being a duly authorized representative of (Contractor or Subcontractor) (Address) do hereby certify that the following rates of hourly wage and hourly fringe benefits have been paid to the laborers, workmen and mechanics employed by me upon the project described above and that no laborer, workman or mechanic has been paid Tess than the "prevailing rate of wage" as determined by the Industrial Statistician of the Department of Labor and Industries. List below each classification of labor employed by you upon the project described above and rate of hourly pay and hourly fringe benefits paid to each classification. In addition, if apprentices have been employed, list their names and /or registration numbers and their stages of advancement. Classification of Labor NOTE: Attach Additional Sheets as Needed. Rate of Hourly Pay Rate of Hourly Fringe Benefits Paid (Company Name) Subscribed and sworn to before me By (Title) This day of 19 Notary Public in and for the State of Washington, residing in Washington. INSTRUCTIONS: 1. Pursuant to RCW 39.12.040 copies of this form must be completed by the Contractor and each of his subContractors. 2. Complete this form in triplicate and have it notarized. 3. Submit all forms for certification to: Industrial Relations Division, Department of Labor and Industries, General Administration Building, Olympia, Washington 98504. 4. File a certified copy with the Awarding Agency. This space reserved for Director's Certification Contractors ARE RESPONSIBLE FOR OBTAINING AND FILING AFFIDAVITS of the SubcontractorS. This is required by law and payments can not lawfully be made until such affidavits have been submitted, Highline Water District - Contract Documents Phase 11 Reservoir Improvements 24 21- 2714 -01 February 1999 REQUEST FOR RELEASE Dept. of Labor & Industries General Administration Bldg. Olympia, WA 98504 THE UNDERSIGNED Contractor REQUESTS THAT THE PROPERTY OWNER/GENERAL Contractor BE NOTIFIED OF THEIR RELEASE FROM LIABILITY FOR INDUSTRIAL INSURANCE PREMIUMS ON THE FOLLOWING WORK- Name of Project Contract No. Location of Project Description of Work Amount of Contract 1 Date Work Started 1 Date Work Completed 1 Property Owner /General Contractor I I 1 1 1 I I Address of Property Owner /General Contractor Were Subcontractors Used? Yes ❑ No ❑ IF YES, ATTACH A LIST SHOWING NAME, ADDRESS, CURRENT Contractor REGISTRATION NO., INDUSTRIAL INSURANCE ACCOUNT NO., NATURE OF WORK PERFORMED AND COMPLETION DATE. MATERIAL ONLY SUPPLIERS NOT TO BE INCLUDED. This Request Submitted by 11.1 General Contractor 'Date l Industrial Insurance Account # ❑ SubContractor 1 I Name of Firm (Signed Address Title ALL WORKER HOURS THROUGH THE COMPLETION DATE OF THIS PROJECT MUST HAVE BEEN REPORTED AND PREMIUM PAID THEREON BEFORE A RELEASE WILL BE ISSUED. THIS FORM MUST BE COMPLETED AND ALL INFORMATION FURNISHED BY PARTY REQUESTING RELEASE. SEND TO DEPARTMENT OF LABOR AND INDUSTRIES, INDUSTRIAL INSURANCE DIVISION, Contract COMPLIANCE UNIT, OLYMPIA, WA 98504. Highline Water District — Contract Documents Phase 11 Reservoir Improvements 25 Highline Water District — Contract Documents.` Phase 11 Reservoir Improvements SPECIAL PROVISIONS A. Standard Specifications The "1998 Standard Specifications for Road, Bridge, and Municipal Construction" prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association (APWA) and all amendments thereto issued up to and including the day prior to the day of the bid opening and the "Division One Supplement ", shall be hereinafter referred to as the "Standard Specifications" together with the laws of the State of Washington and the ordinances of the City of Tukwila and the City of SeaTac, so far as applicable, are hereby included in these Specifications and shall apply as though quoted in their entirety. A copy of these Standard Specifications is on file in the office of the Engineer, Parametrix, Inc., 1231 Fryar, Sumner, Washington 98390, where they may be examined by any interested party. B. Special Provisions The following Special Provisions replace, amend, or supplement the Standard Specifications. All provisions of the Standard Specifications, which are not so amended, replaced, deleted, or supplemented, remain in full force and effect. In case of conflict, these Special Provisions shall take precedence over the Standard Specifications. Highline Water District - Contract Documents Phase 1! Reservoir Improvements 27 l DIVISION 1 GENERAL REQUIREMENTS 1 -01 DEFINITIONS AND TERMS 1 -01.3 Definitions Department, Department of Transportation Substitute with the following: The words "Department or Department of Transportation" shall refer to the Owner, a.k.a. the "District "; the Highline Water District, 32828 30th Avenue South, P.O. Box 3867, Kent, Washington 98032. Engineer Substitute with the following: The word "Engineer" shall refer to the Highline Water District and their authorized representatives, acting either directly or indirectly, as authorized agents of the Owner. Laboratory Substitute with the following: The word "Laboratory" shall refer to the official laboratories of the Highline Water District, or other laboratories the Owner authorizes to test work, soils, and materials. Secretary, Secretary of Transportation Substitute with the following: All reference to the words "Secretary or Secretary of Transportation" shall refer to the Highline Water District Board of Commissioners or their authorized representatives. State Substitute with the following: The word "state" shall refer to the Owner; the Highline Water District, 32828 30th Avenue South, P.O. Box 3867, Kent, Washington. When in reference to a state law or code, "state" shall remain in effect. Highline Water District - Contract Documents Phase 11 Reservoir Improvements 28 21- 2714 -01 February 1999 Add the following: Reservoir - The words "Tank" and "Reservoir" are to be considered to be used interchangeably. Property Owner - The words "Property Owner" shall refer to the "Highline School District" which is the Grantor of the easement on which the tank is to be built. 1 -02 BID PROCEDURES AND CONDITIONS 1 -02.2 Plans and Specifications Delete and replace this Section with the following: Copies of the Plans and Specifications will be on file and available for review in the office of the Highline Water District, which is located at 32828 30th Avenue South, Kent, Washington, or at the office of the Engineer, Parametrix, Inc., located at 1231 Fryar Avenue, Sumner, Washington. Bid documents may be obtained from the office of the Highline Water District, located at 32828 30th Avenue South, Kent, Washington by payment of the amount set forth in the Advertisement for Bids. After award of the Contract, Plans and Specifications will be issued without charge on the following basis: To Prime Contractor Reduced Plans (11"x17") and Special Provisions Large Plans (22 "x34 ") and Special Provisions No. of Basis for Sets Distribution 4 Furnished automatically upon award. 4 Furnished only upon written request. To Subcontractors No. of Basis for and Suppliers Sets Distribution Reduced Plans (11 "x17 ") and Special Provisions 2 Furnished only upon written request of the Prime Contractor. Additional copies of the Contract Documents may be obtained on request by paying the actual cost of reproducing the Contract Documents or Plans. Highline Water District - Contract Documents 21- 271401 Phase 11 Reservoir Improvements 29 February 1999 1: i 1.. 1 The Contractor shall keep one copy of the Contract Documents on the project, in good order, available to the Owner /Engineer and to his representatives. All Plans, Drawings, Specifications, and copies thereof furnished by the Owner are his property. They are not to be used on other work and, with the exception of the signed Contract set, are to be returned at the completion of the work. 1 -02.4 Examination of Plans, Specifications, and Site of Work 1- 02.4(1) General Add the following to the end of Section 1- 02.4(1): The Contractor shall verify the locations and elevations of existing pipelines, structures, grades, and utilities prior to construction. The Owner assumes no responsibility for any conclusions or interpretations made by the Contractor on the basis of the information made available. The Contractor shall be responsible for any breakage of the existing utilities or services, publicly or privately. owned, resulting from his operations, and shall hold the Owner and its agents harmless from any claim resulting from disruption of or damage to the same. There will be a Pre -Bid Conference for the Contract. Attendance at this conference by those Contractors bidding the Contract is "optional". See "Pre -Bid Conference" under Section 1, Pre -Bid Conference. 1- 02.4(2) Subsurface Information A Geotechnical Design Report has been prepared by Landau Associates, Inc., for the purposed design of this project. The report is reproduced and attached to this document as Appendix A. Interpretation by the Contractor of dates, such as projecting and extrapolating from the test holes to other locations on the site of work, soil bearing valves and profiles, soil stability and presences, level and extent of underground water shall be the responsibility of the Contractor. 1 -02.5 Proposal Forms Delete the first sentence of this Section and replace with the following: Proposal forms are included in the Legal Documents section of these Contract Specifications. Highline Water District — Contract Documents Phase 11 Reservoir Improvements 30 21- 2714 -01. February 1999 1 -02.8 Non- Collusion Certificate Delete and replace this Section with the following: As a conditional precedent to award of the Contract for this work, there shall be filed a sworn statement executed by, or on behalf of, the person, firm, association, or corporation that he (they) has (have) not either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such Contract. This sworn statement shall be in the form of an affidavit executed and sworn to by the successful Bidder before a person who is authorized by the laws of this state to administer oaths (refer to "NON- COLLUSION AFFIDAVIT CERTIFICATE," page 20). The original of such sworn statement shall be filed with the Highline Water District prior to the award of the Contract. The Non - Collusion Certificate will be a part of the Bid Proposal. By signing this Proposal, the Bidder will be deemed to have signed and agreed to the provisions of the Non - Collusion Certificate. 1 -02.9 Delivery of Proposal Delete the first paragraph of this Section and replace with the following: Each Proposal shall be found in the Contract Specifications and submitted in a sealed envelope marked clearly "Sealed Bid for the Highline Water District - Reservoir Improvements, Contract No. 98- 70 -12. " Bid packet submitted shall, at a minimum, include all items listed in the Bidder's Checklist. 1 -02.16 Addenda and Interpretations of Documents (New Section) No interpretation of the meaning of the Plans, Specifications, or other Pre -Bid Documents will be made to any Bidder orally. Every request for such interpretation shall be submitted in writing addressed to the Engineer, and to be given consideration, shall be received at least ten (10) days prior to date fixed for Bid Opening. Any and all such interpretations and supplemental instructions will be in the form of written Addenda to the Specifications which, if issued, will be mailed or otherwise delivered to each prospective Bidder. Failure of any Bidder to receive any such Addendum shall not relieve such Bidder from any obligation under his Bid as submitted, All Addenda so issued shall become a part of the Contract Documents. Highline Water District - Contract Documents 21- 2714.01 Phase 11 Reservoir Improvements 31 February 1999 1 1 -03 AWARD AND EXECUTION OF CONTRACT 1 -03.4 Contract Bond Supplement this Section with the following: The Contract Bond for this project shall remain in full force and effect for a period of one (1) year following acceptance of the completed work of the Contractor by the Owner. The bond shall be executed by a surety company authorized to do business within the state of Washington, and it shall be subject to the approval of the Owner. 1 -03.8 Pre- Construction Conference (New Section) The Contractor shall be required to attend a pre - construction conference to be held prior ( to the commencement of work. The Contractor's project supervisory personnel should attend said conference. The time and place of the conference shall be mutually agreed upon by both parties. 1 -04 SCOPE OF WORK 1 -04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda 1 Amend as follows: 1. Change Order, 2. Agreement, 3. Addenda, ' 4. Proposal Form, 5. Special Provisions, 6. Contract Plans, 7. WSDOT issued Amendments to the Standard Specifications, 8. Standard Specifications, 9. Standard Plans, and 10. Bidding Information. i 1 -04.3 Project Description (New Section) This project shall consist of the following described work: The work includes providing all labor, equipment, materials, and subconsultants licensed for the specific work required under this Contract. Principle items of work include: I1. Clearing and grubbing of a 2 -acre site. Highline Water District - Contract Documents 21- 2714 -01 Phase 11 Reservoir Improvements 32 February 1999 1 a.. 2. Excavating, stockpiling, and /or hauling approximately 84,000 cubic yards of soil. 3. Design/build a 7.6- million- gallon below grade, reinforced concrete water storage reservoir. 4. Backfill and surface restoration. 5. Jacking of 430 lineal feet of 30- and 40 -inch casing pipe. 6. Install approximately 1,200 lineal feet of 12- to 24 -inch ductile iron pipe. 7. Asphalt concrete roads, footpaths, landscaping, and irrigation system for park construction over the tank cover and construction site. The work shall be accomplished to conform to these Specifications and to the limits shown on the Plans or as indicated by the Engineer. 1 -05 CONTROL OF THE WORK 1 -05.4 Conformity with and Deviations from Plans and Stakes Delete the last sentence of the last paragraph and substitute with the following: The request for these stakes shall be made to the Owner at least five (5) working days prior to the need to commence operations. The Contractor shall take full responsibility for detailed dimensions measured from them. If stakes are destroyed, the Contractor will be responsible to pay for restaking. 1 -06 CONTROL OF MATERIALS 1 -06.2 Acceptance of Materials 1- 06.2(1) Samples and Tests for Acceptance Supplement this Section with the following: The Contractor shall submit to the Engineer documentation of materials proposed for installation under this Contract. Documentation may include standard catalog information, sieve analysis, or other appropriate information as required by these Specifications prepared by the materials supplier. The Contractor shall note any deviations from the Contract Plans. The Contractor shall review and sign all documentation sent by suppliers to certify that he has reviewed the documentation. The Contractor shall submit six (6) copies of the documentation to the Engineer for review and approval. Following review, the Engineer will indicate appropriate action to be taken by the Contractor and return three (3) copies to the Contractor. In the event that revisions are required, the Contractor shall follow the same procedure for the resubmittal as for the Highline Water District - Contract Documents 21- 271401 Phase U Reservoir Improvements 33 February 1999 original submittal. The Contractor shall allow the Engineer seven (7) working days for each review. The Contractor shall be responsible for ensuring that items submitted for Shop Drawing submittal meet the requirements of the Contract Documents and that the Shop Drawings information is complete and accurate. For each item requiring Shop Drawing submittal, the Engineer will make up to two (2) reviews at no cost to the Contractor. If a third review is required, the expense of that review and any subsequent reviews, will be borne by the Contractor. The Contractor will be billed at the Engineer's current rate. Approval of Shop Drawings by the Engineer is only for general conformance with the design concept of the product and general compliance with the information given in the Contract Documents. Any action shown is subject to the requirements of the Plans and Specifications. The Contractor is responsible for dimensions which shall be confirmed and correlated at the job site, coordination of his work with that of all other trades, and the satisfactory performance of his work. 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.2 State Taxes Section 1 -07.2 of the Standard Specifications is supplemented with the following: The work to be performed under this Contract constitutes a "retail sale" as such term is defined in Revised Code of Washington (RCW) 82.04.050, and portions of the Contract price are subject to the state of Washington retail sales tax. The Owner will pay retail sales tax on each progress payment and final payment to the Contractor for transmittal by the Contractor to the Washington State Department of Revenue. The Contractor shall, at the time of making payment of sales tax, identify the work as having been performed within the City of Tukwila as to all work actually performed for the Highline Water District. Except for the state retail sales tax on the appropriate unit Contract item, as specified above, the Contractor shall pay all other taxes, penalties, charges and assessments related to the work or to the Contractor's operation and all such taxes, penalties, charges, and assessments shall be included in the Bidder's Bid price(s) for the work under this Contract. No adjustment will be made in the amount to be paid by the Owner 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 government. Highline Water District - Contract Documents Phase 11 Reservoir Improvements 34 21- 2714 -01 February 1999 1 -07.6 Permits and Licenses • Add the following: The Owner has applied for and will obtain the Building Permit and Grading Permit from the City of Tukwila. The Contractor shall comply with the requirements of these permits. The Contractor shall obtain all other necessary permits and pay all permit fees. The Contractor shall submit to the Engineer certain documents so that the permits may be issued to the District by the City of Tukwila, including but not limited to: Submittal at time of Preconstruction Conference: • Contract Bond • Insurance certificate naming Highline Water District, City of Tukwila, and Highline School District • Haul route and haul permit (SeaTac and Tukwila, if applicable) • Bond for haul • Traffic control plan • Submittal 56 calendar days after notice to proceed • Engineering drawings, details, and technical specifications in accordance with Section 1 -08.5 1 -07.15 Temporary Water Pollution Control Supplement this Section with the following: A Temporary Water Pollution Control Plan will be required from the Contractor. The Temporary Water Pollution Control Plan shall employ Best Management Practices as outlined in the DOE Stormwater Management Manual, Erosion and Sediment Control, Volume II. As set forth in Section 1 -07.14 of the Standard Specifications, the Contractor will be responsible throughout the life of the project to take all necessary precautions to prevent pollution, erosion, siltation, and related damage to property. Temporary water pollution control measures shall be taken in accordance with Section 1- 07.15 of the Standard Specifications and pertinent details on the plans and in these Special Provisions. All silt should be contained within the construction area. The temporary water pollution control measures provided by the Phase I — Demolition Contract will remain in place after that contractor has completed that work. The Phase II Highline Water District - Contract Documents 21. 2714 -01 Phase 11 Reservoir Improvements 35 February 1999 Contractor shall maintain those facilities and incorporate them into the Phase II temporary water pollution control program. All temporary measures (Phase I and II) shall be removed by the Phase II Contractor at the end of the project. 1- 07.15(1) Silt Fence (New Section) Soil separator fabric shall be used as a filter blanket for silt fences as shown on the Plans. The fabric vendor must furnish a certificate, or affidavit, attesting that the fabric meets all the requirements stated in these Specifications. 1- 07.15(2) Measurement and Payment All costs for material, labor, tools, and equipment to develop and implement a Temporary Water Pollution Control Plan as outlined in these Specifications, including Section 8 -01, shall be included in the lump sum Contract Bid price for "Concrete Water Reservoir," including silt fence, gravel to anchor fabric, and any other measures necessary to implement an approved water pollution control plan, including maintenance, removal, and disposal. No further compensation will be made. 1 -07.16 Protection and Restoration of Property 1 1- 07.16(5) Utility Service (New Section) The Contractor shall protect and maintain the existing onsite water distribution line as shown on the drawings during construction. 1- 07.16(6) Restoration of Property (New Section) The Contractor shall protect property in the vicinity of the work site, and in instances of odestruction or damage outside the construction limits, restore the item to pre - construction ` condition at no additional cost to the District. 1 1 -07.17 Utilities and Similar Facilities Section 1 -07.17 of the Standard Specifications is supplemented by the following: Locations and dimensions shown in the plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The Contractor shall protect all private and public utilities from damage resulting from the work. Highline Water District - Contract Documents Phase 11 Reservoir Improvements 36 21- 2714 -01 February 1999 The Contractor shall call the utility relocation center (one -call center) at 1- 800 - 424 -5555, for field location, not less than two (2) nor more than ten (10) business days before the scheduled date for commencement of excavation which may affect underground facilities, unless otherwise agreed upon in writing by the parties involved. For purposes of this clause, a business day is defined as any day other than Saturday, Sunday, or a legal local, state, or federal holiday. The Contractor is alerted to the existence of Chapter 19.122 RCW, a law relating to underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. 1 -07.18 Public Liability and Property Damage Insurance Supplement Section 1 -07.18 with the following: Insurance Requirements - No prime Contractor shall commence work under this agreement until all the insurance required hereunder has been obtained and such insurance has been approved by the Owner. Approval of the insurance by the Owner shall not relieve or decrease the liability of the Contractor hereunder. Hold Harmless Agreement - The Contractor shall protect, defend, indemnify, and save the Owner, its commissioners, officers, employees, consultants, and agents harmless from and against any damage, costs, or liability for injury or death to persons, or damage to, or destruction of property arising out of the work performed under this Contract, even if any such claims are groundless and /or fraudulent. This hold harmless obligation shall include, but is not limited to, all claims against the Owner by an employee or former employee of the Contractor or its subcontractors, and the Contractor expressly waives all immunity and limitation on liability under any industrial insurance act, including Title 51 RCW, other unknown compensation act, disability benefit act, or other employer benefit act of any jurisdiction that would otherwise be applicable in the case of such claim. Bodily Injury and Property Damage Liability Insurance - The Contractor shall take out and maintain during the life of this Contract complete liability insurance for bodily injury and property damage liability on his own operations and vehicles, on work he may sublet to others, and on the hold harmless agreement set out herein and in the amounts as specified below. Certificate of Insurance - The Contractor shall furnish the Owner with satisfactory proof in duplicate that he does carry, or has obtained, such insurance as outlined in this Section. All policies and certificates must be signed copies and shall contain a clause agreeing that such insurance cannot be altered or canceled without first giving forty -five Highllne Water District - Contract Documents 21- 2714 -01 Phase 11 Reservoir Improvements 37 February 1999 i l 1 1 (45) days written notice to the Owner and to the Highline School District. Such policies or certificates shall contain a clause acknowledging that the hold harmless agreement of this Contract is so insured, and that Contractor's insurance will be primary. Insurance - The Contractor shall carry Workmen's Compensation Insurance sufficient to protect the District against any claims arising under the Workmen's Compensation Safety Act of the State of Washington. The Contractor is also required to carry comprehensive public liability insurance in not less than the following minimum amounts. 1. Workmen's Compensation - All employees of Contractor and Subcontractor are to be insured under Washington State Industrial Insurance. Contractor shall also be required to carry Stop Gap Liability Insurance, $500,000 each occurrence, each accident. 2. Comprehensive General Liability A. "Bodily Injury and Property Damage Liability" - Include Premise and Operations, Independent Contractors, (Protective Liability), Completed Operations and Products, Contractual, Combined Single Limit of $1,000,000 per occurrence, with a per project aggregate limit of $2,000,000. B. Comprehensive Automobile Liability 1. "Bodily Injury and Property Damage Combined Single Limit $500,000." C. In addition, the Contractor shall maintain a true umbrella policy that provides excess limits over the primary layer, in an amount not less than $5,000,000. D. Company or companies affording coverage required under this subparagraph shall possess a rating of "A" or better and a Best's insurance guide rating of no less than A -VIII and be admitted insurer or insurers by the State of Washington. Coverage on a claims made form is not allowed. E. Four (4) copies of insurance certificates of AIA Document G705, Certificate of Insurance shall be filed with Owner, Highline Water District prior to commencement of the work. These certificates shall include the Highline Water District , Parametrix, Inc., Highline School District, and the City of Tukwila as additional insured. It is anticipated that the City of Tukwila will perform periodic inspections during construction. Highline Water District - Contract Documents Phase 11 Reservoir Improvements 38 21- 2714 -01 February 1999 1 -07.23 Public Convenience and Safety Add the following section: 1- 07.23(3) Noise Control (New Section) All equipment shall be designed and selected to be free of objectionable noise and vibration. All equipment shall comply with applicable sections of City of Tukwila Noise Control Ordinance. Engine - driven equipment shall be equipped with muffled exhaust and, where appropriate, air intake silencers designed for the maximum degree of silencing. The type of silencer required is that for use in critical noise problem locations such as residential and school areas. 1 -07.28 Responsibility for Damage; Indemnification (New Section) The Contractor hereby agrees to save the District harmless from all loss or damage occasioned to the District or to any third person by reason of any acts or omissions on the part of the Contractor, subcontractors, agents, employees, or persons working directly or indirectly in the performance of the Contract, including acts or omissions attributable jointly to the District, its officers, agents or employees, and shall, after reasonable notice thereof, defend and pay the expense of defending any suit which may be commenced against the District by any third person alleging injury by reason of such acts or omissions, and will pay any judgment which may be obtained against the District in such suit. The Contractor agrees to repair and replace all property of the District and all property of others damaged by himself, his employees, subcontractors, and agents. It is understood that the whole of the work under this Contract is to be done at the Contractor's risk, and that he has familiarized himself with the conditions of excavation, backfill, materials, climatic conditions, and other contingencies likely to affect the work and has made his bid accordingly, and that he is to assume the responsibility and risk of all loss or damage to materials of work which may arise from any cause whatsoever prior to completion. In addition to the amounts required by RCW 60.28 to be withheld from the progress or retained percentage payments to the Contractor, the District may in its sole discretion withhold any amounts sufficient to pay any claim of which the District may have knowledge and regardless of the informalities of notice of such claim arising out of the performance of this Contract. The term "claim" shall not include any claim by persons furnishing supplies or performing labor for the Contractor. The amount may be withheld by the District until either the Contractor secures a written release from the claimant, obtains a court decision that such claim is without merit, or High line Water District - Contract Documents 21- 2714 -01 Phase 11 Reservoir Improvements 39 February 1999 satisfies any judgment in favor of the claimant on such claim. The District shall not be liable for interest during the period the funds are so held. 1 -08 PROSECUTION AND PROGRESS 1 -08.3 Progress Schedules Delete this Section and replace with the following: 1- 08.3(1) Schedule Required A. After being awarded the Contract, the contractors shall prepare a progress chart consisting of a network analysis system (CPM /PERT) as described herein. B. Scheduling of construction is the responsibility of the Contractor. ( C. The requirement for the system is included: 1. To assure adequate planning and execution of the work. 1 2. To assist the Owner in appraising the reasonableness of the proposed schedule and evaluating progress of the work. 3. To re are and approve monthly payments to the Contractor. P P PP YPa Y D. Monthly progress payments made in accordance with the General Conditions will not be processed until receipt of the monthly report. E. Drafting technique and notations of the network diagram shall be in accordance with the AGC Publication, "The Use of CPM in Construction - A Manual for General Contractors." F. The Contractor's responsibility shall include: 1. Creation of the network. 1 2. Execution of the plan described by the network. t_ 3. Participation in progress meetings. I. 4. Submission of monthly progress reports and change data. G. Reference is hereby made to Section 1 -08.5 for milestone of construction, if any, and special schedule requirements. Highline Water District - Contract Documents 21- 2714 -01 Phase 11 Reservoir Improvements 40 February 1999 1- 08.3(2) Network Form A. Network diagram shall show: 1. The order and interdependence of activities planned by the Contractor. 2. Construction milestones in accordance with Section 1 -08.5. 3. Be drafted to show a continuous flow from left to right with no arrows from right to left. 4. Provide a logical sequence of the work to be accomplished. 5. All non -dummy activities shall be drafted on a horizontal plane. 6. Keep dummy activities to a minimum. B. Basic concept of a network diagram shall be utilized to show the start of a given activity to be dependent on completion of all activities directly preceding the given activity. C. Each activity description shall be sufficient to identify the work without reference to any other activity. D. Identify those activities which are planned to be expedited by use of overtime, double shifts, or to be worked on Saturdays, Sundays, and holidays. E. Network diagram shall indicate as a minimum the following separate activities and /or subnetworks: 1. Design submittals 2. Mobilization 3. Clearing and grubbing 4. Excavation, stockpiling, and truck haul 5. Pipe jacking and boring 6. Pipe installation and testing 7. Tank foundations 8. Tank walls Highiine Water District - Contract Documents 21- 2714.01• Phase 11 Reservoir Improvements 41 February 1999 .4 e 9. Tank roof and appurtenances 10. Backfill and retaining walls 11. Testing and start-up 12. Irrigation system 13. Landscaping and park restoration 14. Cleanup F. Detailed network activities shown on a detailed or subnetwork diagram shall include: 1. Construction activities, including activities of subcontractors, assigned contractors, and suppliers. 2. Submittal and approval of samples of materials and Shop Drawings. 3. Procurement of materials and equipment. 4. Fabrication of special material and equipment. 5. Installation of major and /or critical items. 6. Detailed breakdown of each major activity. 7. Testing. 8. Start-up. 9. Actions of Owner or Engineer affecting progress or completion date. G. The detail of information shall be such that the duration times of activities will range from one (1) to thirty (30) days with not over two percent (2 %) of the activities exceeding these limits. H. The selection and number of activities shall be subject to the Engineer's approval. I, Sheet size diagrams shall be 30 inches by 42 inches with latest revision date. Hlghllne Water District - Contract Documents Phase 11 Reservoir Improvements 42 21- 2714-01 February 1999 1- 08.3(3) Summary Network A. A summary network diagram shall be provided if the entire network cannot be readily shown on a single sheet. B. Shall consist of a minimum of 50 activities to a maximum of 150 activities. C. Shall be based on and supported by detailed diagrams. D. Related activities shall be grouped on the network. E. Critical path shall be plotted generally along the center of the sheet with channels with increasing float placed towards the top or bottom. F. Summary network shall be timed scaled using units of approximately 1/2-inch equals one week or other suitable scale approved by the Engineer. G. Weekends and holidays shall be indicated. H. Construction Milestones in accordance with Section 1 -08.5 shall be indicated. I. Where float exists, the activities shall be shown at the time when they are scheduled to be accomplished. 1- 08.3(4) Mathematical Analysis A. Include a tabulation of each activity shown on the detailed network diagrams. B. The following information will be furnished as a minimum for each activity: 1. Preceding and following event numbers (numbers shall be selected and assigned so as to permit identification of the activities with bid items). 2. Activity description. 3. Estimated duration of activities in days. 4. Earliest start date (by calendar date). 5. Earliest finish date (by calendar date). 6. Scheduled or actual start date (by calendar date). 7. Scheduled or actual finish date (by calendar date). Highline Water District - Contract Documents 21- 2714-01 Phase 11 Reservoir Improvements 43 February 1999 8. Latest start date (by calendar date). 9. Latest finish date (by calendar date). 10. Total float. 11. Monetary value of activity. 12. Percentage of activity completed. 13. Contractor's earnings based on portion of activity completed. 14. Bid item of which activity is a part. 15. Area of project in which work will be performed. 16. Category of work (material supply, civil, structural, mechanical, electrical, etc.). C. Program of means used in making the mathematical computation shall be capable of compiling the total value of completed and partially completed activities and subtotals from each separate structure or feature listed above. D. Where portions of the work are to be paid by unit bid price, the estimated number of units in an activity which was used in developing the total activity cost shall be shown. E. List the activities in sorts or groups: 1. By the preceding event number from lowest to highest. 2. In order of latest allowable start dates. 1- 08.3(5) Submittal and Approval A. Submit to the Engineer within ten (10) days of the Notice to Proceed: 1. A preliminary network defining: a. Contractor's planned operations during the first sixty (60) calendar days. b. Contractor's general approach for the balance of the project. c. Cost of activities expected to be completed or partially completed before submission and approval of the whole structure. Highline Water District - Contract Documents Phase 11 Reservoir Improvements 44 21- 2714 -01 February 1999 2. A time scaled bar chart: a. Representing each subnetwork listed above with a 2 -line bar. b. One bar to show scheduled progress and one open bar for reporting progress. c. Each subnetwork to be assigned a monetary value, with the total of all values equal to the total contract price. d. Superimpose an "S" curve projecting anticipated earnings by month to contract completion over bar chart. B. Submit within forty (40) calendar days of Notice to Proceed: e 1. Complete network analysis system. 2. Detailed network mathematical analysis. 3. Network diagrams. C. Contractor shall participate in a review and evaluation of the proposed network diagrams and analysis by the Engineer. D. Any revisions necessary as a result of the review shall be resubmitted for approval of the Engineer within ten (10) calendar days after the conference. E. Approved schedule shall be the schedule to be used by the Contractor for planning, organizing, and directing the work and for reporting progress and requesting payment for work accomplished. F. Six (6) copies of initial submittal required. G. Only the summary network and initial submittal or complete revisions need to be time scaled, subsequent minor revisions need not be time scaled. 1- 08.3(6) Monthly Reports Required A. Contractor shall submit at monthly intervals a report of the actual construction progress by updating: 1. The mathematical analyses. 2. Time scaled network (detailed and summary). 3. The time scaled bar chart and earnings curve. Highline Water District - Contract Documents 21- 271401 Phase 11 Reservoir Improvements 45 February 1999 B. Contractor shall produce a report of projected scheduled activities to be started, in process, or completed during the upcoming reporting period (Look - Ahead Report). C. At the end of the reporting period, Contractor and Engineer shall jointly make entries on the preceding Look -Ahead Report: 1. To show actual progress. 2. To identify those activities started and completed during the previous period. 3. To show the estimated time required to complete each activity started, but not yet completed. 1 4. To indicate the percentage of the activity's cost payable to the Contractor. 5. To reflect any changes in the network diagram. D. Include in the "Remarks" section of the update report: 1. Description of problem areas, current and anticipated. 2. Delaying factors and their impact. 3. Explanation of corrective actions taken or proposed. E. Contractor shall produce updated schedule and status reports from the marked - ( up Look -Ahead Report. I F. Accumulated cost for completed and partially completed activities will be used by the Owner as the basis for making monthly payment to the Contractor. G. Revisions causing changes in the detailed network shall be noted on the summary network, or a revised issue of affected portions of the detailed network shall be furnished. H. The summary network shall be revised as necessary for the sake of clarity. ( I. Periodic reports shall be submitted in four (4) copies. Highline Water District - Contract Documents Phase I1 Reservoir Improvements 46 21- 2714.01 February 1999 1- 08.3(7) Schedule Changes by Contractor A. If the Contractor desires to make changes in his method of operating and scheduling, he shall notify the Engineer in writing stating the reasons for the change. B. If the Engineer considers these changes to be of a major nature, he may require the Contractor to revise and submit for approval all, or the affected portion of the detailed diagrams, mathematical analysis, and the summary diagram to show the effect on the entire project. C. A change may be considered of a major nature if the time estimated to be required or actually used for an activity, or the logic of sequence of activities is varied from the original plan to a degree that there is a reasonable doubt as to the effect on the Contract completion date or dates. D. Changes which affect activities with adequate slack time shall be considered as minor changes, except that an accumulation of minor changes may be considered a major change when their cumulative effect can be demonstrated to affect the Contract completion date. 1- 08.3(8) Schedule Changes by Owner A. When change orders are issued, or when a Notice to Proceed with changes in the work, they must be issued prior to settlement of price and /or time to avoid delay and additional expense. The Contractor will revise the network logic and /or duration times estimates of all activities affected by the modification on the next succeeding updating report. B. Revisions will be submitted for concurrence of the Engineer prior to inclusion in the network. C. If the Contractor fails or refuses to submit or include such revisions within five (5) days after the date of Notice to Proceed, the Engineer will furnish to the Contractor the suggested logic and /or duration time changes to be entered into the Network and use in all subsequent updating reports until such time that the time has been settled or until actual dates supersede the estimated data. D. Use of revised logic and /or duration time estimates for updating, whether furnished by the Contractor or by the Engineer, will not be construed as extensions of time. These changes are for the purpose of keeping the schedule up -to -date to reflect the work to be accomplished and to include the best time estimates for work yet to be done. E. If the Contractor has any objections to the data furnished by the Engineer, he shall advise the Engineer promptly, in writing, of such objections fully supported by his own counterplan. However, he will continue to use the Highline Water District - Contract Documents 21- 2714.01 Phase 11 Reservoir Improvements 47 February 1999 revisions suggested by the Engineer for all updating reports until such time as the Engineer may approve alternate data. F. If the Contractor fails to submit, in writing, his objections to the revisions and his counterplan within 20 days after the date such suggested revisions were furnished by the Engineer, the Contractor will be deemed to have concurred in the Engineer's suggested logic /duration time changes. These changes will be the basis for equitable adjustment of the time for performance of the work. 1 1- 08.3(9) Time Extension A. Float is defined as the amount of time between the early start date and the late start date, or the early finish date and the late finish date of any of the (( activities in the schedule. B. Float is not time for the exclusive use of or benefit of either the Owner or the Contractor. C. Extensions of time will be granted only to the extent that equitable time adjustments for the activity, or activities affected exceed the total float along the channels involved at the time Notice to Proceed was issued for the change, and that the delays affected the Contract completion date or a milestone of construction as specified in Section 1 -08.5. D. Extensions of time will be granted only if circumstances prevail which are beyond the control of the Contractor and which could not be reasonably anticipated. 1- 08.3(10) Contractor to Schedule Work A. The Contractor shall keep the Engineer informed sufficiently in advance of the time and places at which he intends to work in order that lines and grades may be furnished and the necessary measurements and payment may be made with the minimum of inconvenience and delay to both the Engineer and the Contractor. B. Requests for stakes shall be made at least five (5) working days prior to the need to commence staking operations. Delays by reasons of lack of stakes are deemed a risk to the Contractor and shall not be the basis for claims for additional compensation. C. If the schedule of work be such as to handicap the setting of necessary engineering control, the Contractor shall suspend his operations at the particular place in sufficient time for the Engineer to complete his work during normal working hours. Any additional expense to the Contractor arising from the temporary suspension of work shall be considered as incidental to the construction and be included in various bid items of the Contract. Highline Water District - Contract Documents Phase 11 Reservoir Improvements 48 21- 2714.01 February 1999 D. Work shall be scheduled to allow for constraints by any public agency having jurisdiction. E. In the event of the Contractor's failure to prepare, submit, and update the schedules and reports required in this Section, the Owner may withhold funds from one or more progress payments in an amount which the Owner determines is required to cover the cost of the Owner, or the Engineer, to prepare or update the schedules and reports. 1- 08.3(11) Reports - Miscellaneous A. The Contractor and each subcontractor shall submit to the Owner such estimates of quantities and costs, progress schedules, payrolls, reports, records, and miscellaneous data pertaining to the Contract as may be requested by the Owner and /or required by the Contract. 1 -08.5 Time for Completion (Contract Time) (APWA Only) Amend Section 1 -08.5 and replace with the following: A The Contract time shall start upon receipt of the written Notice to Proceed. Work hours shall be in accordance with the requests specified, Section 1.08.8. Work hours shall be limited to week days only, between the hours of 7:30 a.m. and 5:30 p.m. unless otherwise approved in advance by the District. The Contractor shall complete all milestones and completion dates in accordance with the following construction schedule: A. A Notice to Proceed (NTP) with the work is anticipated to be issued within sixty (60) days of the bid opening. B. Milestone 1 - Completion of the tank design and submittal of the calculations and construction details to the Owner and Engineer for review shall be completed within 40 working days of the Notice to Proceed. C. Milestone 2 - Completion of installation and testing of the pipe lines. All work associated with the inlet, outlet, and overflow pipelines shall be completed and ready to be connected to by the Phase III Contractor within 130 working days after NTP, or 50 working days after the issuance of the building permit by the City of Tukwila, whichever is latest. D. Milestone 3 - Completion of the reservoir structure. All work associated with the construction of the reservoir and ready for testing shall be completed within 278 working days after NTP, or 190 working days after issuance of the building permit, whichever is latest. E. Substantial Completion - Completion of all tank start -up and testing and all park restoration shall be 320 working days after Notice to Proceed. Nightlife Water District - Contract Documents 21- 2714 -01 Phase 11 Reservoir Improvements 49 February 1999 1- 08.5(2) Coordination Within Other Contracts of This Project This project consists of the following contracts: • Phase I - School Demolition • Phase II - Reservoir Improvements (this Contract) • Phase III - Conveyance Pipeline The Contractor is required to coordinate with the contractors of Phase I and Phase III for job site access, pipeline testing, temporary facilities, start-up, and any other efforts where construction activities may be in conflict, including installation or control apparatus and electrical and control equipment. The Owner will conduct project coordination scheduling meetings, as required, which shall be attended by all the contractors involved. 1- 08.5(2)A Project Coordination Schedule The Phase I - School Demolition has a 12 week duration and will be the first contract awarded. Completion is scheduled for May 1999. Contract dates will be provided the bidders prior to the date of the bid. The work of Phase II for stockpiling and other work within the area of the school is restricted until completion of Phase I. Notice to Proceed on Phase II may be before completion of Phase I. Coordination with Phase III - Conveyance Pipeline has a duration of construction of 12 weeks. It is the intent of the Owner to coordinate NTP for Phase III with Milestone 2 and completion of the Phase III work to Milestone 3 such that filling and testing of the reservoir can be accomplished during the time period between Milestone 3 and Substantial Completion. The Phase III Contractor will be working inside the reservoir structure, including installation of level sensors, electrical, and instrumentation equipment. 1 -08.11 Compensation for Overtime Work (New Section) Add the following section: The Owner reserves the right to charge the Contractor, and may deduct from periodical and final payment, labor expenses attributed to administrative, engineering, and inspection work incurred by the Owner for overtime work associated with the project construction. The Contractor shall pay to the Owner the costs of certain engineering and inspection expenses in the event that the Owner should grant an extension(s) of time because of avoidable delay. The amount of said expenses shall be computed and determined on the basis of an itemized schedule of engineering and inspection labor charges determined for the actual hours of labor performed beyond a 40 -hour work week, or beyond the scheduled date of completion. Highline Water District - Contract Documents Phase 11 Reservoir Improvements SO 21- 2714-01 February. 1999 1 -09 MEASUREMENT AND PAYMENT 1- 09.9(1) Progress Payments Replace the first paragraph with the following: Progress payments for completed work and material on -hand will be based upon progress estimates prepared by the Contractor and approved by the Engineer. A progress payment estimate cutoff date will be established at the preconstruction meeting. Supplement this Section with the following: "Basis of Payment." In consideration of the faithful performance of all the covenants, stipulations, and agreements of this Contract to be kept and performed by the Contractor, the Owner covenants and agrees to pay the Contractor the amount Bid as adjusted when so stipulated in the Contractor's Proposal for the work actually performed as determined by the final estimate of the Engineer, less any deductions for failure to complete the work within the time specified, and less any deductions for claims and damages paid by the Owner due to acts or omissions of the Contractor, and for which he is liable under this Contract. Items of work clearly indicated in the Plans as work under this Contract, but for which an item has not been set forth in the Proposal, shall be included in other items of work. Failure to do so will not relieve the Contractor of his responsibility to perform the work indicated and no other compensation will be allowed. 1- 09.9(1)A Schedule of Values (New Section) Add the following: 1. Submit to the Owner a Schedule of Values for the contract bid items at least 15 days prior to submitting first application for payment. Upon request by Owner, support values shall be given with data that will substantiate their accuracy. The Contractor shall submit additional detailed cost information if requested. 2. Detailed breakdown of lump sum contract price for all lump sum activities. A. The schedule of values shall assign a fair, reasonable, and equitable dollar value for each lump sum activity on the Contractor's construction schedule. The Contractor shall assure that the value assigned to each lump sum activity represents his best estimate of the actual cost of performing the work. B. Each activity's assigned value shall consist of labor, equipment and materials cost, and a prorata contribution to overhead and profit. Breakdown shall be so organized as to facilitate assessment of work and payment of subcontractors. Highline Water District - Contract Documents 21- 2714 -01 Phase 11 Reservoir Improvements 51 February 1999 C. The sum of the assigned values shall equal the lump sum price bid for that activity. D. If, in the opinion of the Owner, the schedule of values is not balanced, the Contractor shall provide documentation substantiating the cost allocations of those activities believed to be unbalanced. Cost allocation will be considered unbalanced if an activity on the construction schedule has been assigned a disproportionate allocation of labor, direct or overhead, and profit costs which result in progress payment request(s) which would create a condition where insufficient funds are available to complete the unfinished work. E. Upon acceptance of the schedule of values, it shall be used as a basis for processing progress payment requests. F. The schedule of values shall include as a minimum the work listed under each Bid Item including: 1- 09.9(1)A Schedule of Values (New Section) Item description: Bid Item 1 - Mobilization Permits Performance Bond and Insurance Mobilization of Offices and Equipment Temporary Facilities and Utilities Bid Item 2 - Trench and Site Safety Sheet Pile Shoring Shotcrete Pipeline shoring Bid Item 3 - Traffic Control Traffic Control Plan Flagging and Signage Road Cleanup and Off -Site Dust Control Bid Item 4 - Concrete Water Reservoir Clearing and Grubbing Removal of Structure and Obstruction Reservoir Excavation Excess Excavation Removal Onsite Stockpile Reservoir at 7.6- Million Gallons - Engineering Design - Floor Slab, Construction - Wall and Column Construction - Roof Construction Highline Water District - Contract Documents 21- 2714 -01 Phase 11 Reservoir Improvements 52 February 1999. Temporary Site Fencing Reservoir Cover Underdrain System Catch Basins Cover Soil Geomembrane Barriers Geonet Reservoir Vents Reservoir Access Hatches Reservoir Stairs Erosion Control Dust Control (on -site) Electrical Conduit 2 In. Electrical Hand Holes Storm Sewer and M.H. Water Line 24 In. Dia. Water Line 18 In. Dia. Water Line 12 In. Dia. Casing 40 In. Dia. Casing 30 In. Dia. Modular Block Retaining Wall Bid Item 5 - Park Restoration Irrigation System Water Line Improvements Lawn and Grass Restoration Concrete Slabs, Curbs, S/W Plantings Asphalt Path & Parking Lot Rest. Picnic Cover Remove and Replace Misc. Removals and Replacements Final Cleanup and Fence Removal Pavement Marking Wood Fence Note to Bidders - The above listing is provided to assist in the bidding process to . define the items of work to be included in the lump sum bid items. Work shown on the drawings and /or specifications, but not included in the above listing, shall be considered incidental to Bid Item 4 - Concrete Water Reservoir of the Contract. 1- 09.9(2) Retainage Supplement this Section with the following: There will be reserved and retained from monies earned by the Contractor, as determined by the progress estimates, a sum equal to 5% (five percent) of the subtotal of all progress payments. Withholding, management, and release of such retained monies shall be in accordance with the provisions of RCW 60.28. Highline Water District - Contract Documents 21- 2714.01 Phase 11 Reservoir Improvements 53 February 1999 The Contractor will be entitled to payment of the retainage 60 days after final acceptance of the work, The Owner may retain such sums as necessary for all incomplete or defective work or unsettled claims of the Owner or third parties against the Contractor. As a condition of payment, the Owner may require sufficient evidence that all indebtedness of the Contractor connected with the work has been paid and may require releases and waivers of liens, in form satisfactory to the Owner, from all parties performing the work. 1 -09.14 Estimated Quantities (New Section) The estimated quantities shown in the Bid forms are estimates only, being given only as the basis for the comparison of bids, and the Owner does not warrant, expressly or by implication, that the actual amount of work will correspond therewith. The right to increase or decrease the amount of any class or portion of the work, or to make changes in the work required as may be deemed necessary is reserved by the Owner as provided elsewhere in these Specifications. The basis of payment will be the actual unit Bid items of work performed and measured in accordance with the Contract. All prospective Bidders should note that certain Bid items may be included in the Bid Form to establish a unit price should the use of those items become necessary during construction. Allowance will not be made for loss of anticipated profits or additional compensation should the use of these items be deemed unnecessary. 1 -10 TEMPORARY TRAFFIC CONTROL Supplement this Section with the following: At the pre - construction conference, the Contractor shall submit to the Engineer a Traffic Control Plan. This plan shall delineate temporary driving lanes, detours, signing, and the overall method of traffic control. If the method of traffic control is deemed unsatisfactory by the Engineer, the Contractor shall immediately update the Traffic Control Plan and place into effect any revisions to that plan. The Contractor shall not begin work until the Traffic Control Plan has been approved in writing by the Engineer. Access to the Tukwila City Park shall be maintained at all times. The Traffic Control Plan shall include the requirements that all construction traffic exiting the project site shall immediately proceed south on 42nd Avenue South to the intersection of Military Road and 42nd Avenue South. The Contractor shall define the haul route from the intersection of Military Road and 42nd Avenue South to the disposal site(s) within the Traffic Control Plan. Also see Section 2 -16 (New Section) for additional disposal site reconstruction(s). Construction traffic entering the site shall be routed through the intersection of Military Road and 42nd Avenue South, then north on 42nd Avenue South to the project site entrance. The Contractor shall be responsible to obtain and pay for all haul permits required as a result of this Contract. If the Owner must maintain any traffic control or signing, the Contractor shall be billed for time and rental of any equipment used. All barricades and signs must be approved or equal to the Washington State Highway Standards. All persons working Highline Water District - Contract Documents 21.2714 -01 Phase 11 Reservoir Improvements 54 February 1999 on the roadway shall wear proper safety wear at all times, including hard hats and traffic safety vests. The Owner shall not be held liable for any claims resulting from accidents or damages caused by the Contractor's failure to comply with traffic and public safety regulations during the construction period. If operations of the Contractor are shown to significantly impede traffic flow during peak hours of traffic, the Engineer shall have the authority to restrict the Contractor to time of operation. All equipment, including clothing for flaggers, signs, barricades, channelization devices, and any other materials necessary to maintain proper traffic control, shall be provided and maintained by the Contractor at his expense. 1- 10.3(7) Maintenance for Traffic (New Section) The Contractor shall be responsible at all times for the maintenance of streets, park access road, and other utilities affected by construction operations. Debris and rubbish shall not be permitted to accumulate and all premises shall be maintained in a neat, workmanlike condition. In the event that the Contractor fails to conform to these requirements, the Owner shall have the right to have the work done by others and the cost will be deducted from the monies due the Contractor. The Contractor shall provide and maintain, in a safe and acceptable condition, approaches and intersections with roads, streets, businesses, parking lots, residences, garages, etc. It is the intent of these Contract Documents that public traffic shall be permitted to access the City Park at all times with minimum delay unless otherwise approved by the Owner. The Contractor shall, at all times, keep existing roads and streets adjacent to, or within the limits of the project, open to traffic and maintained in a good and safe condition as determined by the Engineer. When construction operations are such that debris from the work is deposited on the streets or Park access road, the Contractor shall, as a minimum, remove on a daily basis, any deposits or debris which may accumulate on the roadway surface. Should daily removal be insufficient to keep the streets clean, the Contractor shall perform removal operations on a more frequent basis. If the Engineer determines that a more frequent cleaning is impractical, or if the Contractor fails to keep the streets free from deposits and debris resulting from the work, the Contractor shall, upon order of the Engineer, remove all deposits from the tires or between wheels before trucks or other equipment will be allowed to travel over paved streets. Should the Contractor fail or refuse to clean the streets, trucks, or equipment in question, the Engineer may order the work suspended at the Contractor's risk until compliance with the Contractor's obligation is assured. Alternately, the Engineer may order the streets in question cleaned by others, and such costs incurred by the Owner in achieving compliance with these contract requirements, including cleaning of the streets, shall be deducted from monies due, or to become due the Contractor on monthly estimates. The Contractor shall Highline Water District - Contract Documents 21- 2714.01 Phase II Reservoir Improvements 55 February 1999 Kw eY^ t have no claim for delay or additional costs should the Engineer choose to suspend the Contractor's work until compliance is achieved. All cost incurred by the Contractor to implement the traffic control plan and maintain traffic shall be considered incidental to bid item: Traffic Control. 1 -10.5 Payment Payment will be made under: 1. "Traffic Control," lump sum. The lump sum contract price shall be full pay for all cost not covered by other specific pay items in the bid proposal for preparation of a Traffic Control Plan, obtaining and paying for haul permit(s), and for furnishing, installing, maintaining, or removing traffic control devices. The Contractor shall provide and maintain, in a safe and acceptable condition, approaches and intersections with roads, streets, parking lots, residences, garages, etc. No other payment will be made under this Section. Highline Water District - Contract Documents Phase U Reservoir Improvements * * END OF DIVISION 1 * * i i DIVISION 2 EARTHWORK 2 -01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2 -01.1 Description Amend this section with the following: Clearing and grubbing shall include the removal and disposal of all trees, and vegetation within the project area to the limits of excavation as shown on the plans. Miscellaneous small items requiring removal which may not have been shown on the plans, shall also be removed. 2 -01.4 Measurement No measurement for clearing and grubbing will be made. 2 -01.5 Payment Payment for clearing and grubbing shall be included in the lump sum amount for "Concrete Water Reservoir" in the proposal. 2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2 -02.1 Description Work shall include removing all materials noted in this section of the Special Provisions as well as any other materials not noted and necessary for the construction of this project. 2 -02.3 Construction Requirements 2- 02.3(1) General Requirements In general, the Contractor shall remove and dispose of all existing materials within the limits of excavation of the project area including, but not limited to, septic tank and drain field, asphalt, sidewalks, driveways, concrete foundations, facilities associated with the storm drainage, water, sanitary sewer, and curbs. Park structures to be salvaged shall be removed and stored as shown on the drawings. lfighline Water District - Contract Documents 2I- 2714 -0I Phase 11 Reservoir Improvements 57 February 1999 Specific items and materials removed by the Contractor shall remain the property of the Park department. These items are identified on the Plans and these Special Provisions and shall be delivered by the Contractor to the destination indicated on the Plans. All other materials removed shall become the property of the Contractor and shall be disposed of off -site at a legal disposal site conforming to Section 2 -16 to be obtained and paid for by the Contractor. 2- 02.3(3) Removal of Pavement, Sidewalks, and Curbs All asphalt concrete within the excavation area shall be removed within the project to the limits indicated on the Plans. Asphalt concrete pavement may be removed by cutting with a spade or similar device. Prior to placement of the new asphalt concrete against the joint, however, the existing pavement shall be sawcut to provide a smooth, even joint. Where new cement concrete sidewalk is to be placed against existing sidewalk the existing sidewalk shall be removed from the sidewalk to remain at the nearest joint to the location shown on the plans or by sawcutting if no joint exists. 2 -02.5 Payment Payment for the removal of existing facilities and materials will be part of the lump sum amount bid for "Concrete Water Reservoir" in the proposal. The costs associated with the removal and disposal of other visible items not identified on the plans or not included in these Specifications, but necessary for the completion of the work, shall be considered incidental to the contract. Offsite disposal of any material shall conform with Section 2 -16. No additional compensation will be made for this work. 7. 2 -04 HAUL 2 -04.5 Payment All costs associated with hauling materials of any description to and from the project site shall be considered part of the lump sum amount bid for "Concrete Water Reservoir" in the proposal, and no further compensation will be paid. Offsite disposal of any material shall conform with Section 2 -16. 2 -06 SUBGRADE PREPARATION 2 -06.3 Construction Requirements The subgrade for the parking lot, access road, the Concrete Water Reservoir shall be prepared in accordance with Section 2 -06 of the Standard Specifications and shall be Highline Water District - Contract Documents 21- 2714 -01 Phase 11 Reservoir Improvements 58 February 1999 compacted to 95 percent of the maximum density measured in accordance with Section 2- 03.2(14)C of the Standard Specifications, Method B. 2 -06.5 Measurement and Payment All cost associated with preparation and compaction of the parking lot, access road, Concrete Water Reservoir subgrade shall be considered incidental to the construction and shall be included by the Contractor in the lump sum amount bid for "Concrete Water Reservoir" in the proposal 2 -07 WATERING 2 -07.5 Payment All costs associated with providing and applying water as described in Section 2 -07 of the Standard Specifications shall be considered incidental to the other bid items in the Proposal and no additional compensation will be paid. 2 -09 STRUCTURE EXCAVATION 2- 09.3(1) General Requirements Prior to the beginning of excavation for the concrete water reservoir, the Contractor shall conduct an inspection of all private structures within 150 feet of the excavation. The inspection shall be conducted with the consent and in the presence of the private property Owner, and a representative of the Owner. Photos and videotape of walls and ceilings shall show the extent and width of all visible cracks. At the completion of each inspection, all parties participating in the inspections will sign an affidavit agreeing to its date, findings, and accuracy. The photo record and affidavit shall be maintained by the Owner for comparisons to any claims of damage issued by the private property Owners. The use of vibratory or impact hammers for the installation of sheeting shall not cause excessive vibration at the adjacent residents. The Contractor shall modify the installation process. Vibration in excess of a peak particle velocity of 0.15 inches per second measured at the property line shall be considered excessive and potentially damaging to adjacent structures. 2- 09.3(1)A Staking, Cross - Sectioning, and Inspecting Replace this paragraph. The Engineer shall set four (4) site control monuments for construction. The Contractor shall be responsible for detailed staking necessary for construction of the reservoir and site improvements. Flighline Water District - Contract Documents Phase 11 Reservoir Improvements 59 214714 -01 February 1999 2- 09.3(1)B Depth of Excavation Replace this paragraph with the following: The Contractor shall excavate the tank to the required depth shown on the drawings or to meet Contractor's design drawings. Excavation for the "Concrete Water Reservoir" shall not exceed the plan limits of the top of excavation as shown on the drawings. A plan for temporary shotcrete slope stabilization or other method of slope stabilization, as may be preferred by the Contractor, shall be submitted to the Engineer for review and acceptance prior to the beginning of excavation. The acceptance of the slope stabilization method selected by the Contractor does not constitute an endorsement of safety by the Owner or the Engineer. 2- 09.3(1)D Disposal of Excavated Material The Contractor shall haul excavated material off site and dispose of it at a Contractor provided disposal site which conforms to requirements of Sections 2- 03.3(7)C and 2 -16, unless directed otherwise by the Engineer. Select excavated material from the project shall be stockpiled and used for backfill and cover material. Select material shall be native sands occurring a minimum of 6 feet below existing grade. Native material containing these gravels from 0 -6 feet in depth shall be hauled off -site. All costs associated with haul of excavated material shall be included in the lump sum amount for "Concrete Water Reservoir" in the proposal and no additional compensation will be paid. 2- 09.3(1)E Backfilling All backfill shall be select native material. 2- 09.3(1)G Dewatering (New Section) REMOVAL OF WATER At all times provide and maintain ample means and devices to promptly remove and dispose of all water entering the trench during the time the trench is being prepared for the pipe laying, during the laying of the pipe, and until the backfill at the pipe zone has been completed. Dewatering includes lowering the water table within the excavation area at least 2 feet below the excavation. The dewatering work shall be sufficient to ensure a dry excavation with the foundation conditions undisturbed and stable. liighline Water District - Contract Documents 21-2714-01 Phase 1! Reservoir Improvements 60 February 1999 F47, O. �k DEWATERING DESIGN CRITERIA The design, installation, and operation of the dewatering system shall be the Contractor's responsibility. The Contractor shall use civil engineers registered in the State of Washington with a minimum of 5 years of experience in the design of dewatering systems of similar projects to design the system and provide other assistance during installation and operation as required. Design a dewatering system that will: 1. Develop a dry and workable subgrade for the prosecution of subsequent operations and work. 2. Not cause damage to existing structures, utilities, and other work due to piping of soil particles, or subsidence due to dewatering process. Submit working drawings of the dewatering system to the Engineer for review 30 days prior to starting this work. The working drawings shall include, but shall not be limited to: type of system, components, equipment, and design calculations demonstrating adequacy of the selected system and equipment. Engineer's review of the dewatering system will not relieve the Contractor from the responsibility for the adequacy of the dewatering system to achieve the specified results. Dewatering system shall operate continuously 24 hours per day until backfill is complete, and have suitable backup equipment in event of power or equipment failure. The contractor shall have at the site suitable replacement pumps, parts, or standby units so that repairs can be expedited. If electric pumps are used, the Contractor shall have at least one standby generator wired to the pump circuit so that dewatering will continue if the primary power source should fail. An initial pumping test of the dewatering system shall be performed prior to beginning the excavation to determine the rate of the pumped water. Results of the pumping test will determine appropriate discharge methods to either the storm or sanitary sewer system. The Contractor shall maintain an accurate record of water levels in all groundwater monitoring wells, flow rate (total gallons and instantaneous gallons per minute) information and numbers and locations of wells in operation. Monitoring information shall be maintained by the Contractor and reported in an acceptable manner to the Engineer on a daily basis. The Contractor shall use in -line flow meters on all groundwater control system discharge pipes at or near the discharge points. All water pumped from the excavations shall be metered. Meters shall show gallons per minute and totals flow passing through the meter. All meters shall be installed to manufacturer's specifications and the calibration documentation shall be submitted to the Engineer. Highllne Water District - Contract Documents Phase 11 Reservoir Improvements 61 21-2714-01 February 1999 2- 09.3(3)D Shoring and Cofferdams Replace with the following: 2- 09.3(3)D.1 General a. This Section covers requirements for design, construction, maintenance, and removal of temporary shoring, sheeting, and bracing systems. The work includes, but is not limited to structural support of excavations, trenches, and embankments greater than 4 feet in depth necessary for protection of personnel and existing or recently constructed facilities and utilities. b. Temporary shoring is required at the following locations: 1. Where shown on the Drawings. 2. Adjacent to existing or recently constructed structures as defined on the Drawings. 3. Where required by the Washington Administrative Code, Chapter 296 -155, Part N (WISHA). 4. At any other location where personnel are at risk during excavation or trenching in connection with any construction work such as trenches, excavations, underpinning, and other work below ground level. c. Engineered temporary shoring shall be designed in accordance with the requirements of these Specifications, which include, but are not limited to, geotechnical, design, and review considerations. Other shoring or bracing shall be planned in accordance with applicable codes and good construction practice. d. Shoring shall be designed and constructed to withstand all soil and hydrostatic loading that might occur during various stages of construction and for any surcharge loading caused by equipment loads and loads from material or soil stockpiles. The Contractor shall be responsible for determination of proper load distributions caused by such activities and shall assure that those conditions are not exceeded in the field during construction. 2- 09.3(3)D.2 Definitions a. Temporary Shoring: An assembly of structural elements to support earth materials. Temporary shoring includes, but is not limited to, shoring, sheeting, bracing, and underpinning. Highline Water District — Contract Documents 21.271401 Phase 11 Reservoir Improvements 62 February 1999 b. Existing Facility: A structure, utility, or constructed element that exists at the start of construction and is not shown on the contract drawings to be demolished. This definition also applies to recently constructed facilities or utilities that are constructed under this Contract. c. Engineered Temporary Shoring: Shoring that is designed by the Contractor. These structures shall be designed by a Structural Engineer registered in the State of Washington to meet, as a minimum, the i . requirements of this Specification and Contract Drawings. 2- 09.3(3)D.3 Submittals a. Design Submittals: The Contractor shall submit his plans for shoring and sloping to the Engineer for review at least 3 weeks prior to commencement of work. No excavation shall be started until the Engineer has reviewed the shoring system. The design submittals shall include the following items: 1. Design calculations shall be prepared by a Structural Engineer registered in the State of Washington and include design criteria, analysis assumptions, construction sequence requirements, and detailed design of each system, structural elements, and connection. Calculations shall be submitted in bound volumes that include the responsible structural engineer's signed seal on the title page. 2. Detailed excavation support drawings (working drawings), showing all pertinent dimensions, spacing, and relationships among the components of the trench support system, as well as construction sequence and scheduling. 3. Detailed utility and structure support drawings where necessary. b. Shop Drawings: Submit the items listed below. These submittals must be reviewed and signed by the responsible Structural Engineer prior to submittal. ( 1. Shop fabrication details for all fabricated structural steel members and connections. 2. Lagging details. 3. Concrete reinforcing details. c. Method of drilling soldier piles, including method or technique for handling obstructions. Highline Water District - Contract Documents Phase 11 Reservoir Improvements 63 21-2714-01 February 1999 2- 09.3(3)0.4 Standard Specifications, Codes and Ordinances a. WSDOT -APWA: Standard Specifications for Road, Bridge, and Municipal Construction of the Washington State Department of Transportation and Washington State Chapter of American Public Works Association, 1988 edition. b. WAC: Washington Administrative Code, Chapter 2996 -155, "Safety Standards for Construction Work." c. OSHA: Occupational Safety and Health Administration: Part 1926, Subpart P, "Excavations," 1989. 2- 09.3(3)0.5 Safety a. The Contractor is solely responsible for protection of personnel and existing facilities and utilities and for ensuring compliance with all applicable laws and regulations. b. Responsible Competent Person: The Contractor shall have in the shoring work area during all phases of construction, a competent person capable of identifying hazards, anomalies, conditions that differ from the shoring design assumptions, and other factors that would indicate the possibility of hazardous and dangerous conditions in the work area. The responsible person shall have the authority to stop all work when such conditions are identified. c. All temporary construction and incidental items associated with shoring construction such as, but not limited to, lighting, barricades, fences, ladders, work platforms, ramps, and roadways shall conform to the applicable reference codes and regulations. 2- 09.3(3)0.6 Quality Assurance a. The Contractor is solely responsible for quality assurance of temporary shoring. At a minimum, the Contractor shall continually verify that the shoring is planned, executed, and maintained in accordance with applicable codes and regulations and good construction practice. b. The Contractor shall institute as a part of shoring construction a quality assurance program at each shoring location. The program shall include, but not be limited to, systematic observation of suitability of shoring materials, installation, excavation, groundwater control adjacent construction activities, and other factors. Highline Water District - Contract Documents 21- 2714 -01 Phase 11 Reservoir Improvements 64 February 1999 c. The responsible engineer for engineered temporary shoring shall verify at critical stages of shoring construction that the actual construction is in accordance with the Contractor prepared plans. d. Installation procedures for instrumentation shall be as recommended by the manufacturer. e. Dewatering and observation wells shall be as specified in Section 2- 09.3(1)G, DEWATERING. If the Contractor is unable to adequately dewater excavations as required in the Specifications for any reason, then the design of the shoring shall include the additional lateral force produced by the presence of water, water - saturated soils, and seepage, and shall prevent flow or other destabilization of water saturated soils. 2- 09.3(3)D.7 Existing Conditions a. Subsurface Investigation results are contained in Appendix A - Geotechnical Report. Additional geotechnical information that may be desired by the Contractor shall be obtained by the Contractor at the Contractor's sole expense. b. 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 any other work affected by geotechnical conditions, and shall accept full responsibility therefor. c. Reference drawings shall be used to determine extent, characteristics, and loading conditions of existing facilities for design of temporary shoring systems. Building weights, surcharges, design live loads, and liquid loadings among others shall be developed by the Contractor for use in temporary shoring design. d. The Contractor shall promptly, and before such conditions are disturbed, notify the Engineer in writing of any subsurface or latent physical conditions at the site which differ materially from those indicated in the Contract and which could not reasonably have been anticipated by the Contractor. This notice shall be made within ten days of discovery of such condition. No claims of the Contractor under this clause will be allowed unless the Contractor has provided the required notice. If the Engineer finds there are subsurface or latent physical conditions which differ materials from those indicated in the Contract and which could not reasonably have been anticipated by the Contractor and that such conditions caused an increase or decrease in the Contractor's cost of or time required for performance of work, a change order incorporating the necessary revisions shall be prepared in accordance with Section 1 -04.4 and submitted to the Owner for approval. If the Engineer finds there are no such subsurface or latent physical conditions, or if no decision has been made in writing within ten days of the written notice of conditions above (which 10th day shall be deemed the date on which the Engineer denied the claim), the Contractor must submit a claim documenting its costs in accordance with Section 1 -04.4 and in a manner and level of detail satisfactory to the Engineer and Owner. No claim by the Highline Water District - Contract Documents Phase 11 Reservoir Improvements 65 21-2714-01 February 1999 Contractor for an equitable adjustment hereunder will be allowed if asserted after final payment under this Contract. This paragraph shall not be construed or interpreted to allow claims by the contractor for physical conditions ordinarily to be encountered or generally recognized as inherent in the work. 2- 09.3(3)D.8 Restoration of Existing Facilities a. Contractor shall restore all existing facilities damaged, destroyed, or altered by soil movements resulting from temporary shoring movements or nonperformance, at Contractor's own expense. b. Proposal shall be submitted by the Contractor to define the character and extent of the Contractor's proposed restoration work when requested by the Engineer. Actual restoration work shall be as directed by the Engineer and may or may not include any or all of the Contractor's proposal. 2- 09.3(3)D.9 Materials for Shoring a. All materials for temporary shoring shall conform to the requirements of these Specifications and any specifications, notes, or requirements contained on the Contractor's submittals or Contractor - prepared designs for temporary shoring. Materials may be new or used, but they should be in good serviceable condition, free of defects and other strength - reducing deficiencies. 2- 09.3(3)D.10 Lagging a. Lagging shall be installed as indicated on the Contractor prepared plans, applicable codes and regulations, and good construction practice. In addition, the following minimum requirements shall be met: 1. Lagging shall be provided at all locations where the clear distance between soldier piles is 2 feet or greater or soil conditions are such that the safety of the workers or stability of the excavation requires continuous soil support. 2. Install lagging from existing grade downward as the excavation progresses. At no time shall the excavated face without lagging be more than 3 feet high. Excavation faces shall not be unsupported for a period longer than 4 hours. 3. Voids behind the lagging shall be filled with lean mix grout as the lagging construction progresses. At no time shall the voids behind the shoring wall extend more than 4 feet above the base of the excavation. 4. Timber lagging shall be held in place by mechanical connection to the soldier piles using either spikes driven into the lagging or a stud and washer system. Highline Water District - Contract Documents 21.2714 -01 Phase 11 Reservoir Improvements 66 February 1999 5. All timber lagging shall be pressure treated or otherwise preserved so as to minimize long -term degradation. 2- 09.3(3)D.11 Braces, Struts, and Wales a. Locate bracing to clear all permanent work. If necessary to move a brace, install new bracing prior to removal of original brace. b. Do not place bracing where it will be cast into or included in permanent concrete work, except as otherwise acceptable to the Engineer. c. Install internal bracing, if required, to prevent spreading or distortion to braced frames. d. All struts shall be preloaded to a compressive load based on shoring design. Fill all voids behind sheeting or lagging before applying preload. e. Maintain bracing until structural elements are rebraced by other bracing or until permanent construction is able to withstand lateral earth and hydrostatic pressures. f. Wales shall be installed free of twists or deformations. g. Wales shall make full contact with each pile. Welded tight shims may be necessary for full bearing at each pile. 2- 09.3(3)D.12 Obstructions a. Obstructions and other impediments to drilling and excavation should be considered a possibility within the Limits of Construction. If, during the course of work, obstructions are encountered, the Engineer should be immediately notified. Corrective measures must be proposed to and approved by the Engineer before further work. 2- 09.3(3)D.13 Removal of Shoring a. Shoring may be removed only if public safety is maintained, completed work is protected, existing facilities are protected, and adequate steps are taken to prevent damage to facilities or personnel during removal. At a minimum, remove the upper portion of all shoring systems down at least 5 feet below finish grade, unless otherwise indicated. Voids created by removal of piles, sheeting, or lagging shall be filled with the backfill materials shown on the Drawings at or adjacent to the shoring area. b. Should the Engineer order that any shoring be left in place, the Contractor shall not remove the same but will receive payment for the materials left in place on a unit basis if such be in the Contract or at the market value thereof if there be no such unit price. Highline Water District - Contract Documents Phase 11 Reservoir improvements 67 21- 2714-01 February 1999 2 -09.4 Measurement No measurement will be made for any class of structure excavation. No measurement will be made for material to replace the unsuitable material removed. 2 -09.5 Payment Payment for all excavation, backfill, stockpiling, and all other work of this section shall be included by the Contractor in the lump sum amount bid for "Concrete Water Tank" in the proposal. The payment for "Dewatering System" shall be included under the bid item "Concrete Water Reservoir" and shall be full pay for all labor, materials, tools, and equipment needed to design, build, operate, and remove the dewatering system, complete. The lump sum contract price shall include all costs to continuously operate the dewatering system, including all power costs and connections, permits, pipes, fittings, and appurtenances, observation wells, and all required improvements for a complete and operable system. Payment for "Sheeting, Shoring, and Cribbing" shall be included under the bid item "Concrete Reservoir" and shall be full pay for providing trench excavation safety systems to meet the requirements of Chapter 49.17 RCW including all labor, materials, tools, and equipment needed to build, dewater, and remove the shoring, cribs, cofferdams or caissons. When extra excavation is used in lieu of constructing the shoring, crib, cofferdam or caisson, the lump sum contract price shall be full pay for all excavation, backfill, compaction, extra pavement removal and replacement, and other work required. If select backfill material is required for backfilling within the limits of structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. 2 -12 CONSTRUCTION GEOTEXTILE Add the following: 2- 12.1(1) References The publications listed below form a part of this Specification to the extent referenced. The publications are referred to in the text by the basic designation only. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) PUBLICATIONS ASTM D 123 (1984) Definitions of Terms Relating to Textiles ASTM D 751 (1979) Methods of Testing Coated Fabrics ASTM D 3776 Weight of Knitted Goods and Nonwoven Fabrics Highlne Water District — Contract Documents 21-2714-01 Phase 11 Reservoir Improvements 68 February' 1999 ASTM D 4355 (1992) Test Method for Deterioration of Geotextiles from Exposure to Ultraviolet Light and Water (Xenon -Arc Type Apparatus) ASTM D 4491 (1985) Test Methods for Water Permeability of Geotextiles by Permissivity ASTM D 4595 (1986) Test Method for Tensile Properties of Geotextiles by the Wide Width Strip Method ASTM D 4632 (1986) Breaking Load Elongation of Textile Fabrics (Grab Method) ASTM D 4751 (1993) Test Method for Determining Apparent Opening Size of a Geotextile ASTM D 4833 (1996) el Standard Test Method for Index Puncture Resistance of Geotextiles, Geomembranes, and Related Products CORPS OF ENGINEERS GUIDE SPECIFICATIONS CW -02215 Geotextile Used as Filters 2- 12.1(2) Equipment Equipment, plants, and tools used in the work shall be subject to approval and shall be maintained in satisfactory working condition. 2- 12.1(3) Delivery, Storage, and Handling of Geotextile Geotextile delivered to site shall be inspected for damage, unloaded, and stored with the minimum of handling. Geotextile shall not be stored directly on the ground. During shipment and storage, geotextile shall be wrapped in a protective covering. The storage area shall be such that the geotextile is protected from sunlight, mud, soil, dust, and trash. Geotextile materials that are not to be installed immediately shall not be stored in the direct sunlight. Geotextile shall be delivered only after the required submittals have been received by the City. 2 -12.2 Materials Replace the existing with the following: Geotextile Type 1 and Type 2 shall be a nonwoven pervious sheet of polymeric yarn as defined by ASTM D 123. Geotextile Type 1 and Type 2 fiber shall consist of long - chain polymers composed of at least 85 percent by weight of polypropylene, polyester, polyethylene, nylon, or polyvinylidene - chloride. Stabilizers and /or inhibitors shall be added to the base polymer if necessary to make the filaments resistant to deterioration by ultra- violet and heat exposure. The geotextiles shall be constructed so that the Highline Water District - Contract Documents Phase 11 Reservoir Improvements 69 21-2714-01 February 1999 filaments will retain their relative position with respect to each other. The edges of the geotextiles shall be sealed or otherwise finished to prevent the outer material from pulling away from the geotextile or ravelling. During all periods of shipment and storage, the geotextiles shall be protected from direct sunlight, ultraviolet rays, temperatures greater than 140 degrees fahrenheit, mud, dirt, dust, and trash. To the extent possible, the geotextiles shall be maintained wrapped in a heavy duty protective covering. The geotextiles shall meet the physical requirement listed in Table 2 -12 -1 below. Table 2 -12 -1 Geotextile Physical Requirements Test Values Property Test Method Type 1 Type 2 Tensile Strength, lbs., in any principal direction ASTM D 4632 155 370 Breaking Elongation, %, in any principal direction ASTM D 4632 50 50 Puncture Strength, lbs., min. ASTM D 4833 75 225 ASTM D 4491 0.35 — Permittivity, 1 /sec ASTM D 4491 1.10 — Apparent Opening Size (AOS), U.S. Standard Sieve, max. opening size ASTM D 4751 70 -100 — The geotextiles used for this project can be virgin or recycled material. 2 -12.3 Construction Requirements Replace the existing with the following: 2- 12.3(1)A Requirements The area to be covered by the geotextile shall be graded to a smooth, uniform condition free from ruts, potholes, and protruding objects such as rocks and sticks. The geotextile shall be spread immediately ahead of the covering operation. The geotextile shall be laid smooth without excessive wrinkles. Under no circumstances shall the geotextile be dragged through mud or over sharp objects which could damage the geotextile. Construction vehicles shall be limited in size and weight such that rutting in the lift above the geotextile is not greater than 3- inches deep to prevent overstressing the geotextile. Turning of vehicles on the lift above the geotextile will not be permitted. End - dumping the riprap, or cover material directly on the geotextile, will not be permitted. 2- 12.3(1)B Geotextile Protection The geotextile shall be protected from exposure to ultraviolet light. During installation, geotextile shall be covered with cover soil within five working days and riprap within one day after it is laid. Backfill all voids in the riprap face so the geotextile is completely covered and not visible. Highline Water District - Contract Documents 21.2714 -01 Phase 11 Reservoir Improvements 70 February 1999 When placing geotextile behind and beneath riprap according to the details shown, demonstrate to the satisfaction of the Engineer that the combination of the rockfill drop height and size of riprap is adequate to not puncture or damage the geotextile and geomembrane when placing the riprap. The manufacturer's recommended method shall be used as needed to hold the geotextile in place until the specified cover material is placed. Should the geotextile be torn or punctured or the overlaps or sewn joints be disturbed, as evidenced by visible geotextile damage, subgrade pumping, intrusion, or bottom liner distortion, the backfill around the damaged or displaced area shall be removed and the damaged area repaired or replaced by the Contractor at no additional cost. The repair shall consist of a patch of the same type of geotextile placed over the damaged area. The patch shall overlap the existing geotextile a minimum of 2 feet from the edge of any part of the damaged area. 2- 12.3(1)C Geotextile Seaming The geotextile shall be either overlapped to the manufacturers recommendations, but not less than two feet, or sewn at all seams. Heat seaming of the geotextile is allowed provided that seam strength is greater than 80 percent of the parent material strength. 2- 12.3(1)D Geotextile Sewing The seam, stitch type, and the equipment used to perform the stitching shall be as recommended by the manufacturer of the geotextile and as approved by the Engineer. The seams shall be sewn in such a manner that the seam can be inspected readily by the Engineer or his representative. The stitching shall be a lock -type stitch. The minimum distance from the geotextile edge to the stitch line nearest to that edge shall be 1.5 inches. 2- 12.3(1)E Measurement No measurement for Geotextile will be made. 2- 12.3(1)F Payment Payment for Geotextile shall be included in the lump sum amount for "Concrete Water Reservoir" in the proposal. 2 -12.4 Measurement No measurement for "Temporary Silt Fence" will be made. 2 -12.5 Payment Payment for "Temporary Silt Fence" shall be included in the lump sum amount for "Concrete Water Reservoir" in the proposal. Highline Water District - Contract Documents Phase 11 Reservoir Improvements 71 21- 2714 -01 February 1999 2 -13 COVER SOIL (NEW SECTION) 2 -13.1 Description Cover soil installed over the reservoir geonet shall consist of approved native or imported gravel and sand materials processed and blended or naturally combined. Material shall be clean, well graded, durable, and sound, free from lumps and balls of clay, organic matter, objectionable coatings, and other foreign or deleterious materials. Material shall be uniform in density, and quality shall be in accordance with any and all requirements specified by the manufacturer of the underlying geotextile, and shall meet the following requirements: Sieve Size Percent Passing P12" 100 3/6" 50-100 No. 10 20 -100 No, 40 0 -80 No. 200 0 -5 The material shall be uniform or well - graded with a uniformity coefficient of four or greater. The material shall not be broad graded soil having a uniformity coefficient greater than 20. Gradation curves will exhibit no abrupt changes in slope denoting skip or gap grading. The soil shall not have the potential to clog the Type I geotextile in accordance with the following criteria: 0.42 mm < 18 (d5 CU where: nun = millimeter CU = Coefficient of Uniformity = 460 dio dx = the particle size in millimeters for which x% of the total soil is finer. A minimum of three representative samples shall be taken for each proposed borrow source and tested for grain size distribution including hydrometer (ASTM D 422). The uniformity coefficient and plasticity index shall be determined for each representative sample. If the Contractor - selected soil does not meet these criteria, the soil will be rejected. Additional testing demonstrating clogging potential can be requested; additional tests would be the dispersivity and gradient ratio tests. 2 -13.2 Measurement No measurement for "Cover Soil" will be made. 2 -13.3 Payment Highline Water District - Contract Documents 21- 2714 -01 Phase 11 Reservoir Improvements 72 February 1999 t I Payment for "Cover Soil" shall be included in the lump sum bid amount for "Concrete Water Reservoir." 2 -14 GEOMEMBRANE BARRIER (NEW SECTION) 2 -14.1 References The publications listed below form a part of the specification to the extent referenced. The publications are referenced in the text by basic designation only. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM D 638 (1991) Tensile Properties of Plastics ASTM D 746 (1979; R 1987) Brittleness Temperature of Plastics and Elastomers by Impact ASTM D 751 (1989) Coated Fabrics ASTM D 1004 (1990) Initial Tear Resistance of Plastic Film and Sheeting ASTM D 1693 (1970; R 1988) Environmental Stress - Cracking of Ethylene Plastics ASTM D 1755 (1992) Standard Specification for Poly(vinyl chloride) Resins ASTM D 3083 (1989) Standard Specification for Flexible Poly(vinyl chloride) Plastic Sheeting for Pond, Canal, and Reservoir Lining ASTM D 4437 (1984; R 1988) Determining the Integrity of Field Seams Used in Joining Flexible Polymeric Sheet Geomembranes ASTM D 5321 (1992) Determining the Coefficient of Soil and Geosynthetic or Geosynthetic and Geosynthetic Friction by the Direct Shear Method ASTM D 5617 (1994) Test Method for Multi -Axial Tension Test for Geosynthetics NATIONAL SANITATION FOUNDATION (NSF) NSF Std 54 (1993) Flexible Membrane Liners Highline Water District — Contract Documents Phase 11 Reservoir Improvements 73 21- 2714.01 February 1999 GEOSYNTHETIC RESEARCH INSTITUTE (GRI) GRI GM4 (1991) Three Dimensional Geomembrane Tension Test GRI GM6 (1991) Pressurized Air Channel Test for Dual Seam Geomembranes GRI GM -7 (1991) Accelerated Curing of Geomembrane Test Strip Seams Made by Chemical Fusion Methods FEDERAL TEST METHOD STANDARDS (FTM -STD) FTM -STD 101 (Rev C) Puncture Resistance and Elongation Test 2 -14.2 Storage and Handling The geomembrane shall be protected from puncture, abrasion, excessive heat or cold, material degradation, adhesion of individual layers or other damaging circumstances. Damaged geomembrane shall be removed from the site within two working days of written notification from the Engineer. 2 -14.3 Weather Limitation Geomembrane shall be deployed and field - seamed only when the geomembrane is dry and winds are low. In marginal conditions, seaming shall cease unless tests confirm that satisfactory seam strengths are being obtained. The Contractor shall protect the geomembrane from weather and replace any geomembrane damaged by the weather. 2 -14.4 Warranty The Installer of the geomembrane shall warrant his workmanship to be free of defects on a non - prorata basis for one year after final acceptance of the work by the Owner. This warranty shall include all seams and battens. The Installer shall provide all warranty work and associated costs required by the Owner at the Contractor's sole expense. The Installer shall also obtain and furnish the Owner a warranty from the geomembrane manufacturers and fabricators for the materials used. The material warranty shall be for defects or failure of the material for 20 years after completion of the work on a prorata basis. 2 -14.5 Equipment Equipment used in performance of the work shall be in accordance with the geomembrane manufacturer's recommendations and shall be maintained in satisfactory working condition. Highline Water District - Contract Documents 21- 2714 -01 Phase !! Reservoir Improvements 74 February 1999 2 -14.6 Materials Polyvinyl Chloride (PVC) geomembrane conforming to the requirements of this section are acceptable geomembrane materials for this process. 2- 14.6(1) Raw Materials PVC sheeting shall be suitably formulated from a homopolymer vinyl chloride resin of type GP in accordance with ASTM Specification D 1755 to impart durability (ASTM D 3083). Use of water soluble compounding ingredients is prohibited. Plasticizers that are resistant to migration, mildew, and bacterial degradation shall be used. The sheeting shall be pigmented to produce a uniform color. The sheeting shall be capable of being sealed to itself using heat - sealing, HF Welding, and solvent welding techniques. 2- 14.6(2) Sheet Materials A sheet is defined as a manufactured seamless geomembrane unit with a width equal to or greater than 5 feet. Geomembrane sheets shall be non - reinforced and uniform in color, thickness, and surface texture. For textured sheets, the textured surface features shall consist of polymers identical to that of the base material. The sheets shall also be free of and resistant to fungal or bacterial attack and they shall be free of cuts, abrasions, holes, blisters, contaminants and other imperfections. 2- 14.6(3) Geomembrane Physical Properties Sheets and factory seams shall conform to the minimum physical requirements listed in Table 2 -14 -1. Test values shown in Table 2 -14 -1, except when specified as minimum or maximum, are typical test values. Manufacturer's property specifications shall be submitted a minimum of 30 days prior to delivery of geomembrane to the site. Twenty (20) mil geomembrane for central area ditch lining shall be of the same material as the cover geomembrane. The 20 mil geomembrane's material physical properties shall meet the manufacturer's published physical property standards. 2- 14.6(4) Factory Seams Geomembrane sheets shall be manufactured as wide as possible to minimize factory and field seams. Manufactured non - polyethylene sheets shall be factory seamed into maximum sized panels so as to minimize field seaming. Panels are factory or field fabricated geomembrane units which are composed of several geomembrane sheets seamed together. Factory seaming shall be by methods approved by the geomembrane manufacturer. Seams shall meet the minimum shear and peel strength requirements shown in Table 2 -14 -1. Factory seams shall extend to the end of the sheet so that no unbonded edges greater than 1/2-inch wide are present (top side only). Highl ne Water District - Contract Documents Phase 11 Reservoir Improvements 75 21- 2714 -01 February 1999 Table 2 -14-1 Geomembrane Physical Properties Property Test Method PVC Thickness, mils, (nominal) ASTM D 1593 30 Tensile Strength at Break, lbs /in width ASTM D 882 73 Elongation at Break, percent ASTM D 882 350 Multi -axial Tensile Strain at rupture, percent, (minimum) ASTM D 5617 20 Tear Resistance, lbs ASTM D 1004 8.5 Die C Low Temperature, °C ASTM D 1790 -29 Seam Shear Strength, lbs /in width (minimum) ASTM D 882 58 Seam Peel Adhesion, lbs /in width (minimum) ASTM D 882 15 2 -14.7 Tests, Inspections, and Verifications 2- 14.7(1) Manufacturing, Sampling, and Testing 2- 14.7(1)A Resin Materials Resin shall be tested in accordance with the approved geomembrane manufacturer's quality control manual. Any resin which fails to meet the geomembrane manufacturer's specified physical properties shall not be accepted for manufacturing the sheet. Polyethylene seaming rod and pellets shall be manufactured of resin which is essentially identical to that used in the geomembrane sheet. Seaming rods and pellets shall be tested for density, melt index and carbon black content in accordance with the approved geomembrane manufacturer's quality control manual. Seaming rods and pellets which fail to meet the corresponding property values required for the sheet material, shall be rejected. 2- 14.7(2) Fabrication, Sampling, and Testing 2- 14.7(2)A General Prior to or during factory seaming, roll goods shall be visually inspected on both sides for defects and impurities. Defects and impurities shall be removed and repaired prior to completion of the fabrication process. Thickness measurements shall be made at the center and each edge of the beginning and end of each roll of material in accordance with ASTM D 751. Rolls having a thickness less than the value specified herein shall be rejected. 11 Highline Water District — Contract Documents 21- 2714 -01 Phase 11 Reservoir Improvements 76 February 1999 2- 14.7(2)B Non - Destructive Factory Seam Testing Non- destructive seam testing shall be conducted in accordance with the fabricator's approved quality control manual. Continuous visual inspection and non - destructive testing shall be performed on the seams during fabrication. Defective seams shall be repaired, retested and approved prior to continuation of the seaming process. 2- 14.7(2)C Destructive Factory Seam Testing During fabrication, a minimum of one destructive test sample shall be taken per 750 feet of factory seam length. Where possible, these samples shall be taken from extra material at the beginning or end of panel seams such that the panel is not damaged and the panel geometry is not altered. The samples shall be a minimum of 12 inches wide by 36 inches long with the seam centered lengthwise. Each sample shall be cut into two equal pieces with one piece retained by the fabricator and one piece given to the Engineer for quality assurance testing and permanent record. Each sample shall be tagged to identify: 1. Manufacturer's roll number 2. Date cut 3. Panel from which cut 4. Location in panel 5. Top sheet 6. Visual inspection comments The fabricator's seam samples shall be tested for shear strength and peel adhesion in accordance with ASTM D 4437. To be acceptable, four out of five replicate test specimens must meet specified seam strength requirements. Certified test results on factory seams and corresponding sample piece shall be submitted and approved by the Engineer prior to delivery of any panels to the site. 2 -14.8 Preparation 2- 14.8(1) Surface Preparation Surface preparation shall be performed in accordance with Section 02210, GRADING. Material larger than 3/8 inch in diameter and any other trash which could damage the geomembrane shall be removed from the surfaces to be covered with the geomembrane. Ruts or ridges more than 1 inch shall be filled or removed. All sharp edges shall be rounded. The subgrade surface shall be observed daily by the Installer to evaluate the surface condition. Any damage to the subgrade caused by the Contractor's operations shall be repaired at no additional cost to the Owner. Immediately prior to geomembrane placement and Installer shall certify in writing that the surface on which the geomembrane is to be placed is acceptable and shall notify the Engineer that the surface is ready before geomembrane is placed. Highline Water District — Contract Documents Phase 11 Reservoir Improvements 77 21- 2714 -01 February 1999 2 -14.9 Panel /Sheet Deployment The geomembrane shall be placed with minimum handling. The procedures and equipment used shall not damage the geomembrane. Geomembrane damaged during installation shall be removed or repaired, at the Engineer's discretion and as specified in paragraph Defects and Repairs, at no additional cost to the Owner. Only those panels /sheets that can be anchored and seamed together the same day shall be deployed. Adequate ballast (e.g., sand bags) shall be placed on the geomembrane to prevent uplift by wind without damaging the geomembrane. No vehicular traffic will be allowed directly on the geomembrane. The method used to unroll the panels /sheets shall not scratch, crimp or excessively elongate the geomembrane and shall not detrimentally rut the subgrade soil as determined by the Engineer. Seams shall be oriented parallel to the line of maximum slope. Where seams can only be oriented across the slope, the upper panel shall be lapped over the lower panel. 2- 14.9(1) Wrinkles and Tautness The method used to place the panels /sheets shall minimize wrinkles; however, the geomembrane manufacturer and Installer shall coordinate efforts to provide the proper amount of slack in the deployed geomembrane so as to compensate for contraction due to local temperature extremes. The Contractor shall not cover over wrinkles that could fold over and over areas where taut geomembrane spans ditches and other depressions. 2 -14.10 Field Seaming 2- 14.10(1) Test Seams Test seams shall be made on test strips of geomembrane to verify that seaming conditions are adequate. They shall be made in the area to be seamed and in contact with the subgrade. Test seams shall be made each day prior to production seaming and whenever there is a change in seaming personnel or seaming equipment, by each seamer and each piece of seaming equipment used that day. One sample shall be obtained from each test seam. This sample shall be at least 36 inches long by 20 inches wide with the seam centered lengthwise. Ten random specimens 1 inch wide shall be cut from the sample. The Installer shall field test 5 seam specimens for shear strength and 5 seam specimens for peel adhesion using an approved quantitative tensiometer. Jaw separation speed shall be as given in NSF 54. Where necessary, accelerated curing of test strip seams made by chemical fusion methods shall be conducted in accordance with GRI GM -7. To be acceptable, four out of five replicate test specimens must meet specified seam strength requirements. If the field tests fail to meet these requirements, the entire operation shall be repeated. If the additional test seam fails, the seaming apparatus or seamer shall not be accepted or used for seaming until the deficiencies are corrected by the Installer and two consecutive successful test seams are achieved. Highline Water District - Contract Documents 21- 2714 -01 Phase 11 Reservoir Improvements 78 February 1999 2- 14.10(2) Field Seams 2- 14.10(2)A General Requirements All panels /sheets shall be overlapped a minimum of 3 inches. In corners and odd - shaped geometric locations, the number of field seams shall be minimized. Seaming shall extend to the outside edge of panels /sheets to be placed in anchor and /or drainage trenches. Seaming shall not be conducted in the presence of standing water and /or soft subgrades as determined by the Engineer. Wet surfaces shall be thoroughly dried and soft subgrades compacted and approved by the Installer and Engineer prior to seaming. The seam area shall be cleaned of all dust, dirt, and foreign material prior to and during seaming. 2- 14.10(2)B PVS Seams PVC geomembranes shall be seamed by hot wedge or chemical fusion methods as recommended by the geomembrane manufacturer. Seaming solvents or chemical cleaning agents shall be stored away from the panels /sheets and only spill- resistant containers shall be used while working on the geomembrane. If low temperatures slow the curing process of chemically fused seams and delay seam testing, a small portable field oven with constant temperature control shall be used in accordance with GRI GM -7 to accelerate sample curing. For PVC geomembranes, field seam strengths for chemical and wedge fusion methods shall meet the requirements of Table 1. Film tear bond will not be required for the three test seams in peel adhesion. The shear and peel strengths for the test seams must meet the specified requirements if the Installer cannot achieve film tear bond in peel adhesion for any of the trial seams. The Installer shall use the settings that give the best overall seam strengths. 2- 14.10(3) Field Sampling Testing 2- 14.10(3)A Non- Destructive Field Seam Testing Field seams shall be non - destructively tested over their full length in accordance with the Installer's approved quality control manual. Seam testing shall be performed as the seaming work progresses, not at the completion of field seaming. Any seams which fail shall be documented and repaired in accordance with paragraph 2- 14.10(3)C, Defects and Repairs. 2- 14.10(3)B Destructive Field Seam Testing A minimum of one destructive test sample per 500 feet of field seam shall be obtained at locations specified by the Engineer. A minimum of one destructive test sample shall be taken from each factory fabricated panel, if applicable. Sample locations shall not be identified prior to seaming. Samples shall be a minimum of 12 inches wide by 36 inches long with the seam centered lengthwise. Each sample shall be cut into two equal pieces with one piece retained by the Installer and the remaining piece given to the Engineer for quality 11ig/Nine Water District - Contract Documents Phase 11 Reservoir Improvements 79 21- 2714-01 February 1999 assurance testing and permanent record. Each sample shall be numbered and cross referenced by the Installer to a field log which identifies: 1. Panel /sheet number 2. Seam number 3. Top sheet 4. Date and time cut 5. Ambient temperature 6. Seaming unit designation 7. Name of seamer 8. Seaming apparatus temperature and pressures (where applicable) A minimum of ten 1 -inch wide replicate specimens shall be cut from the Installer's sample. A minimum of five specimens shall be tested for shear strength and five for peel adhesion using an approved field quantitative tensiometer. Field testing shall be in accordance with ASTM D 4437. Jaw separation speed shall be as given in NSF 54. To be acceptable, all replicate test specimens must meet the specified seam strength requirements. If the field or laboratory tests fail, the seam shall be repaired in accordance with paragraph Repair Procedures. In addition, destructive seam sample holes shall be repaired the same day as cut. Test results on field seams shall be submitted to and approved by the Engineer prior to acceptance of the seam. 2- 14.10(3)C Defects and Repairs Identification: Immediately prior to covering the geomembrane, seams and non -seam areas shall be visually inspected by the Installer and Engineer for defects, holes, or damage due to weather conditions or construction activities. At the Engineer's discretion, the surface of the geomembrane shall be brushed, blown, or washed by the Installer if the amount of dust, mud, or foreign material inhibits inspection or functioning of the overlying material. Evaluation: Each suspect location shall be non - destructively tested. Each location that fails non - destructive testing shall be repaired and re- tested by the Installer until it passes. Repair Procedures: Defective seam areas may be overlaid with a strip of new material and seamed (cap stripped). Alternatively, the seaming path shall be retraced to an intermediate location a minimum of 10 feet on each side of the failed seam location. At each location a 12 -inch by 12 -inch minimum size seam sample shall be taken for 2 additional shear strength and 2 additional peel adhesion tests using an approved quantitative field tensiometer. If these tests pass, then the remaining seam sample portion shall be sent to the Independent Laboratory for 2 shear strength and 2 peel adhesion tests in accordance with ASTM D 4437. If these laboratory tests pass, then the seam shall be cap stripped between that location and the original failed location. If field or laboratory tests fail, then the process is repeated. After cap stripping, the entire cap stripped seam shall be non - destructively tested. Certified test results on all repaired seams shall be submitted and approved by the Engineer prior to covering the seamed areas. Highline Water District - Contract Documents 21. 2714 -01 Phase 11 Reservoir Improvements 80 February 1999 Patches: Tears, holes, blisters and areas with undispersed raw materials or foreign material contamination shall be repaired with patches. Patches shall have rounded corners, be made of the same geomembrane, and extend a minimum of 6 inches beyond the edge of defects. Minor localized flaws shall be repaired by spot welding or seaming as determined by the Engineer. Repairs shall be non - destructively tested. The Engineer may also elect to perform a destructive seam test on a suspect area. 2- 14.10(4) Standards The Installer shall have and maintain on -site copies of the installers', fabricators', and manufacturers' quality control manuals. Copies of all ASTM, GRI, and NSF standards that apply to this project for the field installation of the selected geomembrane shall be maintained on site by the Installer. Work shall not begin until the Installer shows copies of all the required manuals and standards to the Engineer. 2- 14.10(5) Reporting The Installer shall submit copies of the previous days daily reports, destructive test results, nondestructive test results, trial seam results, material deployed, certification of subgrade acceptance, and defects and repairs to the Engineer prior to beginning work the following day. Any discrepancies shall be brought to the attention of the Engineer. No geomembrane installation shall begin until the Engineer has received and accepted the daily submittal from the Installer. 2 -14.11 Penetrations and Battens Geomembrane penetration details shall be as shown on the drawings. All tailored area field seams shall be non - destructively tested. All hardware shall be stainless steel. Sealants shall be as recommended by the manufacturer. Batten strips shall be installed as shown on the drawings. Concrete surfaces to receive the neoprene adhesive shall be prepared with a sweep blast or power wash prior to applying adhesive. 2 -14.12 Cover System Completion The geomembrane shall be covered with the required materials within 5 days of acceptance. Folding over of geomembrane wrinkles will not be allowed prior to or during placement of cover materials. 2 -14.13 Marking Sticks The Installer shall supply the Engineer with 2 -dozen waterproof, highly visible permanent marking sticks. The marking sticks supplied shall be a contrasting highly visible color with Highline Water District - Contract Documents Phase 11 Reservoir Improvements 81 21- 271401 February 1999 7. the geomembrane than the marking sticks used by the Installer. The marking sticks shall be Mean Streak ® as supplied by Sanford Corporation, Bellwood, Illinois, or approved equal. 2 -14.14 Measurement No measurement for "Geomembrane Barrier" will be made. 2 -14.15 Payment Payment for "Geomembrane Barrier" shall be included in the lump sum amount for "Concrete Water Reservoir" in the proposal. 2 -15 GEONET (NEW SECTION) 2 -15.1 References The publications listed below form a part of the specification to the extent referenced. The publications are referred to in the text by basic designation only. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM D 413 (1982; R 1988) Test Method for Rubber Property- Adhesion to Flexible Substrate ASTM D 1238 (1990b) Flow Rates of Thermoplastics by Extrusion Plastometer ASTM D 1505 (1985; R 1990) Density of Plastics by the Density- Gradient Technique ASTM D 4218 (1991) Determination of Carbon Black Content in Polyethylene Compounds by the Muffle - Furnace Technique ASTM D 4716 (1987) Constant Head Hydraulic Transmissivity (In -Plane Flow) of Geotextiles and Geotextile Related Products GEOSYNTHETIC RESEARCH INSTITUTE (GRI) GRI GS4 (1987; R 1991) Time Dependent (Creep) Deformation Under Normal Pressure 2- 15.1(A) Delivery, Storage, and Handling The geonet materials shall be packaged, shipped, stored and handled ensuring that no damage is incurred. Under no circumstances shall the Contractor drag the geonet across a textured geomembrane during placement. Materials shall be delivered only after the required Highline Water District - Contract Documents 21- 2714 -01 Phase 11 Reservoir Improvements 82 February 1999 i �nht'r� y,:': ✓iFi9Y4l. tv4M1Mxi.S submittals have been received and approved by the Engineer. The Contractor shall be responsible for keeping the geonet free of dirt, dust, mud, or any other foreign materials. Any geonet material found to be damaged shall be replaced with new material. Each roll shall be labelled with the Manufacturer's name, product identification, lot number, roll number, and roll dimensions. 2 -15.2 Geonet — Material The polymer used to manufacture the geonet shall be non - thermally degraded polyethylene which is clean and free of any foreign contaminants. The manufactured geonet shall conform to the property requirements listed in Table 2 -15 -1 and shall be free of defects including tears, nodules or other manufacturing defects which may affect its serviceability. Table 2 -15 -1 Geonet Physical Properties Property Test Method Test Value Polymer Density, minimum Polymer Melt Index, maximum Carbon Black Content Transmissivity, minimum ASTM D 1505 ASTM D 1238 ASTM D 4218 ASTM D 4716 0.930 g /cc 1.1 g /10 min. 2 -3 percent 5x10'' sq. ft. /sec Note: Transmissivity shall be measured using water at 68 °F with a maximum gradient of 0.25 under a normal pressure of 1,000 psf. Geotextiles shall be attached to the geonet in the same configuration as will be used in the field for transmissivity testing. The drainage net shall be sandwiched between the Contractor selected subgrade embankment soil and geomembrane on the bottom and cover soil on the top. A minimum seating period of 15 minutes shall be used. 2- 15.2(1) Geotextile Properties The drainage geonet shall be covered on the top side with a geotextile. The geotextile shall comply with requirements specified in Table 2 -12 -1, Geotextiles. The installed top side shall be covered with a Type 1 geotextile. 2- 15.2(2) Bond Properties A geocomposite shall be created by heat bonding geotextile to the geonet with ply adhesion meeting the requirements of ASTM D 413. The bond between the geotextile and the geonet shall exhibit a minimum peel strength of 1 lbs /inch. Nighline Water District - Contract Documents Phase 11 Reservoir Improvements 83 21- 2714 -01 February 1999 2 -15.3 Installation 2- 15.3(1) Surface Preparation Prior to placing the geonet, the water tank top surface shall be cleaned of all soil, rock and debris which could damage the geonet or geomembrane. After placement of the geonet, the Contractor shall install the geomembrane followed by the drainage geonet with the geotextile surface of the geonet composite on the top side. 2- 15.3(2) Placement The Contractor shall deploy the geonet ensuring that the geonet and underlying materials are not damaged. All faulty or damaged geonet shall be replaced or repaired as specified in paragraph REPAIRS. The geonet shall be unrolled downslope keeping the net in slight tension to minimize wrinkles and folds. The geonet shall be maintained free of dirt, mud, or any other foreign materials at all times during construction. Rolls which are contaminated with these materials shall be cleaned or replaced. Adequate loading (e.g. sandbags) shall be placed to prevent uplift by wind. 2- 15.3(2)A Overlap and Fasteners Adjacent rolls shall be overlapped a minimum of 6 inches. Fasteners, as recommended by the Manufacturer and approved by the Engineer, shall be used to join adjacent rolls. Metallic fasteners will not be allowed. Fasteners shall be spaced a maximum of 5 feet along downslope roll overlaps and a maximum of 2 feet along cross slope roll overlaps. Fasteners shall be of contrasting color from the geonet to facilitate visual inspection. Geonets shall not be welded to geomembranes. 2- 15.3(2)B Geotextile Seaming The Type 1 geotextile shall be sewn continuously along its entire length. No gaps shall be left in the sewn seam. The Type 1 geotextile can be heat bonded, provided that the seam strength is greater than 80 percent of the parent material strength. 2- 15.3(2)C Geonet Positioning The geonet shall not be dragged across a textured geomembrane. A slip sheet shall be installed between the geonet and textured geomembrane. The slip sheet must be removed when the geonet is in its final position. 2- 15.3(3) Repairs Holes or tears in the geonet shall be repaired by placing a patch of geonet extending a minimum of 2 feet beyond the edges of the hole or tear. Approved fasteners, spaced every 6 inches around the patch, shall be used to fasten the patch to the original roll. Highline Water District - Contract Documents 21- 2714 -01 Phase 11 Reservoir Improvements 84 February 1999 2- 15.3(4) Penetrations Geonet penetration details shall be as recommended by the geonet manufacturer and as approved by the Engineer. 2- 15.3(5) Covering Upon completion and acceptance of the drainage geonet in an area, the geonet shall be covered with the required materials within 5 working days of acceptance in accordance with the drawings and specifications. 2 -15.4 Measurement No measurement for "Geonet" or drainage geonet will be made. 2 -15.5 Payment Payment for "Geonet" and drainage geonet shall be included in the Lump Sum amount for "Concrete Water Reservoir" in the proposal. 2 -16 OFF -SITE DISPOSAL OF MATERIALS (NEW SECTION) 2 -16.1 General The Contractor is specifically prohibited from the temporary stockpiling or ultimate disposal of any and all materials addressed for haul and off -site disposal under DIVISION 2 of these specifications, at sites and /or properties owned, rented, leased, or otherwise under the jurisdictional authority of the Port of Seattle. The requirement for this limitation has been established by the Highline School District as a condition applicable to their granting of an easement for use of the property upon which the 7.6 Million Gallon reservoir is to be constructed, operated, and maintained by the Highline Water District. 2 -16.2 Indemnification The Contractor shall indemnify and hold harmless the Highline Water District, its Commissioners, officers, employees, Consultants, and agents from any and all suits, claims, actions, losses, costs, penalties, and damages of whatsoever kind or nature, arising out of or incident to the work of the Contractor, its subcontractors, employees or agents, which result in the disposal or transfer of materials addressed for disposal under Division 2 of these Specifications to the Port of Seattle Property(s) as addressed under 2 -16.1. This indemnification requirement is valid and enforceable for a period of five (5) years after the completion and final acceptance by the Highline Water District of the work being completed herein. Highline Water District - Contract Documents 21- 2714 -01 Phase 11 Reservoir Improvements 85 February 1999 2 -16.3 Measurement and Payment No measurement and payment will be made under a separate pay item to conform to the requirements of this Section. The limitation addressed herein is considered incidental to the payment for the work under the bid items otherwise addressed under both other subsections of Division 2, or other Divisions of this Specification. Highline Water District - Contract Documents Phase II Reservoir Improvements * * END OF DIVISION 2 * * DIVISION 3 PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING 3 -02 STOCKPILING AGGREGATES 3 -02.1 Description Replace the first paragraph of this section with: This work shall consist of preparing the stockpile site as shown on the drawing(s) and placing the selected excavated material in the stockpile for subsequence backfill cover and landscaping. Select material shall consist of naturally occurring sands on -site a minimum of 6 feet below existing grade. Native material containing trace gravels and organics from 0 -6 feet in depth below existing grade shall be removed from the site. The amount of material to be stockpiled shall be adequate to backfill the water tank excavation and restore the entire construction site to the finish grade shown on the drawings. The excavated material, in excess of that to be stockpiled, shall be removed from the site and disposed of by the Contractor in accordance with all applicable local regulations and Section 2 -16. 3 -02.4 Measurement Replace with the following: No measurement for stockpiling will be made. 3 -02.5 Payment Replace with the following: All cost of any work required under Division 3 shall be included in the Lump Sum Bid Price for "Concrete Water Reservoir" in the Proposal. Highline Water District - Contract Documents Phase 11 Reservoir Improvements * * END OF DIVISION 3 * * 87 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5 -04 ASPHALT CONCRETE PAVEMENT 5 -04.1 Description Add the following: Asphalt concrete pavement shall be Class B unless otherwise specified. 5 -04.2 Materials Supplement this section with the following: 5- 04.2(1) Tack Coat Tack coat shall be emulsified asphalt grade CSS -1 as specified in Section 9- 02.1(6) of the Standard Specification and will be used as specified in the Standard Plans and at locations specified or as directed by the Engineer. The Contractor shall tack coat that portion of curb below finished grade and above crushed surfacing prior to placing asphalt concrete. Tack coat placed above the finished grade shall be removed. 5- 04.2(2) Cement Concrete The concrete shall be 3 -day mix in accordance with the requirements of Section 5 -05. 5 -04.3 Construction Requirements 5- 04.3(2) Hauling Equipment Add the following to the first paragraph: If truck has not used canvas to protect asphalt from weather during haul the Engineer, or its representative, reserves the right to reject the load. Highline Water District - Contract Documents Phase 11 Reservoir Improvements 88 21- 2714 -01 Februarj 1999 5- 04.3(5)A Preparation of Existing Surfaces Add the following to the second paragraph: A tack coat of asphalt shall also be applied to abutted surfaces of curbs and curb and gutter sections prior to asphalt placement. 5 -04.4 Measurement Replace with the following: No measurement for asphalt concrete pavement will be made. 5 -04.5 Payment Replace with the following: All cost of any work required under Division 5 shall be included in the Lump Sum Bid Price for "Park Restoration" in the Proposal. * * END OF DIVISION 5 * * Highline Water District - Contract Documents Phase 11 Reservoir Improvements 89 11 DIVISION 6 STRUCTURES 6 -02 CONCRETE STRUCTURES ( 6 -02.1 Description Replace the section with the following: l . Section 6 -02 applies to the miscellaneous concrete structures other than the concrete water reservoir. The concrete water reservoir is specified in new Section 6 -12. 6- 02.3(1) Clarification of Structural Concrete ` Add the following: Unless otherwise noted on the drawings, all concrete for miscellaneous concrete t structures shall be Cl. 4000 LS with air. 6 -02.4 Measurement Replace the section with the following: No measurement for concrete structures shall be made. I6 -02.5 Payment Replace the section with the following: l.. Payment for concrete tank accessories, such as hatch covers and vent protection benches, shall be part of the Lump Sum amount for "Concrete Water Reservoir" in the proposal. Payment for concrete sidewalk and curb, concrete mounting slabs, or other park features, shall be part of the Lump Sum amount for "Park Restoration" in the proposal form. 6 -12 PRECAST /PRESTRESSED CONCRETE TANKS (NEW SECTION) 6 -12.1 Scope II The work covered by this section includes furnishing all necessary labor and materials to design, construct, disinfect and test a 7.6 million gallon, precast, prestressed concrete water Highline Water District - Contract Documents 21-2714-01 Phase 11 Reservoir Improvements 90 February 1999 tank with internal circumferential bonded tendons as shown on the drawings and as required by the specifications, and including the following: 1. Construction of the foundation, floor, wall, and roof 2. Access ladder, hatches, and stair 3. Roof ventilator(s) 4. Piping connections NOTE: This specification section is based upon ANSI /AWWA Standard D115, with the intent of defining an acceptable level of design quality, construction quality, and performance. Alternative Contractor- provided engineered prestressed concrete tank systems conforming to ANSI /AWWA Standard D110, and including all functional scope items and performance criteria of this specification and the drawings, are acceptable. The tank wall shall be composed of vertically pretensioned, precast concrete panels with cast - in -place concrete pilaster joints. Circumferential prestress shall be provided by internal, fully- bonded post- tensioned tendons. Floor slab and foundations shall be cast -in -place conventionally reinforced or post- tensioned concrete. Roof shall be cast -in -place concrete or precast /prestressed concrete with cast -in -place concrete topping. The tank design, including, but not limited to, all structural elements and watertight elements, shall be provided by the Contractor and shall be performed by a registered Professional Structural Engineer experienced in designing tank structures and licensed to practice in the State of Washington. The design shall conform to the requirements of these Contract Documents and to the AWWA D115 -95 STANDARD for CIRCULAR PRESTRESSED CONCRETE WATER TANKS WITH CIRCUMFERENTIAL TENDONS. In case of conflicts, the provisions of these Contract Documents shall govern. 6 -12.2 Reference Standards and Comments r, Reference to the following standards and documents pertains to the latest revision in effect at the time of bid opening. AMERICAN SOCIETY OF TESTING AND MATERIALS ASTM A36 Standard Specification for Carbon Structural Steel ASTM A153 Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware ASTM A185 Standard for Steel Welded Wire Fabric, Plain, for Concrete Reinforcement Highline Water District - Contract Documents 21- 271401 Phase 11 Reservoir Improvements 91 February 1999 ASTM A276 ASTM A307 Standard Specification for Stainless Steel Bars and Shapes Standard Specification for Carbon Steel Bolts and Studs ASTM A416/A416M Standard Specification for Steel Strand, Uncoated Seven - Wire for Prestressed Concrete ASTM A615 Standard Specification for Deformed and Plain Billet - Steel Bars for Reinforced Concrete ASTM A706 Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement ASTM C33 Standard Specification for Concrete Aggregates ASTM C109 Standard Test Method for Compressive Strength of Hydraulic Cement Mortars ASTM C150 Standard Specification for Portland Cement ASTM C260 Standard Specification for Air - Entraining Admixtures for Concrete ASTM C494 Standard Specification for Chemical Admixtures for Concrete ASTM C618 Standard Specification for Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete ASTM D395 Standard Specification for Rubber Property - Compression Set ASTM D412 Standard Test Methods for Rubber Properties in Tension ASTM D1056 Standard Specification for Flexible Cellular Materials - Sponge or Expanded Rubber ASTM D1752 Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction ASTM D2000 Standard Classification System for Rubber Products Highline Water District - Contract Documents Phase 11 Reservoir Improvements 92 21- 2714 -01 February 1999 ASTM D2240 Standard Specification for Rubber Property - Durometer Hardness AMERICAN CONCRETE INSTITUTE (ACI) ACI 301 Specifications for Structural Concrete ACI 318 Building Code Requirements for Structural Concrete ACI 373R Design and Construction of Circular Prestressed Concrete Structures with Circumferential Tendons ACI 350R Recommendations for Environmental Engineering Concrete Structures AMERICAN WATER WORKS ASSOCIATION (AWWA) AWWA D115 Circular Prestressed Concrete Water Tanks With Circumferential Tendons UNIFORM BUILDING CODE OCCUPATIONAL SAFETY AND HEALTH ADMINISTRATION (OSHA) WASHINGTON STATE INDUSTRIAL SAFETY AND HEALTH ACT CONCRETE REINFORCING STEEL INSTITUTE (CRSI) POST - TENSIONING INSTITUTE POST- TENSIONING MANUAL PRECAST /PRESTRESSED CONCRETE INSTITUTE PCI MNL -116 PCI MNL -127 Manual for Quality Control for Plants and Production of Precast and Prestressed Concrete Recommended Practice for Erection of Precast Concrete AWS D1.1 STRUCTURAL WELDING CODE — STEEL AWS D1.4 STRUCTURAL WELDING CODE — REINFORCING STEEL Code ADDITIONAL REFERENCES PER AWWA D115 Highline Water District - Contract Documents 21-2714-01 Phase 11 Reservoir Improvements 93 February 1999 6 -12.3 Submittals Submit drawings and product data in accordance with Section 1 -05.3 showing materials of construction and details of installation. 6- 12.3(1) Product Data Submit Manufacturers' information, specifications, installation instructions and operational instructions for all materials of construction and tank appurtenances. 6- 12.3(2) Preliminary Drawings Submit preliminary drawings and outline specifications with the bid with sufficient detail to convey the intent of the design to the Owner. These shall include the following as a minimum: 1. Plans, sections and details showing all major elements of construction. 2. Reinforcing callouts and concrete strengths for each element. 3. Locations and callouts of all materials to be used in the structure. 4. Details of special, unconventional or proprietary methods, materials or devices proposed for use. Bid submittals which do not convey adequate information for assurance of conformance to this specification and referenced standards will be considered nonresponsive. 6- 12.3(3) Tank Design Within 40 working days after notice to proceed, the Contractor shall submit final calculations and design drawings for the tank wall, foundation, roof, and all appurtenances within 5 feet conforming to the Contract Documents. 1. Design calculations showing a complete analysis of the tank wall, foundation, roof, and appurtenances for all stages of loading according to AWWA D115. 2. Design drawings shall include the following: a. General arrangement of tank wall, roof, and foundation. b. Tendon arrangement, vertical and circumferential prestressing force requirements, anchorage details, and prestressing materials. c. Sections and details as required to convey the tank design to the Owner and to those who will perform the work and prepare shop drawings. d. All water stop details. Highline Water District - Contract Documents Phase 11 Reservoir Improvements 94 21- 2714 -01 February 1999 d. Construction sequence. 6- 12.3(4) Shop Drawings The Contractor shall submit shop drawings for each item of work as required by Section 1- 06. Shop drawings shall include conventional and post- tensioned reinforcement, precast elements, erection diagrams, erection methods and appurtenances. 1. Submit shop drawings of reinforcing steel. Indicate bar sizes, spacings, locations, and quantities of reinforcing steel; bending and cutting schedules and supporting and spacing devices. 2. Submit complete shop drawings for post- tensioning, providing the following information: a. The location of tendons throughout their length. b. Size, details, location, materials, and steel grade (where applicable) for all tendons and accessories. c. Jacking procedures, stressing sequence, initial tensioning forces, gage pressures, expected tendon elongations and tolerances. d. The stress loss in seating anchorage devices and friction coefficients. 3. Submit shop drawings of precast elements complete with all concrete dimensions, reinforcing steel, prestressing steel and forces, embedded metalwork, size and location of blockouts, finish and lifting arrangements. Submit schemes for erection, bracing and shoring to the Owner for review prior to construction. Bracing and shoring shall be designed by a Professional Engineer licensed in the State of Washington. Adequate drawings to define the work shall be included. 6- 12.3(5) Qualifications Only pre - qualified contractors may submit bids on this project. 6- 12.3(6) Mill Tests Furnish certified copies of mill test reports for reinforcing steel showing compliance with ASTM A615. 6- 12.3(7) Certification of Prestressing Steel The Contractor shall furnish load - strain curves certifying physical properties for the strand. Such physical properties shall conform to the minimum specification requirements indicated for strand in Paragraph 6- 12.8(5). Highline Water District — Contract Documents 21- 2714 -0! Phase 11 Reservoir Improvements 9S February 1999 -r ..i,...4 ... �.e: -,l +t •, .,., tit.' 1t:.:.'! �,?:, V't?,::4;i,..s.:x4�:.w�.�rr *:e. yx;,,..a .uA.w r.., .... ,.. The Contractor shall furnish standard test data certifying that all anchorage components will conform to the minimum specification requirements for these components as given in Paragraph 6- 12.8(6). 6- 12.3(8) Samples Submit samples to the for approval of the following materials: 1. Waterstops 2. Sealants 6 -12.4 Design Criteria 6- 12.4(1) Design Loads The Contractor's Engineer shall use the following minimum loadings in the design of the tank(s) and tank appurtenances: 6- 12.4(1)A Unit Weights 1. Soil - 125 pcf 2. Tank contents - 63 pcf 6- 12.4(1)B Live Load 1. Uniform floor live load - 63 psf times the height of the contents to the overflow 2. Roof live load - 100 psf 3. Roof snow load - 30 psf 4. Roof wheel /axle load - AASHTO HS -15 6- 12.4(1)C Dead Load 1. Earth cover over roof - see drawings 6- 12.4(1)D Wind Load 1. Basic wind speed - N/A 2. Exposure - N/A Hlghllne Water District - Contract Documents Phase 11 Reservoir Improvements 96 6- 12.4(1)E Earth Pressure See site plan for tank floor elevation and finish grade adjacent to tank. See geotechnical report (appendix). 1. Equivalent hydrostatic pressure -- 62.4 pcf 2. Live load surcharge pressure - 40 psf 3. Seismic earth pressure - 500 psf 6- 12.4(1)F Allowable Soil Bearing Pressure 1. 7,000 psf at tank floor elevation 6- 12.4(1)G Soil /Foundation Friction Factor 1. 0.50 6- 12.4(1)H Seismic Criteria 1. Seismic zone: 3 2. Zone coefficient: Z = 0.30 3. Importance factor: I = 1.25 4. Soil profile coefficient: S = 1.5 5. Design in accordance with AWWA D115 6- 12.4(2) Vent Capacity Requirements 1. Normal Operation: a. Maximum fill rate: 1,200 cfm b. Maximum draw down rate: 1,230 cfm 2. Emergency Condition: a. Emergency draw down rate: 1,230 cfm b. Maximum allowable pressure differential: 1 -inch of water 6- 12.4(3) Concrete Reinforcing Stress Per AWWA D115 6- 12.4(4) Prestressing Steel Stress Per AWWA D115 Highline Water District — Contract Documents 21.2714 -01 Phase 11 Reservoir Improvements 97 February 1999 6- 12.4(5) Concrete Stresses Circumferential prestress shall precompress the tank wall to compensate for stresses caused by hydrostatic load plus a residual compression to resist stresses due to temperature changes and shrinkage. The minimum residual prestress, after all losses, shall be 200 psi. Vertical wall prestress shall be provided to resist moments under any load condition without cracking either face of the wall. Minimum vertical prestress, after all losses, shall be 200 psi. Prestressed roof members shall have zero concrete tension under full dead load on surfaces exposed to the inside of the tank. Tension under full live and dead load shall be limited to 6 root f',. All other concrete stresses shall be per ACI 318. 6- 12.4(6) Minimum Floor Slab Thickness 5.5 inches 6 -12.5 Tank Dimensions 1. Inside diameter - 200 feet 2. Elevation of overflow weir - 469.0 feet 3. Required freeboard a. 6 inches (overflow level) b. 24 inches (operating level) 4. Floor slope down to (edge) of tank - 0.4 percent 5. Roof slope - 2 percent 6 -12.6 Quality Assurance All materials and procedures shall conform to the requirements of AWWA D115. Manufacturer's Qualifications: Only pre - qualified tank designer /manufacturers are allowed to bid. The Engineer in responsible charge of the tank design shall have designed at least three constructed tanks of at least 3 mg capacity and of similar construction to the proposed system. The Engineer in responsible charge of the tank design shall have professional liability coverage with minimum limits of $2 million per claim and $2 million aggregate. Highline Water District - Contract Documents Phase 11 Reservoir Improvements 98 21- 2714 -01 February 1999 6 -12.7 Testing 6- 12.7(1) Precast Concrete The Contractor shall submit to the Owner copies of tests on each day's run of concrete and each shipment of steel, and certificates on all prestressing operations, including tension and elongation of steel. This testing shall be done at no cost to the Owner. Each concrete test shall consist of not less than 2 cylinders. The average of 2 consecutive tests shall not be less than the specified design strength. The strength of the weaker cylinder may not be more than 5 percent less than the specified design strength. In addition to the above testing furnished by the Contractor, the Contractor is advised that additional tests and inspections may be made by the Owner at the precast manufacturing plant. 6- 12.7(2) Cast -In -Place Concrete Perform cast -in -place concrete work in accordance with ACI 301. Inspection and field testing of concrete mix will be performed by a testing agency employed by Owner. Provide free access to work and cooperate with testing agency. Submit proposed concrete mix design to Owner for review prior to commencement of work. Tests of cement and aggregates may be performed to ensure conformance with requirements stated herein. A set of three concrete test cylinders will be taken for every 50 or less cubic yards of concrete placed, or for individual loads as deemed necessary by the Owner. One slump test will be taken for each set of test cylinders taken. 6 -12.8 Materials All materials shall be new and conform to the requirements of AWWA D115. All coatings in contact with potable water shall conform to ANSI /NSF Standard 61. Highline Water District — Contract Documents 21- 2714 -01 Phase 11 Reservoir improvements 99 February 1999 w 6- 12.8(1) Concrete Cement - Cement shall be portland cement conforming to ASTM C150, Type I, Type II, Type I /II or Type III. If Type III cement is used, the C3A content shall not exceed 8 percent. Fine Aggregate - Fine aggregate shall be washed and screened natural or crushed aggregate conforming to ASTM C33. Fine aggregate shall be free of organic matter, loam or other injurious material. Coarse Aggregate - Coarse aggregate shall be well - graded natural or crushed stone conforming to ASTM C33. The maximum size of coarse aggregate shall be 3/4 in. Water - Water shall be potable, clean and free from injurious amounts of acids, oils, organic matter and other deleterious substances. Admixtures: 1. Water reducing admixture shall conform to ASTM C494 Type A. 2. High range water reducing admixture shall conform to ASTM C494 Type F. 3. Air entraining admixture shall conform to ASTM C260 and be by the same Manufacturer as the water reducing admixture(s). 4. Admixtures causing accelerated or retarded setting of cement in concrete may be used only upon approval of the Owner. 5. Admixtures that contain other than incidental amounts of chlorides shall not be used. Quality - All concrete shall be composed of cement, fine aggregate, coarse aggregate, water and water - reducing admixture(s). Fly ash may be included in the concrete mixture provided that required 28 day strength is attained. Concrete shall be designated by class with a minimum required 28 -day strength. Cement content shall be varied as specified below. The exact proportions of materials shall be such as to produce a workable, dense, impermeable concrete of the strength required. Higher 28 -day strengths may be required according to the final tank design. 1. Class A concrete shall have a minimum 28 -day strength of 4,000 psi and have a water - cement ratio of 0.40 or less. Minimum cementitious material per cubic yard shall be 564 pounds. Class A concrete shall be used for all concrete unless specified otherwise. Concrete for roof topping slabs shall contain entrained air of 5 percent ± 11/2 percent. Highline Water District - Contract Documents Phase 11 Reservoir Improvements 100 21- 2714 -01 February 1999 2. Class B concrete shall have a minimum 28 -day strength of 6,000 psi and have a water - cement ratio of 0.40 or less. Minimum cementitious material per cubic yard shall be 611 pounds. Class B concrete shall be used for all precast concrete. 3. Class C concrete shall comply with all requirements of Class B concrete, with the addition of a high range water reducing admixture for pumpability. Class C concrete shall be used for pilasters between precast wall panels. 4. Class D concrete shall have a minimum 28 -day strength of 2,000 psi. Minimum cementitious material per cubic yard shall be 376 pounds. Class D concrete shall be used for plain concrete fill where not exposed to corrosive environment. Consistency - Achieve necessary workability for placement through the use of water reducing admixture(s) while maintaining the specified maximum water - cement ratio. Class C concrete used for pilasters shall contain a high range water reducing admixture to enable it to achieve the necessary workability. The high range water reducing admixture shall be added at the job site after the initial slump measurement. Slump for concrete placed in the field shall not exceed the following (before adding high range water reducing admixture): 1. Class A: 2 inches. 2. Class C: 3 inches. Control tests - Mix designs shall be prepared and tested in accordance with ACI 301 paragraph 3.9 and PCT MNL 116. 6- 12.8(2) Non - Shrink Grout Use non - shrink grout for base of precast concrete walls and columns, setting dowels and bolts, patching stressing blockouts and other patching requirements. Submit Manufacturer's data for approval. 6- 12.8(3) Reinforcing Steel Concrete Reinforcing Steel shall be new billet steel conforming to ASTM A 615, Grade 60. Bars to be welded shall conform to ASTM A706 or have a maximum carbon equivalent of 0.65 percent. Welded Wire Fabric shall conform to ASTM A185. lfighline Water District - Contract Documents 21.271441 Phase 11 Reservoir Improvements 101 February 1999 (i 1k 6- 12.8(4) Embedded Items Steel inserts and other embedded items shall be provided as required by design and shall conform to ASTM A36 or A276. Welds of anchor bars to structural shapes shall be of sufficient size and length to develop the strength of the anchor bar. Inserts, sleeves, other embedded items, and blockouts required for lifting, handling, erecting and bracing, and for temporary connections shall be shown on shop drawings. If exposed to view on the exterior of the tank, embedded parts shall be recessed and patched or fabricated of galvanized or noncorrosive material. If exposed to view on the interior of the tank, embedded parts shall be fabricated of galvanized or noncorrosive material whether indicated to be recessed and patched or left exposed. 6- 12.8(5) Prestressing Strand All prestressing strand shall be manufactured by plants of established reputation for production of uniformly high quality steel and shall conform to ASTM A416 (supplement). All strands shall be bright, 7 -wire, low relaxation and in one continuous length without splices from end to end of member. Ultimate tensile strength shall not be less than 270,000 psi. Tendons shall not be subjected to excessive temperatures, welding sparks, or electric ground currents. 6- 12.8(6) Tendon Anchorages All components shall meet the minimum requirements of ACI 301, ACI 318 and PTI Standards. Tendon anchorages tested in an unbonded state shall develop 95 percent of the minimum specified ultimate strength of the prestressing steel, without exceeding anticipated set at time of anchorage and without slip. When requested, satisfactory test data confirming the adequacy of the proposed anchorages shall be submitted for approval. Tendons composed of multiple strands, wires, or bars in a common sheath shall be tensioned simultaneously unless the effects of interferences between the elements are considered. 6- 12.8(7) Grout for Bonded Tendons Grout for bonded tendons shall be proportioned in accordance with the following: one bag of Type I, II or I /II portland cement and 4.75 gallons of water (maximum) and admixture(s) as approved by the Owner. No admixture or ingredient which contains chlorides, fluorides, or nitrates shall be allowed. Proportions of material shall be based on results of tests made on the grout before grouting is initiated. The water content shall be the minimum necessary for proper placement. The Highline Water District - Contract Documents Phase 11 Reservoir Improvements 102 21-2714-01 February 1999 minimum 7 -day compressive strength of 2 inch cubes molded, cured, and tested in accordance with ASTM C109 shall be 4,000 psi. 6- 12.8(8) Ducts and Sheathing Enclosures for prestressing steel shall be mortar tight, and accurately placed at the locations shown on the plans. Plastic ducts for bonded tendons shall be manufactured specifically for use as tendon ducts and shall be a minimum of 40 mils thick if straight and 60 mils thick if curved and shall be ribbed with ribs spaced not more than 1 inch apart and with a depth of not less than 3/16 inch. Tests shall confirm that the prestressing steel does not wear through the wall of the ducts during prestressing of curved circumferential tendons. Duct -to -duct and duct -to- trumpet connections shall be sealed with Tape Coat CT or glue. Steel ducts for bonded tendons may be fabricated with either welded or interlocked seams. Galvanizing of the welded seam will not be required. Semi -rigid ducts shall have sufficient strength to maintain their correct alignment during placing of concrete. Joints between sections of the duct shall be positive metallic connections which minimize angle changes at the joints. Waterproof tape and duct tape or heat - shrink sleeves shall be used at the connections. 6- 12.8(9) Elastomeric Materials 6- 12.8(9)A Adhesive Waterstops Adhesive waterstops shall be a preformed expansive rubberlike compound with virgin basic resins as manufactured by de neef Construction Chemicals (Swellseal), Asahi Denka Kogyo (Adeka) or Greenstreak (Hydrotight) or as approved by the Owner. 6- 12.8(9)8 Conventional Waterstops Conventional waterstops embedded in concrete shall be polyvinyl chloride (PVC) plastic meeting the following minimum requirements: 1. Tensile Strength 1800 psi Elongation 300 % Shore A Durometer 50 2. Test for materials shall be in accordance with ASTM D412. No reclaimed PVC will be allowed. 3. Waterstops shall be 3/8 inch thick heavy duty, ribbed type, unless indicated otherwise on the Contract Drawings or Specifications. Waterstops installed in Highline Water District — Contract Documents 21.2714 -01 Phase 11 Reservoir Improvements 103 February 1999 1 expansion joints shall be 9 inches wide; all other waterstops shall be 6 inches wide. 4. Provide factory -made waterstop fabrications for all intersections and changes in direction. 6- 12.8(9)C Elastomeric Bearing Pads Bearing pads shall be neoprene material containing only virgin polychloroprene as the raw polymer and conforming to ASTM D2000. Neoprene bearing pads shall have the following physical properties: 1. Minimum tensile strength Shore A Durometer Maximum compression set Minimum elongation at break 6- 12.8(9)D Sponge Rubber Filler 1,500 psi (ASTM D412) 40 (ASTM D2240) 50 % (ASTM D395) 500% (ASTM D412) Sponge rubber filler shall conform to ASTM D1752, Type I, or ASTM D1056, Type 2, Class A and Grade 1 through 4, as manufactured by Green Rubber Co., Rubatex Corp. or equivalent acceptable to the Owner. 6- 12.8(9)E Caulking and Sealants For wall- footing joints and floor slab construction joints in reservoir, the sealant shall be Sikaflex 2CSL or equivalent acceptable to the Owner. 6 -12.9 Appurtenances Include the following items: 6- 12.9(1) Overflow The tank shall be equipped with an overflow pipe as shown on the Contract Drawings. The overflow shall be designed in accordance with AWWA D115 and the criteria given in Paragraph 6 -12.5. The discharge line shall be as shown on the drawings. 6- 12.9(2) Vault Door Vault door shall be a single leaf watertight door fabricated of aluminum plate, reinforced to withstand AASHTO HS -20 loading. The door shall be equipped with a hold open device which shall automatically lock when the door is in the fully opened position. The door shall have a keyed cylinder lock, removable posts, and chains to satisfy OSHA safety Highline Water District - Contract Documents Phase 1! Reservoir Improvements 104 21- 2714-01 February 1999 VVVO 'WV requirements. Springs and all hardware shall be of stainless steel. The vault door shall be weathertight to 25 feet of head and be the Type WT floodtight vault door manufactured by the Bilco Company of New Haven, Connecticut, or equal, acceptable to the Owner. 6- 12.9(3) Roof Vent(s) Roof vent(s) shall be 24- inch - diameter steel pipe in accordance with Section 9- 30.1(4) and the Contract Drawings. The vent(s) shall be provided with a bird screen having 1/4-inch openings and stainless steel insect screen. The vent(s) shall be designed in accordance with the criteria given in Paragraph 6- 12.4(2). The vent pipes shall be protected by precast concrete benches as shown on the drawings. 6- 12.9(4) Interior Access Ladder(s) and /or stairs shall provide personnel access to the interior of the tank from exterior grade level and be fabricated according to AWWA D115 and as shown on the Contract Drawings. All items shall conform to the loading and fall prevention requirements of OSHA /WISHA. 6- 12.9(5) Drain Line Provide a valved drain line from the tank according to the Contract Drawings. 6- 12.9(6) Roof Hatch Roof hatch shall be a precast concrete lid as shown on the Contract Drawings. 6 -12.10 Installation All construction, where applicable, shall conform to the standards of AWWA D115 unless otherwise provided in these Contract Documents. A copy of AWWA D115 shall be maintained in the job site field office at all times. 6- 12.10(1) Reinforcing Steel Non - prestressed reinforcing steel shall be stored, handled and placed in accordance with ACI 301. All chairs and bolsters for supporting reinforcement shall be noncorrosive or corrosion protected within one quarter inch of the concrete surface. Highline Water District - Contract Documents 21- 2714 -01 Phase II Reservoir Improvements 105 February 1999 6- 12.10(2) Installation of Grouted Post - Tensioning Steel Installation of grouted, post- tensioned steel shall be in accordance with ACI 301, Paragraph 9.3, except as modified herein. Placement shall be performed by an experienced installer. No welding or grounds for welding equipment shall be made on the forms, prestressing steel, or on steel reinforcing bars adjacent to the prestressing steel after the steel is in place. The post- tensioning duct shall be installed to ensure exclusion of cement paste or entry of any other material which will hinder the installation, tensioning, or grouting of the tendons in the manner specified. Splices shall be sealed with heat - shrink sleeve, tape or glue depending on the type of duct material used. Intentional high points in ducts shall be vented as required to allow air to escape during grouting. Provisions shall be made to keep ponded water out of the conduit after placement of the steel and prior to grouting. Drains shall be installed at intentional low points if the tank will be constructed in freezing weather. Tendons and sheathing shall be free of grease, oil, paint, dirt, and other foreign matter. End anchorages shall be free of loose rust, grease, oil, and other foreign matter except paint. Tendons, sheathing, and anchorages shall be firmly supported to prevent displacement during concrete placement. They shall be placed with a tolerance of ±3/8 inch in the vertical dimension and +1/8" in the radial thickness of the wall panel. Grout fittings and sheathing shall be adequately protected from collapse and other damage. Prior to form placement and placing concrete, the sheathing and grout fittings shall be examined for holes. All such holes shall be repaired as required. If the tendon is to remain ungrouted for more than 28 days from the time of tendon placement, temporary corrosion protection shall be provided. 6- 12.10(3) Waterstops Waterstops shall be installed in the floor at all construction joints. Field splices shall be in accordance with the manufacturer's specifications. The waterstops shall be installed so as to form a continuous watertight element. If conventional waterstop is used, good concrete consolidation must be assured by lifting and supporting both sides of the waterstop during concrete placement and vibration. 6- 12.10(4) Elastomeric Bearing Pads Elastomeric bearing pads shall be installed under bearing surfaces of all roof members. Pads shall be cemented to the concrete. Highline Water District - Contract Documents Phase 11 Reservoir Improvements 106 21- 2714 -01 February 1999 6- 12.10(5) Sponge Rubber Filler Sponge rubber filler shall be installed between the roof and wall where needed to fill in around the elastomeric bearing pads. In unrestrained wall -roof joints, the entire space between roof and wall must be completely filled to maintain the specified joint width and to preclude any contact or bleed through of cement paste between the roof and the wall. Filler shall be cemented to the concrete. The Contractor shall ensure concrete -to- concrete contact is prevented in joints designed with sponge rubber filler. Any concrete -to- concrete contact in joints designed with sponge rubber filler shall be chipped away to the satisfaction of the Owner. 6- 12.10(6) Precast Concrete All precast concrete walls, beams, columns, and roof members shall be produced by a PCI Certified Plant in accordance with the procedures and tolerances in PCI MNL 116 Manual for Quality Control for Plants and Production of Precast and Prestressed Concrete Products. Erect all members according to the methods and procedures described in PCI MNL 127 Recommended Practice for Erection of Precast Concrete. 6- 12.10(6)A Finish All formed surfaces of roofs, beams, columns, and interior surfaces of walls which are exposed to view shall have a smooth form finish per ACI 301. 6- 12.10(7) Cast -in -Place Concrete Cast -in -place concrete floor and roof topping shall be installed in accordance with ACI 301 except as specified herein. For post- tensioned floors, at least fifty percent of the design post - tensioning force shall be imparted to the floor slab within 36 hours of the end of the concrete placement in the floor slab. The concrete mix design used for the floor must be able to reach 1500 psi compressive strength at 36 hours in order to achieve this requirement. The final post- tensioning shall be provided as soon as practical after the floor slab concrete obtains 3000 psi compressive strength. Concrete for pilasters between precast panels shall be placed by pumping from the bottom. A port shall be provided within 24 inches of the bottom of the form that allows the connection and disconnection of the concrete pumping equipment without loss of concrete from the forms. Concrete shall be delivered to the site without the high range water reducing admixture. Slump shall be tested. After slump testing, the high range water reducing admixture shall be added using calibrated measuring equipment. Additional mixing of the concrete shall be per the admixture manufacturer's recommendations. Forming for the bottoms of the pilasters shall be adequate to contain the pumped concrete at the same elevation as the bottoms of the adjacent precast wall panels. The forming shall be Highline Water District - Contract Documents 21- 2714 -01 Phase 11 Reservoir Improvements 107 February 1999 f a ?: i 1 1 completely removed from the keyways to allow a uniform flow of grout under the wall panels and pilasters. During freezing weather, concrete shall be mixed and placed in strict accordance with ACI 506.1. When placing concrete in temperatures below 40 degrees F the temperature of the concrete must be at least 50 degrees F. This temperature shall be maintained for 72 hours after placing. No concrete shall be placed on frozen ground. In hot weather, concrete shall have a placing temperature, when deposited, which will not cause difficulty from Loss of slump, flash set or formation of cold joints. In no case shall the temperature of concrete being placed exceed 90 degrees F. For formed surfaces, provide smooth form finish per ACI 301. Exterior surfaces below grade may receive a rough form finish. The floor slab shall receive a hard, durable fine finish by the steel trowel method or by use of power finishing machines. The roof shall receive a float finish, unless otherwise specified. No water shall be added to the surface during finishing. Curing of the tank floor shall be accomplished by ponding or covering the entire area with 6 mil plastic within 24 hours after concrete placement and keeping it wet for a minimum of 10 days after the application of the final post- tensioning force. Cast -in -place topping slabs and pilasters shall be cured by covering with polyethylene film at least 6 mils in thickness for a minimum of 7 days. 6- 12.10(8) Post - Tensioning Post - tensioning shall be in accordance with ACI 301 except as modified herein. Stressing of the wall is to proceed only after the conditions specified herein have been met. No circumferential prestressing shall be applied until the wall and cast -in -place pilaster concrete has attained a compressive strength of at least 75 percent of the required final concrete design strength as determined by test cylinders. Tendons shall be stressed in the sequence, at the concrete strength, and at the construction stage indicated by the tank design, or as acceptable to the Contractor's Engineer. The post- tensioned steel shall be stressed and anchored to produce the final prestress force shown on the drawings, subject to the limitations given in ACI 318. Anchorage set loss, friction loss and long term loss shall be considered in the calculations. Stresses in the tendons of the floor and wall shall be verified by comparing the actual elongation measurements at the predetermined gauge pressures, with the theoretical calculated elongations. The cause of any differences in these elongations that exceed seven percent of the theoretical elongation shall be determined and rectified. The Contractor's Engineer may require any strands that fall below 93 percent of the calculated elongation to be re- stressed. Highline Water District - Contract Documents 21- 2714 -01 Phase 11 Reservoir Improvements 108 February 1999 The total loss of prestress force in any member due to unreplaced broken wires shall not exceed 2 percent of the total prestress force. The final elongation measurements in the tendons shall be submitted to the Owner for review prior to removing the stressing tails or grouting of bonded tendons. 6- 12.10(9) Tendon Grouting Grouting shall be in accordance with the PTI Guide Specification: "Recommended Practice for Grouting of Post - Tensioned Prestressed Concrete," except as modified herein. 6- 12.10(9)A Grouting Procedures A dependable high pressure water supply of sufficient volume to flush the longest tendon 3/4 full of grout shall be provided before grouting is begun. Grout shall be mixed in a high speed mechanical mixer and passed through a strainer into pumping equipment. Pumping of grout shall begin as soon as possible after mixing and may be continued as long as the grout retains the proper consistency, but in no case longer than '/ hour after mixing. Grout which has partially set shall be discarded. Grout shall be injected into all voids between prestressing tendons, sheathing, and anchorage fittings. Flow shall continue until grout of the consistency equivalent to that injected, flows from vent openings without the presence of air bubbles. Vent openings shall be closed progressively in the direction of the flow. After all vent openings have been closed, the grouting pressure shall be raised to at least 50 psi and the injection hole plugged. In the event of a blockage or an interruption of grouting, all grout shall be removed from the duct by flushing with water. Anchorage assemblies and contact surfaces of anchor blockouts shall be coated with a bonding agent, and the blockout grouted full with non - shrink grout. If tendon is to remain ungrouted for more than 28 days from the time the strand is installed in the duct, temporary corrosion protection shall be provided. 6- 12.10(9)B Mixing and Placing Apparatus The grouting equipment shall include a mixer capable of continuous mechanical mixing which will produce a grout free of lumps and undispersed cement. The equipment should be able to pump the mixed grout in a manner which will comply with all provisions of PTI's Guide Specification. Accessory equipment which will provide for accurate solid and liquid measures shall be provided for batching all materials. Highiine Water District - Contract Documents 21- 2714 -0! Phase 11 Reservoir Improvements 109 February 1999 I Yx 1 The pump shall be a positive displacement type and be able to produce an outlet pressure of at least 150 psi. The pump shall have seals adequate to prevent introduction of oil, air, or other foreign substance into the grout and to prevent loss of grout or water. A pressure gauge having a full scale reading of no greater than 300 psi shall be placed at some point in the grout line between the pump outlet and the duct inlet. The grouting equipment shall contain a screen having clear openings of 0.125 inch maximum size to screen the grout prior to its introduction into the grout pump. If a grout with a thixotropic additive is used, a screen opening of 3/16 inch is satisfactory. This screen should be easily accessible for inspection and cleaning. The grouting equipment shall utilize gravity feed to the pump inlet from a hopper attached to and directly over it. The hopper must be kept at least partially full of grout at all times during the pumping operation to prevent air from being drawn into the post - tensioning duct. Under normal conditions, the grouting equipment shall be capable of continuously grouting the largest tendon on the project in no more than 20 minutes. 6- 12.10(10) Coatings Not applicable. 6- 12.10(11) Caulking and Sealants Contractor shall check all work to be sealed and determine if surfaces are properly prepared to receive the work of this section. 6- 12.10(11)A Preparation Be sure that surfaces are clean and dry before proceeding. Prime the concrete surfaces with a primer recommended by the Manufacturer of the sealant material. 6- 12.10(11)B Installation Install sealant in accordance with manufacturer's instructions and within recommended temperature ranges. Consult manufacturer when sealant cannot be applied within recommended temperature ranges. 6- 12.10(11)C Clean Up Clean up any material deposited on adjacent surfaces. Check all work for proper application. Fill any voids that have been left. Highline Water District - Contract Documents Phase 11 Reservoir Improvements 110 21- 2714 -01 February 1999 6 -12.11 Testing for Watertightness After the tank has been completed and disinfected, but before any backfill is placed, the tank shall be filled to the overflow with potable water. Careful observations shall be made and any visible leaks which occur shall be immediately repaired. The tank shall be kept full of water until the Owner is satisfied that all defects have been discovered and repaired. There shall be no flowing water allowed through the walls or wall /floor slab joint. Wet spots on the surface of the tank wall(s), where moisture can be picked up on a dry hand, will not be allowed. Any damp spots on the wall(s), where moisture cannot be picked up on a dry hand, may be considered acceptable only if they are observed to decrease during the test duration. Leakage present at the end of the test period shall be repaired at the expense of the Contractor. The minimum allowable Water tightness shall meet or exceed the values in AWWA D115 for Class A criteria. The tank shall be retested as specified above upon the completion of any repairs that are deemed necessary. Upon acceptance of repairs by the Owner, the Contractor shall warranty the repairs completed or replacements furnished, for a period of two years from the date of acceptance of the repairs or replacements. Water for testing initial fill will be furnished by the Owner. If necessary, water for one additional fill will be furnished by the Owner. Any additional complete or partial test fills will be at the Contractor's expense. 6 -12.12 Cleaning and Disinfection Before the reservoir is placed in service, it shall be swept and mopped clean of all debris, flushed out thoroughly, and disinfected in conformance with AWWA D115 and AWWA C652 Method 2 and local regulations. The Contractor shall perform and bear all costs of disinfection. 6 -12.13 Measurement No measurement for "Concrete Water Reservoir" will be made. 6 -12.14 Payment Payment for "Concrete Water Reservoir" will be full compensation for all work specified, for site clearing and grubbing; excavation, erosion control, stockpiling, tank construction, backfill, fill and compaction, all interior tank appurtenances, all exterior appurtenances including hatch covers, vents, benches to protect the vents, pipe and fitting and valves, pipe Highline Water District - Contract Documents 21- 2714 -01 Phase 1/ Reservoir Improvements 111 February 1999 57, L.. r jacking and casing pipe from the tank to the limit of this phase of construction and other items as listed on the Schedule of Values and referred to the pay item in other sections of the specifications to include all testing, materials, equipment, tools, labor, and incidentals necessary to complete the work. 6 -13 MODULAR CONCRETE RETAINING WALL (NEW SECTION) 6 -13.1 Description This work shall consist of design, furnishing, and construction of a modular concrete block retaining wall system at retaining wall No. 1 and No. 2 as shown on the Plans. The work includes excavation; foundation preparation; furnishing and installing level pad, modular blocks, geogrid reinforcing, backfill, and compacting; and all other appurtenances required for the construction of the retaining wall. Construction drawings and design calculations for the retaining wall system shall be prepared and sealed by a registered professional engineer. 6 -13.2 Contractor's Experience Requirements Prior to start of work, the contractor performing this work shall submit: 1. Proof of at least five similar projects successfully completed. 2. A brief description of each project with owner's name and current phone number. The Engineer shall have 30 working days from the date of submission to approve the qualifications submitted by the Contractor. Work shall not be started on any modular block wall system nor materials ordered until written approval of the Contractor's qualifications are given. 6 -13.3 Definitions 6- 13.3(1) Structural Geogrid A structural element formed by a regular network of integrally connected tensile elements with apertures of sufficient size to allow interlocking with surrounding soil, rock, or earth and function primarily as reinforcement. Ntghllne Water District - Contract Documents Phase 11 Reservoir Improvements 112 21-2714 -01 • February 1999 6- 13.3(2) Modular Unit A precast concrete retaining wall element machine made from portland cement, water, and aggregates. 6- 13.3(3) Unit Fill Drainage aggregate which is placed within and immediately behind the modular concrete units. 6- 13.3(4) Reinforced Backfill Compacted soil which is placed within the reinforced soil volume as outlined on the plans. 6- 13.3(5) Retained Soil / Backfill In -situ soils or backfill soils that exist behind the reinforced fill zone. 6- 13.3(6) Foundation Soil Compacted or in -situ soil beneath the entire wall. 6 -13.4 Submittals The Contractor shall submit to the Engineer, not less than 15 working days prior to the start of work: 1. Sample of all products, including range of colors, used in the work of this section. 2. Manufacturer's specification for proposed materials, method of installation, and list of materials. 3. Engineering design and plans prepared by a professional engineer experienced with mechanically stabilized earth (MSE) retaining wall systems and registered in the state of Washington. The engineering designs, techniques, and material evaluations shall be in accordance with the NCMA Design Guidelines for Segmental Retaining Walls, 1993, or the AASHTO Standard Specifications for Highway Bridges. Highline Water District — Contract Documents 21- 2714 -01 Phase 11 Reservoir Improvements 113 February 1999 6 -13.5 Materials 6- 13.5(1) Modular Concrete Retaining Wall Units Modular concrete units shall conform to the following requirements: 1. Face color - standard manufacturers' gray color. 2. Face finish - sculptured rock face in angular multi - planer configuration. Other face finishes will not be allowed without written approval of the Engineer. 3. Bond configuration - running with bonds nominally located at midpoint vertically adjacent units, in both straight and curved alignments. 4. Exposed surfaces of units shall be free of chips, cracks, or other imperfections when viewed from a distance of 10 feet under diffused lighting. 5. Cement - Type I, ASTM C 150. 6. Normal Weight Aggregates - ASTM C 33. 7. Compressive strength = 3,000 psi minimum at 28 days. 8. Absorption = 6 percent maximum 9. Weight - 130 pcf minimum. 10. Inter -unit shear strength - 1,500 plf minimum at 2 psi normal pressure. 11. Geogrid /unit peak connection strength - 1,000 plf minimum at 2 psi normal force. 12. Vertical setback - 1/2" per course. 13. Alignment and grid positioning mechanism - fiberglass shear connector pins, two per unit minimum. 6- 13.5(2) Shear Connectors Strength of shear connectors between vertical adjacent units shall be applicable over a design temperature of 10 °F to +100 °F. Shear connectors shall be '/ -inch diameter thermoset isopthalic polyester resin - pultruded fiberglass reinforcement rods. Connectors shall have a minimum flexural strength of 128,000 psi and short beam shear of 6,400 psi. Highline Water District - Contract Documents Phase 11 Reservoir Improvements 114 21- 2714 -01 February 1999 Shear connectors shall be capable of holding the geogrid in the proper design position during grid pre - tensioning and backfilling. 6- 13.5(3) Base Leveling Pad Pad shall consist of a compacted crushed cover stone or non - reinforced concrete as shown on the construction drawings. The leveling pad shall be a minimum of 6 inches thick. As an option, concrete may be 3 inches thick with a compacted granular base for a total thickness of 6 inches. Pea gravel is not permitted. 6- 13.5(4) Unit Fill and Drain Fill Unit fill shall be native granular material approved by the Engineer or be crushed surfacing top course meeting the gradation of Section 9- 03.9(3), except percent passing U.S. No. 200 sieve size shall be 5 percent maximum. One cubic foot minimum of drain fill shall be used for each square foot of wall face. Drain fill shall be placed within cores of, between, and behind units. 6- 13.5(5) Reinforced Backfill Reinforced backfill shall be select native material approved by the Engineer, or crushed surfacing top course conforming to Section 9- 03.9(3). On -site excavated soils that meet the above requirements may be used. Unsuitable soils for backfill (high plastic clays or organic soils) shall not be used in the backfill or in the reinforced soil mass. Contractor shall submit reinforced fill sample and laboratory analysis results to the Engineer for approval prior to the use of any proposed reinforced fill material. 6- 13.5(6) Geogrid, 1. Ta - Allowable Tensile Design Load, shall be determined as follows: Ta = Tcr /(FD *FC *FS) Ta shall be evaluated base on a 75 -year design life. 2. Tcr - Creep Limited Tensile Load 1 Tcr shall be determined from 10,000 -hour creep testing performed in accordance with ASTM D 5262. c' Highline Water District - Contract Documents 21- 2714 -01 1,7 Phase 11 Reservoir Improvements 115 February 1999 3. FD - Factor for Durability /Aging FD shall be determined from polymer specific durability testing covering the range of expected soil environments. 4. FC - Factor for Construction Damage FC shall be determined from product specific construction damage testing performed in accordance with GRI -GG4. Test results shall be provided for each product to be used with project specific or more severe soil type. 5. FS - Overall Factor of Safety FS shall be 1.5 unless otherwise noted. 6. The maximum design tensile load of the geogrid shall not exceed the laboratory tested ultimate strength of the geogrid /facing unit connection as limited by the "hinge height" divided by a factor of safety of 1.5. The connection strength testing and computation procedures shall be in accordance with NCMA test methods. 7. Ci - Soil Interaction Coefficient Ci values shall be determined per GRI:GG5 at a maximum 0.75 -inch displacement. 1 6 -13.6 Construction 6- 13.6(1) Foundation Soil Preparation Foundation soil shall be excavated as required for footing blocks as shown on the construction drawings or as directed by the Engineer. Foundation soil shall be examined and approved by the Engineer prior to placement of fill soil or leveling material. Soils not meeting required strength shall be removed and replaced with gravel borrow compacted to 95 percent of maximum density. 1. The bottom wall course(s) shall be embedded a minimum of six inches or of one inch per eight inches of wall height, whichever is the greater. 6- 13.6(2) Base Leveling Pad Concrete leveling pad shall be placed as shown on the details, upon undisturbed soils, to a minimum thickness of 6 inches. Soil leveling pad material shall be compacted to 95 percent j of maximum density. i_ Highline Water District - Contract Documents Phase 11 Reservoir Improvements 116 21- 2714 -01 February 1999 Material shall be placed so as to provide a level surface on which to place the first course of concrete units. The leveling pad shall be prepared to ensure complete contact of retaining wall concrete unit base surface. 6- 13.6(3) Unit Installation First course of units shall be placed on the leveling pad. Unit shall be checked for alignment and level. Pins or molded surfaces of modular concrete units shall be used for alignment control. Position vertically adjacent modular concrete units as recommended by the Manufacturer. Maximum stacked vertical height of wall units, prior to wall drain fill and backfill placement and compaction, shall not exceed two courses. Whole, or cut, units on curves and corners to shall be erected with running bond approximately centered on units above and below. Cap units shall be glued to underlaying units with an adhesive recommended by the manufacturer. 6- 13.6(4) Structural Geogrid Installation Geogrid shall be oriented with the highest strength axis perpendicular to the wall alignment. Geogrid reinforcement shall be placed at the elevations and to the extent shown on the construction drawings or as directed by the Engineer. The geogrid shall be laid horizontally on compacted backfill. Place the next course of modular concrete units over geogrid. The geogrid shall be pulled taut and anchored prior to backfill placement on the geogrid. Geogrid reinforcements shall be continuous throughout their embedment lengths. Spliced connections between shorter pieces of geogrid is not allowed unless pre - approved by the Engineer prior to construction. 6- 13.6(5) Reinforced Backfill Placement Reinforced backfill shall be placed, spread, and compacted in such a manner that minimizes the development of slack in the geogrid. Reinforced backfill shall be placed and compacted in lifts not to exceed 8 inches where hand compaction is used or 12 inches where heavy compaction equipment is used. Highline Water District - Contract Documents 21- 2714 -01 Phase 11 Reservoir Improvements 117 February 1999 Reinforced backfill shall be compacted to 95 percent of the maximum density as determined by ASTM D 695. The moisture content of the backfill material prior to and during compaction shall be uniformly distributed throughout each layer and shall be within 2 percentage points dry of optimum. Only lightweight hand - operated equipment shall be allowed within 3 feet from the tail of the modular concrete unit. Tracked construction equipment shall not be operated directly upon the geogrid reinforcement. A minimum fill thickness of 6 inches is required prior to operation of tracked vehicles over the geogrid. Tracked vehicle turning should be kept to a minimum to prevent tracks from displacing the fill and damaging the geogrid. Rubber tired equipment may pass over geogrid reinforcement at slow speeds, less than 10 mph. Sudden braking and sharp turning shall be avoided. At the end of each day's operation, the Contractor shall slope the last lift of reinforced backfill away from the wall units to direct runoff away from wall face. The Contractor shall not allow surface runoff from adjacent areas to enter the wall construction site. 6 -13.7 Measurement No measurement for "Modular Block Concrete Retaining Wall" will be made. 6 -13.8 Payment Payment for "Modular Block Concrete Retaining Wall" and drainage system shall be included in the Lump Sum Amount for "Concrete Water Reservoir" in the proposal and shall be full compensation for all work specified, including all materials, equipment, tools, labor, and incidentals necessary to complete the work. Highline Water District - Contract Documents Phase I1 Reservoir Improvements * * END OF DIVISION 6 * * DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7 -01 Underdrain System 7 -01.2 Material Add the following: Filter Fabric 9 -33.1 High Servivability, Class C 7 -01.4 Measurement Delete this section and replace with the following: No separate measurement for "Underdrain System" will be made. 7 -01.5 Payment Payment for all the work and materials to provide the "Underdrain System" will be included in the lump sum amount for "Concrete Water Reservoir" in the proposal. 7 -05 MANHOLES, INLETS, AND CATCH BASINS 7 -05.1 Description Delete this section and replace with the following: This work shall consist of constructing catch basins in accordance with these specifications and Standard Plans at locations shown on the Drawings. The work shall includes excavation, shoring, backfilling, and compacting as specified in Section 7 -17. 7 -05.4 Measurement Delete this section and replace with the following: No separate measurement for work of this Section will be made, 7 -05.5 Payment Delete this section and replace with the following: Payment for all the work of this Section will be included in the Lump Sum Amount for "Concrete Water Reservoir" in the Proposal. Highline Water District — Contract Documents Phase 11 Reservoir improvements 119 21- 2714.01 February 1999 7 -09 PIPE AND FITTINGS FOR WATER MAINS 7 -09.1 Description Delete this section and replace with the following: This work shall consist of pipes and fittings for the construction of water mains. 7 -09.2 Materials Supplement Section 7 -09.2 with the following: Pipe: Steel Casing 9 -05.21 Fittings Transition Coupling 9- 30.2(2) (New Section) Valves: Mud Valves 9- 30.3(9) (New Section) Backflow Preventer 9- 30.3(10) 7 -10 TRENCH EXC., BEDDING, AND BACKFILL FOR WATER MAINS 7- 10.3(12) Casing Construction (New Section) 7- 10.3(12)A General The Contractor shall conform to all Federal, State, and local laws and regulations pertaining to tunneling. Before the start of the work, submit satisfactory evidence to the Engineer that all insurance coverage requirements called for in the various permits have been complied with. All proposed construction methods and materials shall be approved by the Engineer before the start of construction. Excavation shall be unclassified and shall include whatever materials are encountered to the depths as shown on Plans or as required. Make estimate of the kind and extent of the various materials that will be encountered in the excavation. 7- 10.3(12)B Jacking and Boring Details Required Submit details of the following to the Engineer for approval before beginning the jacking or boring construction: 1. Jacking pit bracing. 2. Casing, pipe or conduit. Highline Water District - Contract Documents 21- 2714 -01 Phase II Reservoir Improvements 120 February 1999 A. ,: TE 3. Jack head. 4. Excavation method. 5. A substitute design for any part of the system that must be changed as a result of the jacking or boring operation. l6. Any structure that is required because of the particular method or procedure used by the Contractor. 1 7. If placed in a casing, bracing to prevent pipe shifting and flotation, backfilling material, method and equipment. 1 8. Backfill material or pressure grout mix, placement method, and equipment. I Jacking and Boring - Equip the leading section of pipe or conduit with jacking head securely anchored thereto to prevent any wobble or alignment variation during the jacking or boring operation. For jacking, all excavation shall be carried out entirely within the jacking I head, and no excavation in advance thereof shall be permitted. For jacking, every effort shall be made to avoid any loss of earth outside the jacking head. Remove excavated material from the pipe or conduit as excavation progresses, and do not allow such material to Iaccumulate within the pipe or conduit. Jack or bore all pipes or conduits to true line and grade. Should any deviation from true line and grade be considered excessive, in the judgment of the Engineer, take up and re -lay that portion of the pipe or conduit at no expense to the Owner. I Should appreciable loss of ground occur during the jacking or boring operations, backpack all voids promptly. Fill all remaining voids upon completion of the operations; such filling or backpacking shall be with grout unless otherwise approved. 1 The design of all water pipe or conduit is based upon the superimposed loads and not upon the loads resulting from the jacking or boring operations. Be responsible for any increase in ipipe strength necessary to withstand jacking or boring loads. Smooth Steel Casing - Join sections of smooth steel casing to be jacked or bored by welding I the joints with a continuous weld for full circumference or by other approved means. Provide joints which are capable of resisting the jacking and boring forces without failure. 1 Brace pipe or conduit installed in a casing to prevent shifting and flotation as shown. Grouting Voids Outside Casing or Tunnel Liner - Grouting voids outside casing will be I required in all cases. After the casing has been jacked into position, pressure grout to fill all voids outside the casing through the grout holes provided. Start grouting at the spring line hole at one end and pump grout until grout appears in the grout hole at the crown, then start 1 grouting through the opposite spring line hole until grout appears at the hole in the crown. Next grout through the hole at the crown until grout appears in the next set of holes along I Highline Water District - Contract Documents 21-2714-01 Phase 11 Reservoir Improvements 121 February 1999 the pipe. Plug the holes at the starting point and move to the next set of holes and repeat grouting sequence until full length of jacked, bored, or tunneled pipe has been grouted. Grouting once commenced at any one point shall be completed without stopping. 7 -10.4 Measurement Delete this section and replace with the following: No measurement will be made for any of the work of this Section. 7 -10.5 Payment Delete this section and replace with the following: Payment will be made as part of the Lump Sum Amount for "Concrete Water Reservoir" included in the Proposal. Highline Water District - Contract Documents Phase 1l Reservoir Improvements * * END OF DIVISION 7 * * 1 i DIVISION 8 MISCELLANEOUS CONSTRUCTION 8 -02 ROADSIDE PLANTING Section 8 -02 ROADSIDE PLANTING shall also include LANDSCAPING as contained in the following amendment: 8 -02.1 Description The work of this section shall include all materials, equipment, and labor necessary for: Finish grading, soil preparation and treatment, planting of trees, shrubs, lawn, plant protection, general maintenance, guarantee and replacement, and related items necessary to complete the work indicated on the drawings and /or specifications. I. 8 -02.2 Materials i i i i 1 i 1 i 1 1 Materials shall meet the requirements of the following sections: Top Soil 9 -14.1 Seed 9 -14.2 Fertilizer 9 -14.3 Mulch and Amendments 9 -14.4 Plant Materials 9 -14.6 Botanical identification and nomenclature of plant materials shall be based on descriptions by Bailey in "Hortus Third" or superseding editions and amendments. 8 -02.3 Construction Requirements 8- 02.3(4) Soil Preparation Replace with the following: Planting Areas - Finish grade to elevations on Engineer's contour drawings and landscape plans, ensuring that no pockets, nor any other surface obstruction to positive drainage, are present. Ensure positive drainage away from buildings. Remove all rocks, roots, twigs, etc., 1 -inch or larger in size. Grades - As indicated after installation of soil or mulch, flush with adjacent surfaces unless otherwise specified. In lawn areas, finish grade t/ -inch below walks, curbs, and other mowing edges. Finish Grades - Must be inspected and approved by Engineer prior to any planting, seeding, or sodding. This is mandatory. Highline Water District - Contract Documents Phase 11 Reservoir Improvements 123 21- 2714-01 February 1999 Plant Locations - After finish grading prior to seeding and planting, Engineer shall inspect staked tree locations. Contractor to provide stakes. Make field adjustments to avoid obstructions to planting. Engineer reserves the right to field adjust plant locations prior to planting. This is mandatory. 8- 02.3(7) Planting Add the following: Document that all plant material has been ordered. List of plant material quantities ordered with respective suppliers (with name, address, and phone number), respective growing or storage locations (with address). 8- 02.3(7)A Job Conditions Scheduling of Planting - Schedule planting to avoid long periods of exposed soil surfaces to avoid wind or water erosion. After properly scheduling work, submit to the Engineer for his written approval, approximate schedule of dates for placement for all plants. This approved schedule shall be adhered to unless written order to change has been received from the Engineer. Plant only during periods which are normal for such work as determined by season, weather conditions, and accepted practice. At the option and on the full responsibility of the Contractor, planting operations may be conducted under unseasonable conditions without additional compensation. Protection - Protect work, adjacent property, public, and be responsible for any damage or injury arising from this contract due to actions or neglect. Confine work to areas designated. Contractor shall be cognizant of all utility lines and underground obstructions. He shall familiarize himself with all utility, mechanical, and electrical plans so that his digging and drilling operations do not damage lines. Repair or replacement by original installer shall be made at Contractor's expense for all existing buildings, equipment, underground utilities, paving, surfacing, stairs and /or forms damaged as a result of Contractor's operations in a manner satisfactory to Owner before final payment is made. Protect plants, roots, balls and tips at all times from injury in handling, from sun or drying winds, from beginning of digging operations, during transportation, and on -site until final planting. 8- 02.3(7)B Field Quality Control /Inspections . • Plant Material - All plant materials shall be approved by the Engineer prior to installation. Plant material shall be inspected at the job site at the time of delivery. Plant material inspections shall be scheduled for times when reasonable quantities of plant material are present for examination. Remove unsatisfactory material as determined by Engineer from site immediately. Highline Water District - Contract Documents 21- 2714 -01 Phase 11 Reservoir Improvements 124 February 1999 Verification of Material Used - Submit the delivery slips from suppliers for all bulk material delivered to site. Keep empty bags and other containers on the site for tallying by the Engineer. Protection - Provide all necessary safeguards as approved and /or required by the Landscape Architect for the protection of all planted areas until provisional inspection/acceptance is accomplished or for such time as it requires to assure vigorous establishment of the plant material. 8- 02.3(7)C Planting Trees Excavate tree holes 6 -inch or deeper and twice the diameter of the root ball. Excavated soil shall be incorporated within side. Thoroughly scarify bottom of holes by shovel cutting to depth of 4 inches. Sides of holes shall be shovel -cut to help root penetration. Backfill with planting mix that portion of the hole below the bottom of the tree ball to such an elevation that when the tree is installed, it will be at proper finish grade. Compact by hand methods and water to eliminate all pockets. If water is encountered in tree hole excavation, raise above water level and create slight mound feathered into finish grade. Place tree in upright position in center of hole, release root covering or spread roots. Roots of trees shall be so placed as to have a natural spread and distribution. Planting mix shall be carefully and thoroughly packed, and puddle around them. Take care not to injure root system while backfilling and compacting. After water settles, fill again with planting mix and water compact to grade of not more than 1 -inch higher than the original root ball. Fertilize trees at rate specified, apply uniformly around circumference of root spread under a cover of 2 -inch of planting mix. Stake and guy trees immediately after planting as per detail. All support and trees shall stand vertically. 8- 02.3(7)D Planting Shrubs Excavate planting pockets at locations shown on drawings and as directed to a diameter of twice the root spread and to a depth that will ensure a 3 -inch cushion of compacted planting mix below the root ball. Dispose of excavated soil as per above. Set plants upright in center of hole, flush with finished grade, release root covering or spread roots. The roots of the plant shall be so placed as to have a natural spread and distribution. Backfill with planting mix to finish grade working soil well around the roots and heel tamping to compact backfill and provide slight depression as a watering saucer. Care shall be taken not to injure the root system while backfilling and compacting the planting mix. Fertilize at rate specified, applied uniformly around the circumference of the root spread under a cover of 2 -inch of planting mix. Fertilize at rate specified Guying and Anchoring Trees - After tree is placed and before final backfilling around the ball, tree shall be firmly guyed or anchored. All supports and trees shall stand vertical. Highline Water District - Contract Documents Phase 11 Reservoir Improvements 125 21- 2714 -01 February 1999 8- 02.3(7)E Ground Cover Mulching - Immediately after completion of all planting, mulch all planted areas with bark mulch to a minimum compacted depth of 2 inches. Mulch shall meet Section 9- 14.4(3). 8- 02.3(8) Pruning, Staking, Guying and Wrapping Add the following: Pruning and Repair - Upon completion of the work under this Contract, all trees, both existing and proposed under this Contract, shall be pruned as directed by Landscape Architect and any injuries repaired. 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. On all cuts over Ya inches in diameter, and bruises or scars on the bark, the injured cambium shall be traced back to living tissue and removed. Wounds shall be smoothed and shaped so as not to retain water. 8- 02.3(9) Fertilizers Add the following: Fertilizer - Approved bands conforming to applicable State Fertilizer Laws. Uniform in composition, dry, free flowing, delivered to the site in original unopened containers, each bearing the manufacturer's guaranteed analysis. Planting (Trees and Shrubs) - to be Agriform Tablets. Planting tablets 21 -gram size as manufactured by Agriform International Chemicals, Inc., 20 -10 -5 analysis. Trees - 4 ounces Shrubs - 2 ounces Seeded Areas - Formula 12 -4 -8 with 50 percent blue chip or "end" urea at 30 pounds per 1,000 square feet. Soil Amendments, Seeded Areas - Lime, Agricultural Limestone, at a rate of 100 pounds per 1,000 square feet. 8- 02.3(12) Plant Establishment 8- 02.3(12)A General Requirements Maintenance, as specified below, shall coincide with and be continuous during the planting and seeding operations and shall continue for a period of six months, or longer where necessary to establish acceptable strands of thriving plants and grass as specified. Highlne Water District - Contract Documents 21-2714-01 Phase 11 Reservoir Improvements 126 February 1999 4!„: 1. Maintain in lawn areas constant moisture to a depth of 6 inches. Keep areas free of undesirable weeds and grasses by the application of suitable, selective weed killers or hand pulling. Maintain by watering, weeding, reseeding, mowing, fertilizing, and other necessary operations to establish an even, thick, and vigorous strands of grass. Maintain Lawn areas by regular mowing to 11/2-inch height (catch trimmings). Protect areas against all damage, including erosion and trespass, and provide proper safeguards. Maintain and keep in good repair all temporary barriers erected to prevent trespassing. Reseed /resod areas which fail to show vigorous growth. Fill all areas which settle as specified. At end of maintenance period, the lawn shall be flourishing with no bare spots. Maintain trees and shrubs in a vigorous, thriving condition by watering, pruning, cultivation, spraying, and other necessary operations. Spraying shall be done only as required by a licensed, bonded applicator and as approved by the Landscape Architect. All tree supports, guys, etc., shall be kept in tact and adjusted as required and effective in maintaining firm support. 8-02.3(12)13 Site Maintenance During the period of construction, the Contractor shall keep all new areas of construction and items of new work clean and in good condition. Keep areas free of trash and debris, concrete pavements swept clean and mulched area neat and orderly. Protect catch basins and drain lines to avoid clogging. 8- 02.3(12)C Conditional Final Acceptance A two -year planting guarantee period will begin at the time of final completion of the entire project. Prior to being considered ready for the beginning of the guarantee period, the Contractor shall have done a final weeding and raking of all planting areas, sodding lawn mowed, the job cleared of all debris, all guys tightened, paved areas flushed clean, and the project presented in a clean, neat, and orderly fashion. 8- 02.3(13) Plant /Replacement Add the following: Plant Material - Guarantee in a healthy thriving condition: 1. Trees and shrubs for two (2) years from date of final product acceptance. 2. All shrubs, ground covers, sod until active vigorous growth is evident. Highline Water District - Contract Documents Phase 11 Reservoir Improvements 127 21- 2714 -01 February 1999 3. During the guarantee period and throughout the maintenance period, all dead, diseased, dying, broken or disappeared plant materials from any cause except those noted below shall be replaced immediately by the Contractor at no additional expense to the Owner with specified plants and planted as specified and guaranteed until active, healthy growth is evident. Contractor's Responsibility - During guarantee period, Contractor shall not be responsible for: 1. Replacing plants destroyed or damaged by vandalism. 2. Accidents caused by vehicles other than Contractor's or "Acts of God." Should replacement fall during non - planting season, Contractor may request Owner's permission to defer planting until proper season. However, Contractor is required to immediately remove and dispose of dead plants, including all roots. Holes shall be backfilled properly with specified planting mix, finished graded until proper planting season occurs. 8- 02.3(14) Lawn Installation Add the following: 1. Preparation: Prepare seed bed as specified under Section 8- 02.3(4) Soil Preparation. 2. Seed mixture shall consist of: • 40 percent Derby Ryegrass • 40 percent Red Fescue • 20 percent Pennfire Ryegrass 3. Mulch shall be applied at 1,500 lbs /acre and shall meet Section 9- 14.4(2). 4. Execution: Perform all necessary operations to bring surface to a firm, smooth, even surface, free of ridges and depression, and with positive surface drainage to grades indicated. Apply seed at the rate of 3 pounds per 1,000 square feet, half in each direction. Roll seed bed with 300 pound roller after seeding. Hydroseeding is an approved method of application. CAUTION: Immediate initial watering is very important to seed survival. do not over - irrigate creating a spongy condition for rollers. After rolling, water thoroughly to penetrate soil mix at least 6 inches. Repeat watering at regular intervals to keep seed bed moist at all times until rooted. If at time of first mowing depressions have developed, Highline Water District - Contract Documents 21- 2714 -01 Phase 11 Reservoir Improvements 128 February 1999 depressions shall be filled with approved soil mix, lightly compacted, and brought up to specified grade. these filled areas shall then be re- seeded. 8- 02.3(17) Root Barrier (New Section) 8- 02.3(17)A Materials Materials shall meet the requirements of 9- 14.6(1). 8- 02.3(17)B Installation The Contractor shall furnish a technician experienced in installing Root Barriers to supervise the location, alignment, layout, and installation of the Root Barrier. Place Root Barrier in trench, directly adjacent to hardscape. Be sure barrier extends above finished grade but remains at or below hardscape surface. Three inches to 4 inches of crushed rock or gravel between the hardscape and the barrier is required. Backfill with excavated soil, removing all adverse materials such as rocks larger than 4 inches, severed roots greater than 11 inches diameter, broken pipes, etc. After completion, check for settling of barrier. Raise or lower as necessary to maintain "Finish Grade" height. 8 -02.4 Measurement No measurement of "Landscaping" will be made. 8 -02.5 Payment Payment for "Landscaping ", including all fertilizing, lawn, seeding, plantings, mulching, and root barrier, shall be included in the lump sum amount for "Park Restoration" shown in the proposal. 8 -03 IRRIGATION SYSTEM Replace this section with the following: 8 -03.1 Description The work of this section is to provide an irrigation system which shall be a complete and operable landscape irrigation system providing head to head coverage complying in all respects with these specifications and the accompanying plans. Highline Water District - Contract Documents Phase 11 Reservoir improvements 129 21- 2714-01 February 1999 8- 03.1(1) Existing Conditions If the Contractor should find existing field conditions in variance with the plan and specifications, he shall notify the Owner or Engineer in writing prior to installation of the irrigation system in that portion of the total work. 8- 03.1(2) Code All work detailed herein and on the plans shall be accomplished in strict accordance with the applicable local and state plumbing codes and health codes. All wiring shall be accomplished in accordance with the National Electric Code as modified by the Washington State Electrical Code. The Contractor shall be responsible for obtaining all necessary permits to accomplish the work herein described and shall include the cost thereof in the price bid for the completed landscape irrigation system. Local codes take precedence. 8 -03.2 Materials Materials shall meet the requirements of Sections 9 -15 and 9 -29. 8- 03.2(1) As -built Drawings The Contractor shall maintain a current record of all pipe and equipment placement and shall record any variations from the original design. Upon completion of the irrigation system, and prior to the release of the final payment, the Contractor shall provide the Engineer with a neat and legible, reproducible "As- built" drawing of the completed irrigation system. Any pipe not installed exactly in accordance with the plans as originally contracted shall be dimensioned to a permanent structure sufficient for location after burial. All quick coupling valves, valve boxes, backflow assemblies, drains, pressure reducing valves, wires, etc., shall be shown on the "As- built" with at least two dimensions to permanent objects. This is mandatory. 8- 03.2(2) Submittals Contractor shall provide five (5) complete sets of specified irrigation products. Submittal packages shall be 81/2 inches by 11 -inch format enclosed in standard binder form with products highlighted. Contractor shall submit to Engineer for written approval four (4) weeks following award of contract or sooner if requested. 8- 03.2(3) Substitutions Substitutions to the equipment specified will be permitted only with the express written approval of the Engineer. Substitutions will be approved only when the substituted item is equal or better in quality than the item originally specified. The final determination for "equals" rests with the Landscape Architect and his decision shall be final and binding. Highline Water District — Contract Documents 21- 2714 -01 Phase II Reservoir Improvements 130 February 1999 • , Substitute sprinkler heads will be considered only when the performance by gallonage, pressure, diameter, and triangular spacing are all equal to the product originally specified. 8- 03.2(4) Warranty System Protection - As part of the warranty under this Contract, the Contractor shall be responsible for the deactivating and draining of the system prior to the onset of the freezing season and for reactivating the system prior to the onset of the freezing season and for reactivating the system at the onset of the spring season. Each event must be accomplished once during the one year warranty. In the event the system is completed in a season when the system will not be in use, the Contractor will winterize the system upon completion of testing (and approval of the Engineer) and reactivate the system in the spring. The Contractor shall, upon completion of the winterizing phase, submit a letter to the Engineer (with a copy to the Owner) certifying that the system was winterized, drained, and indicate the date such action was accomplished. The Contractor will be liable for any damage resulting from failure to comply. The system shall be warranted for all labor and material for a period of one year from the date of acceptance of the system. During the warranty period, the Contractor will check, clean, and adjust the sprinkler heads and otherwise ensure adequate operations of the system as directed by the Engineer, and in any event, no less than on two separate occasions during the one year period. 8- 03.2(5) Construction Requirements System Coverage - The system is designed to provide full coverage on all lawn areas and full coverage, less shrub interface, on all shrub areas. It is anticipated that the Contractor will exercise professional judgment in location, height, slope of sprinkler heads without measurably changing the system design. Should the Contract elect to make changes in the system design without the prior written approval of the Landscape Architect, the responsibility for full coverage in the area determined by the Landscape Architect to be affected rests solely with the Contractor. Tests - Where indicated in the plans and specifications that tests are to be conducted by, or witnessed by the Engineer, the Contractor shall give advance notice of forty -eight (48) hours in writing to the Engineer. Repairs and Replacements - If repairs or replacements to equipment are required due to breakage, theft, vandalism, or other overt act, the Contractor shall make such repairs as required during the period of warranty. Cost of such repairs /equipment shall be at a rate mutually established between the Contractor and the Engineer, and approved by the Owner. Prior to undertaking any such repair /replacement under the provisions of this paragraph, the Contractor shall submit an estimated cost of repair /replacement for each event, and prior starting work, shall obtain a written directive to proceed from the Engineer. Highline Water District - Contract Documents Phase 11 Reservoir Improvements 131 21- 271401 February 1999 System Flushing - The entire system shall be flushed prior to the installation of sprinkler nozzles. After capping all risers, Contractor shall remove the cap nearest the automatic valve, flush, and recap. Repeat this process until the last head on the circuit is flushed. If a pressure reducing valve is included in this system, open wide for maximum flushing pressure during the flushing operation. Pressure Test - All system joins, connections, etc., shall be left exposed until after completion and acceptance of the pressure test. Entire system shall be capped and opened to FULL MAIN STATIC PRESSURE (pressure reducing valve wide open) and shall remain so for a period of two (2) hours. If static exceeds 100 psi, set PRV at 100 psi. Joints and connections shall be checked visually for leaks. All leaks, however minor, shall be corrected. Contractor may have the option if using the AWWA Pressure Test (test with approved pressure pump at 100 psi with no more than 5 psi loss in 15 minutes). Engineer shall be present during the pressure test. Performance Tests - Upon completion of the system installation, and after the flushing and pressure tests are completed, the Contractor shall operate the system in the presence of the Engineer. The automatic system shall be cycled to the satisfaction of the Engineer. The Engineer may request that up to five (5) percent of the total nozzles be substituted at no extra cost to the contract. Final Approval - Upon completion of all tests, final approval for the system will be contingent upon Contractor providing signed and approved sprinkler, plumbing, health, and electrical permits as may be applicable in the area, submittal of the "As- builts ", and upon acceptance by Owner. 8 -03.3 Measurement No measurement will be made for "Irrigation System". 8 -03.4 Payment Payment for the "Irrigation System" shall be included in the lump sum amount for "Park Restoration" as shown in the proposal. 8 -12 CHAIN LINK FENCE AND WIRE FENCE 8 -12.1 Description 4 Replace with the following: The Phase I1 Contractor shall accept and maintain the fence installed under Phase I. Contractor shall construct security fencing and gates prior to commencement of any clearing and grubbing activity. Fencing shall be maintained in good condition throughout the work. Fencing shall be Type 3: Fencing per WSDOT standard plans. Highline Water District - Contract Documents 21- 2714-01 Phase 11 Reservoir Improvements 132 February 1999 The Contractor is not required to set intermediate line or brace posts in concrete. The temporary chain link fence installed under Phase I and II shall become the property of the Phase II Contractor and shall be removed at the completion of the project. 8 -22 PAVEMENT MARKINGS 8 -22.4 Measurement 1 Replace this Section with the following: No measurement for "Pavement Marking" will be made. I . I 8 -22.5 Payment (_. Payment for all "Pavement Marking" will be considered part of the lump sum amount for "Park Restoration" in the proposal form. 8 -30 PARK RESTORATION (NEW SECTION) ( 8 -30.1 Description Park Features to include the picnic shelter, picnic tables, wood guard rail, wooden bollards 1 signs, benches, bar -b -que and other features shown on the contract drawings to be removed, l stored out of the way of the construction, and covered with a tarp during the tank construction period. 8 -30.3 Construction Requirements The features shall be restored to the locations shown on the drawings after completion of the water tank. All items will be reinstalled in the manner it was mounted prior to construction. Support legs of the picnic shelter and /or any other item, damaged during disassembly shall lbe repaired and repainted to original condition. All anchor bolts and other fasteners that require replacement shall be replaced by the contractor as part of this bid item. 8 -30.4 Measurement There shall be no measurement of any items included in "Park Restoration." 8 -30.5 Payment . Payment for dismounting, disassembly, and storage of all salvaged park features shall be considered incidental to construction. 1 Highline Water District - Contract Documents Phase 11 Reservoir Improvements 133 21- 2714.01 February 1999 Payment for "Restoration of Park Facilities" for all reassemble, mounting pads, anchor bolts painting, repair required, and reinstallation of all the park features shown on the drawings, shall be considered part of the lump sum amount for "Park Restoration" in the proposed forms. The lump sum bid item for "Park Restoration" shall include all the labor, equipment, and materials for the restoration of the entire construction site after completion of the concrete water reservoir. The work this item shall include but not be limited to: • Restoration of Park Facilities • Irrigation system • Waterline improvements • Landscaping • Lawn and grass restoration • Concrete slabs, curbs and sidewalks • AC pavement for paths and parking lot • Removal and replacement of Picnic Cover • Pavement markings • Wood fence • Final clean -up and removal of chainlink fence • Electrical wiring 8 -31 ELECTRICAL WORK (NEW SECTION) 8 -31.1 Description Provide all electrical materials and labor to satisfactorily complete all electrical work shown on the Drawings, specified, or neither shown nor specified but necessary for a complete and fully operating facility. Before submitting a bid, visit the project site. Make allowance in the bid for any special conditions affecting the cost of the proposed work. 8 -31.2 Submittals Manufacturers' trade names and catalog numbers stated herein are intended to indicate the type and quality of equipment desired and are further described in Section 9 -29. Unless substitution is specifically forbidden, proposed alternates may be submitted for favorable review. Provide sufficient data to allow determination of compliance with these contract documents. List any proposed deviations from these contract documents. Submit a single, complete submittal package for all products on the following list. Submit in accordance with the Product Review category of the General Conditions. Submittal package shall be organized by equipment type. Include separators and tabs or other means of identifying each item. Highline Water District - Contract Documents 21- 2714 -01 Phase 11 Reservoir Improvements 134 February 1999 1. Load Center Cabinet 2. Load Center 3. Irrigation Controller Cabinet 4. Irrigation Controller For the equipment listed in Paragraph 2 above, pursuant to the seismic anchorage requirements of GC1 -71, submit: 1. Certification of compliance or written notice of noncompliance, and 2. A sketch or description of the anchorage system. 8 -31.3 Quality Assurance Electrical equipment, materials, and installation methods shall conform to all applicable local and state codes as well as the editions of the following in effect on the date of issuance of the Contract Documents. 1. National Electrical Code (NEC) 2. National Electrical Safety Code (NESC) 3. Occupational Safety and Health Act (OSHA) Standards Equipment shall conform to the applicable standards of ANSI, EIA, IEEE, and NEMA. The revisions of these standards in effect on the date of issuance of the Contract Documents shall apply. UL listing is required for all equipment and materials where such listing is offered by the Underwriters Laboratories. Safety labeling and listing by other organizations, such as ETL Testing Laboratories, may be substituted for UL labeling and listing if acceptable to the authority having code enforcement jurisdiction. Provide equipment with service entrance labels in those cases where the NEC requires such labels. Series short circuit ratings for protective devices are not allowed. 8 -31.4 Drawings The electrical drawings are diagrammatic; exact locations of products shall be determined in the field by the Engineer. Highline Water District — Contract Documents Phase 11 Reservoir Improvements 135 21-2714-01 February 1999 Submit in writing to the Engineer details of any proposed changes in or departures from these contract documents along with the reasons, therefore. Make no changes or departures without the prior written favorable review of the Engineer. Maintain a set of As -built drawings which document all changes made. Upon completion of the work, transfer these changes to a clean set of full size drawings with red ink to indicate additions and green ink to indicate deletions. Submit these full size drawings to the Engineer. 8 -31.5 Locations Provide equipment, materials, and wiring methods suitable for the locations in which they are located, as defined below: Definitions of types of locations: Dry Locations - All those indoor areas which do not fall within the definitions below for wet, damp, hazardous, or corrosive locations and which are not otherwise designated on the Drawings. Wet Locations - All locations exposed to the weather, whether under a roof or not, unless otherwise designated on the Drawings. Damp Locations - All indoor spaces wholly or partially underground, or having a wall or ceiling forming part of a channel or tank, unless otherwise designated on the Drawings. Hazardous Locations - Those areas designated on the Drawings as being hazardous locations; those areas classified in the NEC. Corrosive Locations - Areas where chlorine or sulfur dioxide gas under pressure, sulfuric acid, or liquid polymer are stored or processed. Unless specified otherwise in Sections 8- 31.7(1) through 8- 31.7(9), provide enclosures as follows: 1. Dry Locations: NEMA 1 2. Wet Locations: NEMA 4X, Stainless steel 3. Damp Locations: NEMA 12 Highline Water District - Contract Documents 21. 271401 Phase 11 Reservoir bnprovements 136 February 1999 4. Hazardous Locations: NEMA 7 (gases), 9 (dusts) 5. Corrosive Locations: NEMA 4X, Stainless steel 8 -31.6 Service Contractor to coordinate the power service connection with the serving utility. The Contractor provides and installs the pole riser conduit, service conduit, meter base, load center panel, irrigation panel and all service conductors shown on the drawings. 8 -31.7 Construction Requirements 8- 31.7(1) General All work shall be performed by craftsmen skilled in their trade. All work shall present a neat, finished appearance. Install all equipment in strict accordance with the manufacturer's instructions unless directed otherwise. Wherever a conflict occurs between manufacturer's instructions, codes and regulations, or these contract documents, follow engineer's decision at no additional cost to the owner. Keep a copy of manufacturer's installation instructions on the job site available for review at all times. All indoor floor - mounted or free - standing electrical equipment shall be on reinforced concrete pads with nonshrink grout as required between concrete pad and equipment base. All equipment shall be level or plumb. Provide protection for materials and equipment against loss or damage. Protect everything from the effects of weather. Prior to installation, store all items in indoor locations. In addition, items subject to corrosion under damp conditions, and items containing insulation such as transformers, motors and control, shall be stored in indoor, heated, dry locations. Following installation, protect materials and equipment from corrosion, physical damage, and the effects of moisture on insulation. Cap conduit runs during construction with manufactured seals. Keep openings in boxes or equipment closed during construction. Where existing equipment of any kind is removed or relocated, all exposed materials no longer used, such as studs, straps, conduits, and wires, shall be removed. Where such equipment is removed from walls, floors, or other surfaces, the surface shall be repaired to conform to the finish of the surrounding surface in a neat and workmanlike manner by skilled craftsmen of the trades involved at no additional cost to the Owner. Lay out work carefully in advance. Do not cut or notch any structural member or building surface without specific approval of Engineer, Carefully carry out any cutting, channeling, chasing, or drilling of floors, walls, partitions, ceilings, paving, or other surfaces required Highline Water District - Contract Documents 21- 2714-01 Phase 11 Reservoir Improvements 137 February 1999 �t. for the installation, support, or anchorage of conduit, raceways, or other electrical materials and equipment. Following such work, restore surfaces neatly to original condition using skilled craftsmen of the trades involved at no addition cost to the Owner. Keep the premises free from accumulation of waste material or rubbish. Upon completion of work, remove materials, scraps, and debris from premises and from interior and exterior of all devices and equipment. Touch up scratches, scrapes, or chips in interior and exterior surfaces of devices and equipment with finishes matching as nearly as possible the type, color, consistency, and type of surface of the original finish. 8- 31.7(2) Conduit and Wireway From pull point to pull point, the sum of the angles of all of the bends and offsets shall not exceed 270 degrees. Store rigid PVC conduit on a flat surface shielded from the sun. In concrete floors on grade, install conduits between grids of reinforcing steel, or encase conduits below the floor providing concrete cover at least equal to that of the reinforcing steel. Space conduits at least 3 conduit diameters apart except where they cross at angles greater than 45 degrees. Install all conduits so as not to reduce the structural integrity of the concrete element. At all boxes and equipment, provide insulated type metallic grounding bushings for metallic conduits. Bond all conduits together to provide continuity of the equipment grounding system. Size bonding conductor per NEC. Ream all GRS to remove burrs after cutting. Treat cut surfaces or damaged ends of all raceways with a corrosion - resistant coating such as Devcon Z, prepared by Subox Coatings; Galvanox Type I, prepared by Pedley- Knowles; or equal, following manufacturer's recommendations. Properly support all conduits as required by the NEC, Make all penetrations gas -tight through walls or floors into and out of hazardous and corrosive locations. In concrete, pour concrete after the conduit is in place wherever possible. If not, core drill concrete of CMU walls, install conduit, and caulk around it with non - shrink grout. Install conduit seal in each conduit near the penetration in accordance with NEC Paragraph 501 -5. Slope all underground conduits or ducts to provide drainage to a pullbox. After completing an underground conduit or duct run, prove the integrity of the run by pulling through it a mandrel 1/4 -inch smaller than the inside diameter of the raceway. Highline Water District - Contract Documents 21-2714-01 Phase 11 Reservoir Improvements 138 February 1999 In each manhole, handhole, pullbox, cabinet, or other equipment enclosure identify each conduit and duct using the conduit number shown on the Drawings by means of a stamped brass tag affixed with stainless steel wire; where affixing tag is not feasible, identify conduits by stenciling. Stencil each exposed conduit for identification at least once in each room. 8- 31.7(3) Wire and Cable Provide color coding as follows: 1. Neutral: White or gray 2. Grounding conductor: Green 3. Isolated ground conductor: Green with orange tracer 4. Ungrounded conductors: a. 208Y/ 120V 3 Phase: Red, black, and blue b. 480Y/277V 3 Phase: Yellow, brown, and black c. 120/240V 1 Phase: Red and black Pulling wires and cables - The raceway construction shall be complete and protected from the weather before the conductors are pulled into it. Swab conduits before installing conductors. Exercise care in pulling wires and cables into conduits or wireways so as to avoid kinking, putting undue stress, or otherwise abrading or damaging them. No grease will be permitted in pulling conductors. Use only soapstone, talc, or UL listed pulling compound. Provide adequate bending radius. Install feeder cables in one continuous length without splices wherever possible. Provide an equipment grounding conductor, whether or not it is shown on the Drawings, in any flexible conduit or any raceway in which all or any portion of a run consists of non- metallic duct or conduit. Splices in wire and cable rated 600 volts or less. 1. Solid conductors: Use insulated wire nuts. 2. Stranded conductors #14 through #8 AWG: Use crimp type connectors and insulating tape. 3. Stranded conductors, #6 AWG and larger: Use bolted pressure type connectors and insulating tape. 4. Splices in manholes and handholes: Use watertight epoxy resin splice kits. Highline Water District - Contract Documents Phase 11 Reservoir Improvements 139 21-2714-01 February 1999 Install all conductors without splices unless necessary as determined by the Engineer. All splices in pull boxes below grade shall be watertight. All cable must be kept dry and free of contaminants while storing, pulling and terminating. Terminate all low voltage stranded conductors using spade type terminals unless box lug terminals are on the equipment. Identify each wire or cable at each termination using preprinted head shrinkable wire markers. Signal cable shall be installed by personnel who have had a minimum of 3 years experience in terminating and splicing twisted shielded conductors and co -axial cables. Adequate care shall be exercised by the installers to prevent cable damage or sheath distortion. Bending radius shall not be less than 10 times the cable 0.D. Immediately after placement, the cable shall be tagged with permanent, properly encoded, heat shrinkable tags. Signal cable shielding shall be grounded at one end only of the cable. Bonding shall be to a single ground point only. Bonding from cable to cable in multiple run installations shall not be permitted. Heat shrinkable sleeving shall be installed on all cables to insulate shielding at the ungrounded cable terminations. Connectors and splices shall conform to Federal Specification W -S -610. Manufacturer's cable pulling tension shall not be exceeded. Each cable shall be tested for continuity and for freedom from shorts or grounds prior to connection to sensors, signal conditioners, or instruments. 8- 31.7(4) Panelboards and Load Centers Install panelboards as indicated on the Drawings and in accordance with the manufacturer's instructions. Mount panelboards with the top of the box 6- feet -6- inches above the floor. Plumb panelboards within 1/8 -inch. The highest breaker operating handle shall not be higher than 72 inches above the finished ground surface. Perform insulation resistance tests on circuits to be energized with a line -to- neutral voltage of 120 volts or more. Make these tests after all equipment has been connected, except that Highline Water District - Contract Documents 21- 2714 -01 Phase 1I Reservoir Improvements 140 February 1999 equipment which may be damaged by the test voltage shall not be connected. Test the insulation with a 500 Vdc insulation resistance tester with a scale reading 100 megohms. The insulation resistance shall be 20 megohms or more. Submit results for review. Test panelboard circuits for continuity prior to energizing. Test with a dc device with a bell or buzzer. 8- 31.7(5) Circuit Breakers and Switches Perform circuit continuity tests with a low powered dc test source before energizing the protected equipment. Demonstrate that the protected circuit can be manually controlled by the installed equipment. 8 -31.8 Underground Electric Work 8- 31.8(1) Duct Banks Thoroughly clean conduits before laying. During construction and after completion, plug conduit ends to prevent dirt and mud from entering the duct or manholes. Lay duct lines to a minimum grade of 4 inches per 100 feet. Grade may be from manhole to manhole or from a highpoint between manholes. Slope all conduit to drain to manholes or pull boxes. Terminate conduit in end bells in manholes. Changes in direction of over 10 degrees shall be with long sweep bends. Manufactured bends may be used at the manholes for runs under 100 feet. Minimum radii for conduit under 3 inches shall be 18 inches. For conduit 3 inches and larger, minimum radii shall be 36 inches. Place separators every 4 feet on centers and securely anchor to prevent movement. 8- 31.8(2) Handholes Shall be installed approximately where shown on the Contract Drawings. Exact location shall be reviewed by the Engineer prior to the beginning of installation. Covers shall be flush with finished paved surfaces. In unpaved areas the top of manhole covers shall be 1 -inch above finished grade, or 6 inches above unfinished grade. Pulling irons shall be installed on each wall of the manhole and a recessed ring in the floor of the manhole. Highline Water District - Contract Documents Phase 11 Reservoir Improvements 141 21- 2714 -01 February 1999 At each manhole, at a convenient location close to a wall, a 3/4 -inch by 10 -foot ground rod shall be driven. A watertight seal shall be provided. Grounding and bonding shall be per Paragraph 45, GROUNDING. A minimum of 6 inches of pea gravel shall be utilized as a bed for the setting of each manhole. 8- 31.8(3) Grounding Ground all equipment for which a ground connection is required per ANSI C1 whether not specifically shown on the Drawings. Bond metallic water pipe at its entrance into each building. Ground separately derived electrical system neutrals to the metallic water piping in addition to the system driven ground, per ANSI C1 requirements. Provide a ground wire in every conduit carrying a circuit of over 150 volts to ground. Make embedded or buried ground connections, taps and splices with exothermic welds. Effectively bond structural steel for buildings to the grounding system. Conduct ground resistance tests using a ground megohmmeter with a scale reading of 25 ohms maximum. Test methods shall conform to IEEE Standard 81 using the three electrode method. Conduct tests only after a period of not less than 48 hours of dry weather. Furnish to the Engineer a test report with recorded data for each ground rod location. 8- 31.8(4) Electric Service Install underground ducts, grounding, service entrance conductors, and service equipment per electric utility requirements. 8- 31.8(5) Field Tests Submit all field testing procedures for Engineer approval. Perform all field tests in accordance with previously approved procedures. Give sufficient notice to the Engineer prior to any test to permit witnessing the test. Provide the services of a recognized independent testing laboratory and pay all costs of performing the inspections and tests as specified herein. Highline Water District - Contract Documents 21- 2714.01 Phase 11 Reservoir Improvements 142 February 1999 1 Retesting will be required for all unsatisfactory tests after the equipment or system has been repaired. Retest all related equipment and systems if required by the Engineer. Repair and retest equipment and systems which have been satisfactorily tested but later fail, until satisfactory performance is obtained. Putting Equipment and Cables into Service — Submittal and favorable review of the specified factory and field tests shall occur before the Contractor is permitted to place the respective equipment or cable into service. Miscellaneous Tests: 1. Insulation Resistance, Continuity, Rotation: Perform routine insulation resistance, continuity and rotation tests for all distribution and utilization equipment including all motors 1/2 horsepower and larger prior and in addition to tests performed by the testing laboratory specified herein. Supply a suitable and stable source of test power to the test laboratory at each test site. The testing laboratory shall specify requirements. Notify the testing laboratory when equipment becomes available for acceptance tests. Work shall be coordinated to expedite project scheduling. All testing shall be performed in the presence of the Engineer. The testing laboratory shall be responsible for implementing all final settings and adjustments on protective devices and tap changes. Any system material or workmanship which is found defective on the basis of acceptance tests shall be reported directly to the Engineer. The testing laboratory shall maintain a written record of all tests and upon completion of project, assemble and certify a final test report. 2. Operational Tests: Operationally test all circuits to demonstrate that the circuits and equipment have been properly installed, adjusted and are ready for full -time service. Demonstrate the proper functioning of circuits in all modes of operation. 8 -31.9 Measurement No measurement will be made for "Electrical Work." Electrical Work shall include all materials, equipment, labor for installation, testing and warranty specified herein as shown on the drawings. 8 -31.10 Payment Payment for Electrical Conduits installed prior to backfilling of the reservoir excavation shall be part of the lump sum amount for "Concrete Water Reservoir" in the proposal. Payment for Electrical Work not included in "Concrete Water Reservoir" shall be part of the lump sum amount for "Park Restoration" in the proposal. Highline Water District - Contract Documents 21- 2714 -01 Phase 11 Reservoir Improvements 143 February 1999 8 -32 METAL FABRICATIONS (NEW SECTION) 8 -32.1 Description This work is the fabrication of aluminum and stainless -steel structural elements. 8 -32.2 Quality Assurance Materials, Fabrication, and Erection - Conform with the latest edition of "AISC Specification for the Design, Fabrication, and Erection of Structural Steel for Buildings" and the "Aluminum Construction Manual." Welding - By operators qualified tests as prescribed by the AWS in Standard Qualification Procedure for performance of the type of work required. Structural welding will require all welders to be certified by WABO or local building department jurisdiction. Grating Fabrication - "Metal Bar Grating Manual" by National Association of Metal Manufacturers (NAMM). Comply with OSHA and Building Code requirements. 8 -32.3 Submittals Shop Drawings - All fabricated metals illustrating dimensions, erection details, cuts, copes, connections, holes, threaded fasteners, and welds. Base dimensional data on actual field measurements where connections interface with other materials required. Mill Test Reports - Submit mill test reports for each shipment of materials or products. 8 -32.4 Product Delivery, Storage, and Handling Deliver, store, and handle materials in such a manner as to prevent damage to finished surfaces. Store above grade in clean dry location. Protect from corrosive elements. Handle and store during construction to prevent overstressing any elements. 8 -32.5 Aluminum 1. Structural Aluminum A. Plates - ASTM B 209, Alloy 5052 B. Structural Shapes - ASTM B 308 Alloy 6061 T6 Highline Water District - Contract Documents 21- 2714 -01 Phase 11 Reservoir improvements 144 February 1999 2. Bolts A. All bolts used in aluminum construction shall be stainless steel or galvanized A -325 steel bolts. B. Coat metal interface of aluminum and steel with mastic and /or gaskets to prevent potential galvanic action. 8 -32.6 Stainless Steel 1. Bars and Shapes - ASTM A 276, Type 316 2. Plates - ASTM A 240, Type 316 3. Bolts - ASTM A 193, Type 316 4. Nuts - ASTM A 194, Type 316 8 -32.7 Pipe Railing All connections shall be welded or mechanically joined using special connection pieces fabricated specifically for this use. On level runs, the top of the top rail shall be 42 inches above the floor. On stairway runs, the top of the top rail shall be not more than 34 inches nor less than 30 inches to the surface of tread in line with face of riser at forward edge of tread. Maximum spacing of posts shall be 6 feet. Toe boards consisting of 3/16- inch -thick by 4 inches high plate with a 1 -inch lip on top and bottom shall be provided on all exposed sides of all floor openings above space occupied by people and where indicated on the plans. Not more than 1/4-inch clearance shall be permitted between toe and board and floor level. Handrailing shall be OSHA and WISHA approved. 8 -32.8 Grating Grating shall be manufactured by Rockwell Standard Corporation, McNichols, Ryerson, or equivalent. Fabricate to comply with OSHA requirements. Bearing bars shall be as indicated on the plans with 1 -inch clear opening between bearing bars. Cross bars shall be spaced at 4 inches on- center. Band all edges and cutouts. Highline Water District — Contract Documents Phase II Reservoir Improvements 145 21- 2714-01 February 1999 8 -32.9 Fabrication Fabricate in accordance with the Drawings and additional requirements specified in this Section. Shop Assembly 1. Fabricate units in as Large parts and sections as practicable. 2. Holes in Members: Punch or drill as necessary to receive bolts and similar items. Do not cut holes with a torch. 3. Close all ends of pipe railing or hand rail with post terminal or cap with hemispherical caps of approved design. Grating 1. Fabricate complete with edge banding, cutouts, supporting beams, angle frames with welded -on anchors and j -bolts or saddle clips. All perimeter edges and openings /cutouts shall be banded with bars having the same dimensions as the bearing bars and flush at the top and bottom surfaces of the grating. Fabricate in sections. Maximum weight 80 pounds for removable sections and 150 pounds for fixed sections. 2. Provide hold -down anchors of saddle clips, studs, or j -bolts to prevent accidental displacement and safety hazard. 8 -32.10 Erection 1. Set and secure accurately to the required lines and levels shown on Drawings. 2. Protect the finish from scratches, nicks, and dents during erection. 3. Handrail - Install true to line and grade. Fabricated elements and in place elements centerline not to exceed a variation greater than 1/16 inch from design line and grade at any point. 4. Grating - Anchor all grating to supports with approved fastening devices. The top of grating and supports shall be set flush with adjacent surface. Straighten any grating with distortion that prevents true flat surface and continuous bearing on supports. 5. Anchor Bolts and Anchors - Locate and build into connecting work. Preset anchor bolts and anchors attached to templates of configuration required for fastening to structural members. Highline Water District - Contract Documents 21- 2714 -01 Phase 11 Reservoir Improvements 146 February 1999 6. Grouting - After all structural members have been properly positioned and all bolts and anchor bolts tightened, place grout between concrete and metal. Finish exposed surfaces flush and smooth. 8 -32.11 Measurement No measurement for "Metal Fabrications" will be made. 8 -32.12 Payment Payment for "Metal Fabrication" shall be considered part of the lump sum amount bid for "Concrete Water Reservoir" in the proposal. 8 -33 WOOD FENCE 8 -33.1 Description This work shall consist of providing wood fence(s) in accordance with the Plans, Special Provisions, and these Specifications. 8 -33.2 Materials Materials shall be as shown on the Drawings or as specified. All wood shall be pressure treated with .4 pounds per cubit foot of chromium copper arsenate complex unless otherwise noted on the contract plans. 8 -33.3 Construction Requirements Posts shall be placed in a vertical position set plumb and true. All posts shall be plumb within a to inch from top to ground line. The line of the fence shall be true to line within '/ inch, measured at the top of the post. Spacing shall be measured paralleled to the slope of the ground. All concrete footings shall be crowned so as to shed water. 8 -33.4 Measurement No measurement will be made for "6' High Wood Fence." 8 -33.5 Payment Payment for "6' High Wood Fence" shall be part of the lump sum amount for "Park Restoration" in the proposal. Highline Water District - Contract Documents Phase 11 Reservoir Improvements * * END OF DIVISION 8 * * 147 21- 2714-01 February 1999 1 DIVISION 9 MATERIALS 9 -05 DRAINAGE STRUCTURES, CULVERTS AND CONDUITS 9 -05.21 Casing (New Section) Steel pipe casing shall have a diameter and wall thickness as required by the Contractor's method of operation and shall conform to the requirements of the AWWA C200. The pipe shall be smooth and bare. Provide casing of size to permit proper construction to the required lines. Casing shall be the type shown in the table below. Use a minimum gage or wall thickness corresponding to the size of casing selected from the following: Equipment jacked casings with nipples at the spring line and crown 10 -foot centers for pressure grouting as specified. 9 -14 EROSION CONTROL AND ROADSIDE PLANTING 9- 14.1(1) Topsoil Type A Type A topsoil shall meet the following specification: Imported, 2 -way mix topsoil, screened, friable sandy loam with composted well rotted sawdust and manure added. Topsoil is to be blended to a ratio of 3 parts soil to 1 Hig/tline Water District - Contract Documents 21- 2714 -01 Phase 11 Reservoir Improvements 148 February 1999 Minimum Thickness Diameter of Casing Pipe 2500" 1/4" 12" or less 3125" 5/16" over 12" - 18" 3750" 3/8" over 18" - 22" 4375" 7/16" over 22" - 28" 5000" 1/2" over 28" - 34" 5625" 9/16" over 34" - 42' 6250" 5/8" over 42" - 48" Note: Minimum yield strength shall be 35,000 psi Equipment jacked casings with nipples at the spring line and crown 10 -foot centers for pressure grouting as specified. 9 -14 EROSION CONTROL AND ROADSIDE PLANTING 9- 14.1(1) Topsoil Type A Type A topsoil shall meet the following specification: Imported, 2 -way mix topsoil, screened, friable sandy loam with composted well rotted sawdust and manure added. Topsoil is to be blended to a ratio of 3 parts soil to 1 Hig/tline Water District - Contract Documents 21- 2714 -01 Phase 11 Reservoir Improvements 148 February 1999 part (Groco, Fertile Mulch, Steerco, or equivalent) rotted sawdust and composted manure. Topsoil shall be screened and free of noxious weeds, grass roots, stones, or debris over 3/8 inch in any dimension and any deleterious matter. Topsoil shall have an accompanying soil lab analysis from a state registered USDA lab and be approved by the lab and amended as recommended to form an optimum growing medium free of harmful or deleterious elements and further approved by the Engineer prior to delivery to the site. Topsoil shall meet the following sieve analysis: Sieve % Passing 3/8 inch 100% #10 85 -100% #100 50-80% #200 0-10% #270 0-2% 9- 14.1(2) Topsoil Type B Supplement this section with the following: Shall be existing on -site stockpiled soil. Remove from stockpiled soil all debris of any kind over 2 -inch in size, prior to placement. 9 -14.3 Fertilizer Supplement this section with the following: Fertilizer shall conform to Washington State Department of Agriculture Laws and Federal Specifications O-F-241D pertaining to commercial fertilizers. 9 -14.4 Mulch and Amendments 9- 14.4(3) Bark Mulch 7. 1.' Ground fir or hemlock bark medium grade, place minimum 2 -inch depth, of uniform color, free from weed seeds, sawdust, insects and splinters and shall not contain resin, tanning, 1 wood fiber, salts, or other compounds detrimental to plant life. Contractor shall submit for written approval by Engineer a representative sample of proposed bark mulch prior to installation. i 9 -14.6 Plant Materials HighlIne Water District - Contract Documents 21- 2714.01 Phase II Reservoir Improvements 149 February Add to Section 9 -14.6 the following: Quantities, Species -- Quantities, species and varieties, size and condition as specified on planting plan(s) and plant schedule(s). Plants to be Grade No. 1, shall conform to the American Standard for Nursery stock ANSI 260.1 -1990, fresh, well foliaged, in prime condition when in leaf, exhibiting normal habit of growth, having all buds intact and free from disease, injury, insects, insect eggs, larva, indications of strawberry root weevil, all seeds and weed roots. BR designates Bare Root. B&13 designates Balled and Burlapped. Condition of Plants - All plants shall be from stock which has been acclimated to conditions prevailing at the project and which has been consistently cultivated and grown in these conditions. No cold storage plants. All grafted trees to be grafted at ground level. Substitutions - Substitutions are strongly discouraged. No substitutions shall be made without the written approval al the Landscape Architect. Requests for substitutions must be accompanied by written proof from at least five sources (major suppliers) that any plant is not available. 9- 14.6(1) Root Barrier Root Barrier shall be Shawtown "SM" series root barrier by NDS (supplied by Northwest Landscape and Stone Supply, telephone 1 -800- 303 - 9325), or equivalent. Barrier shall be one piece void of hinge -type sections and connections must be made with solvent welded H couplings. Material must be a minimum of .060 thick and be made of 50 percent post - consumer High Impact Polystyrene. Material must contain U.V. inhibitors to insure longevity. Barriers must have 'h inch raised vertical rigs running perpendicular to the sheet, 6 inches on center. 9- 14.6(2) Quality All plant material Washington Grade No. 1 as per State of Washington, Department of Agriculture Order Numbers 1229, 1230, and 1322. Quality, size, and condition as determined by standards set forth in aforementioned standards and the American Association of Nurserymen Standard ANSI Z30.1 -1973. Plant names shall conform to latest edition of "Standardized Plant Names" as adopted by American Joint Committee of Horticulture Nomenclature. 9 -15 IRRIGATION SYSTEM Delete this Section and replace with the following: HighlIne Water District - Contract Documents Phase 11 Reservoir Improvements 150 21-2714-01 February 1999 1. Galvanized Pipe - Shall be Schedule 40, domestic manufacturer and shall conform to ASTM Designation A120-65. Fittings shall be malleable galvanized. 2. Plastic Pipe - Shall be PVC 1120, Class 200 for all lateral piping (downstream from valves) and Schedule 40 between valves and backflow preventer (main line). Pipe shall be marked with the manufacturer's name, class of pipe, NSF seal, date, and shift of manufacturing run. Pipe shall be no evidence of interior or exterior extrusion marks. Pipe walls shall be uniform, smooth, and glossy. Pipe may be pre - belled or with individual solvent -weld couplings. The successful bidder shall submit three (3) samples of 1 -inch, Class 200 pipe, 1 -foot, 0 inches long for approval prior to the start of work. Pipe shall conform to U.S. Product Standard PS 22 -70. Fittings shall be Schedule 40 weight (full size). Fittings, cement, and thinner shall be of the brand(s) recommended by the manufacturer of the pipe. Plastic pipe shall be Simpson Red - Diamond or approved equal. 3. Polyethylene Flex Pipe - Shall be Rainbird SP -20 /SP -100 swing pipe, linear low density polyethylene material, inside diameter .490 inches. Color shall be black. 4. Barbed Polyethylene Fittings - Shall be Rainbird SB series spiral barb fittings, sizes as required for system installation. 5. Sprinkler Heads - Shall be of the type and manufacturer shown on the plans. Refer to paragraph on substitution for equals. 6. Automatic Valves - Shall be of the size indicated on the valve data chart on the plans. Valves shall be Rainbird PEB -PRS series valves, 24 volt, normally closed with flow adjustment /shut -off handle. 7. Valve Boxes - Shall be Carson "Jumbo" irrigation valve box, green plastic, Model No. 1320 -13B with bolt -down capability. Cover is to be marked "Irrigation Valve". 8. Stop and Waste - Shall be Mueller H -10284 or equal. Provide operating key. Provide 1- cubic -foot gravel sump with poly sheet cover over gravel at each S &W. 9. Wire - All wire from controller to valves shall be No. 14 UF direct burial (UL approved), red or black for hot side, white for common, solid copper. Auxiliary wire, where specified, shall be any third color. UF and UL designations shall be clearly marked on the insulation jacket of all wires. 4 Highline Water District - Contract Documents 21- 2714 -0I Phase 11 Reservoir Improvements 151 February 1999 10. Quick Coupling Valve - QCV for air blowout of the system shall be Rainbird 22DLRC. Provide key to fit. 11. Backflow Preventer - Shall be Wilkins Double Check Assembly or approved. Include gate valves on inlet and outlet. 12. Pressure Reducing Valve - Shall be Wilkins 70, 2 -inch size with maximum pressure fall -off of 12 psi at 30 GPM (or approved). 13. Trenching and Backfill - Lateral pipe shall be installed with a minimum of 12 inches cover in lawns and 16 -inch cover in shrub beds. Ditches shall be free from rocks, debris, or sharp articles. Backfilling shall be accomplished in a manner to ensure no future settlement of the ditch and in no case less than 90 percent density at optimum moisture content. Backfilling around sprinkler heads shall be thorough, and especially attentive to the restriction of movement of heads by external force. Contractor shall be responsible for repairing all trench settlement during the warranty period of this Contract. 14. Lawn Heads - Lawn heads shall be installed flush with the finish grade to clear mowing equipment. Rise to sprinkler shall be a Schedule 80 PVC nipple. 15. Shrub Heads - Shrub heads shall be set flush with finish grade and shall be pip -up (see Irrigation Legend). Heads shall be set a minimum of 4 inches from any walk, drive, or path. The Landscape Architect has the option to increase the distance of setback which necessitates that the Contractor shall clear this matter with the Landscape Architect prior to start of construction. 16. Automatic Valves - Shall be installed in Carson 1320 -13b box with lid marked "Valve ". Provide galvanized or PVC nipple (minimum 4 inches long) and galvanized or PVC union on the inlet side. Adjust flow with stem of valve to balance system. Valve boxes shall be mounted flush with the surface unless otherwise indicated on the plans. Install immediately adjacent to walks or curbs, and always in shrub beds in groups where possible. 17. Pipe - PVC pipe ends shall be cut at 90 degrees to pipe length and cleaned of all cutting burrs with approved reaming tool prior to cementing. Pipe ends shall be wiped clean with a rag lightly wetting with PVC thinner. Cement shall be applied with a light coat on the inside of the fitting, and a heavier coat on the outside of the pipe. Pipe shall be inserted into the fitting, given a quarter turn to seat the cement. Excess cement shall be wiped from the outside of the pipe. Pipe will be tested as indicated elsewhere in these specifications. No backfill will be permitted other than at center of pipe until testing is completed. Lay mainline pipe with manufacturer's designations toward top of trench. llighiine Water District - Contract Documents Phase 11 Reservoir Improvements 152 21- 2714.01 February 1999 18. Backflow Prevention Unit - Install per plan with prior approval of the Landscape Architect. Minor adjustments of location may be required for aesthetic purposes at no additional cost to the contract. Install per code including galvanized union on both inlet and outlet sides. Double check to be installed in Carson 1320 -13b plastic box. Provide minimum of 6 inches of 3- inch washed gravel at bottom of box. 19. Electric Wire - Shall be buried at sufficient depth to meet local code and in no case less than the bottom side of the pipe. Spare wire, where specified, shall be common to all valves in the system and shall be looped at each valve as wire passes. Loop -knot end of spare wire at valves where wire dead ends. Sleeve under all pavement. Tape wire to mainline at 10 -foot intervals, tape bundles at 10 -foot o.c. 20. Main Line - Install with a minimum of 18 -inch cover. Lay with markings UP. 21. Valve Sleeves - Shall be 2 -inch PVC pipe with a Weathermatic 906L locking cap connected thereto. Use for all shutoff valves, stop and waste valves, and special drain valves not otherwise in multiple use box. 22. Pipe Sleeve - Where shown on the plans, piping and wire shall be installed in sleeves plastic pipe, of sizes shown, or if not sized, of sufficient inside diameter to permit easy withdrawal and reinsertion of piping and /or wiring. Pipe sleeves shall be a minimum of 18 -inch cover for piping and depth according to code for electrical wires. 9 -29 ILLUMINATION, SIGNALS, ELECTRICAL Replace this section with the following: 9 -29 ELECTRICAL 9- 29.1(1) General Provide all first quality, new materials, free from defects, and suitable for the intended use and space. Where two or more units of the same class of material are required, provide products of a single manufacturer. Unless otherwise indicated, provide materials and equipment that are the standard products of manufacturers regularly engaged in the production of such materials and equipment. Provide the manufacturer's latest standard design that conforms to these specifications. 9- 29.1(2) Conduit and Wireways (Including Couplings, Elbows, and Nipples) Highline Water District - Contract Documents 21- 2714 -01 Phase 11 Reservoir Improvements 153 February 1999 w.. The minimum size conduit shall be 3/4 -inch. Galvanized Rigid Steel (GRS) conduit shall be hot dip galvanized after fabrication and shall conform to ANSI C80.1 and UL 6. Rigid nonmetallic conduit shall be PVC Schedule 80 (PVC -80) approved for underground use and for use with 90 °C conductors, and shall conform to UL 651. For GRS conduit systems, provide threaded fittings; set -screw type and compression type are not acceptable. Bushings shall be insulated type. Bushings for GRS conduit systems shall be insulated grounding type. 9- 29.1(3) Wire and Cable All low voltage conductors shall be type THWN, stranded copper wire, 600 volt, Class B stranding, sizes #14 AWG and larger. Twisted Shielded Pairs (TSP) shall be UL listed Type PLTC cable with two #16 AWG copper conductors, 2 -inch or shorter lay, and 100 percent foil shield. Insulation shall be rated 600 volts and 90 °C. Cable shall be by Alpha, Dekoron, Belden or equal. Conductors for equipment grounding shall be stranded copper sized as shown on the drawings or to meet the NEC. Conductors shall have green Type TW insulation. 9- 29.1(4) Outlet, Junction, and Pull Boxes Outlet boxes shall be cast metal FS type units conforming to UL 514. Pull boxes and junction boxes shall be NEMA 4X stainless steel. 9- 29.1(5) Wiring Devices Receptacles shall be 20 ampere, 125 volt or as shown on the drawings NEMA 5 -20. Color shall be brown in industrial areas and ivory or white in office and other areas. Devices shall have nylon composition face with a nylon or melamine body, Units shall comply with Federal Specification W -C -596 and UL 498. Weatherproof receptacles shall be mounted in a cast metal box with gasketed, weatherproof, cast metal cover plate and a separate cap over each opening. Each cap shall be provided with a spring hinged flap, stainless steel springs and rubber gaskets. GFI receptacles shall be rated 20 amperes, 125 volt and conform to NEMA WD 1.10, UL 493, and UL 498. Highline Water District - Contract Documents Phase 11 Reservoir Improvements 154 21-2714-01 February 1999 Line voltage switches shall be rated 20 amperes at 277 Vac. Units shall be quiet operating type. Handle color shall be brown in industrial areas and white or ivory in office and other areas. Units shall conform to Federal Specification W -S -896, UL 20, and NEMA WD1. Device plates shall be of the style and color to match the wiring devices. Plates shall conform to NEMA WD1, UL 514, ANSI C73 and Federal Specification W -P -4552. Plates and boxes on finished walls and in corrosive areas shall be nonmetallic or stainless steel. 9- 29.1(6) Panelboards and Load Centers All panelboards shall comply with NEMA PB1, NEMA 250, UL 50, and Federal Specification W -P -115 for Type 1. Boxes shall be hot dip galvanized. Doors and trim shall be finished ANSI 61 gray. Each panelboard shall have a neutral bus and a ground bus. Panelboards or Load Centers used for service entrance shall be so labeled per Paragraph 1.02D above and shall conform to UL 869. Circuit breakers in Panelboards shall be bolt -on type. Load Center circuit breakers shall be plug in type. Provide a minimum of 20 percent spare breakers and 25 percent empty space for future breakers. Load centers shall be rated 240 Vac, 10,000 amperes RMS symmetrical. Circuit breakers shall be rated 10,000 amperes RMS symmetrical at 240 volts. Minimum circuit breaker width shall be 1 -inch and tandem breakers shall not be used. Branch breakers used for lighting circuits shall be UL listed as SWD rated. Circuit breakers indicated as having ground fault circuit interrupters (GFCI) shall be Class A type. Branch breaker positions shall not be used for main breakers. Units shall have a typed directory card. Units shall be Square D Type QO with QO circuit breakers, equivalent Bryant with BR circuit breakers, or equal. Circuit breakers shall have indicating handles with ON, OFF, and TRIPPED indication. They shall have inverse -time- current characteristic action. All multiple -pole circuit breakers shall be designed so that an overload on one pole causes all poles to open. Circuit breakers shall meet NEMA AB -1. 9 -29.2 Underground Electrical Work 9- 29.2(1) Materials Conduits shall be as specified in Paragraph 2.11. Handholes precast reinforced concrete of sizes shown on the Drawings, suitable for AASHTO HS20 loading. All hardware shall be stainless steel or hot -dip galvanized after fabrication; cable racking hardware, however, shall be non - metallic and corrosion resistant. 9- 29.2(2) Grounding Hightine Water District - Contract Documents 21- 2714-01 Phase 11 Reservoir ttnprovements 155 February 1999 Ground rods shall be copper clad steel, not less than 3/4 -inch diameter by 10 -foot length. Buried conductors shall be medium -hard drawn bare copper; other conductors shall be soft drawn copper. Exposed ground connections shall be high copper alloy bolted pressure types. Buried connections and connections in ground rod boxes shall be exothermic weld type. Ground rod boxes shall be 9- inch - diameter by 12- inch -deep precast concrete with hot -dip galvanized traffic covers embossed with the words "Ground Rod ". Assembly shall be suitable for AASHTO HS20 loading. 9- 29.2(3) Load Center and Irrigation System Enclosure The enclosures shall consist of a NEMA 3R enclosure free standing base mounting. Fabricate the panel from 12 -gauge 304 stainless steel with #4 brushed finish, and provide with single, continuous, hinged door having a stainless steel vault handle with three point roller rods and Bests CX key locks. Provide concealed lift off type hinge, two screened and gasketed louver vents (5 1/2" x 6 "), and removable back pan. Finish the back pan with baked white enamel. Provide the enclosures with a UL enclosure labels. Enclosures shall be manufactured by Skyline Electric of Seattle, WA, or approved equal. 9 -29.3 Irrigation System 9- 29.3(1) Irrigation Controller The irrigation system controller shall be of a hybrid type that combines electro- mechanical and microprocessor -based circuitry capable of fully automatic and manual operation. The controller will be housed in a weatherproof, lockable, 16 -gauge seamless steel cabinet suitable for wall mounting or free - standing pedestal mounting. The controller shall operate on a 117 VAC +/- 10% power input and be capable of actuating up to two 24 VAC, 7 VA solenoid valves per station plus a master valve or pump start relay. The controller shall be capable of operating four stations plus the master valve simultaneously. Controller output shall be protected against severe electrical surge. The controller shall have four separate irrigation p ro gram s (A, B, C, & D) which can have different start times, watering days, day cycles, and station timing. Each program shall have eight start times per day. The controller shall have 32 stations, with each station capable of an operating time of 0 to 2 hours in one - minute increments and 2 to 12 hours in 10- minute increments. Controller station operation shall be of automatic sequential stacking to avoid overlapping operation unless programmed to overlap. Highline Water District - Contract Documents 21- 2714 -01 Phase 11 Reservoir Improvements 156 February 1999 The controller shall have a 365 -day calendar with day -of -the -month OFF feature. Programs will run on an ODD /EVEN day cycle, day -of- the -week ON /OFF cycle, or in cycles from 1 to 99 days. In addition, the controller shall have a programmable rain shut -down from 1 to 99 days. The controller shall have two master valve /remote pump start circuits for use with a master valve to pressurize the system when the irrigation cycle starts or to activate a remote pump start relay to run the pump during the irrigation cycle. One master valve /pump start circuit shall be programmable by station; the other shall function at all times. The controller shall be capable of being operated manually at any time. A manual single station, a group of stations, or a program can be selected to run for the programmed time without affecting the normal program. The controller shall be capable of running a variable system test program without affecting the normal program. The controller shall be upgradeable by use of a MAXICOMT Interface Board. The controller shall have a Cycle + Soak' water management software which is capable of operating each station for a maximum cycle time and a minimum soak time to reduce water run -off and puddling. The maximum cycle time shall not be extended by water budgeting. The controller shall have an internal non - volatile memory which will retain the irrigation program and the programmed date and time for a minimum of 100 years without power. A 9 VDC rechargeable battery and recharging circuit shall also be included for counting down the program -in- progress during a power outage and shall allow programming of the controller when it is disconnected from the main power supply. There shall be a station status indicator light and a master valve status indicator light. These lights will indicate station operation and circuit integrity. An indicator for sensor status will be found on the front panel along with a switch to suspend sensor operation. This indicator and override will work with a sensor wired to the controller's sensor terminals. The controller shall be as manufactured by Rain Bird Sprinkler Mfg. Corp., Glendora, California. 9- 29.3(2) Irrigation System Materials Conductors for the station solenoids shall be stranded copper wire, 600 volt Type OF single conductor suitable for direct burial, Class B stranding, size 12 AWG. The station switching solenoid shall be the 150 -PGA 1 1/2" electric remote control solenoid, rated 7 VA at 24 VAC, by Rain Bird Sprinkler Mfg. Corp., Glendora, California. �, 9- 30.1(4) Steel Pipe Highiine Water District - Contract Documents 21- 2714 -01 Phase 11 Reservoir Improvements 157 February 1999 Delete Section 9- 30.1(4)A and replace with the following: 9- 30.1(4)A Steel Pipe (6 Inches and Over) Pipe Material: 1. Steel pipe and fittings shall be provided in accordance with ASTM A 53, ASTM A 106, ASTM A 120, API 5L, or AWWA C200 in conjunction with AWWA M11. design working pressures shall be 150 psi. 2. Steel for pipe fabricated to meet requirements of AWWA C200 shall conform to the requirements of ASTM A 285, Grade C, ASTM A 570, Grade C, or ASTM A 283, Grade C. Steel for ASTM A 53 and ASTM A 106 pipe shall be Grade A or B. Pipe Manufacturer: 1. Unless otherwise specified, ASTM A 53 pipe shall be Type E, electric resistance welded or type S, seamless pipe. The minimum wall thickness for ASTM A 53, ASTM A 106, or ASTM A 120 pipe shall be Schedule 40 for pipe 10- inch - diameter and less, We inch for pipe, 12 -inch through 24 -inch- diameter. 2. Joints shall conform to the requirements of AWWA C200 or ASTM A 120, as specified. Where no jointing requirements have been specified, joints shall be welded in accordance with AWWA C206. Flanges, where specified, shall be steel plate flanges conforming to AWWA C207 Class D. Fittings and Appurtenances: 1. Malleable iron threaded fittings and appurtenances shall conform to the requirements of ASTM A 47 or ASTM A 197, ANSI B16.3. 2. Steel fittings and appurtenances shall conform to the requirements of ASTM A 234 or ASTM A 105, ANSI B16.11. 3. Fabricated steel fittings and appurtenances shall conform to AWWA C208, and shall be designed in accordance with AWWA M11. 4. Unless otherwise specified, all fittings shall be rated for pressure and loadings equal to the pipe. Highline Water District - Contract Documents 21- 2714 -01 Phase 11 Reservoir Improvements 158 February 1999 Pipe Coating: 1. Galvanized: Where specified, pipe and fittings shall be galvanized in accordance with ASTM A 53. 2. Liquid Epoxy: Unless otherwise specified, pipe and fittings for buried installation shall be coated with liquid epoxy, shop applied, in accordance with AWWA C210, to a minimum thickness of 16 mils. Pipe Lining: 1. Liquid epoxy, meeting the requirement of AWWA C110, to a minimum thickness of 16 mils. 9- 30.2(7) Bolted, Sleeve -Type Couplings for Plain End Pipe Replace this section with the following: Pipe Flexible Couplings - All flexible couplings used for connections of pipe shall be "ROMAC" ductile iron couplings or an Owner approved equal. All buried flexible couplings shall be furnished with stainless steel bolts and nuts. 9- 30.3(9) Mud Valves (New Section) Type: Valves shall be of the iron body, bronze mounted type with rising stems, flanged ends, and shall open by turning counterclockwise. Body: Frame, yoke, and gate shall be cast iron, ASTM A 126, Class B. Stem: 1. Non - rising stem. 2. Stem, stem nut and seats shall be bronze. Seats: 1. Gate seat shall be rolled into dovetailed groove. 2. Body seat ring shall be threaded and screwed into place in the frame. Seating Head: 16 feet Mud Valves shall be by M &H, or equal. 9- 30.3(10) Backflow Preventer (New Section) Highline Water District - Contract Documents 21- 2714-01 Phase 11 Reservoir Improvements 159 February 1999 11 Type: Reduced pressure principle backflow assembly (RPBA), automatic operation, dual diaphragm relief valve. Design: Two independently acting spring- loaded toggle lever check valves separated by a spring loaded differential pressure relief valve. If either check valve should, the differential pressure relief valve will maintain a pressure differential of not less than 2 psi between the supply pressure and the zone between the two check valves by discharging water to the atmosphere. Accessories: Non - rising stem tight closing resilient seat isolation gate valves located at, or near, each end of the backflow preventer as shown on the plans. Properly located test cocks. Insulated enclosure for above - ground installation as shown on the drawings. Head Loss: 10 psi maximum at rated flow through the complete backflow assembly. ( Working Pressure Rating: 175 psi maximum. Hydrostatic Test Pressure: 350 psi. AWWA C506 Body: Ductile iron ASTM A 536 /Grade 65- 45 -12, epoxy coated internal 10 -220 mils. Main Valve Trim: Bronze ASTM B -61. Relief Valve Body and Trim: Bronze ASTM B -61. Internal Check Assembly: Stainless steel, 300 series. Springs: Stainless steel, 300 series. Ends: Flanged, class 125 ANSI B16.1. Servicing: All parts must be removable or replaceable without removal of the unit from the line. Approval: Must be listed on Washington State Department of Health's current list of approved reduced pressure principle backflow prevention assemblies and approved by local authorities. Manufacturer: Febco Model 825 Type YD, or equal. Disc Facing: Bronze. Hinge Pins: Stainless steel. Highline Water District - Contract Documents Phase 11 Reservoir Improvements :160 21- 2714 -01 February 1999 Outside Lever Position: Right hand side when facing the valve inlet unless otherwise shown. Lever Seal: 1. 3 -inch through 12 -inch valves: Hinge pin extended through outside lubricated bronze bushing and "0" ring seals. 2. 14 -inch and larger: Same, except outside packed glands instead of "0" rings. Nighline Water District - Contract Documents Phase 11 Reservoir Improvements 161 * * END OF DIVISION 9 * * 6 u Geotechnical Report Proposed High line Reservoir Tukwila, Washington October 22, 1998 Prepared for Parametrix, Inc. Sumner, Washington Prepared by . • •• ,:••• ••,• •••• Fr/4:.1 ••• • • • • • , : • • • • • • •••• • • • • • • • ••••• '•• • . • • • • • • • LANDAU ASSOCIATES! INC. •., ••• TABLE OF CONTENTS 1.0 INTRODUCTION 2.0 PROJECT UNDERSTANDING 3.0 EXISTING SITE CONDITIONS 3.1 SURFACE CONDITIONS 3.2 FIELD EXPLORATIONS AND LABORATORY TESTING 3.3 GEOLOGIC SETTING 3.4 SUBSURFACE CONDITIONS 3.4.1 Soil 3.4.2 Groundwater 4.0 CONCLUSIONS AND RECOMMENDATIONS 4.1 SEISMIC DESIGN 4.1.1 Bedrock Peak Ground Acceleration 4.1.2 Site Amplification 4.1.3 Site Response Spectra 4.1.4 Liquefaction Potential 4.2 REUSE OF ONSITE MATERIAL AS BORROW 4.3 EXCAVATION SUPPORT 4.3.1 Sloped Excavations 4.3.2 Tieback Soldier Pile Wall 4.3.3 Soil Nail Wall 4.4 FOUNDATION SUPPORT 4.5 FLOOR SLAB SUPPORT 4.6 ESTIMATED SETTLEMENTS 4.7 BELOW -GRADE WALLS 4.8 EARTH PRESSURES 4.9 RESISTANCE TO LATERAL LOADS 4.10 INFILTRATION 4.11 INTERCONNECTING PIPING 4.11.1 Trench Excavation 4.11.2 Pipe Foundation Support 4.11.3 Pipe Bedding and Backfill 4.11.4 Loads on Pipes 5.0 DOCUMENT REVIEW AND CONSTRUCTION OBSERVATIONS 6.0 USE OF THIS REPORT 7.0 REFERENCES 10/22/98 UPROIECIl1931013.201HIG LINE.RPT 2 3 3 3 4 4 5 5 5 6 6 6 7 7 7 8 8 10 11 13 14 14 15 15 16 17 17 18 18 19 20 APPENDIX A FIELD EXPLORATIONS Sample Disposal APPENDIX B LABORATORY TESTING Natural Moisture Content Grain Size Analysis TIEBACK ANCHOR TESTING AND ACCEPTANCE SOIL NAIL TESTING AND ACCEPTANCE Verification Testing Proof Testing APPENDICES APPENDIX A APPENDIX B APPENDIX C APPENDIX D Figure Title FIELD EXPLORATIONS LABORATORY TESTING TIEBACK ANCHOR AND SOIL NAIL TESTING AND ACCEPTANCE IMPROVEMENTS TO SOUTH 160TH STREET BORING LOGS LIST OF FIGURES 1 Vicinity Map 2 Reservoir Site and Exploration Plan 3 Interconnecting Piping Site and Exploration Plan 4 Site Response Spectra 5 Typical Soldier Pile Tieback Anchor Wall 6 Typical Soil Nail Wall 7 Traffic Loads on Pipes 10/22/98 IRROlECTl9310 13.201FUGHLINE.RPT C -2 C -2 C -3 1.0 INTRODUCTION This report presents the results of our field investigations and provides geotechnical engineering conclusions and recommendations for design and construction of the proposed Highline Reservoir, which is planned to be located at the northwest comer of Crestview Park in Tukwila, Washington. The purpose of this investigation was to obtain subsurface information to develop geotechnical conclusions and recommendations in support of design and construction of the reservoir. The project location is shown on the Vicinity Map, Figure 1. The Reservoir Site and Exploration Plan, Figure 2, shows the reservoir project area and the approximate location of the explorations completed for the reservoir. The Interconnecting Piping Site and Exploration Plan, Figure 3, shows the remainder of the project area and the approximate location of the explorations completed for the interconnecting piping. Appendix A presents a description of the field explorations and summary logs of conditions observed in the explorations. Appendix B presents a description of the laboratory testing program and results of the laboratory testing. Appendix C provides recommendations for tieback anchor and soil nail testing. Landau Associates, Inc. was contracted by Parametrix, Inc. to provide geotechnical services to support the project. Our services were provided in accordance with the scope outlined in our November 18, 1997 proposal, and Standard Subconsultant Agreement for Professional Services between Parametrix, Inc. and Landau Associates dated December 2, 1997. To support the proposed project, Landau Associates provided the following specific services: • Completed four borings to depths of between 591/2 and 791/2 ft below existing site grades to characterize subsurface soil and groundwater conditions at the reservoir site. Completed three borings along South 160th Street to depths of about 161/2 ft below existing site grades to characterize near - surface conditions along the proposed route of the connection pipeline. Representative soil samples from the borings were obtained and returned to our laboratory for further classification and testing. • Completed a limited geotechnical laboratory testing program on selected soil samples obtained from the borings to aid in classification, and to determine pertinent engineering properties of the site soil. Laboratory testing included natural moisture content determinations and grain size analyses. • Completed geotechnical engineering analyses and developed geotechnical engineering conclusions and recommendations for design and construction of the proposed reservoir and connection pipeline. Recommendations include: - recommendations for site grading, including support of temporary excavations (e.g., soil nailing, temporary tieback wall), configuration for temporary excavation slopes, reuse of onsite soil for fill, gradations for import fill, and backfill and compaction criteria recommendations for foundation support of the reservoir, and estimated total and differential settlements 10/22/98 I: IPROJECI1I931013.20WIGHIINE.RPT 1 LANDAU ASSOCIATES e... .v �:s :r.1- i:*:;:�i.x: k': +.: x;:F.cS:: .:l i,`... .i.ti�f1 =`•1 [�itM1 >.... lateral earth pressure recommendations for design of below grade walls, and soil unit weight for computing vertical Toads on the reservoir roof recommendations regarding resistance to lateral loads, including passive soil resistance and friction seismic design considerations, including recommended values for peak horizontal and vertical ground acceleration, site specific response spectra for 0, 2, 5, and 10 percent damping, dynamic lateral earth pressures, and a discussion of site amplification and liquefaction potential recommendations for construction of the interconnecting piping, including trenching, foundation support of pipes, gradations for trench backfill material, and trench backfill and compaction criteria a discussion of construction considerations. • Prepared and submitted this geotechnical design report summarizing our findings, conclusions, and recommendations for the project. The report includes a discussion of existing subsurface conditions within the project area, groundwater data, a site plan showing the approximate exploration locations, and summary logs of conditions encountered at the exploration locations. 2.0 PROJECT UNDERSTANDING We understand that the proposed project will consist of design and construction of a buried, 7.6- million gallon water reservoir in the northwest corner of Crestview Park; a pump station on the south side of South 160th Street, about 150 ft east of the intersection with Military Road South; and interconnecting piping. The reservoir is planned to be about 200 ft in diameter and about 35 to 40 ft in height. The interconnecting piping from the reservoir will extend to the north from the reservoir through an easement to South 160th Street. The drain will be tied into an existing sanitary sewer or storm sewer on South 160th Street, and a new pipeline will be constructed along South 160th Street to tie into the new pump station near Military Road South. The depth of the interconnecting piping as it leaves the reservoir will be on the order of about 30 ft below existing grades, becoming relatively shallow when the piping reaches South 160th Street. Soil cover over the interconnecting piping within the South 160th Street corridor is expected to be on the order of 3 to 4 ft. The project features are illustrated on Figures 2 and 3. 1W22/98 IAPROIECIV 93W 13.20W1GHLINE.RPT 2 3.0 EXISTING SITE CONDITIONS The following sections present a description of the existing surface features, and a discussion of near - surface, soil and groundwater conditions. Our assessment of existing site conditions is based on visual observations, review of available geologic maps of the area, and conditions observed in explorations completed for the project by Landau Associates. 3.1 SURFACE CONDITIONS The site of the proposed reservoir is located near the top of a generally north -south trending ridge along the west margin of the Green River Valley. The overall site topography slopes downward to the north. As illustrated on Figure 2, the south portion of the site is occupied by the abandoned Crestview Elementary School and the remainder of the site is occupied by Crestview Park. The northwest portion of the reservoir site is vegetated with mature conifer and deciduous trees, with a moderate undergrowth of vegetation typical of western Washington. The remainder of the reservoir site is vegetated with grass. The route of the interconnecting piping extends north from the reservoir though a residential lot to South 160th Street. The easement generally follows a gravel driveway, and the topography along the easement slopes downward from the reservoir to South 160th Street. South 160th Street consists of an asphalt -paved roadway with curbs, sidewalks and gutters east of 42nd Avenue South, and gravel shoulders west of 42nd Avenue South. The topography along South 160th Street slopes generally upward to the east from 42nd Avenue South, and is relatively level west from 42nd Avenue South. 3.2 FIELD EXPLORATIONS AND LABORATORY TESTING Subsurface conditions at the site of the proposed reservoir were explored on December 2 and 3, 1997 by completing four borings, B -1 through B -4, to depths of about 60 and 80 ft below the existing ground surface. Subsurface conditions along the proposed route of the interconnecting piping were explored by completing three borings, B -5 through B -7, to depths of about 161/2 ft below the existing ground surface. The borings were drilled by Holt Drilling, Inc., of Puyallup, Washington (under subcontract to Landau Associates) using a truck - mounted drill rig advancing hollow -stem augers. Boring locations were determined in the field by pacing and taping from existing site features; therefore, the location of borings shown on Figures 2 and 3 should be considered approximate and may vary from those locations shown on the figures. Details of the exploration program are summarized in Appendix A of this report, and summary logs of the conditions 10/22/98 I,\PROJ ECI\193\013.20\HIGHLINE.RPT 3 LANDAU ASSOCIATES I . encountered in the explorations are presented on Figures A -2 through A -8 in Appendix A . A key to the terms i . and symbols used on the summary logs is included as Figure A -1. Landau Associates completed a geotechnical investigation in 1991 for improvements to South 160th Street. Boring logs from that investigation are included in Appendix D. The approximate boring locations are shown on Figure 3. Geotechnical laboratory testing consisted of natural moisture content determinations on soil samples from the borings and grain size analyses on selected samples from the borings. The results of the moisture content determinations are shown on the summary logs in Appendix A, and the results of the grain size analyses are shown on Figures B -1 through B -5 in Appendix B. Appendix B provides a description of the [ laboratory testing methods. 3.3 GEOLOGIC SETTING The project site is situated along the east margin of a broad glacial upland area bounded on the west by Puget Sound and on the east by the Duwamish River Valley. The surficial geology in the project area was originally mapped by Waldron (Waldron 1962) as Vashon -age glacial recessional outwash. This designation appears to have been carried forward by Galster and Laprade, who produced a surficial geologic map of the Seattle area (Galster and Laprade 1991). Glacial recessional outwash is a glaciofluvial sediment deposited as the last ice receded, and hence the deposit was not overridden by the ice sheet. Glacial recessional outwash is generally loose to medium dense. Based on our reconnaissance of the project area, soil conditions observed in the borings completed for the project, and our understanding of the general glacial geology in the mid -Puget Sound region, is appears that the unit was misidentified during the original mapping of the surficial geology. The unit was observed in the borings to be in a dense to very dense state, which is typical of a glacial advance outwash deposit. ( Glacial advance outwash is also of glaciofluvial origin, but is deposited in front of the advancing ice sheet, which overrides the deposits, producing a highly compact unit. Glacial advance outwash is generally similar in composition and texture to glacial recessional outwash. In Landau Associates' opinion, the glacial unit that underlies the site is a glacial advance outwash. 3.4 SUBSURFACE CONDITIONS The following summarizes the near - surface soil and groundwater conditions encountered in the explorations at the site. 1 10/22/98 1 PROJECT1931013.201H1GHL1NE.RPT 4 LANDAU ASSOCIATES 3.4.1 SOIL Near - surface soil conditions observed in borings B -1 through B-4, completed for the reservoir, consist of glacial advance outwash to the depths explored (60 to 80 ft below existing site grades). The glacial advance outwash observed at the boring locations consists of a stratified deposit of moist, brown, fine, fine to medium, and fine to coarse sand with trace to few gravel and silt. The upper 10 ft of the deposit was observed at the boring locations to be medium dense to dense, becoming very dense with depth. Near- surface soil conditions observed in borings B -5 through B -7, completed for the interconnecting piping and reported in borings BOR -1 and BOR -2, generally consist of glacial advance outwash to the depths explored (16' ft below road level), with the exception of boring B-6, where 41/2 ft of surficial fill was observed over the glacial advance outwash. The glacial advance outwash observed at the boring locations consists of a stratified deposit of moist, brown, fine, fine to medium, and fine to coarse sand with trace to few gravel and silt. The glacial advance outwash was generally loose to medium dense near the surface, grading dense to very dense with depth. Fill in boring B-6 consists of dense, moist, dark brown, fine to coarse sand with trace gravel and silt. 3.4.2 GROUNDWATER Groundwater was not encountered in the borings drilled in the vicinity of the proposed reservoir or in the borings drilled along the proposed route of the interconnecting piping at the time the explorations were completed (December 1997). Based on review of available geologic information, we expect that groundwater underlies the site well below the depths explored, and groundwater is not expected to be encountered in the excavation for the reservoir or in trenches for the interconnecting piping. 4.0 CONCLUSIONS AND RECOMMENDATIONS Based on conditions observed in the explorations, and results of our engineering evaluation, construction of the proposed reservoir and interconnecting piping are feasible using conventional construction techniques. The following present geotechnical recommendations for seismic design, reuse of onsite material as borrow, foundation support, floor slab support, estimated settlements, earth pressures on below -grade walls, resistance to lateral loads, infiltration, and construction of the interconnecting piping. 10/22/98 I:\PROJ ECI\ 193‘0I 3.20■HIGHLINE.RPT 5 LANDAU ASSOCIATES t i i 4.1 SEISMIC DESIGN We understand that seismic design of the reservoir will be in accordance with American Water Works Association (AWWA) criteria and the 1997 Uniform Building Code (ICBO 1997). We understand that the reservoir's primary function will be for equalization. If the reservoir should be used for tire safety, then the following sections provide the minimum criteria for seismic design of the reservoir. 4.1.1 BEDROCK PEAK GROUND ACCELERATION If the proposed reservoir is considered an essential facility per Table 16 -K of the 1997 Uniform Building Code (UBC), Section 1631.2 of the 1997 UBC requires that they be designed for ground motions produced by an earthquake with a 10 percent probability of occurrence in a 50 -year period. Several published seismic risk maps for the Puget Sound region, corresponding to a 10 percent probability of exceedence in a 50 -year period, were reviewed and the following horizontal bedrock ground accelerations are interpreted from the maps: Horizontal Ground Acceleration Coefficient for the Highline Reservoir Area Source 0.30 ICBO 1997 0.31 (Acceleration- related) ASCE 1996 0.29 (Velocity- related) 0.30 AASHTO 1996 0.28 WSDOT 1996 Most of the recent seismic risk mapping indicates an acceleration coefficient for a bedrock site of about 0.30g for the proposed Highline Reservoir area. The WSDOT value is slightly lower, but is based on older mapping that does not reflect recent advances in the understanding of seismic risk in the Pacific Northwest. Given the above seismic risk mapping results, we recommend use of an effective peak bedrock horizontal ground acceleration of 0.30g. The vertical acceleration can conservatively be assumed to be two - thirds of the horizontal acceleration. 4.1.2 SITE AMPLIFICATION Depending on soil conditions at a site, amplification of bedrock ground motions can occur as the seismic waves propagate upward through the soil column. Cohesive soil and deep deposits of cohesionless soil tend to amplify bedrock ground motions, whereas areas where bedrock is within a few hundred feet of the surface are generally not as susceptible to ground amplification. 10/22/98 1:\PROJ EC71193 ■O l 3.20WIGHLINE.RPT 6 LANDAU ASSOCIATES Near - surface conditions at the site consist of very dense glacial soil, and bedrock reportedly underlies the site at a depth of over 600 ft (Buchanan-Bank and Collins 1994). Therefore, some amplification of bedrock ground motion will probably occur, and a peak horizontal ground acceleration of 0.33g should be used for design. Soil Profile Type Sc, as defined by UBC, should be used for seismic design of the reservoir. The corresponding seismic coefficient for use in describing a UBC response spectra would be C, = 0.33 and C,, = 0.45 (ICBO 1997). 4.1.3 SITE RESPONSE SPECTRA A site response spectra for a single degree of freedom system was developed using the Newmark method (Newmark and Hall 1982) for a peak horizontal ground acceleration of 0.33g, and for critical damping levels of 0, 2, 5, and 10 percent. The peak horizontal ground acceleration includes the effect of ground amplification. The site response spectra is presented on Figure 4. The UBC method, Figure 16 -3 in 1997 UBC, could also be used to develop a design response spectra. 4.1.4 LIQUEFACTION POTENTIAL Near- surface conditions at the site consist of very dense glacial soil; groundwater was not encountered to the depth explored (about 80 ft) at the reservoir site. Glacially - consolidated soil is not considered to be prone to liquefaction during a seismic event. Because of the very dense soil and absence of groundwater, liquefaction of the site soil during the design earthquake is considered to be improbable. 4.2 REUSE OF ONSITE MATERIAL AS BORROW As part of our scope, Landau Associates evaluated the suitability of the onsite soil for use as a borrow source. The following summarizes our evaluation. Grain size analyses of selected soil samples from the borings indicate that soil from the reservoir excavation would not meet the gradation requirements for Gravel Borrow as defined in Section 9- 03.14(1) in the 1998 WSDOT /APWA Standard Specifications. Though the onsite soil has a relatively low fines /content, generally less than 10 percent, the amount of fine to medium sand (material passing a U.S. No. 40 Sieve) is generally 40 to 70 percent by dry weight, which is in excess of that allowed by the specifications (30 percent maximum). Portions of the excavated soil will meet the requirements for Select Borrow, as defined in Section 9- 03.14(2), which allows up to 50 percent passing the U.S. No. 40 sieve. All of the soil will meet the requirements for Common Borrow, as defined in Section 9- 03.13(3) of the 1998 WSDOT /APWA Standard Specifications. 10/22/98 1:\PROJECT\ I9310I3.20W1GHIINE.RPT 7 LANDAU ASSOCIATES 4.3 EXCAVATION SUPPORT The excavation to construct the reservoir is planned to extend up to about 40 ft below existing site grades. Based on conditions observed in the borings, feasible excavation alternatives include sloped excavations, a combination of a cantilevered wall and sloped excavations, a soldier pile and lagging wall with tieback anchors, and a soil nail wall. The following sections provide recommendations for these various methods of excavation support. 4.3.1 SLOPED EXCAVATIONS The native sand to the depth explored was observed to be in a moist condition with relatively little fines (material passing a U.S. No. 200 sieve). Long -term temporary excavation slopes in the native sand soil should be sloped at about 1 1 /2H:1 V to limit sloughing and raveling as the exposed soil on the face of the temporary excavation slope dries. In addition, the exposed soil will be highly erodible. We recommend that the slope face be covered with plastic (or other approved measures) to protect the soil face from precipitation and drying. Applying a layer of shotcrete to the face of the temporary excavation slope would prevent raveling and sloughing, and could allow for steeper temporary excavation slopes. With the face of the excavation slope protected, we recommend that temporary excavations be sloped no steeper than 1 H:1 V. Temporary excavation slopes should be the responsibility of the contractor. All applicable local, state, and federal safety codes should be followed. Temporary excavation slopes should be monitored during construction for evidence of instability, and if detected, the contractor should flatten the temporary excavation slope or install temporary shoring in accordance with the recommendations in the following sections. For a 40 -ft deep excavation, the horizontal extent of a temporary excavation sloped at 1 1 /2H:1 V will be on the order of 60 ft. The horizontal extent could be limited by constructing a cantilevered soldier pile wall at the base of the excavation. For the combination of a sloped excavation and cantilevered shoring, we recommend that the temporary excavation slopes above the shoring wall be no steeper than 11/2H:1 V. The exposed soil should be protected from the elements as recommended above. The soil parameters in the table below may be used for design of a cantilevered shoring wall by either the free -end or fixed -end method. 10/22198 L•\ PROJECT11931013.20■} 1GHLINE.RFr 8 LANDAU ASSOCIATES Parameter RECOMMEND DESIGN PARAMETERS CANTILEVERED SHORING WALL Recommended Value Remarks Active Lateral Earth Pressure (1 1/2H:1 V backslope) Passive Soil Resistance 50 pcf Acts over one pile spacing above the base of the excavation and one pile diameter below the base of the excavation. 350 pcf Acts over two pile diameters or one pile spacing, whichever is less. The upper 1 ft of passive resistance should be disregarded in design. The allowable passive resistance has been reduced by a factor of 1.5 to limit wall deflections to Tess than 3 percent of the embedded depth. Typical types of cantilevered walls include driven interlocking sheet piles and H -piles with wood lagging. Because of the very dense nature of the sand deposit, driving of sheet piles will require a large vibratory hammer and it will likely be very difficult to achieve sufficient penetration to develop the required passive resistance. In addition, the driving of sheet piling may result in unacceptable vibration levels in the site vicinity and increased raveling and sloughing of temporary excavation slopes. If a cantilevered wall is considered, we recommend that it be constructed using steel H -piles and wood lagging. For economic reasons, cantilevered walls are generally limited to about 10 to 14 ft in height, depending on backslope and foreslope conditions. Higher walls are usually provided with tieback anchors to reduce the size of the H -pile needed to resist the bending moments. Recommendations for tieback walls are provided in Section 4.3.2 of this report. H -piles would be installed by augering a hole to the required depth, setting the H -pile into the hole, and filling the hole with grout. If caving occurs during augering, then casing or other methods will be required to stabilize the hole. The hole from the pile tip to the anticipated base of the excavation is typically filled with a structural grout, while the portion of the hole extending above the anticipated excavation base is filled with a low - strength grout to allow removal of the grout from around the pile so the lagging can be attached as the excavation proceeds downward. Wood lagging, typically 3 to 4 inches thick, is placed between the H -piles and restrained by the flanges. Because of bridging between adjacent piles, we recommend that 50 percent of the applied active earth pressure be used to size the lagging. In addition, we recommend that no more than 5 vertical feet of unsupported soil be exposed during installation of the lagging. Voids behind the lagging should be backfrlled with either a non - structural mixture of sand, water, and fly -ash, (locally referred to as "gunk "), or Controlled Density Fill (CDF) having an unconfined compressive strength of at least 300 psi. 10/22/98 l;1PROJEC \1931013.20WIGHLIVE.RPT 9 LANDAU ASSOCIATES 4.3.2 TIEBACK SOLDIER PILE WALL Support of temporary excavations may also be provided by a tied -back soldier pile wall with wood lagging. The wall would be constructed in a similar manner as described above for a cantilevered wall, but additional lateral support would be provided by tieback anchors extending into the formation around the excavation. We recommend that temporary tieback anchors be installed by means of pressure grouting. The anchors may be drilled by open hole methods if the hole does not cave. If caving occurs, the hole should be cased. Centralizers should be placed on the grouted portion of the anchor to keep the tendons in the center of the hole. The portion of the anchor hole within the no load zone, as defined on Figure 5, should be backfilled with a non - structural mixture of sand, water, and fly -ash, and the tendons encased in PVC pipe to prevent load transfer in this portion of the anchor. Assuming the above construction sequence for a tieback wall with two or more rows of tiebacks, a level backslope behind the wall, and drained backfill conditions, the portion of the wall that extends above the base of the excavation should be designed to resist a uniformly distributed lateral earth pressure of 18 H psf (H is the vertical height of the wall). From the top of the wall to a depth of 0.20 H, the lateral earth pressure can be assumed to increase from zero at the ground surface to the maximum of 18 H psf. For cantilevered soldier pile sections, or when the loading is such that the wall behaves as a cantilevered wall, such as for a single row of tiebacks, the lateral earth pressures are better approximated by a triangular pressure distribution corresponding to an equivalent fluid weight of 27 pcf for level backslope above the wall to 50 pcf for a 1.5H:1 V backslope above the wall. The lateral earth pressures given above are assumed to act over one pile spacing. The portion of the wall extending below the base of the excavation should be designed to resist an active lateral earth pressure equivalent to that of a fluid with a density of 27 pcf. The lateral earth pressure for the portion of the wall below the base of the excavation is assumed to act over one pile diameter. Lateral loads on the wall will be resisted by the tieback anchors and passive earth pressure acting on the embedded portion of the H- piles. The available allowable passive resistance can be computed based on an equivalent fluid density of 350 pcf. The upper 2 ft of passive resistance should be disregarded in design. The allowable passive resistance has been reduced by a factor of 1.5 to limit wall deflections to less than 3 percent of the embedded depth. Passive earth pressures are assumed to act over two pile diameters or one pile spacing, whichever is less. The lateral earth pressure distribution on a tieback soldier pile wall with two or more anchor levels is illustrated on Figure 5. Tieback anchors installed by means of pressure grouting can typically obtain ultimate unit soil pullout resistances in the range of 6 to 10 kips per square foot (ksf) in glacially consolidated soil. Gravity grouted 10/22/98 IAPROJECIN193\013.20■HIGHUNE.RPT 10 LANDAU ASSOCIATES anchors installed in glacial soil can typically obtain an ultimate unit soil pullout resistance of 2 to 3 ksf. Actual ultimate unit soil pullout resistances are a function of soil type, groundwater conditions, construction methods, and other factors. Allowable anchor pullout resistance should be determined to achieve a minimum factor of safety of 2.0. Actual anchor lengths will be determined during construction based on the results of a 200 percent verification test, which is described in Appendix C of this report. At least one tieback anchor per tieback row should be subjected' to a 200 percent verification test to verify that the design tieback pullout resistance has a minimum factor of safety of 2.0, and all production anchors should be tested to at least 130 percent of the design Load to verify the structural components of the anchors. The 200 percent verification test may be performed on one of the production tiebacks. The tendons on the no load portion of the anchor should be encased in PVC to prevent load transfer during the test. Recommendations for tieback anchor testing are presented in Appendix C of this report. Tieback anchors should not be destressed until the wall has reached the height of the tieback to be destressed and has gained the necessary strength to support the lateral earth pressure. If the wall is not poured against the shoring wall, then tieback anchors should not be destressed until the level of backfill has reached the tieback anchor level. 4.3.3 Son, NAIL WALL Soil nailing is an earth retention system that combines relatively short in situ reinforcements and shotcrete to support the excavation face. The reinforcements consist of steel members that are usually installed in pre- drilled holes and then grouted into place. A relatively large number of soil nails are installed in a grid pattem that reinforces the soil into a stable block, which supports the unreinforced soil behind it in a manner similar to that of a gravity wall. It is important to understand that the soil nailing reinforcement is not installed in the same manner as tieback anchors (which is described above), and functions in a somewhat different manner. While both soil nails and tieback anchors have anchorage zones, the soil nails are grouted over their full length and create a bond between the reinforcement and the soil on both sides of a critical failure plane. Usually, only a small portion of the anchor load is transferred to the wall face. Tieback anchors, on the other hand, are not grouted full length and are designed to transfer high loads from the wall face across the no -load zone to beyond the critical failure surface. The construction of soil - nailed excavation walls on this project would in general consist of: 1) completing the excavation in lifts of about 4 to 6 ft in depth; 2) drilling holes for the nails into the soil; 3) placing and grouting the steel nails; 4) placing steel mesh reinforcement over the exposed soil face; and 5) covering the excavation face with shotcrete. This process is repeated until the excavation is completed. 10/22198 I: TROWECT119310I3.201H1 IGHIINE.RPT 1 1 LANDAU ASSOCIATES Figure 6 illustrates the typical elements of a soil nail wall. To limit the potential for raveling of the excavation face, each lift should be excavated, reinforced, and shotcreted as quickly as possible, and in no case should the unsupported stand time exceed 24 hours. It is our opinion that the soil underlying the site is suitable for the application of soil nailing. However, because of its variable nature, the surficial layer of soil may present installation difficulties. If room is available on the site, the upper 4 to 5 ft of the excavation could be sloped back in accordance with the recommendations in Section 4.3.1 of this report to increase the stability and reduce the potential for installation difficulties. If the exposed soil face is unable to stand unsupported to allow installation of the nails, modifications to the installation procedure may be required. Such modifications could include: 1) decreasing the lift depth; 2) reducing the unsupported standing time; or 3) modifying the installation sequence so that the reinforcing mesh and shotcrete are placed prior to installing the nails. Contingency plans should be developed to handle these potential problems prior to the start of the project. For estimating purposes, we recommend a design soil unit weight of approximately 125 pcf and friction angle of 30 degrees for the upper 10 ft of surficial soil. For the lower, very dense sand, we recommend a design unit weight of approximately 130 pcf and friction angle of 36 degrees. The table below summarizes the recommended design values. Factors of safety should be applied as appropriate to account for variability in the soil deposits. RECOMMENDED SOIL NAIL DESIGN VALUES Parameter Upper Variable Lower Very Sand Dense Sand Unit Weight (pcf) 125 130 Friction Angle (degrees) 30 36 Ultimate Bond Stress (psi) 3.5 15 At least three different methods are presently being utilized in the design of soil nailing. All of the designs are based on limit state equilibrium analysis using assumptions of the soil strength that need to be field- verified by testing a percentage of the nails. The actual shear capacity available between the reinforcement, grout, and soil are important design parameters that can vary with the method of installation. Therefore if soil nailing is provided as an option, the contract documents should address the performance of the soil - nailed wall so that its design and installation is solely the responsibility of the contractor. The design 10/22/98 1: VPROJECrV193V013 .20VHIGHLINE,RPT 12 LANDAU ASSOCIATES should use an approved limit state analysis that demonstrates: 1) no failure surface exists through or outside the reinforced zone with a factor of safety less than 1.5 against sliding; 2) the working stress of the steel reinforcement bar does not exceed 80 percent of the yield stress; and 3) the mobilized soil strength is less than half the maximum available adhesion between the grout and soil as determined by the soil shear strength parameters. We recommend that the design of the soil nail wall system be field- verified by testing a minimum of three nails to 200 percent of the design load. The verification nails should be installed and tested relatively early during the excavation sequence but should be located at a minimum depth of 12 ft and also be below the zone of surficial disturbed soils. The verification nails should not be incorporated into the wall system after testing. Based on the results of the verification tests, modifications to the soil nail system design may be implemented as necessary to efficiently utilize the soil's inherent strength while still maintaining appropriate factors of safety. We also recommend that a minimum of 5 percent of the production nails be proof- tested to 150 percent of the design load as an aid in documenting the performance of the soil nail wall system and to identify changes of installation conditions in soil. Soil nail testing should be in accordance with the recommendations outlined in Appendix C of this report. Typically, drainage measures are incorporated into the wall face to drain the soil and ensure that hydrostatic pressures do not develop. However, for the expected soil conditions, drainage measures will likely not be required. 4.4 FOUNDATION SUPPORT The foundation soil for the reservoir is expected to consist of very dense sand and, in an undisturbed condition, will provide very good foundation soil for the reservoir. Because the sand contains little binder material, the foundation soil can become easily disturbed during routine construction activities. If the foundation soil becomes disturbed, it will be necessary to recompact the soil to at least 95 percent of the maximum dry density as determined by the ASTM D1557 test procedure. To prevent disturbance of the foundation soil, we recommend placing a minimum 12 -inch thick layer of crashed rock, compacted to at least 95 percent of the ASTM D1557 maximum dry density, over the entire foundation footprint to provide a level working surface that will be more resistant to disturbance by construction activities. Crushed rock should meet the requirements for base course in Section 9- 03.9(3) of the 1998 Standard Specifications for Road, Bridge and Municipal Construction prepared by the Washington State Department of Transportation (WSDOT) and American Public Works Association (APWA). Immediately prior to placing a working surface or pouring the foundation for the tank, the foundation should be observed by a qualified geotechnical engineer to confirm that the foundation surface is properly prepared. 10122/98 l: \PROJECITI93\0I3.20WIGHLINE.RPT 13 LANDAU ASSOCIATES For the reservoir foundation prepared as described in the previous paragraphs, we recommend a maximum allowable soil bearing pressure of 7,000 pounds per square foot (psf) be used for design of isolated or continuous footings at least 24 inches in width. The maximum allowable bearing pressure may be increased by one -third for transient loads such as from wind or seismic loadings. We recommend that the footings be at least 18 inches below the lowest adjacent finished grade. 4.5 FLOOR SLAB SUPPORT It is anticipated that the reservoir floor will be constructed as slab -on- grade. If properly prepared and maintained, the expected soil at the floor slab level will provide suitable support. To provide uniform support for the slab -on -grade floor, we recommend the exposed subgrade be prepared by recompacting the surface to at least 95 percent of the maximum dry density (ASTM D1557). The slab subgrade should be checked by a qualified geotechnical engineer. Any loose, disturbed, or softened material should be removed and replaced with compacted crushed rock meeting the requirements for Base Course in Section 9- 03.9(3) of the 1998 WSDOT /APWA Standard Specifications. 4.6 ESTIMATED SETTLEMENTS We estimate that total settlements under the maximum allowable foundation loads will be on the order of 1 inch or less. The majority of the settlement will occur due to elastic compression of the underlying soil as the Toads are applied during construction and filling of the reservoir. Differential settlements between the center and the outside of the reservoir floor slab are expected when water loads are applied to the entire bottom footprint of the reservoir. Differential settlements due to the differences in stresses between the outside and center of the foundation will be on the order of less than %z inch. For deflection analysis of slab -on -grade floors, a design value of 400 pci may be used for the coefficient of vertical subgrade reaction, kol, for a 1 -ft square plate. This coefficient of vertical subgrade reaction can be proportioned for the radius of the apparent loaded area by the expression: = [(B +1) /(2B)] 2 k01 where B is the radius of the apparent loaded area, in feet, which is a function of the thickness and flexural stiffness of the slab. The apparent radius of loaded area typically ranges from about 10 to 15 times the slab thickness. The value for the coefficient of vertical subgrade reaction is based on the assumption that subgrade preparation will be as recommended in this report. 10/22/98 IAPROIECII I93W 13.20U{1GHLINE.RPT 14 LANDAU ASSOCIATES 4.7 BELOW -GRADE WALLS The groundwater table in the vicinity of the reservoir is well below the planned foundation level of the reservoir and the soil that underlies the site is relatively free - draining. Water infiltrating into the site soil is expected to infiltrate down past the reservoir. Provided that zone of free - draining material is adjacent to the below -grade walls of the reservoir, it is our opinion that installation of a foundation drainage system would not be necessary. With the exception of the upper 5 to 6 ft of native soil at the site, the remainder of the material excavated for the reservoir could be used as free - draining wall backfill material. If there is not enough material to backfill around the reservoir, or if the site soil becomes contaminated with fines during construction, then import material, meeting the requirements for Gravel Backfill for Walls in Section 9- 03.12(2) of the 1998 WSDOT /APWA Standard Specifications should be used for backfill. Backfill should be placed in relatively horizontal lifts of 12 inches or less, and compacted to between 90 to 92 percent of the maximum dry density. Hand - operated compaction equipment should be used within 5 ft of the wall. The upper 1 ft of backfill material should consist of relatively impermeable soil and should be sloped to direct runoff away from the reservoir. If a perimeter drain is desired, then it should be installed at the exterior base of the foundation and consist of 4 -inch diameter, heavy -duty, PVC plastic pipe placed with the perforations down. The drain should be surrounded by at least 6 inches of gravel meeting the requirements for Gravel Backfill for Drains in Section 9- 03.12(4) of the 1998 WSDOT /APWA Standard Specifications, and encased in a non -woven geotextile drainage fabric such as specified in Table 1 for low survivability and Class A in Table 2 in Section 9 -33 of the 1998 WSDOT /APWA Standard Specifications. The drain should discharge by tightline to the storm drainage system. 4.8 EARTH PRESSURES Lateral earth pressures which develop against below -grade walls will depend on the method of construction. If the shoring system is used as the "back form" for below -grade walls, then the applied lateral earth pressure will be from the native, very dense sand, and portions of the shoring system not subjected to deterioration with time (such as the soldier piles) may be included in determining the resistance to lateral loads. If the reservoir is constructed such that there is space between the below -grade wall and the shoring system, then the type and degree of compaction of the wall backfill will generally control the applied lateral earth pressure. In addition, the degree to which the wall can yield laterally during or after placement of backfill will determine the magnitude of the applied lateral earth pressure. When the wall is restrained against lateral movement or tilting, the soil pressure exerted is the at -rest soil pressure. Wall restraint may develop if a rigid 10/22/98 1: \ PRO' ECIl193 \0I3.20WlGHLINE.RPT 15 LANDAU ASSOCIATES structural network is constructed prior to backfilling or if the wall is inherently stiff or is restrained from rotation. However, if the wall is allowed to rotate or yield so the top of the wall moves an amount equal to about 0.002 times its height, the soil pressure exerted will be active soil pressure. It is assumed that reservoir walls will generally be constrained from lateral deflections from backfill loads acting on the walls (at -rest condition). We recommend that non - yielding walls under drained conditions be designed for an equivalent fluid density of 55 pcf for at -rest conditions. Design of any subsurface walls should include appropriate lateral pressures caused by any adjacent surcharge Toads. For uniform surcharge pressures, a uniformly distributed lateral pressure of 0.40 times the surcharge pressure should be added. Lateral earth pressures developed for this condition assume that the backfill surface is relatively level. Seismic lateral earth pressures were developed using the Mononobe -Okabe analysis method (Applied Technology Council 1981) with a structure that is not allowed to deflect during the design seismic event. Assuming a peak horizontal ground acceleration of 0.33, a uniform seismically induced earth pressure equal to 14 H psf (H= buried height of the wall) should be applied to the buried sides of the tank. A soil unit weight of 125 pcf should be used to compute loads on the roof from the soil cover. 4.9 RESISTANCE TO LATERAL LOADS Resistance to lateral loads can be provided through a combination of footing and slab base shear and passive earth pressures against the ringwall footings. Base shear can be calculated based on an ultimate coefficient of friction of 0.5 (applied to the dead loads only) acting on the footings and tank bottom. An allowable static passive lateral earth pressure of 285 pcf may be used for the sides of the foundations poured against undisturbed natural soil or acting against properly compacted structural fill. The upper 1 ft of passive resistance should be neglected in design. The value for the coefficient of sliding resistance does not include a factor of safety. The allowable passive resistance has been reduced by a factor of 2.0 to limit deflections to less than 1 percent of the embedded depth. We do not recommend increasing the coefficient of friction to resist seismic or wind Toads. Dynamic lateral loads will be resisted by dynamic passive earth pressure. An ultimate dynamic passive resistance of 485 pcf should be used in place of the static passive pressure given above, and applied as an equivalent fluid density on the below -grade portion of the wall or footing. The dynamic passive pressure assumes a horizontal surface of at least twice the depth of embedment in the direction of movement and no groundwater. We recommend neglecting the upper 1 foot of dynamic passive resistance is computing the available resistance under dynamic conditions. No factor of safety is included in the above dynamic passive earth pressures. 10/23/98 (.• U 'ROJEC11I9310I3.20\H1GHLINIi.RPT 16 LANDAU ASSOCIATES In order to mobilize the ultimate dynamic passive resistance, lateral displacements on the order of 5 to 10 percent of the embedment depth must occur. Because such deformations are usually not acceptable for most structures, it is common practice to reduce the ultimate value depending on the amount of tolerable deformation. The table below summarizes wall displacements, in terms of percent of the embedded wall height, required for mobilization of passive resistance. PASSIVE RESISTANCE vs. WALL DEFLECTION Wall Displacement Percent of Ultimate (percent of embedment) Passive Resistance >5 100 5 90 2 75 1 50 O to l 30 4.10 INFILTRATION Though in situ infiltration testing of the site soil was not part of our scope of services, the infiltration rate of the native site soil was estimated based on visual classification, results of grain size analyses, and past experience with similar soil types. For design of an infiltration system at the site, the upper 5 ft of soil, in our opinion, would be considered a fine sand and/or loamy sand per the 1994 King County Surface Water Design Manual (KCSWDM) classifications. The maximum design infiltration rate of a fine sand/loamy sand, per the KCSWDM, would be 2.4 inches per hour (0.04 in/min). Below a depth of about 5 ft, the site soil would be considered a medium sand, and the maximum design infiltration rate for a medium sand, per the KCSWDM, would be 8.0 inches per hour (0.13 in/min). In our opinion, the above values would be suitable for desi gn of an infiltration system at the site. 4.11 INTERCONNECTING PIPING The following sections provide recommendations for design and construction of the interconnecting 8 piping for the reservoir. 10/23/98 I: IPROJEC11193■0I3 .201HICHIJNE.RPr 17 LANDAU ASSOCIATES 4.11.1 TRENCH EXCAVATION It is anticipated that excavation for the interconnecting piping will be in medium dense to dense glacial advance outwash. A hydraulic excavator with sufficient reach should be able to excavate the trench to the required depths without difficulty. Trench excavation should be in accordance with the requirements of Section 7- 10.3(7) 1998 WSDOT /APWA Standard Specifications. Trenches deeper than 4 ft should be provided with adequate shoring, such as a trench box, or be properly sloped. The glacial advance outwash within the trench zone would be classified as Type B [Washington Administrative Code (WAC) 296 - 155 -650 through 296 - 155 - 664111. If groundwater is present, the soil within the trench zone would be classified as Type C. The soil on the trench walls will be prone to sloughing and raveling as the exposed soil dries. In addition, the soil on the trench walls is highly erodible. The contractor should consider the erodibility and potential for sloughing and raveling in the design of trench support systems. Surcharge loads on trench support systems due to construction equipment, stockpiled material, and vehicle traffic should be included in the design of any anticipated shoring system. Actual trench configurations should be the responsibility of the contractor. All applicable local, state, and federal safety codes should be followed. All open cuts should be monitored during excavation for any evidence of instability. If instability is detected, the contractor should flatten the side slopes or install temporary shoring. 4.11.2 PIPE FOUNDATION SUPPORT Foundation soil at expected pipe invert depths is expected to consist of glacial advance outwash and should provide adequate foundation support for the pipe, provided the trench bottom remains in a relatively undisturbed and dewatered condition. In the presence of water and/or foot traffic, the trench bottom can become disturbed, and in a disturbed condition, will generally provide poor foundation support. If the trench bottom becomes disturbed during excavation, and the bottom of the trench is maintained in a dry condition, the disturbance may be repaired by recompacting the subgrade. If the disturbed material becomes wet and is subject to construction traffic, it may become loose and unstable, and compaction of wet material will be difficult without drying of the soil. Wet and disturbed soil should be overexcavated to expose the underlying undisturbed soil and the overexcavation backfilled with suitable foundation material to provide a firm trench bottom. Foundation material should meet the requirements for Class A or B Foundation Material in Section 9 -03.17 of the 1998 WSDOT /APWA Standard Specifications. Foundation backfill material should be thoroughly compacted to provide a firm trench bottom. 10/23/98 I:IPROJECT 193\013.201H1GHLINE,RPT 18 LANDAU ASSOCIATES 4.11.3 PIPE BEDDING AND BACKFILL At the time this report was prepared, the pipe types and diameters for the interconnecting piping are unknown. Therefore, recommendations are provided for both flexible and rigid pipe. To provide uniform foundation support, pipes with diameters Tess than 30 inches should be underlain by at least 4 inches of bedding material. The thickness of bedding material should be increased to 6 inches for pipes with diameters greater than 30 inches. Bedding material for rigid pipes should conform to the requirements of Section 9 -03.15 of the 1998 WSDOT /APWA Standard Specifications, and bedding material for flexible pipes should conform to the requirements of Section 9 -03.16 of the 1998 WSDOT /APWA Standard Specifications. After placement of the pipe, the initial backfill in the pipe zone for flexible pipes should consist of the same bedding material placed to a height of at least 6 inches over the crown of the pipe. For rigid pipes, the initial backfill should extend above the pipe invert at least to a height of 0.15 ft times the pipe diameter (in inches). The initial backfill should be brought up evenly around the pipe in relatively horizontal lifts not exceeding 6 inches, and worked under the haunches of the pipe with a shovel, vibration, or other approved procedures. Bedding and initial backfill should be compacted in accordance with Section 7- 10.3(9) of the 1998 WSDOT /APWA Standard Specifications The excavated material from the trench is expected to consist of moist sand with varying amounts of gravel, and can be reused as trench backfill if the material is properly moisture - conditioned and compacted to the required density. Natural moisture contents of the soil samples from the explorations were generally in the range of 3 to 10 percent, which is near to below the typical range of optimum moisture contents for these soil types. Therefore, some wetting of the excavated material may be required to achieve 95 percent compaction. If the excavated trench material cannot be reused, import trench backfill should consist of material meeting the requirements for Bank Run Gravel for Trench Backfill in Section 9 -03.19 of the 1998 WSDOT /APWA Standard Specifications. If wet weather construction is anticipated, then the amount of fines (material passing an U.S. No. 200 sieve) should be limited to 5 percent or less of the material passing a 34 -inch sieve. If heavy compaction equipment is to be used to compact the trench backfill, then the first lift of backfill above the initial backfill for flexible pipes should not be compacted until the backfill has been placed to a height of 18 inches above the crown of the pipe. Subsequent lifts should be placed in relatively horizontal lifts not exceeding 8 inches loose thickness. Trench backfill should be compacted to a relative density of at least 95 percent of the maximum dry density as specified in Section 2- 03.3(14)D of the 1998 WSDOT /APWA Standard Specifications (or ASTM D 1557). 10(23/98 I;WROJ ECT\ I93\013.20W 1GH UNE. RPT 19 LANDAU ASSOCIATES 4.11.4 LOADS ON PIPES The soil load that will be imposed on a buried pipe is dependent on soil and groundwater conditions, the type of pipe, the width of the trench, height of bedding material around the pipe, the depth of cover over the pipe, the method of pipe placement, and backfill conditions. The parameters in the following table should be used in estimating soil loads on pipes in conjunction with the Marston load theory. PARAMETERS FOR ESTIMATING SOIL LOADS ON PIPES Parameter Recommended Value* Moist backfill unit weight (pcf) 125 Rankine's active earth pressure coefficient 0.26 Coefficient of internal friction of backfill material 0.73 Coefficient of internal friction between backfill material 0.53 and sides of trench (no trench shoring left in place) Settlement ratio for positive projecting pipes (embankment condition): rigid pipe ordinary foundation 0.7 ridge pipe yielding foundation 0.3 flexible pipe 0.5 Settlement ratio for negative projecting pipes 0.0 (trench condition) * Values in the above table assume minimum of 95 percent compaction of the backfill over the pipe Consideration must also be given to the effect of traffic loading on the pipe in these areas. Figure 7 presents the additional traffic load that should be added to the soil load on the pipe due to H -20 AASHTO truck loading. Trench depths are expected to be generally in the 5 to 10 ft depth range, and trench widths are expected to be generally less than three pipe diameters. Therefore, the soil type on the trench wall will generally control the modulus of soil reaction (E'). Assuming good compaction of side fills around the pipe, an E' value of 1,500 pounds per square inch (psi) should be used to compute deflections of pipe from vertical loads in accordance with the Iowa Formula. 10/23198 IAPROJ ECIr I93\013.201HIGHUNE. RPr ,._,..:,... r- .R *..,,�..�.s. a'?' c: t•. n°. �i�`.,;; u�t ^'.;:>�'d�:�Pi:eaY:rrrxxy,rc� 5.0 DOCUMENT REVIEW AND CONSTRUCTION OBSERVATIONS We recommend that a qualified geotechnical or civil engineer review those portions of the plans and specifications that pertain to earthwork construction to determine if they are consistent with the recommendations presented in this report. We also recommend that monitoring, testing, and consultation be provided 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 geotechnical- related activities comply with project plans and specifications, and the recommendations contained in this report. Landau Associates would be pleased to provide these services. 6.0 USE OF THIS REPORT This report was prepared for the exclusive use of Parametrix, Inc. and the Highline Water District for specific application to this project. Use by others is at their sole risk. The findings, conclusions, recommendations, and opinions presented herein are based on field explorations and observations made during our study. Within the limitations of scope, schedule, and budget, the analyses, conclusions, and recommendations presented in this report were prepared in accordance with generally accepted professional geotechnical engineering principles and practices in this area at the time this report was prepared. We make no other warranty, either express or implied. 10/23/98 1, 'PROJECI\193■013.20UfGHIUNE.RPT We appreciate the opportunity to provide these services and look forward to assisting you in the future. Please contact the undersigned if you have any questions regarding the information contained in this report. (EXPIRES,'( c' - 2ooQ EJH/DRS /djs No. 193013.20 LANDAU ASSOCIATES, INC. Edward J. Heavey, P.E. Senior Engineer and o F04‘. Dennis R. Stettler, P.E. Principal 10/23/98 I: IPROJECil193■013 .201HIGHLINE.RPT - ZZ LANDAU ASSOCIATES, ........,,..,..,,,. « «vw.a r4W :ti 4,41 -' ia'a;iuerx xxxuti.snnca+tx,m,., 7.0 REFERENCES AASHTO. 1996. Standard Specifications for Highway Bridges. American Association of State Highway and Transportation Officials, Inc. Sixteenth Edition, 1996. American Society of Civil Engineers (ASCE). 1996. Minimum Design Loads for Buildings and Other Structures. ASCE Standard 7 -95. Applied Technology Council. 1981. ATC 6 Seismic Design Guidellines for Highway Bridges. Buchanan-Banks, J.M. and Collins, D.S. 1994. Map Showing Depth to Bedrock of the Tacoma and Part of the Centralia 30' X 60' Quadrangles, Washington. Miscellaneous Field Studies Map MF -2265, Published by the U.S. Geological Survey. 1994. Galster R.W. and LaPrade, W.T. 1991. Geology of Seattle, Washington, United States of America, Bulletin of the Association of Engineering Geologist. Vol. XXVIII, No. 3. pp. 239 -302 , 1 plate. International Conference of Building Officials. 1997. 1997 Uniform Building Code, Volume 2 Structural Engineering Provisions. 1997. Newmark, N.M. and Hall, W.J. 1982. Earthquake Spectra and Design. Earthquake Engineering Research Institute. Waldron, H.H. 1962. Geology of the Des Moines Quadrangle, Washington. Map GC -159. Published by the U.S. Geological Survey. 1962 WSDOT. 1996. Bridge Design Manual. M 23 -50, through revision 197. Washington State Department of Transportation, Program Development Division, Bridge and Structures, Olympia, WA. 10/23/98 1:1PROJEC11193W13,20VUGHUNE,RPT 23 LANDAU ASSOCIATES i F 1 i i 19301320 Paremelru / Hgnlne Reservoir / Repan / Figt (M) 3198 S. 136 im .. gm:- , j a ,� \ 1 / ) ) 41„e / ,;4 1 \\\\i %( OSITR \ it* % "d- �-�-- ",��. y. '''•.\ YYY '96? -- 43 V Iii: S � l`lt4 sr TT Y Ail; !ism Eli TI 16 ; _• 6(4' meson Clli%t �v�l 1,Ih F s t>eTM F F sr N;;;;; 6, V. ( V.AG J um sI '�T , i I!mL/.sw turn- , 11 tillt yt IF S IA >� I V . t� • s K Tt„ 46111 ST iF�� - R2 V f . s. E 1111171MI it i!1��i1r. �`i rs�•_ •, S18 :I 22 "'� ® M sT .. :IL:: $' �. \ I slew 1 .. �.m.!I► 1 J M \ �. i a 23 : , OSLO K I 1-, . fal ‘''m"... sl ,. s � PROJECT >j L 11117 �.■ / A 0 _ z � �. LOCATION TIOAUL 7Q ti�l� �' :nrap ., \�,��` ��e� Sr ;;Ta, ��y a ORT 160 l�r s I '$n e I I I . �■f 'f�, '•� =GAS _ < 'll. - ,� _S �ra��■1■unr i!!S LTA" r�.� ISM '^ ST°AIQER M 61.Y0 r 1� , . r I t • -v 4' 111111 : •A s 1l SOUTHCZATER 26 g I D , is I'j '' Iim �1IFSI i4C11L ``� (� N 4 K 74Mi W � OTS f > n Nto. m ,. •.�;M!I D, to tf d ; . ` .. 9: rurwrl,r■ LE MAO , si n r1 Cil �7m / ss �= tisTw ►. sT ,. , iII1i 111 MAW' d WIN ST I MI sT !W r ^', Il 1MT AMIN le � « "°° I � 1 *Van- S i_nN _ 'MEI MM. _..,.....___ .... 0 1/2 Scale in Miles Vicinity Map IFigure 1 ..1 193013.20 Porometrix/Highline Reservoir/Report/Fig2 N: \193013 \20 \Fig2 (A) 4/98 5' Buffer Area z • • •s: • — <4.• ..'• Approximate. Excavation ftt3'• st‘ : •••,,• --.:- • Building Demolition '.. ■ I 1. • • •• • • ,•‘; . • c 1.1-Fencl • •, • - .. -.... • : N.1 ",•,- --,_ 1.1.1 • ..:.-..: .- .,_....‘ ------- _,L i'st----_,-.- •- - .-----■-," ....:`::47---1 ./ ••• ; —""ss--- — \ .X..."•• - " N •!"*".° • ) . - I ,4' ... ' : •::::41'.-?, ' 4. ) 0 60' 120' Scale in Feet -15' Buffer Area Reference: Bose drowing by Porometrix Inc. rys .1 • ..:•:. • .. • . \ \ ••••■ ‘`. '• Building Demolition . . _ • ;I • • 1 -Fence Property ;11,1 , f —Line .1 i .., i ..::- .... • : _!•• • ..4%. wing by Porametrix Inc. rAl el: • • • Legend Existing Contours Approximate Excavation Limits Proposed Pipeline Proposed Reservoir B--1 ‘1, Approximate Boring Location Reservoir Site ancL Exploration Plan Figure 2. 193013.20 Porometrix/Highline Reservoir/Report/f'ig3 N: \193013 \20 \Fig3.dwq (A) 6/98 �of��cx.; std:* 4cF�, rz: ; <:.san:rebe•9:%,ra:w•�.cnra;ec. Approx. North 8 -7 8 -6 0 200' 400' Approximately Scale in Feet "PO 90 NEW PUMP STATION Hlf10S 33V1d 41017 N D m rAI qg� B -6 N 'UMP STATION EtIfOS 33V1d 410t+ • Minos 311N3AV Zt SOUTH 160th ST. BOR -1 BOR -2 8 -5 S I PIPING II 11 TIE INTO EXISTING SEWER SEE FIGURE 2 FOR EXPLORATION LOCATIONS FOR RESERVOIR PROPOSED 7.6 MILLION GALLON RESERVOIR Legend 8-5 Approximote Boring Locution w (this project) BOR -2 e Approximate Boring Locution (South 160th Street project) Interconnecting Piping Site and Exploration Plan Figure 1 5 a 6 VELOCITY (In. /sec) 1 79. 11 c- • 0 1Pr,, 4Pr Ardg. dPerNin 14 h w 6.. A.. (S) IS I DP "it. I *Wain 44,4111 firig Naki. A Ak..■ ,■ 'ei& &NI. 46.:. c.:" ess-cb e °o % A ‘tb, 41k...r. MEL t 9 . AMMO IBM INV ..211rtiC MO o 411101911MI cb 0% -I z NV ..dh „,,- 6./Cb 2MM . • ta zgc-f, V.,A17-4 4,11,2111::■Hazamk 44!41116111-1AVAI A A 70 Si p Co • .1 i pr TA • v0 AlitTOW.AM ■ \... v • \ . . • 11":11D1 t4,41■ Nr Aih.. ,,1Mrellli 0 +, \ L PP e #. . 4 Ze.. 0...4■ OcY 4r SLIESE4MDIfitkellrelE14. EMBEWAffilinil. FAIMV"i'fAillir .02/2■1500/011111M1212 / tb NrAiiiiriMPAMOS / / v • pi DAAL .6:149-1° 4, 11. c*. , / ir AM 46 All■ _ ek "Adivi \ I fri , .O. tt. 9 olpt • 411.‘ I. . • '• : r• ''' .. i , .. . . .i, 7 .0 i 1 -0 ,7 ' / \ \L' 'r ; s \ I I . ad° 411,„ ' \/11141%.4 "1,- I-. Mie ''' 1 `2 42KIIIMEMIIIVAIWAIRZIKIL`r inEWAMINFAMILIMN. ... • l'; , • • _. 9tcrlo Nikw, cya-, : • . -0....0., , . SE c.- • ,.. Ni A • . . . A • 7„ . . , , , _ 20C 1 20 Io 8 6 4 2 .8 .4 .2 .04 .06 De .1 .2 .4 .6 .8 1 2 PERIOD (secs) Peak Horizontal Ground Acceleration, a = 0,33g Critical Damping = 0%, 2%, 5%, 10% 6 8 10 400 200 MO 80 60 40 20 10 a 6 4 6 4 Site Reponse Spectra I Figure 4 N z Y E 0 0 0 a 0 N M 0 M7 OI H w \r \/ \i \r \/ \'\/ \/ \r H —Pile 2' 0.2H 18Hpsf / / / / / / / fir /�. UNGROUTED / PORTION OF TIEBACK / ANCHOR / NO LOAD / ZONE GROUTED PORTION OF TIEBACK ANCHOR UPPER TWO Fl OF PASSIVE RESISTANCE SHOULD BE NEGLECTED. 350pcf H /4 60° NOTES: _ J 1. LATERAL EARTH PRESSURE ABOVE THE BASE OF THE EXCAVATION ACTS OVER 27pcf ONE PILE SPACING. 2. ACTIVE EARTH PRESSURE BELOW THE BASE OF THE EXCAVATION ACTS OVER ONE PILE DIAMETER. PASSIVE ACTIVE 3. PASSIVE RESISTANCE ACTS OVER TWO PILE DIAMETERS OR ONE PILE SPACING. WHICHEVER IS LESS. 4. NOT FOR CONSTRUCTION. 5. NO SCALE Typical Solider Pile Tieback Anchor Wall I Figure 5 .. o✓. ^.,yu.fwl!3P4:)£I, i';:1:3',:)�:%S:i4:�: N25i NI : Y.x >,r.ay..w ..�..+�.n�, co 193013.20 Porometrix/Hightond Reservoir N:/193013/20/Fig-6 Excavation Sequence Level 1 Cast —in —Place Reinforced Concrete Finish Face Level 2 Level 3 Soil To Be Removed — / Existing Ground Surface / ' Level n r/1 Notes: Not for construction Temporary Shotcrete Facing SECTION (Not to Scale) Permanent Soil Nail (Typ.) Typical Soil Nail Wall 1 Figure 6 Depth of Cover (ft) r/ZI 1 0 5 10 15 20 H-20 Loading H-20 Truck Loading Depth A of Cover 00 0.2 0.4 06 0.8 Vertical Pressure at Top of Pipe (Kipsift2) Notes: 1. For traffic loads multiply curve value by pipe O.D. In feet. 2. Curve Is corrected for the following: Depth Impact Factor 0-1 1.50 1-2 1.35 2-3 1.15 >4 1.0 3. Backfill loads must be added to traffic load. 1.0 12 Traffic Loads on Pipes 1 Figure 7 APPENDIX A FIELD EXPLORATIONS Subsurface conditions at the site of the proposed reservoir were explored on December 2 and 3, 1997 by completing four borings, B -1 through B-4, to depths of about 60 and 80 ft below the existing ground surface. Subsurface conditions along the proposed route of the outlet pipeline were explored by completing 3 borings, B -5 through B -7, to depths of about 161/2 ft below the existing ground surface. The borings were drilled by Holt Drilling, Inc., of Puyallup, Washington (under subcontract to Landau Associates) using a truck - mounted drill rig advancing hollow -stem augers. Field logging of subsurface conditions observed in the borings was carried out by a geologist from Landau Associates, who continuously observed the explorations, coordinated the field work, obtained representative soil samples, and prepared summary logs of the conditions encountered. Soil samples were obtained from the borings at 21/2 and 5 ft depth intervals using a 2 -inch, outside diameter (O.D.), split -spoon sampler and the Standard Penetration Test (SPT) procedure (ASTM D1586). The split -spoon sampler was driven 18 inches (or a portion thereof) using a 140 -pound hammer on a wireline with a manual release, falling from a height of 30 inches. The number of blows required to drive the sample for each 6 -inch interval of the 18 -inch drive (or portion thereof) was recorded on the field logs. The number of blows to drive the sampler the last 12 inches (or portion thereof) of the 18 -inch drive is termed the Standard Penetration Resistance and is shown on the summary logs in this appendix. The Standard Penetration Resistance provides a measure of the in situ density of cohesionless soil and consistency of cohesive soil. The borings were backfilled to the surface with a mixture of cuttings from the boring and bentonite chips. The approximate locations of the borings are shown on Figures 2 and 3. Boring locations were determined in the field by measuring from existing site features. Ground surface elevations at the boring locations were estimated from the topographic contours shown on Figure 2. All soil encountered in the explorations was described using the Soil Classification System presented on Figure A -1, and in general accordance with ASTM D2488 Standard Recommended Practice for Description of Soil (Visual- Manual Procedures). The subsurface conditions are described in summary boring logs on Figures A -2 through A -8. Information presented on the summary logs depicts subsurface conditions only at the specified location and at the date designated on the log. Soil and water conditions at other locations may differ and changes may also result with the passage of time. SAMPLE DISPOSAL 10/22/98 IKPROJECr1193W0I3.20WIGHLINE.RPT A-1 LANDAU ASSOCIATES . . . . .. . .. . .. . . . .. . . .. . . . . . . . : . . . . . . . . . . . . . . . . . .. . . . . . . . . , . . . . . . . . . . . . . . . , . .. . . . . . . . .. . . . . . ... . . .. . . . „ . . ,,,..o.,,,..,.v.:,..e..-1,1.,,-.Y•g4A2‘1.w4ei.:440404..1.1?..torfAtxxot,.Mkt.q.;:cti'ef,t,.0.7.,."4................—........,..................,.,.........:....–..,,,,..................--.:... Soil samples obtained from the explorations will be stored in our laboratory for 30 days after the date of our final report. After that date, the samples will be disposed of unless arrangements are made to retain them. 10/22/98 IAPROJEC111931013.20411GHLJNE.RPT 1 i i i i 19301710 P.rsmetto /h ghbn. N.\t930U\10M8ormps\FigA•1 (Al 6/96 MAJOR DIVISIONS Soil Classification System usc$ GRAPHIC LETTER SYMBOL SYMBOL(1) TYPICAL (2X3) DESCRIPTIONS e b " g g . e o R 5z i2 2 " g. a is GRAVEL AND GRAVELLY SOIL (More than 502 of coarse fraction retained on No.4 sieve) CLEAN GRAVEL (Little a no fines) ° o p° -o °�' o °� GW GP GM GC Well- graded grovel; grovel /sand mixture(s); little or no fines Poorly graded grovel; gravel /sand mixture(s); Iit11e or no fines Silty grovel; gravel /sand /silt mixture(s) Clayey grovel; grovel/sand /cloy mixture(s) • '° °°o °°o° o _ o GRAVEL WITH FINES (Appreciable amount of fines) . y i j • - . �• ,°° o� ^ SAND AND SANDY SOIL (More than 502 of coarse froction passed through No.4 sieve) CLEAN SAND (Little or no fines) SW SP SM SC Well-groded sond; gravelly sand; little or no fines Poorly groded sand; gravelly sand; little or no fines Silty sand; send /silt mixture(s) Clayey sand; sand /cloy mixture(s) SAND WITH FINES (Appreciable amount of fines) P .n :, 31.3 u ` . W z° o 13 g I; s z b a. g SILT AND CLAY (Liquid Limit less than 50) /�, ML CL CL Inorganic silt ond very fine sand; rock flour; silty or clayey fine sand l clayey silt with slight plasticity Inorganic clay of for to medium plasticity; gravelly clay; sandy cloy, silty cloy, aeon clay Orgonic silt; organic, silty cloy of low plasticity i s s s 'i } } 2 Z Z SILT AND CLAY (Liquid Limit greater than 50) r �� aj I � MH CH OH Inorganic sill; micaceous or diatomaceous fine sond or silty soil Inorganic clay of high plasticity, fat cloy Organic cloy of medium to high plosticity; organic sit HIGHLY ORGANIC SOIL Ix = PT Peat; humus; swamp soil with high organic content OTHER r".11 AC /PC Asphalt Concrete Pavement /Portland Cement Pavement Notes: 1. USCS letter symbols correspond to the symbols used by the Unified Soil Clossificotion System and ASTM °ossification methods. Dud letter symbols (e.g., SM -SP) for o and or gravel indicate o soil with on estimated 5 -152 fines. Multiple letter symbols (e.g.,ML /CL) indicate borderline or multiple sal dossificolians. 2. Sol classifications ore bused on the general cpprooch presented it the Standard Practice for Description end Identification of Soils (Visual- Manuel Procedure/. os outlined in ASTM 024811. Wide laboratory index testing hos been conducted soil dassilicolions ore based on the Standard Test Method for Classification of Soils for Engineering Purposes. os outlined in ASTM 02407. 3. Soil description terminology is bused on visual estimates (in the obsence of laboratory test doto) of the percentages of eoch sot type end is defined as follows: Primary Constituent: >502 - 'GRAVEL,' 'SANG' 'SILT; 'CLAY, etc. Secondary Constituents: >302 and 5502 - 'my gravelly, 'very sandy' 'very silty,' eta >152 and 5302 - 'gravelly; 'sandy' 'silty' etc. Additional Constituents: >52 and 5152 - 'with grovel, 'with sand,' 'with sill; etc. - 'trace grovel, 'Uoce sand, 'trove silt; eta, or not noted SAMPLE NUMBER & INTERVAL Semple 1 Identification ----►1 4- -Sompl Oepth Interval Number Portion of Sample Retoined for Archive or Analysis FRecovery Depth Interval TEST DATA Code G Description Grain Size Analyes Key SAMPLER TYPE Code 0 b 0 d e 1 2 3 4 Description 125 -inch 0.0., 2.42 -inch I.D. Split Spoon Sampler 2.00 -inch 0.0., 1.50 -inch I.D. Split Spoon Sampler Shelby Tube Grob Sample 3.00 -inch I.D. Core Sorrel Sampler 300-lb Hammer, 30 -inch Drop 140-lb Hammer, 30 -inch Drop Pushed 350 -Ib. Hammer, 30 -inch Drop OTHER _ Approximate Water Elevation At Time of Drilling (ATD) ATO or On Date Noted Soil Classification System and Key Figure A -1 B -1 SAMPLE DATA SOIL PROFILE Sampler Type Blows /Foot iU Graphic Symbol - S -110 - S -2 — 10 S -3 JO S -4 11] — 20 S -5 JJ S -6 _L J_ -- 30 S -7 jE S -8 iE — 40 S -9 JE _ - S -10 �] — 50 S•11 - S -12 — 80 No b2 b2 b2 b2 b2 b2 b2 b2 b2 b2 b2 b2 101: 28 26 78 50 6" 50 6" 50 5" 50 6" 50 5" 50 6" 50 6" 97 50 6" 1. Sir to 2. Rel 10, G 8 7, G 6 12 8, G 13 8, G 7 7 7, G 8 Drilling Method: 4" ID Hollow Stem Auger /SPT Ground Elevation (ft): 480 11. Brown, gravelly, fine to medium SAND interbedded with silty sand and fine gravel with brown to orange stained areas (medium dense. moist) (Glacial Advance Outwashl SP Brown, fine to medium SAND with trace silt and coarse sand (medium dense to very dense, damp) (Glacial Advance Outwash) SP Brown, line to coarse SAND with trace silt and gravel (very dense, damp) (Glacial Advance Outwash) SP Brown, line to medium SAND with trace silt and trace gravel (very dense, moist) (Glacial Advance Outwash) cont xl for an twig ter 10 'Soil CI SP acts nation assIllc Brown, line to medium SAND with trace silt (very dense, moist) (Glacial Advance Outwash) (Continued Next Page) ar• based on field interpretations and are approximate. Ref of subsurface conditions. ation System and Key" figure for explanation of graphics an r to the d symbols. Boring 8-1 Figure A -2 (1 of 21 d 0 B -1 SAMPLE DATA SOIL PROFILE —80 fir E • u) Blows /Foot oC C 00 XU S -13 S -14 jE — 70 S -15 TE S -16 -X — 80 — 90 — 100 — 110 —120 b2 b2 b2 b2 50 5" 50 50 6" 50 12 8 6, G 7 Drilling Method:4" ID Hollow Stem Auger /SPT Ground Elevation (11): 480 ft. (continued) Brown, fine to medium SAND with trace sill (very dense, moist, (Glacial Advance Oulwash) Boring Completed 12/02/97 No Groundwater Encountered Total Depth : 79.5 ft. Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate, Refer to the text for an explanation of subsurface conditions. 2. Refer to 'Soil Classification System and Key' figure for explanation of graphics and symbols. r� Boring B -1 Figure A -2 12 of 21, i B -2 SAMPLE DATA SOIL PROFILE a E >. - Z> • ~ o` no n a ES E c V) d (1) — 0 S -1 S -2 —10 S•3 2 0S 4 S -5 30 S•6 — S•7 —40.8 S -9 <_5010 S -11 - m 1. - c- S -12 > -60 1 1 1 b2 b2 b2 b2 b2 b2 b2 b2 b2 b2 b2 b2 Blows /Foot o_ c c to E o 2U 0 E u) n A Drilling Method:4" ID Hollow Stem Auger /SPT Ground Elevation (ft): 474 ft. 14 36 82 50 6" 50 4" 90 93 50 5" 50 50 6" 89 50 9 15 11, G 6 6 6, G 7 8 7 7 7 G SP N%, Dark brown organic soil (topsoil) Light brown, fine to medium SAND with gravel and trace silt (medium dense, moist) (Glacial Advance Outwash) SP Gray - brown, fine to medium SAND with trace silt and gravel, interbedded with brown fine sand with trace sill, Iron staining (dense, moist) (Glacial Advance Outwash) S Brown, gravelly fine to coarse SAND with trace silt (very dense, moist) (Glacial Advance Outwash) SP SW SP Brown, fine to medium SAND with trace silt (very dense, moist) (Glacial Advance Outwash) / Brown, fine to coarse SAND with gravel and `trace silt (very dense, moist) (Glacial Advance Outwash) Brown, fine to medium SAND with trace sill (very dense, moist( (Glacial Advance Outwash) Boring Completed 12/03/97 No Groundwater Encountered Total Depth : 60.0 ft. Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. Refer to the text for an explanation of subsurface conditions. 2. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. Boring 8 -2 l Figure A -3 2 3 0 0 0 0 i t 0 0 11 B -3 SAMPLE DATA SOIL PROFILE N a E Z - ' ti 0 .c . a a ES 0 O (/) .e —0 Sampler Type Blows /Foot Graphic Symbol S-1. S -2 — 10 S -3 - S -4 — 20 - S -5 NJ - S -6 A — 30 S -7 IN S -8 — 40 S -9� - S -10 al — 50 - S -11 - S -12 — 60 b2 b2 b2 b2 b2 b2 b2 b2 b2 b2 b2 b2 30 7 87 77 84 50 6" 50 6" 50 5" 50 6" 50 5" 50 5" 50 6" 13, G 16 9 7, G 6 6 6 7 6 6 8, G 6 0 E rn U) U N SW Drilling Method: 4" ID Hollow Stem Auger /SPT Ground Elevation (11): 469 ft. Dark medium brown, gravelly line to coarse SAND with silt (dense to loose, moist) (Glacial Advance Outwash) SW Brown, fine to coarse SAND with gravel and trace silt (very dense, moist) (Glacial Advance Outwash) SP Brown. line to medium SAND with trace silt (very dense, moist) (Glacial Advance Outwash) Become Fine No tes: B N oring C o Groun Total 1. Sir 1ex 2. Ref atigraphl 1 for an er to "S ompl dwat Dept ted 1 er Enc h : 5 con( expta oil CI idle a nation assllic /02/97 ountered .5 ft. re based on field interpretations and are approximate. Ref of subsurface conditions. Ilion System and Key' figure for explanation of graphics an er to the d symbols. I1 L Boring B -3 Figure A -4 B -4 SAMPLE DATA SOIL PROFILE Sampler Type Blows /Foot Graphic Symbol USCS Symbol Drilling Method: 4" ID Hollow Stem Auger /SPT Ground Elevation (ft): 468 ft. S•1 a] b2 S•2 $J b2 — 10 S•3 b2 S•4 b2 — 20 S•5 $J b2 S•6 b2 — 30 S•7 Jj b2 S•8 b2 — 40 S•9 1113 b2 S•10 b2 — 50 S•11 b2 S•12 1111P b2 — 60 24 87 6 8, G SP \ Brown organic soil with sod (topsoil) Brown, fine to medium SAND with gravel and trace silt (medium dense, moist) (Glacial Advance Outwash) SW SW 85 6 .......... 92 76 91 81 91 83 50 6" 50 5" 50 6" 6 6 6 6, G 6 8 7 7, G 7 Brown, fine to coarse SAND with gravel and trace silt and areas of organic•brown interbeds (very dense, moist) (Glacial Advance Outwash) Brown, fine to coarse SAND and gravel with trace silt (very dense, moist) (Glacial Advance Outwash) SP Brown, line to medium SAND with trace gravel, coarse sand, and sill Ivery dense, moist) (Glacial Advance Outwash) SP Brown, fine SAND occasionally with trace silt (very dense, moist) (Glacial Advance Outwash) Boring Completed 12/03/97 No Groundwater Encountered Total Depth : 59.5 f t. Notes: 1. Slratigraphic contacts are based on field interprelatlons and are approximate. Rate text for an explanation of subsurface conditions. 2. Refer to "Soil Classification System and Key" figure for explanation of graphics an r to the d symbols. Boring B -4 Figure A -5 B -5 SAMPLE DATA SOIL PROFILE 0 0 —0 Sampler Type 0 LL O e -- c • •c iU 0 A 0 E N U Drilling Method: 4" ID Hollow Stem Auger /SPT Ground Elevation Ift): Not Measured S -1 AP S -2 S -3 10S -4• S -5 — 20 — 30 — 40 -50 0- n n — 60 b2 b2 b2 b2 b2 18 46 33 40 69 3 3, G 4 4 8 SP Brown, medium to line SAND with trace gravel and silt (loose to medium dense, damp) (Glacial Advance Outwashl SP SP SP SP Brown, line SAND with interbeds of orange -brown fine sand (dense. damp) \ (Glacial Advance Outwash) Interbedded brown, fine to medium SAND with trace silt. and orange -brown fine sand (dense, damp) (Glacial Advance Outwash) Brown, line to medium SAND with trace sill and thin layers of orange -brown fine sand (dense, damp) (Glacial Advance Outwash) Brown, fine to medium SAND with trace silt and gravel (very dense, moist) (Glacial Advance Outwash) Boring Completed 12/04/97 No Groundwater Encountered Total Depth 6 16.5 ft. Notes: 1. Slratigraphic contacts are based on field interpretations and are approximate. Refer to the text for an explanation of subsurface conditions. 2. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. r� Boring B -5 Figure A -6 B-6 SAMPLE DATA SOIL PROFILE Sampler Type Blows /Foot '6- a 00 2 b2 b2 b2 b2 46 9 5 79 8 9. G 9 8 Graphic Symbol USCS Symbol SW SW Drilling Method: tla ID Hollow Stem Auzer/SPT Ground Elevation (ft): Not Measured ASPHALT Dark brown, fine to coarse SAND with trace gravel and silt (dense, moist) (Fill) Brown, gravelly fine to coarse SAND with silt (loose, moist) (Glacial Advance Outwash) SP ■ Brown fine SAND with trace silt (very dense. moist) (Glacial Advance Outwash) Boring Completed 12/04/97 No Groundwater Encountered Total Depth 16.5 ft. Notes: 1. Stratlgraphic contacts are based on Held interpretations and are approximate. Refer to the text for an explanation of subsurface conditions. 2. Refer to "Soil Classification System and Key- figure for explanation ot graphics and symbols. Boring B-6 Figure A-7 B -7 SAMPLE DATA SOIL PROFILE 0 a E _ zix .... a n-. a ES 3 U).3 —0 Sampler Type Blows /Foot 0 0 iU Graphic Symbol USCS Symbol Drilling Method: 4" ID Hollow Stem Auger /SPT Ground Elevation (1t): Not Measured s.IU S.2 lOs.3 S.4 imp — 20 —30 — 40 — 50 — 80 b2 b2 b2 b2 50 6" 39 52 78 3 9,G SP 10 6 ASPHALT Brown, fine to coarse SAND and gravel with trace silt (very dense, damp) (Glacial Advance Outwash) Brown, line to medium SANG with silt (dense, moist) (Glacial Advance Outwash) SP Interbedded brown, medium to fine SAND with trace gravel and silt and brown line sand with trace silt (very dense, moist) (Glacial Advance Outwash) Boring Completed 12/04/97 No Groundwater Encountered Total Depth : 16.5 ft. Notes: 1. Stratlgraphic contacts are based on field inlerprelations and are approximate. Refer to the text for an explanation of subsurface conditions. 2. Rater to "Soil Classification System and Key- figure for explanation of graphics and symbols. r11 Boring B -7 I Figure A -8 APPENDIX B LABORATORY TESTING Natural moisture content determinations and sieve analyses were conducted in Landau Associates' laboratory on representative samples recovered from the borings for the purpose of classification. Laboratory .testing was performed in general accordance with the American Society of Testing and Materials (ASTM) standard test procedures, which are described below. The samples were checked against the field log descriptions, which were updated where appropriate in general accordance with ASTM D2487 Standard Test Method for Classification of Soils for Engineering Purposes. NATURAL MOISTURE CONTENT Natural moisture content determinations were performed on most soil samples recovered from the borings in accordance with ASTM D2216. The natural moisture contents are shown at the respective sample depths in the column labeled "Moisture Content" on the summary boring logs in Appendix A. GRAIN SIZE ANALYSIS Sieve analyses were performed on representative soil samples obtained from the borings in accordance with ASTM D422, to provide an indication of their grain size distribution. The results of the sieve analyses are shown on Figure B -1 through B -5 in this appendix. 10/22/98 BPROJ EC11I93\013,20iHIGHUNE, RPT i co P i0 m 0 I1 n 0 P u 0 0 0 0 O N 0 0 0 0 0 0 0 Oi a00 N (0 U )) yr M N 0 - 1146!aM i(q aaui j }uaDJad Grain Size in Millimeters 0 0 0 N c 0 ti. E N O 0 0 Q) '0 0 c N 0 0 0 N .0 0 0 N 0 m Natural Moisture (70 10.0 0 0 8.0 Soil Description Gravelly, fine to coarse SAND with silt Gravelly, fine to medium SAND with silt I Fine to medium SAND Fine to medium SAND Unified Soil Classification SP /SM SP /SM a co a co to tr) h (ft. — 4.; i — 29 M 0 M r 0 ai Sample Number N) (0 W Exploration Number r CO m m m V) m a) i i 00 m N all 6 0 fine Reservoir/ n M • 0 0 0 to E o c V) c 0 0 0 0 0 0 0 0 0) CO O NN (00 t� M N O O 10iaM .(q .iau!J }U90./ad 0 0 O in c 0 N c L E 0 to 0 O 0 TD 0 a) iZ c v N 0 0 0 to .0 .D O 0 to 0 Natural Moisture (y) 0 N 0 cc 0 ^ 0 (O Soil Description Fine to medium SAND with trace silt Fine to medium SAND with trace silt 1 Gravelly, fine to coarse SAND with trace silt Fine to medium SAND :d Soil Fication Cl. a a V) N N N In d tf) to .- in Oi N th I I O 0 0 ul •- N Somple Number .�- M 15 1 M) (0 Exploration Number .- .- N N 1 1 1 1 03 CO m m tn 1 i 1 1 c a iZ rn 0 a 4) u cc u I1 0 O O O O O O 0 0 O O Cl() 0 CO 0 (OD N Ov M N 0 1461aM q .iauid }ua3Jad c 0 N 0) iZ E 3 4, O 2 0) N 0 O U 0) 0 0 4 c li a) N 0 O U N 0 h 0 O m Natural Moisture (%) 0 O 0 8.0 I Soil Description Fine to medium SAND Gravelly Fine to coarse SAND with silt 1 Fine to medium SAND O z 4c N a) c L. c o N O I) _� N 'c h D d U N SW /SM Cr) SP Depth (ft.) 58.5 — 60.0 1 0 M 0 1 co cd r tr) 1 O M Sample Number N I .- d. •- Exploration Number B -2 B -3 B -3 m iun N 0),'- T 0 < 0) (1) N U) C 0_ 0 n O n al 0 t ar p; n 0 0 d O O O IV O O 0 0 0 o O O 0 O 0 o O 0 0 0 o O) co n t0 If) ,41- M N .- W6!aM Aq .Iauid TuaoJad 0 0 O v C 0 N a) c ii E n 0 tu M CD o 0 0 0 a) O 0 o c a) 0 O O 0 N _w .0 O 0 N 1.. CD O co Natural Moisture (y) 0 a0 0 to 7.0 3.0 Soil Description ne to coarse SAND with grovel and trace silt 0 O a a V) V) c c ne SAND L L Unified Soil Classification N a.aa N N N N of in of d Depth I o o 33.0 — 48.0 — 5.0 — Sample Number N Ot L N ‘t ,t B -5 3f� I I I CO CO CO 1 N 0 O 0 0 d 0 d 0 0 0 0 0 0 0 O 01 OD 0 CO IO I" t� 0 O . }y61aM i(q Jauid 1uaDJad >, 0 0 0 in c O N a) c E 3 •0 o 2 0) N 1- O O 0 13 0 0 11 c L. h 0 0 0 N a) 0 0 O 1. 7 O z r. ✓ a) N_ O 2 0 0) 0 ai Soil Description y L 3 0 z v) a) co 0 0 u 0 a) C_ li.. >. > 0 0 c O 0 N o 'O 0 C: • y • — ai M 0 0 2 3 In a. tn 1 .c a) 0 5.0 — 6.5 In ID I 0 d Q) z. E E o o z z N N c o .. a) O .0 to E .3 X z W CD I CO N I m O I APPENDIX C TIEBACK ANCHOR AND SOIL NAILING TESTING AND ACCEPTANCE TIEBACK ANCHOR TESTING AND ACCEPTANCE Tieback anchors to be tested should be installed using the same construction techniques as for production tieback anchors. Verification testing should be performed on at least one tieback anchor per tieback row to verify the Contractor's installation procedures and design assumptions, and all production anchors should be proof- tested to 130 percent of the design load to verify the structural components of each anchor. Load testing should be performed against either the soldier pile or the wailer installed between soldier piles. The test load is applied using a hydraulic jack and pump with actual Toads monitored with a calibrated electric load cell or pressure gauge. A dial gauge or vernier scale capable of measuring to 0.001 inch of the ground anchor movement is also needed. The movement - measuring device should have a minimum travel equal to the theoretical elastic elongation of the total nail length plus 1 inch. The dial gauge or vernier should be monitored with a reference system that is independent of the jacking system and shoring wall. Tieback anchors subjected to the verification test should be loaded to 200 percent of the design load to verify that the pullout resistance has a minimum factor of safety of 2.0. The verification test may be performed on one of the production tiebacks. The tendons on the no -load portion of the anchor should be encased in PVC to prevent load transfer during the test. The 200 percent verification test should be conducted by cyclically and incrementally loading and unloading the anchor to a maximum load of 200 percent of the design load (DL) in accordance with the schedule presented in Table C -1. All production tiebacks should be proof- tested by applying at least 133 percent of the design load. The anchors should be loaded in accordance with the schedule presented in Table C -2. The alignment load (AL) shown in Tables C -1 and C -2 is the load necessary to take the slack out of the tieback system during initial tensioning (typically less than 100 psi). The tendon cross - sectional area should be proportioned such that the maximum stress during verification and production testing does not exceed 80 percent of the yield strength of the tendons. Intermediate loads during the 200 percent verification test and proof test should be held for a minimum of 5 minutes. The maximum load (2.00 x DL for the verification test and 1.33 x DL for the proof test) should be held for a minimum of 10 minutes and readings should be recorded at 1, 2, 3, 4, 5, 6, and 10 minutes. If the total creep movement of the tendons, between 1 and 10 minutes, exceeds 0.040 inches, then the test load should be maintained for an additional 50 minutes (60 minutes total), and the movement readings should be taken at 20, 30, 40, 50, and 60 minutes. During the load hold periods, the hydraulic pressure on the jack should not deviate by more than 50 pounds per square inch (psi). If the creep movement still exceeds 0.040 10/22/98 I: \PROJECT1193\013.20WIGHLINE.RPT C -1 LANDAU ASSOCIATES inches per log cycle of time, then the anchor does not meet the acceptance criteria. If the anchor has secondary grouting capabilities, it may be regrouted and retested. Otherwise, the anchor may be rejected or derated to a lower capacity. In addition, the minimum apparent free length at the maximum test load, as calculated on the basis of elastic movement, should be equivalent to not less than 80 percent of the design free tendon length plus the jack length. The maximum apparent free length at the maximum test load, as calculated on the basis of elastic movement, should be less than 100 percent of the free length plus one -half the bond length, plus the jack length. Total movement of the anchor should not exceed 6 inches during the verification or proof testing. If the anchor fails to meet these criteria, then the cause shall be investigated and the anchor may be rejected or derated to a lower capacity. If the anchor has secondary grouting capabilities, it may be regrouted and retested. Tieback anchors meeting the acceptance criteria should be locked off at 75 to 80 percent of the design load. SOIL NAIL TESTING AND ACCEPTANCE Nails to be tested should be initially grouted no closer to the excavation face than 5 feet for nails that have test loads (TL) less than 10 kips and 10 ft for nails that have TLs greater than or equal to 10 kips. The minimum bond length of a test nail should be 5 ft. The TL is determined by multiplying the grouted bond length by the design load transfer. Load testing should be performed against a temporary bearing yoke which bears directly against existing soil. Temporary bearing pads should be kept a minimum of 12 inches from the edges of the drilled hole unless a rigid steel plate is used to distribute the stress around the drilled hole. If a steel plate is used, it should be a minimum of 3 ft square and of sufficient thickness so that it will distribute the load evenly to the soil. The test load is applied using a hydraulic jack and pump with actual loads monitored with a calibrated electric load cell or pressure gauge. A dial gauge or vernier scale capable of measuring to 0.001 inch of the ground anchor movement is also needed. The movement - measuring device should have a minimum travel equal to the theoretical elastic elongation of the total nail length plus 1 inch. The dial gauge or vernier should be monitored with a reference system that is independent of the jacking system and excavation face. VERIFICATION TESTING Verification testing should be performed on nails installed within the pattern of production nails to verify the Contractor's procedures, hole diameter, and design assumptions. Changes in the drilling or I W22/98 I,IPROJECI1I93W 13,20W1GHLNE,RPT C -2 LANDAU ASSOCIATES installation method may require additional verification testing as determined by the engineer. Verification tests can be performed prior to excavation for the soil nail wall. The design details of the verification testing, including the system for distributing test load pressures to the excavation surface and appropriate nail bar size and reaction plate, should be developed by the Contractor, subject to approval by the engineer. The intent is to stress the bond between the grout and the surrounding soil to at least twice the minimum load transfer shown in the plans to verify that the Contractor's installation procedures and nail design will result in nails that are capable of meeting the minimum allowable load transfer. The bar size should be proportioned such that the maximum stress at 200 percent of the test load does not exceed 80 percent of the yield strength of Grade 60 steel and 80 percent of the guaranteed ultimate tensile strength for high strength steel. The verification tests should be made by incrementally loading the nails in accordance with the load schedule in Table C -3. The load shall be applied in increments of 25 percent of the test load. Each Toad increment shall be held for at least 5 minutes, with the maximum load held for 10 minutes.. Measurement of nail movement shall be obtained at each load increment. The load -hold period for the test load shall start as soon as the test load is applied and the nail movement with respect to a fixed reference shall be measured and recorded at 1 2, 3, 5, 6, and 10 minutes. If the total creep between 1 and 10 minutes exceeds 0.080 inches, then the test load should be maintained for an additional 50 minutes (60 minutes total) and movement readings should be taken at 20, 30, 40, 50 and 60 minutes. A verification tested nail is acceptable if: 1. The nail carries the test load with a creep rate that does not exceed 0.08 inch per log cycle of time and is at a linear or decreasing creep rate. 2. The total movement at the test load exceeds 80 percent of the theoretical elastic elongation of the non - bonded length. Furthermore, a pullout failure must not occur for the verification test anchor at the 2.0 TL maximum load. The nails used for verification tests are considered sacrificial and cannot be used for production. PROOF TESTING Five percent of the production nails should be proof tested. Due to the need for a non - bonded zone for testing purposes, the Contractor's installation method should assure the stability of the non - bonded portion of the hole during testing and will allow for the non - bonded zone to be grouted against the soil after testing. Proof tests are performed by incrementally loading the nail to 150 percent of the test load in accordance with the load schedule in Table C-4. Anchor movement is measured and recorded to the nearest 0.001 inch with respect to an independent fixed reference point in the same manner as for the verification tests 10/22/98 I:\ PROJ1iC '[ \1931013.20\H1GHUNE.RPT C-3 LANDAU ASSOCIATES at the alignment load and at each increment of load. The Toad is monitored with a pressure gauge and electronic load cell. The recommended scheduling of hold times per load increment is also present in Table C-4. The maximum load in a proof test shall be held for 10 minutes. The load hold period shall start as soon as the maximum test load is applied and the nail movement with respect to an independent fixed reference shall be measured and recorded at 1, 2, 3, 4, 5, 6, and 10 minutes. The nail movement between 1 minute and 10 . minutes shall not exceed 0.04 inches. If the nail movement between 1 and 10 minutes exceeds 0.04 inches, the maximum test load shall be held an additional 50 minutes. If the load hold is extended, the nail movement shall be recorded at 20, 30, 50, and 60 minutes. If a nail fails in creep, retesting will not be allowed. A proof tested nail is acceptable if: 1. The nail carries a load of 1.5 TL with less than 0.04 inches of movement between 1 minute and 10 minutes, unless the load hold extended to 60 minutes, in which case the nail would be acceptable if the creep rate does not exceed 0.04 inches per log cycle of time. 2. The total movement at the maximum test load exceeded 80 percent of the theoretical elastic elongation of the non - bonded length. 3. The creep rate is not increasing with time during the load hold period. 1W22/98 1 ;1PROJECTU931013.201HIGI JNE.RPT TABLE C -1 TIEBACK ANCHOR LOADING SCHEDULE FOR 200 PERCENT VERIFICATION TEST Loading Schedule AL AL AL AL AL AL AL 0.25 DL 0.25 DL 0.25 DL 0.25 DL 0.25 DL 0.25 DL 0.25 DL 0.50 DL 0.50 DL 0.50 DL 0.50 DL 0.50 DL 0.50 DL 0.75 DL 0.75 DL 0.75 DL 0.75 DL 0.75 DL 1.00 DL 1.00 DL 1.00 DL 1.00 DL 1.50 DL 1.50 DL 1.50 DL 1.75 DL 1.75 DL 2.00DL AL = Alignment Load DL = Design Load 10/22198 MPROJ ECIU 1931013.20W IG HUNE, RPT AL. TABLE C -2 TIEBACK ANCHOR LOADING SCHEDULE FOR PROOF TEST Loading Schedule AL = Alignment Load DL = Design Load 10/22198 I:\PROJECIU93W13.20WIGHL NE.RPT AL 0.25 DL 0.50 DL 0.75 DL 1.00 DL 1.33 DL AL Lockoff TABLE C -3 SOIL NAIL LOADING SCHEDULE FOR VERIFICATION TEST Load Increment Recommended Hnld Time AL 1 minute 0.25 TL 5 minutes 0.50 TL 5 minutes 1.00 TL 5 minutes 1.25 TL 5 minutes 1.50 TL 5 minutes 1.75 TL 5 minutes 2.00 TL 10 minutes AL = Nail Alignment Load TL = Test Load 10/22/98 I: PROJECITI93W 13.20*UGHLWE.RPT [., i TABLE C-4 SOIL NAIL LOADING SCHEDULE FOR PROOF TEST 1.nad increment Recommended Wirt Time AL 1 minute 0.25 TL 5 minutes 0.50 TL 5 minutes 1.00 TL 5 minutes 1.25 TL 5 minutes 1.50 TL 10 minutes AL = Nail Alignment Load TL = Test Load IW22/98 I APROJEC11193W13.2dWKiHLINE.RPT AU'ASSOCIA APPENDIX D IMPROVEMENTS TO SOUTH 16e STREET BORING LOSS KEY TO BORING LOGS i---- Indicates Interval from which Disturbed Sample was Extracted 12% 314— Blows Required to Drive 2.0 -inch O.D. Split Barrel Sampler 1 Foot with a Hammer Weight of 140 Pounds and a Stroke of 30 Inches Natural Moisture Content Ground Water as Noted at Time of Drilling (ATD) MAJOR DIVISIONS UNIFIED SOIL CLASSIFICATION SYSTEM GRAPHIC LETTER SYMBOL SYMBOL. TYPICAL DESCRIPTIONS COARSE- GRAINED SOILS (More than 50% of material is larger than #200 sieve size) GRAVEL AND GRAVELLY SOILS (More than 50% of coarse fraction retained on 04 sieve) CLEAN GRAVELS v'i4 op,. %' 'obi a %•, GW GP GM GC Well-graded gravels; graveVsand mixtures; little or no fines Poorly- graded gravels; graveVsand mixtures; little or no fines Silty gravel; graveVsand/slit mixtures Clayey gravels; gravel/sand/silt mixtures no fines) O• •••.• , • v, C} GRAVELS IH FINES (Appreciable amount of fines) • '$ %. r•r �_, • .• Q. ,rifi•i5 ': C @�,� -• SAND AND SANDY SOILS (More than 50% of coarse fraction passed through #4 sieve) CLEAN SAND SW SP SM SC Well - graded sands; gravelly sands; little or no fines Poorly-graded sands; gravelly sands; little or no fines Silty sands; sand/silt mixtures Clayey sands; sand/Gay mixture (t.Ittle or no fines) • SANDS WITH FINES (Appreciable amount of fines) 1 1 ir 1.1 i FINE- GRAINED SOILS (More than 50% of material is smaller than #200 sieve size) SILTS AND CLAYS (Liquid Limit less than 50) III OBIOL I ML CL Inorganic slits and very fine sands; rock (lour; silty- or clayey-fine sands or clayey silts with slight plasticity Inorganic clays of low to medium plasticity; gravelly clays; sandy clays; silty clays; lean clays Organic silt; organic, silty clays of low plasticity SILTS AND CLAYS (Liquid Limit greater than 50) 'XXXX-r" 1111 f� xxx:X'r ;rrrrrr, I I I I I A I I MH CH OH Inorganic silts; micaceous or diatomaceous fine sands or silly soils Inorganic days of high plasticity; fat clays Organic clays of medium to high plasticity; ty; organic silts HIGHLY ORGANIC SOILS FIT Peat; humus; swamp oils with high organic contents • Note: Dual letter symbols (I.e., SMISP) indicate bordedine soil classifications. Only the first letter symbol's respective pattern is shown on logs. LANDAU ASSOCIATES, INC. l Key and Unified Soil Classification System Depth (feet) 0 5— 10 — 6% 129 6% I 23 SM SP SP BOR -1 Approximate Elevation 430 ft. 2 inches Asphalt Concrete Brown, gravelly, fine SAND with silt; upper 2 in. Is crushed rock subbase (medium dense, moist) (subbase/fill) Brown, fine to coarse SAND with occasional fine gravel (medium dense, moist) Completed to 6.0 feet on 2/1/91. No ground water encountered. LANDAU ASSOCIATES, INC. 1 og of Boring BOR-1 Figure A -10 Depth (feet) 996 I 21 4% J25 696 I 28 BOR -2 Approximate Elevation 435 ft. 2 inches Asphalt Concrete Brown, sandy, fine to coarse GRAVEL with &It (medium dense,moist) (subbase/crushed rock All) Ten -brown with occasional rust mottling, fine to coarse SAND with scattered coarse gravel (medium dense, moist) Completed to 6.5 feet on 2/1/91. No ground water encountered. LANDAU ASSOCIATES, INC. 1 . Log of Boring BOR -2 HflIITA A -11 APPEND PREVAILING VA State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY Effective 03 -03 -99 Classification ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL BOILERMAKERS JOURNEY LEVEL BRICK AND MARBLE MASONS JOURNEY LEVEL CABINET MAKERS (IN SHOP) JOURNEY LEVEL CARPENTERS ACOUSTICAL WORKER CARPENTER CREOSOTED MATERIAL DRYWALL APPLICATOR FLOOR FINISHER FLOOR LAYER FLOOR SANDER MILLWRIGHT AND MACHINE ERECTORS PILEDRIVERS, BRIDGE, DOCK & WARF CARPENTERS PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING SAWFILER SHINGLER STATIONARY POWER SAW OPERATOR STATIONARY WOODWORKING TOOLS CEMENT MASONS JOURNEY LEVEL DIVERS & TENDERS DIVER DIVER TENDER DREDGE WORKERS ASSISTANT ENGINEER ASSISTANT MATE (DECKHAND) BOATMEN ENGINEER WELDER LEVERMAN, HYDRAULIC MAINTENANCE MATES OILER DRYWALL TAPERS JOURNEY LEVEL ELECTRICIANS - INSIDE CABLE SPLICER CABLE SPLICER (TUNNEL) CERTIFIED WELDER CERTIFIED WELDER (TUNNEL) CONSTRUCTION STOCK PERSON JOURNEY LEVEL JOURNEY LEVEL (TUNNEL) ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER CERTIFIED LINE WELDER Page 1 (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code, ode ode $26.50 1M 5D $33.93 18 5N $31.67 1H 5A $11.71 1 $30.93 1M 50 $30.77 1M 5D $30.87 1M 5D $30.77 1M 5D $30.90 1M 5D $30.90 1M 5D $30.90 1M 5D $31.77 1M 5D $30.77 1M 5D $30.97 1M 50 $30.90 1M 5D $30.90 1M 5D $30.90 1M 50 $30.90 1M 5D $31.69 1M 5D $66.30 1M $32.98 1M $31.22 1T $30.78 1T $31.22 1T $31.27 1T $32.66 1T $30.78 1T $31.22 1T $30.86 1T $30.88 1J $38,66 1J $53.20 1J $37.25 1J $51.13 1J $19.99 1J $35.83. 1J $49.04 1J, $36.05 4A $33.15 4A 5D 8A 5D 5D 8L 5D 8L 5D 8L 5D 8L 5D 8L 50 8L 5D 8L. 50 81. 5A 6H 6H 6H 6H 6H. 6H' 6H KING COUNTY Effective 03 -03 -99 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GROUNDPERSON $23.83 4A 5A 8E HEAD GROUNDPERSON $25.05 4A 5A 8E HEAVY LINE EQUIPMENT OPERATOR $33.15 4A 5A 8E JACKHAMMER OPERATOR $25.05 4A 5A 8E JOURNEY LEVEL LINEPERSON $33.15 4A 5A 8E LINE EQUIPMENT OPERATOR $27.97 4A 5A BE POLE SPRAYER $33.15 4A 5A 8E POWDERPERSON $25.05 4A 5A 8E ELECTRONIC & TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS CONSTRUCTOR $28.45 4A 61 MECHANIC $38.49 4A 61 MECHANIC IN CHARGE $42.49 4A 61 PROBATIONARY CONSTRUCTOR $14.88 4A 61 FENCE ERECTORS FENCE ERECTOR $13.80 1 FENCE LABORER $11.60 1 FLAGGERS JOURNEY LEVEL $21.82 1M 50 GLAZIERS JOURNEY LEVEL $29.51 2E 5G HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $32.33 1F 5C INLAND BOATMEN DECKHAND $23.30 1K 5D ENGINEER - DECKHAND $25.19 1K 5D OPERATOR $26.08 1K 50 INSULATION APPLICATORS JOURNEY LEVEL $27.67 1M 50 IRONWORKERS JOURNEY LEVEL $33.07 1B 5A LABORERS ASPHALT RAKER $26.98 1M 5D BALLAST REGULATOR MACHINE $26.50 1M 5D BATCH WEIGHMAN $21.82 1M 511) CARPENTER TENDER $26.50 1M 5D CASSION WORKER $27.34 1M 5D CEMENT DUMPER/PAVING $26.98 1M 5D CEMENT FINISHER TENDER $26.50 1M 5D CHIPPING GUN (OVER 30 LBS) $26.98 1M 5D CHIPPING GUN (UNDER 30 LBS) $26.50 1M 5D CHUCK TENDER $26.50 1M 5D CLEAN -UP LABORER $26.50 1M 51) CONCRETE FORM STRIPPER $26.50 1M 50 CONCRETE SAW OPERATOR $26.98 1M 50 CRUSHER FEEDER $21.82 1M 50 CURING LABORER $26.50 1M 5D DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS) $26.50 1M 50 DITCH DIGGER $26.50 1M 50 DIVER $27.34 1M 5D DRILL OPERATOR (HYDRAULIC, DIAMOND) $26.98 1M 5D DRILL OPERATOR, AIRTRAC $27.34 1M 5D DUMPMAN $26.50 1M 50 FALLER /BUCKER, CHAIN SAW $26.98 1M 5D FINAL DETAIL CLEANUP (Le., dusting, vacuuming, window cleaning; NOT $19.50 1M 5D construction debris cleanup) FINE GRADERS $26.50 1M 50 FIRE WATCH $26.50 1M 5D FORM SETTER $26.50 1M 50 GABION BASKET BUILDER $26.50 1M 50 Panes 9 Classification KING COUNTY Effective 03 -03 -99 (See Benefit Code Key) Over PREVAILING lime Holiday Note WAGE code Code ode GENERAL LABORER $26.50 1M 50 GRADE CHECKER & TRANSIT PERSON $26.98 1M 5D GRINDERS $26.50 1M 5D GROUT MACHINE TENDER $26.50 1M 5D HAZARDOUS WASTE WORKER LEVEL A $27.34 1M 51) HAZARDOUS WASTE WORKER LEVEL B $26.98 1M 5D HAZARDOUS WASTE WORKER LEVEL C $26.50 1M 5D HIGH SCALER $27.34 1M 50 HOD CARRIERJMORTARMAN $26.98 1M 5D JACKHAMMER $26.98 1M 5D LASER BEAM OPERATOR $26.98 1M 5D MINER $27.34 1M 5D NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $26.98 1M 5D PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $26.98 1M 5D PILOT CAR $21.82 1M 5D PIPE RELINER (NOT INSERT TYPE) $26.98 1M 5D PIPELAYER & CAULKER $26.98 1M 5D PIPELAYER & CAULKER (LEAD) $27.34 1M 5D PIPEWRAPPER $26.98 1M 50 POT TENDER $26.50 1M 50 POWDERMAN $27.34 1M 5D POWDERMAN HELPER $26.50 1M 50 POWERJACKS $26.98 1M 5D RAILROAD SPIKE PULLER (POWER) $26.98 1M 5D RE- TIMBERMAN $27.34 1M 50 RIPRAP MAN $26.50 1M 5D SIGNALMAN $26.50 1M 5D SLOPER SPRAYMAN $26.50 1M 5D SPREADER (CLARY POWER OR SIMILAR TYPES) $26.98 1M 5D SPREADER (CONCRETE) $26.98 1M 5D STAKE HOPPER $26.50 1M 51) . STOCKPILER $26.50 1M 50 TAMPER & SIMILAR ELECTRIC, AIR & GAS $26.98 1M 5D TAMPER (MULTIPLE & SELF PROPELLED) $26.98 1M 5D TOOLROOM MAN (AT JOB SITE) $26.50 1M 50 TOPPER - TAILER $26.50 1M 5D TRACK LABORER $26.50 1M 51) TRACK LINER (POWER) $26.98 1M 5D TUGGER OPERATOR $26.98 1M 5D VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $26.50 1M 5D VIBRATOR $26.98 1M 50 WELDER $26.50 1M 5D WELL -POINT LABORER $26.98 1M 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1 LANDSCAPING OR PLANTING LABORERS $8.42 1 LATHERS JOURNEY LEVEL $30.88 1M 5D PAINTERS JOURNEY LEVEL $25.40 2B 5A PLASTERERS JOURNEY LEVEL $31.78 1R 5A PLUMBERS & PIPEFITTERS JOURNEY LEVEL $39.56 1B 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $29.39 1T 51) 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $31.85 1T 5D 8L Page 3 Classification KING COUNTY . Effective 03 -03 -99 (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code ode Code, BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 VD) $32.29 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH ATTACHMENTS) $32.79 1T 5D 8L BACKHOES, (75 HP & UNDER) $31.49 1T 50 8L BACKHOES, (OVER 75 HP) $31.85 1T 5D 8L BARRIER MACHINE (ZIPPER) $31.85 1T 5D 8L BATCH PLANT OPERATOR, CONCRETE $31.85 1T 5D 8L BELT LOADERS (ELEVATING TYPE) $31.49 1T 5D 8L BOBCAT $29.39 1T 50 8L BROOMS $29.39 1T 5D 8L BUMP CUTTER $31.85 1T 5D 8L CABLEWAYS $32.29 1T 50 8L CHIPPER $31.85 1T 5D 8L COMPRESSORS $29.39 1T 50 8L CONCRETE FINISH MACHINE - LASER SCREED $29.39 IT 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $31.85 1T 5D 8L CONCRETE PUMPS $31.49 1T 5D 8L CONVEYORS $31.49 1T 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $31.49 1T 5D 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $31.85 IT 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB WITH $32.29 1T 50 8L ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB WITH $32.79 1T 50 8L ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB WITH $33.29 1T 50 8L ATTACHMENTS) CRANES, A- FRAME, 10 TON AND UNDER $29.39 1T 5D 8L CRANES, A- FRAME, OVER 10 TON $31.49 1T 5D 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $33.52 1T 5D 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $31.85 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $32.29 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $32.79 1T 5D 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $32.79 1T 5D 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $33.29 1T 5D 8L CRUSHERS $31.85 1T 5D 8L DECK ENGINEER /DECK WINCHES (POWER) $31.85 1T 5D 8L DERRICK, BUILDING $32.29 1T 5D 8L DOZERS, 0 -9 & UNDER $31.49 1T 50 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $31,49 1T 50 8L DRILLING MACHINE $31,85 1T 5D 8L ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $29,39 1T 50 8L EQUIPMENT SERVICE ENGINEER (OILER) $31.49 1T 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $31.85 1T 5D 8L FORK LIFTS, (3000 LBS AND OVER) $31.49 1T 50 8L FORK LIFTS, (UNDER 3000 LBS) $29.39 1T 5D 8L GRADE ENGINEER $31,49 1T 5D 8L GRADECHECKER AND STAKEMAN $29,39 1T 50 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $31,49 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $31,49 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $31,85 1T 5D 8L HYDRALIFTS /BOOM TRUCKS (10 TON & UNDER) $29.39 1T 5D 8L HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $31.49 1T 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $32.29 1T 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $32.79 1T 50 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $31.85 1T 5D 8L LOCOMOTIVES, ALL $31,85 1T 5D 8L MECHANICS, ALL $31.85 1T 5D 8L MIXERS, ASPHALT PLANT $31.85 1T 5D 8L MOTOR PATROL GRADER (FINISHING) $31,85 1T 50 8L MOTOR PATROL GRADER (NON - FINISHING) $31.49 1T 5D 8L f i 1 KING COUNTY Effective 03 -03 -99 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code ode MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $32.29 1T 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING OPERATOR $29.39 1T 5D 8L PAVEMENT BREAKER $29.39 1T 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $31.85 IT 5D 8L PLANT OILER (ASPHALT CRUSHER) $31.49 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $29.39 1T 5D 8L POWER PLANT $29.39 1T 5D 8L PUMPS, WATER $29.39 IT 5D 8L QUAD 9, D -10, AND HD -41 $32.29 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING EQUIP $32.29 1T 50 8L RIGGER AND BELLMAN $29.39 1T 5D 8L ROLLAGON $32.29 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $29.39 1T 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $31.49 IT 50 8L ROTO -MILL, ROTO- GRINDER $31.85 1T 50 8L SAWS, CONCRETE $31.49 1T 5D 8L SCRAPERS, CONCRETE AND CARRY ALL $31.49 IT 5D 8L SCRAPERS, SELF - PROPELLED ( UNDER 45 YD) $31.85 1T 5D 8L SCRAPERS, SELF - PROPELLED (45 YD AND OVER) $32.29 1T 5D 8L SCREED MAN $31.85 1T 5D 8L SHOTCRETE GUNITE $29.39 1T 5D 8L SLIPFORM PAVERS $32.29 1T 50 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $31.85 IT 50 8L SUBGRADE TRIMMER $31.85 1T 50 8L TRACTORS, (75 HP & UNDER) $31.49 1T 5D 8L TRACTORS, (OVER 75 HP) $31.85 IT 50 8L TRANSFER MATERIAL SERVICE MACHINE $31.85 1T 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $32.29 1T 5D 8L TRENCHING MACHINES $31.49 1T 50 8L TRUCK CRANE OILER /DRIVER ( UNDER 100 TON) $31.49 IT 50 8L TRUCK CRANE OILER /DRIVER (100 TON & OVER) $31.85 1T 5D 8L WHEEL TRACTORS, FARMALL TYPE $29.39 iT 5D 8L YO YO PAY DOZER $31.85 1T 50 8L POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $27.16 4A 5A SPRAY PERSON $25.69 4A 5A TREE EQUIPMENT OPERATOR $26.06 4A 5A TREE TRIMMER $24.08 4A 5A TREE TRIMMER GROUNDPERSON $17.52 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $38.01 1B 5A ROOFERS JOURNEY LEVEL $29.03 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $32.03 1R 5A SHEET METAL WORKERS JOURNEY LEVEL $35.28 1J 6L SOFT FLOOR LAYERS JOURNEY LEVEL $27.01 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $37.30 1B 5C SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $22.71 2B 5A HOLE DIGGER/GROUND PERSON $12.13 2B 5A INSTALLER (REPAIRER) $21.73 2B 5A Page 5 KING COUNTY Effective 03 -03 -99 *********************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** Classification JOURNEY LEVEL TELEPHONE LINEPERSON SPECIAL APPARATUS INSTALLER I SPECIAL APPARATUS INSTALLER II TELEPHONE EQUIPMENT OPERATOR (HEAVY) TELEPHONE EQUIPMENT OPERATOR (LIGHT) TELEVISION GROUND PERSON TELEVISION LINEPERSON /INSTALLER TELEVISION SYSTEM TECHNICIAN TELEVISION TECHNICIAN TREE TRIMMER TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL TILE, MARBLE & TERRAZZO FINISHERS FINISHER TRAFFIC CONTROL STRIPERS JOURNEY LEVEL TRUCK DRIVERS DUMP TRUCK DUMP TRUCK & TRAILER OTHER TRUCKS TRANSIT MIXER WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER OILER WELL DRILLER (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE ode Code Code $21.04 2B 5A $22.71 2B 5A $22.24 2B 5A $22.71 2B 5A $21.04 2B 5A $11.44 2B 5A $15.65 2B 5A $18.88 2B 5A $16.85 2B 5A $21.04 2B 5A $30.08 11-I 5A $24.37 1H 5A $24.69 1K 5A $29.62 1T 5D BL $30.20 1T 5D 8L $30.20 IT 50 8L $26.46 1 $17.71 1 $12.97 1 $17.68 1 BENEFIT CODE KEY - EFFECTIVE 03 -03 -99 *******************************************************************: r********************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS). SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY. AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE TI-EE HOURLY RATE OF WAGE. J. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE -HALF TRIES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE, P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) AND SUNDAYS SHALL BE PAID AT ONE AND ONE - HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Q. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. ALL HOURS WORKED ON SUNDAYS BETWEEN THE HOURS OF 12:OOAM SUNDAY AND 6:OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE -UP DAYS, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOP,M SATURDAY TO 6:OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY 13 A rc u/ A ,-t BENEFIT CODE KEY - EFFECTIVE 03.03 -99 -2- W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE -UP DAYS) SHALL BE PAID AT ONE AND ONE - HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE -HALF TLMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED LN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS L SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TLMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE „... INCLUDING HOLIDAY PAY. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TLMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. 4. A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). 5. H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER 1 THANKSGIVING DAY, AND CHRISTMAS (6). BENEFIT CODE KEY - EFFECTIVE 03. 03.99 -3- CHRISTMAS DAY (6). N. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). O. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY Al- TER THANKSGIVING DAY, ONE -HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (7 1/2). S. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T. PAID HOLIDAYS: SEVEN (7) PAID HOLIDAYS. U. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY, AND A DAY OF THE EMPLOYEES CHOICE (7). V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY. THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). C. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). H. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). L PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). L. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (8) Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY; PRESIDENTS' DAY. 6. R. HOLIDAYS: NEW YEAR'S DAY; MARTIN LUTHER KING, JR. DAY; WASHINGTON'S BIRTHDAY; MEMORIAL DAY; INDEPENDENCE DAY; THANKSGIVING DAY; THE FRIDAY AFTER THANKSGIVING DAY; AND CHRISTMAS DAY (8). S. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (8). BENEFIT CODE KEY - EFFECTIVE 03 -0349 -4 - LABOR DAY, THANKSGIVING DAY. THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U. PAID HOLIDAYS: NEW YEAR'S DAY. MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY. THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY, AND A FLOATING HOLIDAY (9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY. CHRISTMAS EVE DAY, CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (10). W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE CHRISTMAS DAY (10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEARS DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 175' - $2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175' TO 250' - 55.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250' - DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' - DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR. E. ALL CLASSIFICATIONS, INCLUDING ALL APPRENTICES, REPORTING TO AN EMPLOYER'S DESIGNATED JOB HEADQUARTERS AND WORKING A MINIMUM OF FOUR (4) HOURS IN ANY ONE (1) DAY SHALL RECEIVE A WAGE SUPPLEMENT OF TWENTY -FOUR DOLLARS (524.00) IN ADDITION TO THE PREVAILING HOURLY RATE OF WAGE AND FRINGE BENEFITS. L. WORKERS ON HAZMAT PROTECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75, LEVEL B: 50.50, AND LEVEL C: 50.25. C�" M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: $1.00, 2 LEVELS C & D: 50.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00, LEVEL B: $0.75, LEVEL C: 50.50, AND LEVEL D: $025. 1 P LV Washington State Department of Labor and Industries Policy Statement (Regarding the Production of 'Standard" or "Non- standard" Items) Below is the department's (State L &I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non- standard ". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non - standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly /fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non - covered workers shall be directed to State L &I at (360) 902 -5330. $$1$$ eNtriebilt Supplemental To Wage Rates. WSDOT's Predetermined List for Suppliers - Manufacturers - Fabricators Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non - standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L &I's policy statement. ITEM DESCRIPTION YES NO 1. Manhole Ring & Cover - manhole type 1, 2, 3, and 4 for bridges. For use with Catch Basin type 2. The casting to meet AASHTO -M -105, class 30 gray iron casting. See Std. Plan B -1f, B -23a, B -23b, B -23c, and B -23d. X 2. Frame & Grate - frame and Grate for Catch Basin type 1, 1 L, 1 P, 2, 3, 4 and Concrete Inlets. Cast frame may be grade 70 -36 steel, class 30 gray cast iron or grade 80 -55 -06 ductile iron. The cast grate may be grade 70 -36 steel or grade 80 -55 -06 ductile iron. See Std. Plan B -2, B -2a, and B -2b. X 3. Grate Inlet & Drop Inlet Frame & Grate - Frame and Grate for Grate Inlets Type 1 or 2 or Drop Inlet. Angle iron frame to be cast into top of inlet. See Std. Plan B -4b or B -4h. Frames & Grates to be galvanized. 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. $$1$$ Supplemental To Wage Rates YES NO 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. X 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. X 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9- 28.15(3). X 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X 11. Minor Structural Steel Fabrication - Fabrication of minor steel items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or boring of holes. See Contact Plans for item description and shop drawings. X 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth In the Contract Plans. Welding of aluminum shall be in accordance with Section 9- 28.15(3). $$1$$ Supplemental To Wage Rates YES NO 13. Concrete Piling -- Precast - Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9 -19.1 of Std. Spec.. Shop drawings for approval shall be provided per Section 6- 05.3(3) of the Std. Spec. X 14. Manhole Type 1, 2, 3 and 4 - Precast Manholes with risers X and flat top slab and /or cones. See Std. Plans. 15. Drywell - Drywell as specified in Contract Plans. X 16. Catch Basin - Catch Basin type 1, 1 L, 1P, 2, 3, and 4, including risers, frames maybe cast into riser. See Std. Plans. X 17. Precast Concrete Inlet - Concrete Inlet with risers, X frames may be cast into risers. See Std. Plans. 18. Drop Inlet Type 1 - Drop Inlet Type 1 with support angles and grate. See Std. Plans B -4f and B -4h. X 19. Drop Inlet Type 2 - Drop Inlet type 2 with support X angles and grate. See Std. Plans B -4g and B -4h. 20. Grate Inlet Type 2 - Grate Inlet Type 2 with risers and top unit with bearing angles. 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting. $$1 $$ Supplemental To Wage Rates 22. Vault Risers - For use with Valve Vaults and Utilities Vaults. YES NO X 23. Valve Vault - For use with underground utilities. See Contract Plans for details. 24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. X 25. Reinforced Earth Wall Panels - Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. 26. Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used. X 27. Precast Railroad Crossings - Concrete Crossing Structure X Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder - Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)c. X $$1$$ SS2SS Supplemental To Wage Rates Pane 5 29. Prestressed Concrete Girder Series 4 -14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)c. YES NO X 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)c. X 31. Prestressed Precast Hollow -Core Slab - Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)c. X 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(26)A. X 33. Monument Case and Cover - To meet AASHTO -M -105 class 30 gray iron casting. See Std. Plan H -7. 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO -M -183. See Std. Plans G -3, G -3a, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO -M -111. 35. Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. $$1$$ Supplemental To Wage Rates 4.- YES NO 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO -M -138 for Aluminum Alloys. See Std. Plans G -2, G2a, G -2b, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO -M -111. 37. Steel Sign Post - Fabricated steel sign posts as detailed in Std. Plan G -8. Shop drawings for approval are to be provided prior to fabrication. 38. Light Standard - Prestressed - Spun, prestressed, hollow, concrete poles. 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plan J -1, J -la, and J-lb. See Special Provisions for pre- approved drawings. X 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans J -1, J -7a, J -7c, and J -8. See Special Provisions for pre - approved drawings. 41. Traffic Curb, Type A or C Precast - Type A or C Precast traffic curb, for use in construction of raised channelization, and other traffic delineation uses such as parking lots, rest areas, etc. NOTE: Acceptance based on inspection of Fabrication Plant and an advance sample of curb section to be submitted for approval by Engineer. X Supplemental To Wage Rates YES NO 42. Traffic Signs - Prior to approval of a Fabricator X X if, of Traffic Signs, the sources of the following customstd. signing materials must be submitted and approved msg msg 2., for reflective sheeting, legend material, and aluminum sheeting. NOTE: * ** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed. 43. Cutting & bending reinforcing steel X 44. Guardrail components X X custom standard end sect. sect. 45. Aggregates /Concrete mixes Covered by WAC 296- 127 -018 46. Asphalt Covered by WAC 296 -127 -018 47. Fiber fabrics X 48. Electrical wiring /components 49. treated or untreated timber piles 50. Girder pads (elastomeric bearing) $$1$$ Supplemental To Wage Rates 51. Standard Dimension lumber YES NO X 52. Irrigation components X 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons 56. Epoxy X 57. Cribbing X 58. Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings 61. Steel pile tips, standard 62. Steel pile tips, custom $$1$$ eeOee Supplemental To, Wage Rates na.... n WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/03/99 METAL FABRICATION (IN SHOP) Classification Fitter Welder Machine Operator Painter Laborer Welder Machine Operator Painter Laborer Fitter Welder Machine Operator Painter Laborer Fitter Welder Machine Operator Painter Laborer Over PREVAILING Time Holiday Note WAG Code ode Code Counties Covered: Adams, Asotin, Columbia, Douglas, Ferry, Franklin, Garfield Kittitas, Lincoln, Okanogan, Pend Oreille, Stevens, Walla Walla and Whitman Counties Covered: Benton Counties Covered: Chelan 12.76 1 12.76 1 12.66 1 10.20 1 8.13 1 16.70 1 10.53 1 9.76 1 7.06 1 15.04 1 12.24 1 9.71 1 9.93 1 8.77 1 Counties Covered: Clallam, Grays Harbor, Island, Jefferson, Lewis, Mason, Pacific, San Jaun and Skagit 15.16 1 . 15.16 1 10.66 .1 11.41 11.13 !! $$1$$ Supplemental To Wage. Rates Classification Layerout Fitter Welder Painter Machine Operator Laborer Fitter Welder Machine Operator Painter Laborer Fitter Welder Machine Operator Painter Laborer METAL FABRICATION (IN SHOP) 03/03/99 Counties Covered: Clark Counties Covered: Snohomish Counties Covered: Spokane Counties Covered: Thurston Over PREVAILING lime Holiday Note WAGE Code Qock Code 20.64 1J 6U 20.32 1J 6U 19.87 1J 6U 17.54 1J . 6U 15.21 1J 6U 14.75 1J 6U 15.38 1 15.38 1 8.84 1 9.98 1 9.79 1 12.59 1 10.80 1 13.26 1 10.27 1 7.98 1 Layerout 21.43 1R 6T Fitter 19.63 .1 R 6T Welder 17.86 1R 6T Machine Operator 14.26 1R 6T Laborer 10.68 1R 6T Fitter/Welder Machine Operator Laborer Counties Covered: Whatcom 13.81 13.81 9.00 $$1$$ Supplemental To. Wage Rates '$S2$S Pause 11 Classification Fitter Welder Machine Operator Painter Laborer METAL FABRICATION (IN SHOP) 03/03/99 Counties Covered: Yakima Counties Covered: Cowlitz Over PREVAILING lime Holiday Note WAGE Code ode ode 12.00 1 11.32 1 11.32 1 12.00 1 10.31 1 Fitter 21.08 1B 6V Welder 21.08 1B 6V Machine Operator 21.08 1B 6V Laborer 16.24 1B 6V Fitter Welder Painter Fitter Welder Machine Operator Painter Laborer Counties Covered: Grant Counties Covered: King Counties Covered: Kitsap 10.79 1 10.79 1 7.45 1 15.86 1 15.48 1 13,04 1 11.10 1 9.78 1 Fitter 26.96 Welder 13.83 Machine Operator 13.83 Laborer 6.00 Supplemental To Wage Rates ns.a 47 Classification Fitter/Welder Machine Operator Painter Laborer Fitter Welder Machine Operator Laborer METAL FABRICATION (IN SHOP) 03/03/99 Over PREVAILING lime Holiday Note WAGE Code, gitsil gale Counties Covered: Klickitat, Skamania and Wahkiakum Counties Covered: Pierce 16.99 1 17.21 1 17.03 1 10.44 1 15.25 13.98 13.98 9.25 $$1$$ Supplemeintal To Wage Rates. SS2SS Pattie 13 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/03/99 FABRICATED PRECAST CONCRETE PRODUCTS Classification Over PREVAILING Time Holiday Note WAGE Code glide pada Counties Covered: Adams, Asotin, Benton, Columbia, Douglas, Ferry, Franklin, Garfield, Grant, Lincoln, Okanogan, Pend Oreille, Stevens, Walla Walla, and Whitman All Classifications 9.96 Counties Covered: King Architectural and Prestressed Concrete All Classifications 10.20 All Other Concrete Products Maintenance Operator Gunite Carpenter Fabricator Wet pour Yard Patch Welder Clean Up All Classifications Counties Covered: Pierce Counties Covered: Chelan, Kittitas, Klickitat and Skamania 18.77 1B 6S 18.24 1B 6S 18.24 18 6S 18.77 1B 6S 18.24 1B 6S 17.99 1B 6S 17.99 18 6S 18.24 1B 6S 17.99 18 6S All Classifications 8.61 All Classifications Counties Covered: Clallam, Clark, Cowlitz, Grays Harbor, Island, Jefferson, Kitsap, Lewis, Mason, Pacific, San Juan, Skagit, Snohomish, Thurston, Wahkiakum i $$1 $$ Supplemental To Wage Rates WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/03/99 FABRICATED PRECAST CONCRETE PRODUCTS Classification Machine Operator Laborer Craftsman Production Worker Laborer Reber Concrete Finisher Carpenter Laborer $$1$$ ttOttt Counties Covered: Spokane Counties Covered: Yakima Counties Covered: Whatcom. Over PREVAILING Time Holiday Note WAGE Code ode feske. 10.33 6.00 8.65 1 7.15 1 6.00 1 14.60 12.53 11.43 8.43 Supplemental.,To Wage Rates Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) The following two letters from the State Department of Labor and Industries (State L &I dated August 18, 1992 and December 10, 1992, clarify the intent and establish policy for administrating the provisions of WAC 296 -127 -018 COVERAGE AND EXEMPTIONS OF WORKERS INVOLVED IN THE PRODUCTION AND DELIVERY OF GRAVEL, CONCRETE, ASPHALT, OR SIMILAR MATERIALS. The August 18, 1992 letter helps to clarify who is and who is not covered by the minimum pervailing wage requirements of RCW 39.12. The December 10, 1992 letter is State L &I's policy regarding methods of delivery of materials covered by WAC 296- 127 -018 that do and do not involve spreading, leveling, rolling or otherwise participating in the incorporation of the materials into a public works construction project. Any firm with questions regarding the policy, these letters, or for determinations of covered and non- covered workers shall be directed to State L &I at (360) 902 -5330. Effective September 1, 1993, minimum prevailing wages for all work covered by WAC 296 -127 -018 for the production and/or delivery of materials to a public works contract will be found under the regular classification of work for Teamsters, Power Equipment Operators, etc. 1! li [i EJ 1.1 L 11 $$1$$ Supplemental To Wage Rates ESAC DIVISION - TELEPHONE (206) 586 -6887 PO BOX 44540, OLYMPIA, WASHINGTON 98504 -4540 August 18, 1992 TO: All Interested Parties FROM: Jim P. Christensen Acting Industrial Statistician SUBJECT: Materials Suppliers - WAC 296- 127 -018 This memo is intended to provide greater clarity regarding the application of WAC 296- 127 -018 to awarding agencies, contractors, subcontractors, material suppliers and other interested parties. The information contained herein should not be construed to cover all possible scenarios which might require the payment of Prevailing wage. The absence of a particular activity under the heading "PREVAILING WAGES ARE REQUIRED FOR" does not mean that the activity is not covered. Separate Material Supplier Equipment Operator rates have been eliminated. For those cases where a production facility is set up for the specific purpose of supplying materials to a public works construction site, prevailing wage rates for operators of equipment such as crushers and batch plants can be found under Power Equipment Operators. PREVAILING WAGES ARE REQUIRED FOR: 1. Hauling materials away from a public works project site, including excavated materials, demolished materials, etc. 2. Delivery of materials to a public works project site using a method that involves incorporation of the delivered materials into the project site, such as spreading, leveling, rolling, etc. 3. The production of materials at a facility that is established for the specific, but not necessarily exclusive, purpose of supplying materials for a public works project. 4. Delivery of the materials mentioned in #3 above, regardless of the method of delivery. PREVAILING WAGES ARE NOT REQUIRED FOR: 1. The production of materials by employees of an established materials supplier, in a permanent facility, as well as the delivery of these materials, as long as delivery does not include incorporation of the materials into the job site. 2. Delivery of materials by a common or contract carrier, as long as delivery does not include incorporation of the materials into the job site. 3. Production of materials for unspecified future use. $$1$$ Supplemental To Wage Rates .Aig►Z.AA Panda 17 STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES General Administration Building Olympia, Washington 98504 -4401 ESAC DIVISION - TELEPHONE (206) 956 -5330 PO BOX 44540, OLYMPIA, WASHINGTON 98504 -4540 December 10, 1992 TO: All Interested Parties FROM: Mark M. McDermott Assistant Director, ESAC SUBJECT: Delivery Of Materials Under WAC 296- 127 -018 Effective January 11, 1993, the department adopts the following policy regarding methods of delivery that do and do not involve spreading, leveling, rolling or otherwise participating in the incorporation of the materials into a public works construction project: 1. Delivery of hot asphalt and wet concrete always involves incorporation of those materials into the project site. 2. Delivery of materials using a method in which the truck rolls while the material is placed, such as "tailgate" delivery or delivery using a belly -dump truck, always involves incorporation of those materials into the project site. 3. Delivery of materials into a machine or other piece of equipment always involves incorporation of those materials into the job site. The only exception is when asphalt is delivered into a stationary holding tank. 4. Delivery of materials using a method in which the truck does not roll while the material is placed, or rolls only enough distance to allow the materials to exit the truck, does not include incorporation of the materials into the job site. This only applies in cases not covered under 1), 2), or 3). 5. Delivery to a true "stockpile" that is physically separated from the asset under construction does not involve incorporation of the materials, I regardless of the method of delivery. Materials that are stockpiled must be physically moved to another location at the project site, in order to be placed into service. This policy supersedes all previous department policies regarding the incorporation of these materials into the job site. Supplemental To Wage Rates 11 8/.. /lW:l) .1'/8/( /1 k// ( //// / /////\.\ FOR ///(,////\/ U |//.8 nit,'/./,,/( 1. |7/:'/.S./U///(,/ /\//YY/// / V/\ //YY/),//( / FOR ((// \78> (,8/F \ // RI /./8\t\ /'/j''/:2».1SS`| '� |�•.. �/ • � • c C C: REVISED STRUCTURAL CALCULATIONS FOR HIGHLINE WATER DISTRICT WATER STORAGE IMPROVEMENT PROJECT FOR COUNTRY GREEN TURF FARMS Project #20288-A MC SQUARED, INC BY PATRICK RHOADS REVIEWED AND STAMPED BY VINCE McCLURE, P.E. , Ph.D. ( C C. MC SQUARED, INCI OLYMPIA, WASHINGTON 98566 (360) 7549339 FAX (360) 352-2044 Job: Date: Sheet. By VLiZ —Pc 17, i2AN\D") Page 2/ of REVISED STRUCTURAL CALCULATIONS FOR HIGHLINE WATER DISTRICT WATER STORAGE IMPROVEMENT PROJECT FOR COUNTRY GREEN TURF FARMS - Project #20288-A MC SQUARED, INC BY PATRICK RHOADS REVIEWED AND STAMPED BY • . PNCE McCLURE, P.E., • ! ; ; .( • C MC SQUARED, INC(�. OLYMPIA, WASHINGTON 98506 (360) 754-9339 FAX (360) 352 -2044 6cope: — Parameters: Loads Soil Job. Date. Sheet: tj,0) Z°Zg-A By:��� Page 3 of Provide structural calculations for following wall as requested by client. Position of water reservoir does not surcharge wall. See attached 11 x 17- provided - • •• • - - by client. 1 ' ' Ll , . , it . 4 1 InPatt 1I..1•••61 1. . • • • , • '.1 . 11, IC •• .',". . . . • • , •!.*4 1 .." ../ .-4?" :.: • . . i 1 • • I-. • irg•t:,• 7...,>-,.., . tr• ',....;e '.• i' --..- IL........„:, ..,. . ....,...,,,,,„...,..... .ii - • t97. -..- ';' •.-.••• ..f.012.0--?; ' > . •;'''- -fi,..,S) .... t.• ...ri....:::::4:;"."-:".• ,..-'-_,-.•3 .., , •- P ■ AA z...y..,.._11 • ,>.-.1., b 1' 0 • al, trillI • • 0: • N. en,tio ,.:44 JP- ENO BLOCK N I70701 • ISMS°, 44 OF IIKL SEE monis • r itiatfailUsookilicali • KA& 1 • • 311 eat 1000 r---- Inc. I NICHUNC UM 4 1,47 STORAGE AO WM.& I Oft ow a .i • • / • ' ` 1 5 li!mip044 " 1101...PUB eb. 1■"11"ILLIMI.1111111"11111111bAtik21 iftiU EnahVIIIMIte\ OIL 411=1111L mil$ LEGEND: QTAOWC CRIO I.MIES 30' 4G FINISH GRACIE SPOT ELEVATIONS MASH GRADING CONTOURS MGROUND ELEVATION • GENERAL NOTES: HOIdZONTAL CONTROL Fp1 TIe MOM CIID Rf 37+OMN Cw so FOOT CENTERS MERE 14.+OJ W SPOT ELEVATIONS ARC 23 FOOT CENTERS SHORN .45 r/1 Oda , 2. FOR HORIZONTAL COMM. ON Y+ROMiiENTS SEE SHEET IQ i , — .,,..—...... ., Alk. 00 ..��' 1n4 WNW( NAM OrsTRICT ��� ill.. VM STORAGE MIFIRM:NCNT$ PROJECT y,�. i�rn NIL GAL. QUIVOR CONTRACT 911. - -1! I [ SITE GRADING PLAN gib C 470 _.. (XIS 1ING GRAD( ■ II/ u// 11t1u//// N/■//■/■ t///»/n ///NN/w■■■■■■■N■■■ //■/■7 fi�?LSS3l RN/sNNNa1NrNN /stn //NN[INt1!■N111111■■ffmun ts•u/1/■/■ ■[ 11■/■ NN■■ t1■■ N■ n/■ iifiC© ��11/■ U/// N/ ■�11N ■ ■ ■N ■ ■ ■ ■ ■1 ■ / ■ /11t•�..�'�N■ ■■■■■ ■/■■■■ 1■■ n■ 1■■ 111issZ lwN111■■N1Nso■■■■/NII ■■/N■■1NN /■ "mN //■ /■■ ■■ NII//■ N ■■AiccO9mNN1 ■A■N1N1■1N1■1111■1■ ■i■1■n::._'`tr■ /■ //i •• '•. •: "� :: ■NN■ ■■■■n■ mica=mo n ///■■■ ■■■■■ ■om■■//■n1u:ll∎No ■ ■■ :. •j ■■■f1NN■■ mica= Ymn ■■11M1 /1N1■ / ■/11 ■1 /N■\tmz■N■1■ n1NN11■ ■■Nii= rnN■■■11N■■■■■■■ ■1■ ■ =O■ moss ■■ ■■ ■■11■■rGGMMMIM ■N■IMI ON■ ■N■1NUM■11 O=MMU►\N IMMO I 460 i 1 450 I 40 a0 SECTION SCA9: 1 -1' 11 S'srs14CAGTINR TANK OR UNIVALENT SILT MCC 1/W1 IOOIT ON APPROWO I/i ::t p1 Ii' MSS TO ATTACH UT NWT TO NN /'ANC • Y. 140 160 aim SW MOOD POST CO STia MCC POST MOT aoT i Or SST MOT N rr' TRaHCfH PLAN • IX KR FANG WIC 2x2 STAN SO OAOE• u Sr T i'ENCE _ DETAIL No SCAM PEA GRAM ObIW KT LIMOS Or INN OVTM) SECTION t Partook 'Iris. Me. ■NUONNNNNUNK■ imummummilmilummumms ■unrr ■ONKNNuuNKtmg=m5U■ ■NNO■ ■u•NNNRNNNr1KNNuuu•NRN■ - nnuuuuiu■ ■NIIN■ /NONKOKNK ■Nur1NNN■p ■NNONmiliz!•>••00•r, ■uuuwc:.3191S1NwuONUONNNNSIO ■00.1111••— Mv:,!iV4 1111NOOKNOMMOMOYO000NMIONMEN OMMO OONOMw_ ■OE■ nMO ■■M■■NNOMC ! rIKKKKK ROUKNNNKNNK_K_IN_:'_uN___ ■NDNONNOKNrCCMMINEMOMOIW \O■ 0 ■NONOmmilWz ■ANN■ TOP Or OLOCK WALL mango ontoci •L5 SEE SWAP . 15 • • E.0211HG GRACE 120 SECTION �1 SCALE 1N.4' 11 r: 14 GAGEII/fr ASPIC OR EOURIALDIT 140 ISO 180 LT /ON= NAAFI IDatt OR ' 2 PPM= COON. sTNE W! N NW f TO TTAOI KT /DICE TO MT FARING .2'se 11000 POST OR sim /ENCE POST .--._/ OPT /OTIOY Or sm. max N r•O' HEWN PLAN d__. ? FTNCE _ DETAIL NO =Kt 4 PEA GUM OM iT /LIKE (4' MW 0 P1W) _ �t Inc 14r�1/ "r!".... IONS SECTION DESIGN CRITERIA FO WOAfAHAWTAM,4fe NATIVE v SOIL OENffiTT, 1r • 120 pet FRICTION Ant.E. • • 211' ALLOWASLC SEARING PRESSURE • 2000 pet BEIDEDBIZZLOMUILASCialL SOIL OEN9TT. • 130 pet FRICTION ARC • . Ji' EQUIVALENT FLUID PRESSURE • 38 per COEFFICIENT OF SASE FRICTION • QJ UNIFORM SEISMIC LATERAL PRESSURE it IH PSF TRAFFIC SURCNARGE (1,ERTICAL) - 280 p,i • MALL /1 FACTOR of SAFETY AGAINST SUMO • 1.5 . FACTOR OF SAFETY AGAINST o%ERTiRNNG • 2.O FACTOR OF SAFETY AGAINST UATEIA/ FAILURE • 1.5 f EINF'ORCING 'TABLE SU • STED GEOGRID PLAC NT • wpm ,. Liz. N , I 1 y: , � I.. - G NOON MEOW , In idit *, 11•0..43 AEA rlm /JEN rum Emmititimil Din .1 31 ox .. IT TO 7 FT s -8• moo . WOAD IIDWORO, 11 s1A� B w ODOM NAM M• OM • • P%[I�1fCC11U OR ROM AID ()Anon HEST DO Or COIODAC1ED IZWI.ICMP:Ot""----------°°...°7 MOW TOP CAP WAY STANDARD MCOLt.AR KOCIC FP4 COW AND MO WIN s COMOICD INAr'ACI O MAK COMM 1 li • 3. -0' TYPICai SECTION NO SCALE CLEARING & GRUBBING AND GRADING DETAILS 17, C (. KEYSTONE RLIA1NING WALL SYS I -LMS s. C. KEYSTONE RETAINING WALL DESIGI. Based on Rankine (modified) Methodology 3.0.3.1, 26 Apr 00 Project: I-lighline Water District 4ft wal Proj. No.: #20320 Design Parameters SEISMIC DESIGN Date: 8/16/2000 (display: static /seismic) By: P Rhoads Soil Parameters c psf x__f Reinforced Fill: 36 0 130 Retained Fill: 28 0 120 Foundation Fill: 28 0 120 Reinforce Fill Type: Silts & sands Unit Fill: Crushed Stone, 1 inch minus Peak Acceleration = 0.30 g Vertical Acceleration = 0.00 g Factors of Safety (seismic are 75% of static) Sliding: 1.50/1.13 Overturning: Pullout: 1.50/1.13 Uncertainties: Connection Peak: Reinforcing Parameters: Huesker Geogrids auk RFSr _tFd RFid 35/20 -20 2601 1.67 1.12 1.05 2.00/1.50 1.50/1.13 1.50/1.13 • Bearing: 2.00/1.50 Serviceability: N/A LTDS _FS Tal Cl Cds 1322 1.50 883 1.00 1,00 ZbZ10.--k Analysis: 4ft wall Unit Type: Compac Leveling Pad: Crushed Stone Wall Ht: 4.00 ft BackSlope Geometry: 26.57 deg. slope, 50.00 ft long Surcharge: LL -- 0 psf uniform surcharge DL - Offset= 50.00 ft; Load Width= 0.00 ft Results: $IidiaE Factors of Safety: 1.67/1.16 5.42/3.43 Calculated Bearing Pressure: 772/950 psf Eccentricity at base: -0.04 ft/0.41 ft Reinforcing: (ft & Ibs/ft) Calculated Lamer Length Tension jteinf. Type 3 3.28 6.0 40 / 154 35/20 -20 2 1.97 6.0 111 / 248 35/20 -20 1 0.66 6.0 184 / 343 35/20 -20 Reinforcing Quantities (no waste included): 35/20 -20: 2.00 sy /ft Case: Case 1 Wa11 Batter: 0.00 deg. (Hinge Ht N /A) embedment: 0.50 ft - 0 psf uniform surcharge Overturning Bearing Shear finding 8.94/7.87 15.64 2.47 Pref: Embed./ Allow. Peak Tension Connection Tal 1 L 883/1573 ok 515/687 ok 883/1573 ok 612/816 ok 883/1573 ok 710/946 ok ( Efficiency= 13 % ) -1- MC Squared, Inc. Serviceablity Connection N/A N/A N/A Pullout Es >10/9.78 ok >10/ >10 ok >10/ >10 ok pale of STRUCTURAL NOTES General Notes: These structural notes supplement the drawings. Any discrepancy found among the drawings, these notes, and the site conditions shall be reported to the Engineer, who shall correct such discrepancy in writing. Any work done by the Contractor after discovery of such discrepancy shall be done at the Contractor's risk. The Contractor shall verify and coordinate the dimensions among all drawings prior to proceeding with any work or fabrication. The Contractor shall coordinate between the architectural drawings and the structural drawings. The architectural dimensions are taken to be correct when in conflict with the structural drawings. The Contractor is responsible for all bracing and shoring during construction. All construction shall conform to the applicable portions of the latest edition of the Uniform Building Code except where noted, Design Criteria: 1. Soil = 2,000 psf, Soil bearing capacity, per soils report Reinforced = 130 pcf, Soil weight = 36, Friction angle Foundation = 120 pcf, Soil weight = 28, Friction angle Retained = 120 pcf, Soil weight = 28, Friction angle = 0.30, Coefficient of Friction, per soils report 2. Concrete = 150 pcf Concrete & Reinforcing Steel: 1. All concrete work shall be per the 1997 UBC Chapter 19. Tolerances shall be per UBC Chapter 19, Section 07. Mixing, placement, and inspection shall be per Sections 03, 04, 05, and 06. 2. All reinforcing shall be ASTM A615 Grade 60 except as shown on the plans. 3. Concrete shall be in accordance with ASTM 150. f'c = 2500 PSI @ 28 day slump = 4" maximum, 6% Air entrained. Geogrlds: 1. PRODUCT A. The geogrid shall be by Huesker and sized as called out on the structural drawings. Substitutions may be made with prior approval from Engineer of Record. 2. DELIEVRY, STORAGE, AND HANDLING A. Geogrids shall be stored above —20 F( -29 C) and be shaded from prolonged periods of direct exposure to sunlight. B. Contractor shall prevent excessive mud, wet cement, epoxy, and like materials, which may affix themselves to the grid work, from coming in contact with the geogrid material. C. Rolled geogrid material may be laid flat or stood on end for storage. c. f 3. GEOGRID INSTALLATION Backfilling: /2027,13#_. lAt A. Geogrid shall be laid at the proper elevation and orientation as shown on the construction drawings or as directed by the Engineer of Record. B. Correct orientation (roll direction) of the geogrid shall be verified by the Contractor and Inspector. C. Geogrid may be secured in -place with staples, pins, sand bags, or backfill as required by fill properties, fill placement procedures, soils reports, or weather conditions, or as directed by Engineer of Record. 1). Uniaxial geogrid does not need to be overlapped in the across the roll direction, except to contain the fill at the slope face when wrap - around facing is used. Uniaxial geogrid shall be overlapped a minimum of 48 inches in the roll direction, or as directed by the Engineer of Record. 2). A layer of soil a minimum of 4 inches in thickness shall be spread between uniaxial geogrid layers in the area to be overlapped, or as directed by Engineer of Record. D. Backfill material shall be place in 6" lifts and compacted as specified in backfilling section. E. Backfill shall be placed, spread, and compacted in such a manner that minimizes the development of wrinkles in and /or movement of the geogrid. F. Tracked construction equipment shall not be operated directly upon the geogrid. A minimum fill thickness of 6 inches(150 mm) is required prior to operation of tracked vehicles over the geogrid. Turning of tracked vehicles should be avoided to prevent tracks from displacing the fill and damaging the geogrid. G. Rubber tired equipment may pass over geogrid reinforcement at slow speeds (less than 10 MPH(16 KPH)). Sudden braking and sharp turning shall be avoided. H. Foundation soil shall be excavated to the lines and grades as shown on the construction drawings or as directed by the Engineer of Record. I. Over excavated areas shall be filled with compacted backfill material shown on the drawings. Engineer of Record shall be notified when this condition occurs. 1. MATERIAL A. Backfill material placed directly behind the wall shall be on site material as agreed to by Engineer of Record. Representative of MC Squared, Inc. shall verify backfill material to be used as to adequacy prior to construction and on a daily basis or as deems necessary. B. Backfill directly behind the wall will be compacted to 95% of modified proctor (ASTM D 1557). Tests shall be performed daily to verify compaction. C. Backfill material for the slopes above the walls shall be of the same material as specified above. This material should be compacted as site conditions allow. CAUTION: CONTRACTOR TO FIELD VERIFY ALL CONDITIONS AND ALL ELEVATIONS PRIOR TO CONSTRUCTION. CONTRACTOR SHALL FOLLOW ALL GUIDELINES PER SOILS REPORT, LOCAL GOVERNING AGENCY, RETAINING BLOCK AND GEOGRID SUPPLIER AND ENGINEER OF RECORD. t. HIGHLINE WATER DID WATER STORAGE IMPROVEMEN 7.6 MILLION GAL. RESERVOIR CON PHASE 11 - RESERVOIR IMPROV LOCATION MAP NO IIEMSICNS DATE pT DELpdD M. OLLI VAN T DRAW K. BOSTON 6.EaIHk//1./ _ l TWO INCHES AT FULL SCALE IF NOT $CALF ACCONOINCL• DISTRICT OFFICIAL GEORGE LANDON, COMMISSIONER (PRESIDEN RANDALL TAYLOR COMMISSIONER (SECRETAR VINCE KOESTER, COMMISSIONER KATHLEEN QUONG- VERMEIRE, COMMISSIONER SCOTT H. LEWIS, COMMISSIONER PEGGY S. BOSLEY, GENERAL MANAGER KEITH HARRIS, P.E., PLANNING AND CONSTRUCTION MANAGER CITY OF TUli'NILA APPROVED OCT - :J ?NO .: ;'„1 -arvi that the E=ra B Date _a: 21:n Permit No, IP� . metric, Inc. • m WA51WOT011 0X90∎, MOULT NAME HIGHLINE WI WATER STORAGE IMI 7.6 MIL GAL RESERVO e:iq!` -'rid ., 'a ? "�,'•" ,. � „'.21:'., °rr,. Si'.f. tk'f(/'..r�jy�.t;'�'•r.$ IE WATER DISTRICT \GE IMPROVEMENTS PROJECT RESERVOIR CONTRACT 98 -70 -12 - RESERVOIR IMPROVEMENTS DISTRICT OFFICIAL GEORGE LANDON, COMMISSIONER (PRESIDEN ) RANDALL TAYLOR COMMISSIONER (SECRETAR VINCE KATHLEENEQUONG V E 9_43 ERME , COMMISSIONER Permit No. SCOTT H. LEWIS, COMMISSIONER PEGGY S. BOSLEY, GENERAL MANAGER KEITH HARRIS, P.E., PLANNING AND CONSTRUCTION MANAGER CITY OF 11011), kF'1=R+ VED OCT - 3 ?not) 1712e141&050 MIS• oali that the Part C! PROJECT LOCATION SE QUADRANT INTERSECTION 4SND AVE SOUTH N SOUTH 100TH STREET B t ► 2.,a2. ) Date )c-9r- QO IParametrlx, Inc. Art. W15WMCTdI OREGON I .SOJECT Num HICHLINE WATER DISTRICT WATER STORAGE IMPROVEMENTS PROJECT 7l WI r• NATO PAM TO•Pl. ME_ 7A_1.1 VICINITY MAPC'TMR°FEmKw,-A MAR 2 3 1999 PERMIT CENT ""T M0 COVER SHEET SS SO P 0 SHEET INDEX 1 COVER SHEET 2 SHEET INDEX AND LEGEND 3 SITE LIMITS 4 CLEARING AND GRUBBING SPOILS STOCKPILE PLAN 5 EXCAVATION PLAN 6 RESERVOIR PLAN 7 RESERVOIR SECTION AND DETAILS 8 PIPING PLAN AND SECTIONS 9 PIPING PROFILE 10 SITE CIVIL PLAN 11 SITE GRADING PLAN 12 PARK UNDERDRAIN SYSTEM 13 LANDSCAPE PLAN 14 IRRIGATION PLAN 15 PIPING SECTIONS AND DETAILS 16 PIPING SECTIONS AND DETAILS 17 CLEARING & GRUBBING AND GRADING DETAILS 18 RESERVOIR SECTIONS AND DETAILS 19 RESERVOIR SECTIONS AND DETAILS 20 SITE CIVIL AND PARK RESTORATION DETAILS 21 SITE CIVIL AND PARK RESTORATION DETAILS 22 LANDSCAPE DETAILS 23 IRRIGATION DETAILS 24 IRRIGATION ELECTRICAL DETAILS EXISTING EDGE PAVEMENT EXISTING SANITARY SEWER EXISTING STORM DRAIN X— EXISTING FENCE EXISTING TELEPHONE EXISTING POWER LINE EXISTING GAS LINE EXISTING WA TER LINE EXISTING INTER CONTOUR EXISTING INDEX CONTOUR CHAIN LINK SECURITY FENCE CLEARING & GRUBBING. & REMOVAL OF STRUCTURES & OBSTRUCTIONS LIMITS CONTROL POINT DESIGNATION W 1�--- 254 250 —x —x ea) P 0 * • EXISTING SANITARY SEWER EXISTING STREET LIGHT EXISTING GATE VALVE EXISTING FIRE HYDRANT EXISTING POWER VAULT EXISTING WATER METER EXISTING TREES EXISTING GUY ANCHOR MAIL BOX SURFACE MONUMENT CONTROL POINT EXISTING SIGN EXISTING POWER TELEPHONE POLE EXISTING LIGHT POLE BORE TEST PIT BENSONS DAIL Sr DESCNEO M. OLLIVANT OIAWI K_ RfST[NJ u 0 2. Two INCHES AT FULL SCALE v .,nr cru r •rrnun.we, v ABBREVIATIONS AC ASPHALT CONCRETE APPROX APPROXIMATE BLDG BUILDING BRG BV CB CEA —C CF CI Q CL CMP CO CONC CPLG DS DI DIA DIAG E EL ELEC EP EX EXP FCA FT FL FIG G GAL GAL V GPM GRD GV HOPE IE BEARING BALL VALVE CATCH BASIN CHROMIUM COPPER ARSENATE — COMPLEX CUBIC FOOT CAST IRON CENTERLINE CLASS CORRUGATED METAL PIPE CLEAN OUT CONCRETE COUPLING DOWN SPOUT DUCTILE IRON DIAMETER DIAGONAL EAST ELEVATION ELECTRIC EDGE OF PAVEMENT EXISTING EXPANSION FLANGED COUPLING ADAPTER FLANGE PIPING FEET FOOT PER FEET FOOTING GAS GALLON GALVANIZED GALLONS PER MINUTE GROUND GATE VALVE HIGH DENSITY POLYETHYLENE INVERT ELEVATION JT LF LT MAX MJ M.G. MIL MIN MH N NO NPT 0. C. P PE PERF PL PSI PT PVC R RD REF REO'D RT S SCH SD S.F. SS S. S. STL STA T TH TYP W WP JOINT LINEAR FEET LEFT MAXIMUM MECHANICAL JOINT MILLION GALLONS MILLIMETER MINIMUM MANHOLE NORTH NUMBER NATIONAL PIPE THREAD ON CENTER POWER PLAIN END PERFORATED PARKING LOT PLATE POUNDS PER SOUARE INCH POINT POLYVINYL CHLORIDE RADIUS ROAD REFERENCE REOUIRED RIGHT SOUTH OR SLOPE SCHEDULE STORM DRAIN SQUARE FEET SANITARY SEWER STAINLESS STEEL STEEL STATION TELEPHONE THREADED TYPICAL WEST OR WATER WEA THERPROOF DETAIL AND SECTION DESIGNATIONS ,— INDICATES DETAIL NUMBER INDICATES DRAWING SHEET WHERE DETAIL IS SHOWN DETAIL OR SECTION APPEARS ON THE SAME SHEET INDICATES DETAIL. NUMBER DETAIL NO SCALE 2 INDICATES DRAWING SHEET WHERE DETAIL WAS TAKEN INDICATES SECTION NUMBER INDICATES DRAWING SHEET WHERE SECTION IS SHOWN INDICA TES SECTION NUMBER —� SECTION NO SCALE 2 INDICATES DRAWING SHEET WHERE SECTION WAS TAKEN IParamatrIk, Inc. MGZCT smog HIGHLINE WI WATER STORAGE IVA r SEWER .IGHT VE RANT AULT ETER HOR JT E:LEPHONE POLE LE ABBREVIATIONS AC ASPHALT CONCRETE APPROX APPROXIMATE BLDG BUILDING BRG BEARING B V BALL VALVE CB CATCH BASIN CEA -C CF CI CL CMP CO CONC CPLC 05 DI DIA DIAG E EL ELEC EP EX EXP FCA FL FT FT /FT FTC C GAL GAL V GPM GRD GV HDPE IE CHROMIUM COPPER ARSENATE CUBIC FOOT CAST IRON CENTERLINE CLASS CORRUGATED METAL PIPE CLEAN OUT CONCRETE COUPLING DOWN SPOUT DUCTILE IRON DIAMETER DIAGONAL EAST ELEVA TION ELECTRIC EDGE OF PAVEMENT EXISTING EXPANSION FLANGED COUPLING ADAPTER FLANGE PIPING FEET FOOT PER FEET FOOTING GAS GALLON GALVANIZED GALLONS PER MINUTE GROUND GATE VALVE HIGH DENSITY POLYETHYLENE INVERT ELEVATION JT LF LT MAX MJ M. G, COMPLEX MIL. MIN MH N NO NPT 0.C. P PE PERF PL PSI PT PVC R RD REF REO'0 RT 5 SCH SD S.F. SS S.S. STL STA. T TH TYP W WP JOINT LINEAR FEET LEFT MAXIMUM MECHANICAL JOINT MILLION GALLONS MILLIMETER MINIMUM MANHOLE NORTH NUMBER NATIONAL PIPE THREAD ON CENTER POWER PLAIN END PERFORATED PARKING LOT PLATE POUNDS PER SQUARE INCH POINT POLYVINYL CHLORIDE RADIUS ROAD REFERENCE REOUIRED RIGHT SOUTH OR SLOPE SCHEDULE STORM DRAIN SQUARE FEET SANITARY SEWER STAINLESS STEEL STEEL STATION TELEPHONE THREADED TYPICAL WEST OR WATER WEA THERPROOF DETAIL AND SECTION DESIGNATIONS INDICATES DETAIL NUMBER INDICATES DRAWING SHEET WHERE DETAIL IS SHOWN DETAIL OR SECTION APPEARS ON THE SAME SHEET INDICATES DETAIL NUMBER DETAIL NO SCALE 2 INDICATES DRAWING SHEET WHERE DETAIL WAS TAKEN INDICA TES SECTION NUMBER INDICA TES DRAWING SHEET WHERE SECTION IS SHOWN INDICATES SECTION NUMBER SECTION NO SCALE 2 INDICATES DRAWING SHEET WHERE SECTION WAS TAKEN 1 ParamatrIL Inc. 11 rRaccrt NIGHLINE WATER DISTRICT I I WATER STORAGE IMPROVEMENTS PROJECT. GUYROPE EKWILA MAR 2 3 1999. E'ERMIT „CENTER :. SHEET INDEX I I sana , SOUTH 160TH STREET o N < CI Z I ��� •� PIPELINE EASEMENT / : -% . 910' ' 33 p,. �' __— .,, / PERMANENT /RESERVOIR � I H 3 1�___ --v-, N \. \��i /./ ),'/TTT---I \ 1//� bTh,„ \\ � ��/ G J - / 7 J 1 S 89'59'10- E 750.00' /r� / / �—'`\ _ S 89'59'10' E 150.00' � ice- i 3r_;/ / i ice.^---- /�r /,;� j J 1 589,59'10`£ _ o I a __ __ _ ! _ _- „ "_ — •,;=-- ~ / e # 129.50' r Colo — I ``` J' ',-,, . `Qh %� 0 _. .. ■ ..yam __ 141' / ' A� i I--' z S 89Z9YOS � =- , 280.4. \ti c;1' i .' ■ S 89 59'10' E 150.00' i! i ' 1' _ / ... r -:—''7Y i 1 fit, I;" i � l; 1 : 1 I SCHOOL BUIL DEMOLISHED CONTRACT, ! OF THIS PRC SCHEDULED ON OR BEM 0 1 l. / % `� I ,J TEMPORARY CONSTRUCTION \ I�' EASEMENT % ---1.1 I I � t '..--.1 \ , I { 1 I b ' ! i SL I NO OATC 1r KLONCO M. OLLIVANT OIIAtW V GAC TAW II TWO INC$CS AT VUlI. SCA C I •:KI — N 89'59'10' Wy — ~`` — PLAN SCALE" 1 %,40' 690.00' I'arametrlx, Inc. PIOZCT NANC HIGHLINE WATER STORAGE S 89'59'10' E 750.00' , • /'1--.....,,,/ \�'5l0 1,, ! \\ •,v , ---�� ,I • 129.50' 1 L SCHOOL BUILDING TO BE REMOVED/ DEMOLISHED UNDER SEPERATE CONTRACT, 98 -7 -05, PHASE I OF THIS PROJECT. DEMOLITION IS SCHEDULED TO BE COMPLETED ON OR BEFORE MARCH 31, 1999. TEMPORARY CONSTRUCTION '. ._ J \`� // , ■ -__ T_YI .r EASEMENT rya_ N 89'59'10" W PLAN ;GALE" 1 " 40' 690.00' ITS 12 Parametrlx, Inc. 11 L 1 PROPERTY LEGAL DESCRIPTION THAT PORTION OF THE NORTHEAST QUARTER OF SECTION 27, TOWNSHIP 23 NORTH, RANGE 4 EAST, W.M. DESCRIBED AS FOLLOWS: BEGINNING ON THE NORTH LINE OF SAID SECTION 27, DISTANT NORTH 8959'10' WEST 1706.10 FEET FROM THE NORTHEAST CORNER THEREOF; THENCE SOUTH 015' 50' EAST 305.40 FEET TO THE TRUE POINT OF BEGINNING: THENCE CONTINUING SOUTH 015'50' EAST 886.20 FEET TO THE NORTHERLY MARGIN OF SOUTH 164TH STREET; THENCE NORTH 89'59'10' WEST, ALONG SAID NORTHERLY ROAD MARGIN, 60 FEET; THENCE NORTH 095'15' WEST 290.40 FEET; THENCE NORTH 8959'10' WEST 690 FEET, THENCE NORTH 015'50' WEST 260.40 FEET,: THENCE NORTH 89'59'10' WEST 150.00 FEET TO THE EASTERLY MARGIN OF 42ND AVENUE SOUTH; THENCE NORTH 015'50' WEST, ALONG SAID EASTERLY ROAD MARGIN, 60 FEET; THENCE SOUTH 8959'10' EAST 150.00 FEET; THENCE NORTH 015'50' WEST 275.40 FEET; THENCE SOUTH 8959'10' EAST 750.00 FEET TO THE TRUE POINT OF BEGINNING. NA VD 1988 EXISTING HORIZONTAL CONTROL TABLE 1996 PT NORTHING EASTING ELEV DESCRIPTION 2471 171020.56 1282619.47 438.07 CASE MON 2572 170998.99 1282455.31 428.81 PIPE 1996 171066.65 1281921.19 415.13 PROP COR LS8808 1561 170918.67 1281407.71 416.71 PROP COR LS6012 1562 170858.78 1281406.67 421.93 PROP COR LS6012 3486 171028.36 1282269.66 CASE MON 2487 171091.26 1279634.38 351.99 CASE MON 11 171049.24 128.2298.65 418.06 R/CAP 12 171022.74 1282003.57 419.81 R /CAP 13 171066.71 1281431.36 404.75 R CAP 14 171042.53 1281042.69 394.38 R /CAP 15 171091.26 1279634.38 351.99 CASE MON 99 170995.89 1282475.96 429.59 PK 98 171023.09 1282765.09 441.30 PK 97 171028.36 1282269.67 419.40 CASE MON 96 171019.74 1281682.73 408.57 Hdl TK 41 170234.17 1282784.48 480.06 SCRI8E -X 1 170419.13 1282243.66 472.84 CONTROL. 2 170378.92 1282529.12 477.96 R /CAP 3 170599.70 1282587.38 470.95 R /CAP 4 170547.05 1282803.33 472.96 R/ AP 5 170150.72 1282892,50 481.08 R CAP 6 170154.48 1282611.37 479.97 R /CAP PROJECT NAY( HICHLINE WATER DISTRICT WATER STOR•CE IYPROVEYENTS PROJECT RECEIVED CITY OF :TUKWILA MAR 2 3 1999 ' PERMIT CENTER CITE I ILAITC. SOUTH 160TH STREET 0 7.L.7 z < 0 CN F R R END 6' HIGH WOOD FENCE I BEGIN PERMANENT 6' HIGH CHAIN LINK FENCE N 170718.48 E 1282444.65 6" TYP END PERMANENT 6' HIGH CHAIN LINK FENCE BEGIN TEMPORARY 6' HIGH CHAIN LINK FENCE N 170715.76 E 1282604.12 12" TYP FENCE CORNER N 170711.42 E 1282764.07 TYP I BEGIN 6' HIGH W000 FENCE ENO 6 HIGH CHAIN LINK FENCE N 17044163 E 1282439,86 - - _ FENCE CORNER ,,,_—E7282439.62 I !I -x_ 1EXI,5,TINO-ASPHAET PARKINC.7-' Omit I 111!ii 4 ;H: SPOILS STOCK PILE AREA (APPROXIMATE) -RESERVIOR BACKFILL -NAnvE SAND RESTORATION ; / !\-/ 1.1 39, coo t A CONNECT TO EXISTING 6' CHAIN LINK FENCE N 170441.25t E 1282759.36t /- EASEMENT LIMITS % NO. NVASCNIS DAlt OCSO4D U. OLL1VANT one TAU 06iiiiirm4' TWO INCHES AT ruLt. SCALC r10' MIN PLAN SCALE: l-.40' T,X 1 Parametrlx, Inc. '7,:17. STORAI PERMANENT 6' CHAIN LINK FENCE IN TEMPORARY 6' HIGH 1IN LINK FENCE 70715.76 12' 1YP 282604.12 FENCE CORNER N 170711.42 E 1282764.07 -•ASPHACTARKINC.;, �— CONSTRUCTION LAY DOWN AREA - SPOILS STOCK PILE AREA (APPROXIMA TE) - RESERVIOR BACKFILL - NA 1IVE SAND RESTORATION 39, 000 cy f .D 10' MIN CONNECT TO EXISTING 6' CHAIN LINK FENCE N 170441.25± E 1282759.36± `EASEMENT LIMITS • 1 Mit • • PLAN SCALE: I' =40' IParamatrlx, Inc. I I I 1 GENERAL NOTES: 1. CONTRACTOR SHALL CONTAIN CONSTRUCTION ACTIVITIES WITHIN FENCE LIMITS UNLESS NOTED ON PLANS. 2.EXISTING PARK IMPROVEMENTS SHOWN TO BE RELOCATED SHALL BE REINSTALLED WITH IN -KIND MATERIALS. CONSTRUCTION NOTES: 0 1 LIMITS OF CLEARING AND GRUBBING. REMOVAL OF' STRUCTURES AND OBSTRUCTIONS. INSTALL SILT FENCE AT CLEARING AND GRUBBING LIMITS. SEE DETAIL '\ OEXISTING TREES AND UNDERSTORY SHOWN HIGHLIGHTED SHALL NOT BE REMOVED. THE ENGINEER WILL MARK TREES AND UNDERSTORY TO REMAIN PRIOR TO CLEARING AND GRUBBING OPERATIONS. OEXISTING TREE LINE, ALL TREES TO BE REMOVED EXCEPT WHERE NOTED. 0 6' HIGH WOOD FENCE, SEE DETAIL O6' HIGH TEMPORARY CHAINLINK SECURITY FENCE, SEE DETAIL /i\ CONTRACTOR SHALL REALIGN EXISTING 6' CHAINLINK FENCE BETWEEN CLEARING AND GRUBBING AREA AND STOCKPILE AREA. OREALIGN EXISTING CHAINLINK FENCE AND REMOVE SILT FENCE BETWEEN CLEARING AND GRUBBING AREA AND STOCKPILE AREA 0 REMOVE EXISTING SEPTIC TANK AND DRAINFIELO. CONTRACTOR MAY CAP EXISTING GRAINFIELD PIPE IF 1 OUTSIDE RESERVOIR EXCAVATION LIMITS, SEE DETAIL O co e CAP UTILITY LINE, SEE DETAIL PROTECT EXISTING SHRUBS REMOVE ASPHALT PAVEMENT, CURB, AND SIDEWALK OUTSIDE OF FENCE IIIIIIIIIIIIIIIiIIVII •CONTRACTOR SHALL SAWCUT EXISTING ASPHALT OR CONCRETE AT REMOVAL LIMITS. 0 REMOVE AND RELOCATE EXISTING PICNIC SHELTER, TABLES, BARBECUE, AND TRASH CAN, SEE DETAIL SEE SHEET 10 FOR RELOCATION AREA 0 REMOVE AND RELOCATE EXISTING PICNIC TABLES, TRASH CAN AND /OR BENCH. SEE SHEET 10 FOR RELOCATION AREA. CONTRACTOR SHALL PROTECT EOUIPMENT PRIOR TO RELOCATION. 0 PRIOR TO FINISHED LANDSCAPING ALL TEMPORARY CHAIN LINK FENCE AND SILT FENCE TO BE REMOVED. TEMPORARY CHAIN LINK FENCE WILL BE THE PROPERTY OF THE CONTRACTOR. 14 PARKING FOR PUBLIC USE ONLY. ALL CONSTRUCTION PARKING AND ACTIVITIES SHALL BE KEPT WITHIN THE FENCED CONSTRUCTION AREA. 15 PROTECT EXISTING FIRE HYDRANT. i6 CHAINLINK GATE CONSTRUCTION ENTRANCE. 17 REMOVE AND RELOCATE EXISTING BOLLARDS & WOOD GUARD RAIL, SEE SHEET 10 FOR LOCATION, 0 REMOVE AND RELOCATE EXISTING HANDICAP SIGNS, SEE SHEET 10 FOR LOCATION. MpZCT NAY[ HIGHLINE WATER DISTRICT WATER STORAGE 11/PROVEUENTS PROJECT CI7 r OFMotu MAR 2 31999 QEfMir CENTER CLEARING AND GRUBBING IVcLYNOE • :///' • „ --I ..• • A BEGIN SHEETPILE WALL (MIN LIMITS) TOP OF WALL EL 457 N 170710.61 E 1282525.43 END SHEETPILE WALL (MIN LIMITS) TOP OF WALL EL 457 N 170706.41 £ 1282717.93 — V ' i 11‘,‹ / \ I/ 7, s , i 1 ,...44..„,. .1,,,:, . ,.. , \ ., ., ' *e •• A / <, '',.. / ....,._ . 1 ' V-tL4-- ....-7.. , , ....... •\;. I ' , / ' 3 s4, N./ • ' % • ; N. • .1............. / .1',......./.., t‘q:41%.,/ .., .....7 V / / p .?"----G12.‘ ,,I,X., / . .1"—'---. : •X'.."'.. ! 1 1/ ‘ / i 's ' Ir / , / S.. f , • —' 4 , i 1..,./..5.fi i . / ../ , , v ':f / I , , 13, ./ /'''W / IV / , /, /7 / TEMPORARY — SHOTCRETE SURFACE co 1N1 cc 1EL 433 SHEET PILE- WALL SE SCA 442-, / CENTER 2'00' DIA RESERVOIR N 170593.98 E 1282601.38/ i; 15' ACCESS ROAD SE SCA 48, x END SHEETPILE WALL TOP OM.W.Ati-Et.-4 7 7=-k PARK ENTRANCE E 1282576.15 N 170437.22-1 • \ \ PROTECT EXISTING HYDRANT I a I 774gt-..,4,4 att;04 NO. NEMSONS OAT( SY Verity ospie• memo R. HERMES PAM X El 0§/Obl.., 1 0 16 2' 11RE!MaiiMEI TWO INCHES AT FULL SCALE IF NOT SALE ACCONoiNCLY EX 6 AC WATER LINE PLAN SCALE: 1...20' Inc. 1 Parametrlx, Arm, ...e.citii MUMS I MOUT MAK a 1111 flAt WATER STORAGE 1 • HIGHLINE END SHEETPILE WALL (MIN LIMITS) TOP OF WALL EL 457 N 170706.41 E 1282717.93 TPILE W 435 0 27 ‘,. , ` /? \ I I j�1 RESERVOIR �� 15' ACCESS ROAD rk �i�- XCAVAAON LIMITS \ ' 1 ) ~1 LIMITS OF CONSTRUCTION I� 42.1 PROTECT EXISTING HYDRANT EX AC WATER LINE PLAN SCALE: 1 '•20' IParametrIx.Inc. Art`■ ratwaiGTOM OREGON TEMPORARY SHOTCRETE SURFACE WI NI it GEL 433 SHEET PILE WALL ai cc CC EL VARIES 3" AC PAVEMENT EL VARIES SECTION SCALE: 1"., 20' EL 433 EL VARIES TEMPORARY SHOTCRETE SURFACE TEMPORARY SHOTCRETE SURFACE a W ' DEL 433 SHEET PILE -� WALL 3' AC PAVEMENT EL VARIES cc W EL VARIES SECTION ("\ SCALE: 1'.20' EL 4.33 EL VARIES SHEET PILE WALL SECTION (E SECTION SCALE: r. SCALE: 1'•20' tr?Y-'a 1" NOTE: PLAN SHOWS MAXIMUM EXCAVATION LIMITS. CONTRACTOR MAY PROPOSE AN ALTERNATE EXCAVATION PLAN FOR THE OWNERS REVIEW AND APPROVAL. THE ALTERNATIVE PLAN SHALL NOT EXCEED EXCAVATION LIMITS SHOWN AND SHALL MEET ALL OF THE GRADING PERMIT REQUIREMENTS. !!� xdcaiAdvAgha E e R, 000 coo t . "1Y OF MAR 2 3 1999 PERmir cenrren MOiCT 'Mg HICHLINE WATER DISTRICT WATER STORAGE IMPROVEMENTS PROJECT 7! 1111 /!•I W W 1 "0111112•1•T a!- 7a_ • 1 EXCAVATION PLAN slat l .12" • WATER OVERFLOW IN 30" DIA CASING 18' WATER INLET - IA( 30" DIA CASINO 24" WATER OUTLET `IN'40' .OIA _ CASING SEE PIPING PLAN, SHEET 8 N I` i ' �--- . / /rte.. x 7.� r [ i1 i -7, III ELE TRICAL ' I T, HANDHCLE� NO. 2 i I`r A 1 1 ' I I I I /!i /' // 1 I / � x. 30)• SCI)-go PVC /. ,. ELECTRICAL CONOUI TS. ' x A, TACH T0; TOP OF PESERVOIR: SEE DETAI 1 I 1 -x• 0 I .'' 1�ic �, -'' r�,y.;l' ELECTRICAL HANDHOLE I r' '`NOI 1, SEE DETAIL x_.... % "`/ 24" OUTLET N 170612,79 E 1282608.20 • RESERVOIR 170593.98 .- 7282601,38 ROAD —� • 40 I REHSIEWS li_AS PER DOH 6' x 6" TEE (MJxFL% 6" GATE VALVE (FLxMJ) N 170430.26 E 1282585.01 o.a 8'r 2/12/99 MTO cfcitt REPLACE EXISTING 6' AC WITH 70LF y OF 6' C- 900/4I IRRIGATION SUPPLY 6' x 2' TEE (SLxTH) 2' SCH 40 GAL ( THxTH) 3 2' GATE VALVE ( THxTH) SEE DETAIL e 2' 90' ELBOW SCH 40 CALV (THxTH) 2' x 1 1/2' REDUCER 1 1/2" WATER METER, SEE DETAIL 1 1/2" DOUBLE CHECK. SEE DETAIL es PLAN SCALE: 1 "20' ocsaco R. HERMES 011mw CxE C+,E o : Two ∎NCMES AT ruu. SCALE Ir NOT SCALC ACCOr1OINCL, Parametrix, Inc. 1ASNNIGTON RNun O.CCT Nu HIGHUNE WATE WATER STORAGE NPR( OREGON 7.8 MIL GAL RESERVIOR Pauontl VCJR r"AIL VENT /BENCH. -24' OUTLET N 170612.79 E 1282608.20 SERVOIR )593.98 '2501.38 • . i-r.-'.: , rte r 8' RESERVOIR ACCESS ,CH SEE SECTION 1 IRRIGATION SUPPL Y 6' x 2' TEE (SLxTH) 2' SCH 40 GAL (THrTH) V 3 2' GATE VALVE (THx TH) SEE DETAIL e 2' 90' ELBOW SCH 40 GALV (THxTH) 2' x 1 1/2' REDUCER 1 1/2' WATER METER, SEE DETAIL 1 1/2' DOUBLE CHECK, SEE DETAIL e PLAN 4c. t♦ Parametrlx, Inc. Ark WASHINGTON OREGON Portland it GENERAL NOTES: SEE SHEET 20 FOR PARK RESTORATION IMPROVEMENTS. SEE SHEET 10 FOR HORIZONTAL CONTROL INFORMATION. KEY NOTES: O1 INSTALL 2' SCH80 PVC CONDUIT WITH (2)3/0, (1J14 GROUND, 120/240 VOLT SINGLE PHASE. MIN 24' COVER IN SAND BED. 0 INSTALL ELECTRICAL METERS AND IRRIGATION CONTROLLER SEE DETAIL e FOR IRRIGATION CONTROLLER REQUIREMENTS. 4 0INSTALL 3/4' WATER METER AND SERVICE, SEE DETAIL 22 0INSTALL 3/4' WATER SERVICE LINE AND 3/4' UNDERGROUND POWER CONDUIT TO PICNIC SHELTER IN COMMON TRENCH WITH 30' OF COVER. CAP ENDS OF CONDUIT AND WATER SERVICE. QINSTALL 1' PVC, SCH 80, ELECTRICAL CONDUIT NTTH (6) 110 AND 112 GROUNDS, FROM PANEL B TO HANDHOLE NO. 1. OCONTRACTOR SHALL COORDINATE WITH POWER PURVEYOR FOR UNDERGROUND POWER CONNECTION AT POLE. 07 FIRE HYDRANT, SEE DETAIL QELECTRICAL HANDHOLES SHALL BE 4'x4'x4' PRECAST CONCRETE VAULTS WITH 6' CONCRETE COVERS AND H -20 RATEO LOCKABLE LIDS. PROVIDE 444 -LA BY UTILITY VAULT OR EQUAL. ()INSTALL 6' 01A C900 PVC. (3) Alz",..061# CY .OF Eru vtial MAR 2 3 1999.... PERMIT CE R PQOACT NAVE HIGHLINE WATER DISTRICT WATER STORAGE IMPROVEMENTS PROJECT 7.6 MIL GAL RESERV1OR CONTRACT 98 -70 -12 RESERVOIR PLAN SMUT NO. 6 y EL 473.5 EL 47L5 TEMPORARY SHOTCRETE OR EOUIVALENT SLOPE TREATMENT 1 EL 435.0 �1 EL 433± 200' DM TO INSIDE OF WALL FINISH GRADE EL 473.5 EXISTING GROUND LINE — 2% -- ----- -- ---- ------ -- ---- -- ----- 7.61.46 TO EL 468 D:1 it b EL 435,4 TOP OF SLAB BEAMS/COLUMNS TYP 2Z DRAINAGE LAYER SEE SECTION TYP COLUMN BOTTOM OF SLAB SHALL BE A MIN OF 6" ABOVE OVERFLOW WATER LEVEL EL 469.5 OVERFLOW WATER LEVEL EL 468.0 OPERATING WATER LEVEL ROOF CONNECTION DETAIL SCALE: 1"..2. AEMSIONS DATE ST DLSWILD R. HERMES K. BOUML cscar EL 471.5 0 1. _. TWO tNCNES AT ruu. SCALE i NOT SOLE ACCONp.NCLY RESERVOIR SECTION SCALE: 1 ' =10' -- CRUSHED SURFACING BASE COURSE (THICKNESS VARIES) A 1 Param.trl:. Inc. ft • •ASIIINGTON Sumner MOON • MO(CT NWE HIGHUi WATER STORAI 7.6 MIL GAL RES r �. 200' DIA TO INSIDE OF WALL IEL 473.5 7.6MG TO EL 468 CC WI eeo EL 435.4 TOP OF SLAB EXISANG GROUND LINE --. - - - - r TEMPORARY SHOTCRETE OR EQUIVALENT SLOPE 2X TREATMENT BEAMS /COLUMNS ROOF CONNECTION TYP SEE DETAIL �t1 ih �S.K 4sh 414 i/�4i�14tin � '1.5 RESERVOIR SECTION SCALE: 1' =10' CRUSHED SURFACING BASE COURSE (THICKNESS VARIES) Parametrlx, Inc. £ k\ NASHINGTON �1 Sumner OREGON 15' ACCESS RD —SHEET PILE PROJECT RARE HIGHLINE WATER DISTRICT WATER STORAGE IMPROVEMENTS PROJECT 7.6 MIL GAL RESERVOIR CONTRACT 90 -70 -12 n.uu•.. ■■•euiue•nu ory g e i MAR ,2 3 1999 . pERMT ceivren NOTE: RESERVOIR CONFIGURATION IS SHOWN. CONTRACTOR IS .. RESPONSIBLE FOR THE DETAILS CF STRUCTURAL AND WATERTIGHT. DESIGN. SEE SPECIFICATIONS. S#CT NO. RESERV1OR SECTION mum . r1CTAII 2.25' 2.25' 1 2.50' 2.50' 6' BEDDING (AS REQUIRED) TYPICAL TRENCH SECTION 5.5' CENTER PIPE 3" BELOW CENTER OF CASING � H 1 SCALE: 1' =2' 3, 2" ELECTRICAL CONDUITS 18' DIA DI W (INLET) --r\—J0" DIA STL CASINGS W/ RESTRAINED JOINT 0.375 WALL THICKNESS <1 V)� U Q _ 0 / �• LINES SHALL BE CAPPED CONTRACTOR. CAP SHALL BE.. REMOVED BY PHASE 111 \• TRAC•ICR. a O LL) 5.5' 12" DIA D1 W (OVERFLOW) W/ RESTRAINED JOINT STEEL CASINGS STA 2 +54 TO STA 4 +10 SECTION (13.1 SCALE: 1"..2' NOTES: ►. ALL PIPE AND FITTINGS SHALL BE RESTRAINED JOINT 2. UNLESS OTHERWISE NOTED ALL BENDS ARE MJ J. PIPE IE'S ARE THE SAME FOR ALL .3 INSTALLATIONS, 30' CASING IE'S ARE THE SAME. 4. STATIONING IS BASED ON 24" 01A OUTLET LINE. CASCADE CASING SPACER 0 10' SPACING (TYP) 40" DIA STL CASING 0,375 WALL. THICKNESS 24' DIA W (OUTLET) W/ RESTRAINED JOINT INSTALL J, 2` W/12' OVERFLOW A ELECTRICAL CONDUITS I' '`•, �� I I STA 7 +50 TO RESERVOIR j 18" DIA IA • \ 1' W (DI) -ALE' 4 W (DI)= OVERFLOW 0 !OUTLET, APPROX LOCATION OF SHEET PILE WALL. SEE EXCAVATION PLAN SHEET 5 • 2+5r1,• 4 75' L )� /�, - 1 \` I SIG.' 1 \' STA 4, 2.5•' LTi. �, ✓ gN :B 01A, 22 1�2r /BEND BEGIN STE ASNG ` /p yr- /.3 N 170101.6.I ,.!„, EMOVE$XISTTNG' - TA 4 18' 2: `7 7/ 4 JS 4 70 • ' y . •., .� E 128 , STA, • I� •� ri N‘ END- .%t< N's STA2 74 ✓) `�.;\ ' t 1; BEGIN. STEEL�L'ASIP�' , ��,� "'�2_4 -•DIA 22 1 /7'BEND it • TWO INCHES •T full j 1 ,1 NOT SCALE •CCOR N•i7078J.24 -E• 7282452 :00, - '7.27 '- � ;\ IPsnmxtrlx, Inc. A T ••■e1nu Offaly ANUCT Nutt HICHLINE WATER STORAGE v I. • nrccn, --••••■11111/1-7— NOTES: 1. ALL PIPE AND FITTINGS SHALL. BE RESTRAINED JOINT 2. UNLESS OTHERWISE NOTED ALL BENDS ARE MJ J. PIPE IE'S ARE THE SAME FOR ALL 3 INSTALLATIONS, 30' CASING !E'S ARE THE SAME. 4. STATIONING IS BASED ON 24' DIA OUTLET LINE. SING 0' .Ti. CASING LL. THICKNESS E T) JOINT APPROX LOCATION OF SHEET PILE WALL. SEE EXCAVATION PLAN SHEET 5 • STA +26.4 24" DM W (OUTLET) SEE N 1706'72.79 ',E 1282608.20 • SECTION s. INSTALL 3;.2' DIA ELECTRICAL CONDUITS STA. 1+50 TO RESERVOIR. SEE SHEET 6 HANDHOLE 12 CONDUIT RISERS TO PENETRATE BOTTOM OF HANDHOLE 18" DIA. W (INLET) SEE SECTION N 170650.18 1282526.64 --„ STA 4+05.5, 18' 22 1/2' SENO \••11 1/4 BEND (FL) it 470681.67 E 1282511.71 '4" , STA, 4+01.5, 11' LT •\ END 30" DIA STEEL • e,"' SING 3 N., \ - ‘‘, sSTA 4 3.‘13,...„. \ 22 '1/2' EL BEND (PE) EPDXY LINE a ,COATED' 170627:62 L.-1282537.1D-, -..... .\...›....s. . 24VIr DIA. OilER,FLOW) .„< •"--,\._.' SEE SEG,ON C •-.„, •-.. •-.. "N.. 12.”. w (0). SEE SECTION NN -NN, N.„. 1 r STA _24-61.5, 2.5' LT "12",DIA 22 1/2' BEND"..., •.• N470792.69 \ A s•, • E 128245447 • , ; 1 : 4, 2.5?-r:fr..," Astr,tc • \ A T-STA II-BEGIN STE- •", ••••,, • STA STEEL;CASItte■-. •••••. ••• DIA 22 177-BEND . . •••••• / •••••, -.„ ..._ '■ --.., . ' .• •....7-.-,-.:L'',.— . _____ .,z.Z.p.i..._. _ N-170783.24 • .:.- ---. ,;.r:-....1-4•"--rm-7"-17,"" ' :-"- • .-.. -.-:-.....:-......-7:E • ;282452,00' — `---- '2,..••• :--....;•:: \7---'-'......,. ' 4 ',,--------..............2'." \ ,.. , . ,..- '. \ • .....". 4."'-'........... ....."'• -... ••••• 1 Parametrlx, Inc. Af—i■ reAcwINCTON ORCO N 11 •110.CCT NAME +1 7.5 BEND (FIJMJ) ND (FL) APPROXIMATE'-zE OF' EXCAVATION • STA 22 1 11 1/4' N 170651. E 1282509.50 STA 4103. 22 1/2's8END (MJxFLi 11 1/4' BEN FL) ;4"x12” TEE (FL N-4.70650.67 E 12b1504 00 STA 4+10.0 ----END 40' DIA STEEL CAS NG S7-7;.---4-+05,5, 5.5' LT -.....fND 30" DM-STEEZ:AS - LIMITS APPROXIMATE EXCAVA notsr "TY OF TuKyv MAR • PERMIT CENTER 999 HIGHLINE WATER SYSTEM WATER STORAGE IMPROVEMENTS PROJECT Uti fAI orerovno ef11•1,12WT OR-711-19 PIPING PLAN I I SIECT 40. .."'" 470 460 450 440 430 420 410 a o. c tE 0: .4 0 H al xl± 0 0 M r1 43' 12" OVERFLOW ,y OS =0,029 FT/FT-1 ^s CASING SPACER 10' OC 2' MAX NOTE: END SEAL 01 PIPE WITH RESTRAINED JOINT ONE SPACER SHALL BE PLACED ON THE SPIGOT END OF EACH PIPE SEGMENT. 30' OR 40' CASING WHEN THE JOINT IS COMPLETE, THE CASING SPACER BE IN THE BELL OF SHALL THE JOINT. CONTACT W1ni DETAIL -1- PHASE I11 PHASE II CONSTRUCTION CONSTRUCTION 00 CO M�� a - ..-- N M vivo W h C] IE 419.3 S_0.0086FT/Fr FW (OUTLET) 8•w (INLET) IE 428.62 1.9'&24"W 12' IE 428.43 12' OVERFLOW IE 423.5 r 12' OVERFLOW NO SCALE TYP ■ EX GRADE--,- - 5 ..0.002 FT/FT FINI SEE APPROXIMA 1 LIMITS OF RESERVOIR EXCAVATION 2 - 30' 01A STEEL CASINGS 1 - 40" 01A STEEL CASINGS 0 +00 0 +40 0 +80 1 +20 1 +60 2 +00 2 +40 NO FKLISCI4S ST asraao R. HERMES PM LP one TALI I C 1- ?, Tw °INCHES Al FULL SCALE PROFILE Paramet /lx. Inc. MIO.01 NAYS HIGHLINE WATER STORAGE SPACER 10' OC 2' MAX N -� END SEAL r.,./— ----8 01 PIPE KITH RESTRAINED JOINT TALL BE PLACED ON THE PIPE EACH COMP ETE,Gnit CASING JO' OR 40' CASING EEJOI TONTACT iNTH DETAIL NO SCALE TYP STA 2 +71 HORIZ ANGL (OUTLET) (INLET) FINISHED GRADE SEE SHEET 11 EX GRADE����" APPROXIMATE LIMITS OF RESERVOIR EXCA VA TION S -0.002 FT/FT 2 +00 2-40 2 2 - J0" OIA STEEL CASINGS 2 +80 PROFILE HORIZ: VERT: t "a5' Param.trix. Inc. `k NASNINGTON 1 - 40" DIA STEEL CASINGS 0 t q f W 24" DIA OUTLET 12" DIA DRAIN RECEIVED' CITY OF TUKWII,q MAR 2 3 1999 . PERMIT CENTER 470 460 450 • 440 430 420 430 3 +20 3 +60• 4 +00 4 +40 4 +80 5 +20 5 +60 NOTE: PROFILE dr STATIONING ALONG OUTLET IS ;NOW 24":,' P O.(CT NMIC HIGHLINE WATER OISTRICT WATER STORAGE IMPROVEMENTS PROJECT 7.6 MIL GAL RESERVOIR CONTRACT 96 -70 -t2 PIPING PROFILE $[C2 NO. # NOR THING EA STING DESCRIPTION #T NORTHING EA STING DESCRIPTION 100 170172.89 1282980.87 CL PATH; MA MATCH EX 124 170600.08 1282706.26 CORNER OF SHEL. TER 101 170142.64 1252943.56 CL PATH 125 170588.25 7282750.77 CI. PATH; TEE 102 170132.01 1282893.37 CL. PATH 126 170644.00 1282751.42 CL PATH; TEE 10J 170139.55 1282843.48 CL PATH 127 170660.54 1282751.33 EDGE OF PATH 104 770747.98 1282793.JB CL PATH 128 170660.63 1282769.17 EDGE OF PATH 105 170141 53 1282743.31 CL PATH 129 170643.65 1282772.91 CL PA TH; MATCH EX 106 170145. 79 1282693.84 Cl. PATH 130 170633.33 1282713.70 a PATH; ANGLE PT 107 170140.99 1282643.16 CL PATH / J/ 170637.83 1282698.37 Cl. PATH; TEE 108 170165.80 1282593.91 CL PATH 132 170654.25 1282665.50 CL PATH; ANGLE PT 109 170794.73 1282555.16 CL PA TH 133 170512.33 1282568 56 CL PATH; TEE 110 170320.71 1282846.68 CL PATH 134 170509.80 1282575. 76 CL PATH: ANGLE PT 111 170340.06 1282824.67 CL PATH 135 170426.92 1282496.55 CL PATH MATCH EX 112 170369.33 1282797.50 CL PATH 136 170421.91 )282550.00 ,CL DPI ' MATCH EX 113 170390.81 1282781.61 CL PATH 137 770477.08 1282609.58 CI. DRIVE 114 170463.81 1282747.61 CL PATH 138 170444. 74 1282624.95 PL; EDGE ASPHALT 115 170472.15 1282747.59 CI. PATH; TEE 139 170442.46 1282732.93 PL; EDGE ASPHALT 116 170472.45 1282733.60 CL. PATH MATCH PL 140 170502.44 1282734.27 Pl.• EDGE ASPHALT 117 170506.14 1252748.35 CL PATH; 141 170503.77 1282671.28 P7.; 'GE ASPHAL 118 170508.14 1282748.40 CL PATH; TEE 142 770493.77 1282671.06 PL; EDGE ASPHALT 119 170507.67 1282770.54 CL PATH; MATCH EX 143 170485.95 1282662.89 PL; EDGE ASPHALT 120 170537.42 1282732.09 EDGE PATH 144 170436.93 1282608.67 ELEC METERS 121 17055 7.48 1282732.45 EDGE PATH 145 170149.31 1282778.94 END OF CONDUIT 122 170572.02 1282749.82 CL PATH; TEE 146 770139.18 1282717.94 END or CONDUIT 123 770577.87 1282723.09 CORNER OF SHELTER 147 170520.69 1282537.99 CL ACCESS HATCH 148 170497.79 1282601.90 Cl. ACCESS HATCH • \ ' /6 \ • . ' .."1 •■• •■• / IEDGE OF RESERVOIR (.$ ij L) . In 0 2 PARKING LOT W1TH EXTRUDED CURB AS SHOWN 2 At SEE TYPICAL PAVING SECTION cN,s to 0 0.• IQ • i t..) 4t • TO 07 Ca) e CT713)--N (146)-/ SDI* WPM 7'R RESERVOIR CONTROL LINE TYP SEE SHEET 11 7' TYP-1 M* EX AC WATER • REPLACE 70LF OF V AC •"' MTH 6' C900 PVC • .1 . • • \ 4. • ..4( / .4".......>„;(;\ • 7744. • re- ) • \ ha I RV.151a1S An■ AS PER DOH 0Alt 2/12/99 1.4TO OC ior."10 1.1. OLL IVA N T IN1AAN K. BOSTON • • • - _ 0. ; el . • `<z•%•;::: ,•;;; .‘•;*:••!‘) OM MO. 10% ri7 2• 1 I TWO ■NCHES AT ruu. SCALE NOT SCALC Accor4o■NCVe SCA" 1" ParametrIx. Inc. • watile,,,TL" - ONICON POT110)112 .1■,. *NO Potato baba 7.6 MIL GAL RESERVO WATER STORAGE ILI HIGHUNE W v.... • DESCRIPTION :ORNER OF SHEL TER :L PA TH; TEE :1. PA TH; TEE :DGE OF PATH :DOE OF PATH :L PA TH; MATCH EX .L PATH; ANGLE P :L PA TH; TEE :L PATH; ANGLE PT :L PATH; TEE CL PATH; ANGLE P1 CL PATH; MA TCH EX CL DRIVE; MATCH EX CL DRIVE 'L; EDGE ASPHAL 'L; EDGE ASPHALT 'L; EDGE ASPHALT °L• EDGE ASPHALT °L; EDGE ASPHALT °L; EDGE ASPHAL I ELEC METERS =ND OF CONDUIT :ND OF CONDUIT CL ACCESS HA TCH CL ACCESS HATCH / Z W 'a I NVt 140 PARKING LOT WITH EXTRUDED CURB AS SHOWN SEE TYPICAL PAVING SECTION 50' 2Q \ Q / EPLACE 7OLF OF 6' AC WITH 6- C900 PVC £X 6' AC WATER 10' 0,T.O,�/ sl - 'WO ONO -1- LEGEND: HORIZONTAL CONTROL POINT DESCRIPTOR (NUMBER) KEY NOTE EXTRUDED CURB W000 GUARD RAIL W000 BOLLARDS RADIUS O R GENERAL NOTES: 1. CONSTRUCTION EQUIPMENT SHALL NOT EXCEED HS -15 LOADING OVER RESERVOIR STRUCTURE. 2. STRIPE PARKING LOT AS SHOWN INCLUDING HANDICAP SYMBOLS. XEY NOTES: 01 REPLACE W000 GUARD RAIL RELOCATED FROM SHEET 4. pREPLACE 20 W000 BOLLARDS 5' 0.C. RELOCATED FROM SHEET 4 AND INSTALL NEW BOLLARDS. NEW CEDAR BOLLARDS SHALL. MATCH EXISTING AND SHALL HAVE A MIN OF 4 OFC CCAFE. pINSTALL REMOVABLE WOOD BOLLARD(S) SEE DETAIL O O REPLACE HANDICAP SIGNS FROM SHEET 4 REPLACE PICNIC SHELTER FROM SHEET 4, SEE DETAIL REPLACE TRASH RECEPTACLE FROM SHEET 4 8 8 7 REPLACE PICNIC TABLE FROM SHEET 4 REPLACE BENCH FROM SHEET 4 OINSTALL EXTRUDED ASPHALT CURB SEE DETAIL e 10 INSTALL 4' PVC PIPE FOR IRRIGATION PIPE SLEEVE AT 16' DEPTH. 0 CONSTRUCT MONOLITHIC CONCRETE CURB AND SIDEWALK WITH WHEELCHAIR RAMP SEE DETAIL G34 SHALL BE CONSTRUCTED PRIOR 70 CLEARING AND GRUBBING OF RESERVOIR SITE. 0 CONSTRUCT ASPHALT PATH AND HYDROSEED PRIOR TO CLEARING AND GRUBBING OF RESERVOIR SITE. CONTRACTOR TO CLEAR AND GRUB PATH AREA TO SOUTH PROPERTY LINE. HYDROSEED AREA SOUTH OF PATH AREA. 13 CONSTRUCT MONOLITHIC CONCRETE CURB AND SIDEWALK, SEE SECTION e WITH ASPHALT RAMP, SEE DETAIL 1 0 UNDERGROUND UTILITIES, SEE SECTIONS 0 RESERVOIR VENT BENCH, SEE DETAIL 16 INSTALL 6' HIGH CHAIN LINK FENCE, SEE DETAIL 17 RESERVOIR ACCESS HATCHES, SEE SHEET 18. zyg...00y/ ITY RECEIVE MAR 2 3 1999 HERMIT CENTER ParamltrIx, Inc. rn WASHINGTON �I Sumner OREGON lond P O.CT MA C HICHLINE WATER DISTRICT WATER STORAGE IMPROVEMENTS PROJECT 7.6 MIL GAL RESERVOIR CONTRACT 98-70-12 SITE CIVIL PLAN WET NO 10/ END BLOCK WALL TOP WALL EL 466 N 170708.91 E 1282680.44 140 LONG BLOCK WALL 5 TO FACE OF WALL BLOCK WALL MAX H 1GH 4 SEE PROFILE --"'"...111111.1111,47 re- / / /...s. .." , , ."•••••••-,/ - ,. 3 , ....' . .. ' • '''' ,..- . . . . ,..- .;/ ./:.-7 . . \. *.. / *. '■ ., . .... r." \ '/7 . ' •• a )1 ,/ 1 'e-.-.- ,-..., ,7 . ' '-='----Ii"--` e re- ---' . .. ,:,', ./.. -,... ti / ---t‘-,;-, re -,,.....,-.......-/ • ...!,/ ; A.,- \,i '-11---,... -1 ./ --.7--' ' ,' ,' • ....-4:.!. ..• : N 7./.1 • ( \ / / \ik■'Sw .............. ,r,—;:::— . ,' 1 & ■‘. '. ';''' . --.--..--"----- ■,153-e ,X . --,-i -- - -----1.--- ye, • 0 S RV N. 17059398 ! E -1282601.38,. PC 475.5 BEGIN BLOCK WALL TOP WALL EL 459 N 170711.86 --Ns E 1282541.07 >1..„ • • I4EvSCHS A EXISTING PARKING LOT • • • AS PER DOH 17Z/t.-,Q ■gg, Att 2/12/99 MTO zArYdf, 0 1 NOT SCALE •CCCRO.NC,`, TWO INCHES r Lt. SO Alt I. I irk WASHINGTON OREGON Pm I tend NIOACT MAYS HIGHLIS WATER STORAC 7,6 hilL GAL. RES • ,C _61 'Si. OP EXISTING PARKING LOT ow am 10 .L IParametrlx.Inc. 11, wAstuNGTON OREGON LEGEND: GRADING GRID LINES 50' O.C. FINISH GRADE SPOT ELEVATIONS FINISH GRADING CONTOURS MATCH EXISTING GROUND ELEVATION GENERAL NOTES: 1. THE HORIZONTAL CONTROL FOR THE GRADING GRID IS SHOWN ON 50 FOOT CENTERS. WHERE NOTED SPOT ELEVATIONS ARE 25 FOOT CENTERS SHOWN AS 1/2 GRID. 2. FOR HORIZONTAL CONTROL ON IMPROVEMENTS SEE SHEET 10, L�1 zz etc c y/ L4IN47 4a .f Q m./4 N015'50 "W NORTH SOUTH GRADING BASELINE PARALLEL TO NORTH SOUTH PROPERTY LINE • O CT NW[ HIGHLINE WATER DISTRICT WATER STORAGE IMPROVEMENTS PROJECT 7.6 MIL GAL. RESERVOIR CONTRACT 96 -70 -12 CITY OFETUKWILA MAR 2 3 .1999 PERMIT CENTER SITE GRADING PLAN SMUT N0. 11 •• •••••-•,•••••••••:.,.v.•••,•••,''re.•":•••r,"•••••••••••••;',•?".;:."•."',Efi';'%?.".e..:•,:; /:.`,* Iv' //lre'...\792.,t---,. / )4., ...: ..:-.. • ... /ac----•=-....--A / ' ,%--7 -7: ---r:---___„,' ,.......-_<---:—.).::::::::Z%:".....,, 1"-•••--........_ r•-•-"--.." •••• ....... . • e. ...,:...- --L-7-.! 1, -,,,•,••,,c ....,:::._„:,.. \ r....; ,r---...- -- r __------7," TYPE 1 C8 W/SOLID COVER 8' IE 453.5 RIM 458.0.1. 40.-8. PVC PIPE ,<• ,:.;774-77 I / • , '7‘ -.. ,.. ,/-- ,,- / /J00; 57, PVC ---- / , i (PERO /,' .---- / / / spapos TYPE 1 C8 • „/ / ,. ,e 111/SOUG COVEit ' ' / ,,..., ." • ...- 7 8" IE .468. r'-',/,r ' „..,, 0, 6' IE 469.1 ..- ,.-- . .,' R114 4 ,-.— ***-----------.1 \ .s."' •... --..-Z• • •••.] • •••"1-... . _ ••••••:,'" '• • • ",••••• V -• / , •••$•':'•,7"..-__ ., ‘‘ .."••••.„....s., \ . . . •••.•-•"../. • ,-,r- ..„,.. • •"'"'•••• .-s-.....d'L • L -"' . . 3,[....• •, • 1' . •, , .....-...._ \ • •'. "...,..., , ..'s 1 • ■ 1 C ••••••' ----^ • I • ' • / •• Iic / '1/1/ At • / 1 EXCAVATION LIMITS .•••• ..••• r •••• ••• ••••• e IL MO. AVA90•15 0Alt Or DLS.C4110 R. HERS OAArAt It RAS VIM 0 1' T0s2 INCHES At LULL SCALE if ParametrIx. Inc. CAS ANC CEP COL 6' I AS DRAINAGE C COMPOSITE (SINGLE SID .10 MIL PVC GEONET ratleCT MAME HIGHL WATER STORA • L EONET AIR VENT /CLEANOC[T EE DETAIL • 0, 6" IE 470.0_ 2' 9 LE ParametrIx" Inc. !ice •■o.WCTalle OREGON 9' r® 10J/,- 21' 2,/43 7/8" HOLE CAST IRON FRAME AND COVER SECTION CAST IRON FRAME AND COVER CEMENT CONCRETE COLLAR (2' SQUARE) 6' RISER LENGTH AS REQUIRED II niithmultullamonur DRAIN ROCK LIMITS CLEANOUT DETAIL 6 "x6'x6' WYE f I 1 NO SCALE NISHED GRADE 6' THREADED ADAPTER WITH THREADED PLUG 6" PERF, PIPE 6” TOPSOIL TYP 18" MIN NATIVE SAND BACKFILL DRAINAGE CEONET COMPOSITE (SINGLE SIDEO) 30 MIL PVC GEONET 2" —It— RESERVOIR DRAINAGE LAYER SECTION (--As tO 4' ROOT BARRIER 6 DIA PERF PIPE, FOR PIPE IE SEE PLAN DRAIN ROCK FILTER FABRIC ,r?M:) «1 FILTER FABRIC DRAIN ROCK NO SCALE / \/ //♦ TCP SOIL BACKFILL 12" 6" PVC (PERF) PIPE 6" PERF DRAIN TRENCH SECTION NO SCALE PROJECT MAY( HIGHLINE WATER DISTRICT WATER STORAGE IMPROVEMENTS PROJECT 7 It 1111 cu arsravda (MIN TRACT 4e -70 -12 CITY RECEIVED TUKWII A MAR 23 1999 PERMIT CENTER PARK UNDERDRAIN WV 010. 12 LIMITS OF CONSTRUCTION ASPHALT PATH • ' • GRASS • GRASS ASPHALT PARKING GRASS •• EXISTING SCHOOL PARKING LOT AND SIDEWALK TO REMAIN 40. BENSONS 1 CATE BT x R. E WARD 0 '• _• y AS PER DOH 1 2/12/99 MTO pate' N. B Two ■NCMES AT FULL SCALE v NOT SCALE ACCOROINCL,' I _ _ _. _ SCALE i` .. 30' 1 MOE Or FOOVICT K�ulq .o P1 OrinRGlr w ar NINA Mt Parametrix, Inc. WAFUNOTON Sumner Bremerton OREGON IOnO TEXAS 900.401 wart HIGHLINE WATER STORAGE 7.6 MIL GAL RESER' TUKWIL CRASS HIGHLINE RESERVOIR PLANT PALETTE PLANT QUANTITIES ARE FOR CONTRACTOR CONVENIENCE ONLY. CONTRACTOR SHALL VERIFY QUANTITIES PRIOR TO SUBMITTING B10. SYMBOL BOTANICAL NAME COMMON PLANT NAME • ASPHALT PATH i EXISTING SCHOOL PARKING LOT AND SIDEWALK TO REMAIN I� \ \1 SIZE OUANITY REM RKS ACER PLATANOIDES 3 -CAL 16 B&B NORWAY MAPLE ACER RUBRUM 'BOWHALL' 2 "CAL 6 B&B SOWN ALL RED MAPLE PSEUDOTSUGA MENZIES!I 8' -12'HT 22 B&B DOUGLAS FIR PINUS NIGRA 7' -8'HT 17 B&B AUSTRIAN BLACK PINE BETULA JACOUEMONTII 3"CAL 19 B&8 JACOUEMONT11 BIRCH THUJA OCCIDENTALIS 'FAS TVA TA' 6'HT .3.3 B&B AMERICAN ARBOR VITEA EUONYMUS ALA TA 'COMPACTA' 5GAL 73 CONTAINER COMPACT WINGED EUONYMUS COTONEASTER LACTELIS 5GAL 80 CONTAINER PARNEY COTONEASTER MAHONIA AQUIFOLIUM 2CAL 102 CONTAINER, OREGON GRAPE EACH SYMBOL - 2 PLANTS(TYP) CIS TUS PURPUREUS 3CAL 130 CONTAINER ORCHID ROCK ROSE BERBER'S JULIANAE 3CAL 130 CONTAINER WINTERGREEN BARBERRY ARC TOSTAPHYLOS UVA —URSI 'POINT RE YES' 1GAL 300 CONTAINER, &CARBERRY PLANT 0 36" 0.C. BERBERIS THUNBERGII 'A TROPURPUREA' 5GAL 175 CONTAINER, RED —LEAF JAPANESE BARBERRY PLANT 0 48" 0.C. COTONEASTER 'L0WFAST' IGAL 1475 CONTAINER, NCN PLANT 0 36" O.C. SEEDED GRASS EXISTING TREES TO REMAIN EXISTING SHRUB TO REMAIN LIMITS OF CLASS A TOPSOIL -- — 6' HIGH WOOD SCREENING FENCE wIO NOM Parametrlx, Inc. C WASHINGTON Sumner Bremerton OREPGON TtXAS BLOCK RETAINING WALL (SEE SHEET 11) WALL. 2' TO 4' HIGH NATIVE UNDERSTORY TO REMAIN. PIT PLANT PROPOSED TREES AND SHRUBS W/ SAUCERS AND BARK AS PER TYPICAL PLANTING DETAILS. .: ■ ■ ■ ■ J /11074w 64 qi Pilaw NYC HIGHLINE WATER DISTRICT WATER STORAGE IMPROVEMENTS PROJECT LANDSCAPE PLAN 7,6 MIL GAL RESERVOIR CONTRACT 96 -70 -12 TUKWILA, WASHINGTON __ __ CITY oP 'KWIL MAR 2 3 1999 PERMIT. CENTER yt[T No. 1/ 7d' —•=1/1—Z- • • / / / 1.5 • Y.' 6 Y.• Y.' S Yi• iV.• 114• Y. 15 W ISh 15H Y�• 15H 1• I 5 1• 15h t• 15H 1' I SH IV' 1571 I V/ I5H 1V.• 1571 IV• 15H Vt• 1571 1V 15H 1 VI" 1.5 Y.' 03 BT ,IOO I 20 12 17 32.. 1071 12H 1.1270 /, Y.' I • 22H 22H 1 1h• Y• IV.• 22H Yi 22H Y.• 22H Y.• 1 22H t� 2 T 1Vi'_ 6 V,- • 1 0 Y.• 15H 15H Y.' e 7w 22H 22H 22H 22F 22H 1Vi Y.• 7. .°]0 22H 22H SH 22F I I �� 9H:� 1V• ,72H 771 22F H 13/4• 2214 W 22H 22F y 22H 22H 1V. 22H IV. 22F IVi IV•22H 22H H 22H Y.• 2271 ' °` \\ 1.5 ?ZF 1271 \ 2HY. \ ?F 22F 22F 22F t IN 22F ® Y. ■ \\ 1.5 I 1N• Ifh': ^^ Y. \ �.___.li�._ ? ?_ AY. 2 14 IV•21H IV•22H 1e 22H 1V• 2 H 1y 22H 1w2220 0-6) 1r/•�\' _�� t,5 1 PLAN SCALE: 1'A*JO' ,o. IRHSas OAR BY 0E5.440 R. WARD 0 1 0• 1 OpAW K. B•.,TON TWO iNC .Cs AT FULL SCALE ir Not' SCALE ACCORO,NCL'. ! SCALE i• A. 30' MAR Of ••CIMJTD• rrnR.Cc wo.CA.a AAU•RCT mocsiAADAAAD f OISTI :nl .o. u. ParametrIX. Inc. WASHINGTON Sumner Bremer 100 OA PCCN TEXAS MOdCT NAMC HIGH' WATER STORI 7,6 MIL GAL RE _ _ n / • 11.1/.• • 1514 y.• 1514 y.• 1514 r.• 15H I" 1504 1' 1514 1514 1 1511 1V 1514 V." 1514 11/4" 1514 IV.• 1514 1, 1" 15H 15H 11h' 15H 'h• 15H 6 y'" 6 LEGEND SYMBOL MANUFACTVRER CATALOG 1 DESCRIPTION I 0 RAINBIRD R -50 ROTOR POP —UP SPRINKLER, OPERATING PRESSURE 0 45 PSI; NOSSLE AS INDICATED: I 1.5 0 34'R, 2.0 GPM I 3.0 0 40'R, 4.2 GPM 6.0 0 48'R, 8.1 GPM •F, H, 0, TO RAINBIRD 1804 a' POP —UP LAWN SPRAY HEAD, OPERATING PRESSURE 0 JD PSI; NOSSLE AS INDICATED: OF, H, 0, TO RAINBIRD 1806 6" POP —UP SHRUB SPRAY HEAD, OPERATING PRESSURE 0 30 PSI; NOSSLE AS INDICATED: (9 RAINBIRD 150 —PGA 1'h" ELECTRIC REMOTE CONTROL VALVE ■MLKINS 950 —XLS 2" DOUBLE CHECK VALVE BACKFLOW PREVENTOR WILKENS MODEL 70 MTH DOUBLE UNION. SEE SHEET 6 FOR CONNECTION TO WATER MAIN. P.O.C. RAINBIRD ESP —J2MC 32 STATION PROGRAMMABLE COMPUTER PED-0016 PEDESTAL MOUNT A •i p ZONE 1 i CPU ILOY VALVE SIZE SEE SHEET 6 FOR MAIN WATER LINE CONNECTION STIR a Iv/A.0 Oel*ATrllIC. • LNiCar11P Ch 11 Cr N Ouir! Parametrlx, Inc. WASHINGTON Sumner Bremerton OREGON Portland TEXAS NOTE: PVC SLEEVE 3' DIA DIAMETER 11/2" PVC CL 200 MAINLINE, 18" COVER MIN PVC CL 200 LATERAL, 12" COVER MIN STATION TO STATION SOLENOID WIRE COUNT KEEP DISTURBANCE IN NATIVE UNDERSTORY AREA TO A MINIMUM FOLLOWING IRRIGATION EOUIPMENT INSTALLATION RAKE OUT AREA OF DISRUPTION AND PLACE A 2" MINIMUM OF SPECIFIED MULCH OVER ALL DISTRUBED AREAS, COORDINATE M7H PLANTING EFFORTS. filrff-ao y/ wr0+CC1 Nam( HICHLINE WATER DISTRICT WATER STORAGE IMPROVEMENTS PROJECT 7.6 MIL GAL RESERVOIR CONTRACT 98 -70 -12 TUKWILA. WASHINGTON RECEIVED CITY OP: TUK %q MAR 2 9 1999 PERMIT CENTER IRRIGATION PLAN { 12' DIA. 2' -8th" 01 SPOOL (FL) 12' 90' BEND 5' 24712" DIA OVERFLOW PIPE -24' DIA OUTLET PIPE CONC PIPE BLOCK 1 OVERFLOW. OUTLET & DRAIN PIPES DETAIL T 1/2" DIA BAR WELDED TO FLANGE SCALE: 4.11 " =1' -0' 8 '4 0 DATE WALL FOOTING ABOVE PIPE BLOCK 2 I/2" NPT TAPPED BF ELKHART MODEL J06 BRASS DOUBLE MALE HOSE NIPPLE AND MODEL 310 BRASS ROCKER LUG CAP 24' DIA STEEL. SPOOL (.372" THICK) (FLxGROOVED END) EPDXY LINED AND COATED PROVIDE 18' WCTAULIC CPLG PIGGING CHAMBER DETAIL SCALE: i =1'-0" EL 435.0 -- 6' MIN. 5' f: EL 4.37.0 '1' 12" DIA DRAIN PIPE 18" DIA 90' STEEL BEND ORIENTED PARALLEL TO WALL SEE SHEET 8 18" DIA 1' -6' STEEL SPOOL (FLxPE) EPDXY LINED AND COATED FOR FLOOR PENETRATION SEE DETAIL /�i�TYP A 18" STEEL SLOPE CONC PIPE BLOCK 18" INLET PIPE SECTION SCALE: 41 " =1' -0" 8,15 12' MIN. 6 ", 18' DIA STEEL SPOOL (FLxPE) EPDXY LINED AND COATED IE 430.0_ 18" DIA 90' LONG RADIUS STEEL BEND (PE) EPDXY LINED AND COATED 18' DIA STEEL SPOOL (FLxPE) EPDXY LINED AND COATED �T I DE R. HERMES (Amid SCALE K. M 1-j1 N O.NCL• CHE D 1' TWO INCHCS AT 'ULL �r NOT SCALE ACCO' ` SCALE IE 12" DIA FCA W7TH WELDED PLATE LUGS EACF 2) 7/8' TIE RODS ASPHAI 429.1 24'x12' - TEE (FL) 24" DIA FCA MTH WELDED PLATE LUGS EACH SIDE 2) 1 1/4' DIA TIE RODS ASPHALT Cf 1, 2 Parametric Inc. OR P�11on4. PROJECT MATE HIGHLINE WATER STORAGE 11 7.6 MIL GAL RESERVI I I 24 "/12" DIA OVERFLOW PIPE -24' DIA OUTLET PIPE r CONC PIPE BLOCK 'LOCK 12' DIA DRAIN PIPE DIA 90' STEEL BEND 'IENTED PARALLEL TO WALL E SHEET 8 DIA I' -6" STEEL SPOOL (FLxPE) OXY LINED AND COATED R FLOOR PENETRATION E DETAIL g TYP r. 18" DIA STEEL SPOOL (FLxPE) OXY LINED AND COATED 4 30 0 DIA 90' LONG RADIUS EEL BEND (PE) EPDXY 4E0 AND COATED SPOOL (FLxPE) VD COATED IE 435.0 2' -1 % "DIA. THREADED RODS 5 =O.0Q2j 24" DIA APPROX 31' STEEL PIPE (FLxPE) EPDXY LINED AND COATED, SEE DETAIL O 24'x12' STEEL REDUCER (FL) EPDXY LINED AND COATED 12' DIA 2' -6" STEEL SPOOL (FL) EPDXY LINED AND COA TED FOR FLOOR PENETRATION, SEE DETAIL 12" DIA 1' -6" STEEL SPOOL (FLxPE) EPDXY LINED AND COATED 12" DIA 90' LONG RADIUS STEEL BEND (PE) EPDXY LINED AND COA TED E 430.0 429 0 12" DIA FCA WITH WELDED PLATE LUGS EACH SIOE 2) 7/8" TIE ROOS ASPHALT COATED 24 "/12" OVERFLOW PIPE SECTION 24'412" TEE (FL) CCNC PIPE BLOCK, SEE SECTION 12" DIA STEEL SPOOL EPDXY LINED AND COATED 7'± IE 435.0 SCALE: -Vb.= I.-0- 8,1 5 2 1/2' 24" DIA 1' -4" STEEL SPOOL (FLxGRCOVE0 END) EPDXY LINED AND COATED FOR FLOOR PENETRATION SEE DETAIL TYP -- ; 6' MIN. 12" MIN. 24" DIA 90' LONG RADIUS STEEL BEND (FLxPE) EPDXY LINED AND COATED IE 430.19 24" DIA FCA WITH WELDED PLATE LUGS EACH SIDE 2) 1 1/4" DIA TIE RODS ASPHALT COATED 429.0 CONC PIPE BLOCK, SEE SECTION L- 24" DIA STEEL PIPE EPDXY LINED AND COATED 24" OUTLET PIPE SECTION / U 1 SCALE: 411.+.1'-0- 8,15 nifItiwooV/ IE 435.0 --1 =-6" MIN. • • Q00 _ IE 429.0 2 • • E 430.5 12" DIA FCA WITH x--12" DIA STEEL SPOOL WELDED PLATE LUGS EACH SIDE EPDXY LINED AND COATED 2) 1 I /8" DIA TIE RODS ASPHALT COATED 12' MUD VALVE W/HANOLE CLOW F3085 OR EQUAL 12' DIA STEEL SPOOL, LENGTH AS REO'D (FLxTHR£ADED PLC) EPDXY LINED AND COATED FLANGE AT RESERVOIR SURFACE SHALL BE THREADED FOR 7/8" DIA BOLTS FOR FLOOR PENETRATION SEE DETAIL /1 TYP 12' DIA 1' -1' STEEL SPOOL (FLxPE) EPDXY LINED AND COATED 12" DIA 90' LONG RADIUS STEEL BEND (FLxPE) EPDXY LINED AND COATED CONC PIPE BLOCK, SEE SECTION e 12" DRAIN PIPS SECTION (-E". SCALE: Yb" =1 -0" 8,15 c►TyROFETuKwILA MAR 2 3 1999 PERMIT cENTEFI ParametrIx" Inc. WASHINGTON OREGON Portland P O,(CT NAI/C HIGHLINE WATER DISTRICT WATER STORAGE IMPROVEMENTS PROJECT 7.6 MIL GAL RESERVOIR CONTRACT 98 -70 -12 PIPING SECTIONS AND DETAILS 901 NO. 15/ SIKAFLEX -2c SL SEALANT (OR EOUAL) 40 DUROMETER NEOPRENE PAD 1 (TYP) 1/2" (TYP) TOP OF FLOOR REINFORCING NOT SHOWN PIPE BLOCK BELOW FLOOR 4" PVC WATERSTOP ALL AROUND PIPE TYPICAL PIPE THROUGH FLOOR WALL FOOTING FLOOR DETAIL NO SCALE 15 PLACE TWO SHEETS OF 6 MIL POLYETHYLENE OVER PIPE BLOCK CONC PIPE BLOCK 12" MIN (TYP I--12" MIN (TYP FOR ALL PIPES) FOR ALL PIPES) MULTIPLE PIPES SHALL BE HOUSED IN A MONOLITHIC PIPE BLOCK CONCRETE PIPE BLOCK SECTION NO SCALE MNSIONS DATE er 1/2" DIA S.S. EXPANSION BOLT (TYP) 2 -1/2" DIA S.S. BOL TS W1 TH LOCKNUTS (TYP). USE SLOTTED HOLES FOR ADJUSTMENT TYP 1/2" DIA S.S. BOLT (TYP) PROVIDE ONE BRACKET AT THE TOP OF TIE PIPE AND AT 10' MAX SPACING. USE 3" x 3/8" S.S. BARS TO MANUFACTURE BRACKETS PIPE BRACKET DETAIL NO SCALE R. HERMES Immo two INCHES AT ruuL SCALE IC. 005 Ir NOT SCALE ACC0•O1•CLv OKGfE SCAC "c aun,um EL 469.0 ��— 24' 'DIA STEEL PIPE �- 3'x3/8" BAR 5' OVERFLOW SECTION NO SCALE FINISHED GRADE 4" MIN, • • TOP SECTION EXTENSION PIECE IF NECESSARY BASE SECTION GAL a ELEVATION VALVE BOX IN 1 NPAVE DETAIL NO SCALE 15 12" DIA -- FIBER JOINT PACKING — GEOMEMBRA CEONET.— Param.trl :,'Inc: MO.CCT MAYS WATER 7.6 MIL HIGHLINE WATER WA9xNGit>M �� STORAGE IMPROVE //Phi" 1 SYmn�r . Patlon0 AL ,RESERVOIR CO' 2 -1/2' DIA S.S. BOLTS WITH LOCKNUTS (TYP). USE SLOTTED HOLES FOR ADJUSTMENT K TYP 1 /4't 1/2" DIA S,S. BOLT (TYP) - PROVIDE ONE BRACKET AT THE TOP OF THE PIPE AND AT 10' MAX SPACING. USE 3' x 3/8" S.S. BARS TO MANUFACTURE BRACKETS n IPE BRACKET DETAIL NO SCALE R EL 469.0 5' OVERFLOW SECTION NO SCALE 24" DIA STEEL PIPE 3'x3/8" BAR � 1 15 Parametrlx, Inc. FINISHED GRADE 12" PLAN 4" MIN-1 TOP SECTION EXTENSION PIECE IF NECESSARY WATER LID TO BE INSTALLED War, LID TABS POINTING DIRECTION OF WATER MAIN 1/4" STEEL PLATE • pr rr, rr rr rrr rrr ..ri,.r.r, r BASE SECTION ■ r WASHINGTON Sumner OREGON PortIond CONCRETE PAD ON COMPACTED SOIL ;a ti CAST IRON ONLY VALVE (AS SPECIFIED) ELEVATION VALVE BOX IN UNPAVED SURFACE DETAIL NO SCALE 6 12" DIA CLEAN OUT RING AND COVER CITY OF TUKWILA STANDARD DRAWING 5S -2 FIBER JOINT PACKING 2" PVC SCHEDULE 40 W /SCREEN LUE 2' PVC BOOT TO GEOMEMBRANE CORE 2 "0 HOLE TO GEOMEMBRANE GEOMEMBRANE GEONET GEONET AIR VENT W/ CLEAN OUT DETAILI DETAIL IL No SCALE 6 i4On(CT N* HIGHLINE WATER DISTRICT WATER STORAGE IMPROVEMENTS PROJECT 7.6 MIL GAL RESERVOIR CONTRACT 98 -70 -12 nwWI ♦ •CWYCTRY RECEIVED CITY OF.1UKWILA MR 2 3 1999 . PERMIT CENTER PIPING DETAILS S.CC1 NO.. . 6 470 460 450 6' -0 HEIGHT 40 60 3/4" x 4" CEDAR FENCE BOARDS W/.25 PCF CCA -C SECURE WITH 2 GALV 6d NAILS PER FENCE RAILING (\Ai— 8' -0" O.C. FENCE POSTS 80 0 SILVER OR EQUAL GALV POST- RAILING CONNECTORS (TYP) 100 Yx4' S45 FENCE ..{- RAILING HEM FIR NO. 2 OR BETTER W /.4 POUNDS PER FOOT OXIDE BASIS CCA -C ■ 4"x4" WOOD POST HEM FIR NO. 2 OR BETTER W /.4 POUNDS PER FOOT OXIDE BASIS CCA -C t-2" MIN 4" MAX P51CNCR TE POE • I 6" I MIN 24" MIN DEPTH OF BURY WOOD FENCE DETAIL SCALE: 1'..2' 4 NO BENSONS OAIL Or R. HERMES K. BOST 0 I. 1• TWO INCHES AT rut SCALE ■■ NOT SCALE ACCOB4,NCL• SCALE AS SHOWN 0.1E , ••1.,•e%. ,nnn 120 SECTION SCALE: 1"=4' 11 2" x 2" x 14 GAGE WIRE FABRIC OR EQUIVALENT SILT FENCE, MIRAFI 100X OR APPROVED EQUAL USE STAPLES OR WIRE RINGS TO ATTACH SILT FENCE TO WIRE FABRIC 2'x4" W000 POST OR STEEL FENCE POST BURY BOTTOM OF SILT FENCE IN 8 "116" TRENCH 140 160 FILTER FABRIC OVER WIRE FABRIC 20 GAGE MI TIE BACK 2 x 2 STAKE 10I EXPIRES: 11 -14 -00 PLAN lot 8" 11 1 Lai PEA GRAVEL 'TN OVER SILT FENCE (6' MIN DEPTH) SILT FENCE DETAIL � t NO SCALE 4 Paramstrlx, Inc. SECTION /1/Zrel 1 MO.tC1 NAPE HIGHLIN WATER STORAC 7.6 MIL GAL RESF Two NO 21 -2714.. WASIaNGto4 Sumner Bremerl0n Kirkland OREGON Portland TUGS Houston I GRADE TOP OF BLOCK waLLI 1 • t EXISTING 1 1 1 1 1 I I I 1 1 1 1 M/ .., ///i // -1- - ,- / / / / / /11/ +- E. i 11 1 t 11 I FINISHED GRADE S££ SHEET P1 E i ; i c 1111// //1/ii111111111111111// n1111■ ■111111/�/11W7.':Z mu///�/111�icaa�111////a�11/11 / / / min _ /1111/11/// //ii /i������ /1111/ 1111 11n /V -"'� 11/// ouu111111 //11//1111Vi /11/io11p� / x11 /�u/i/una /11m�- 11/ A /11/ /1111// /111111•//1111w 0 - 0." W b ■ 11//11 /■///11iG E1I I/ //11a 1 11//11 //ammo �4/► 1 0 I I I I I ■ 40 60 3/4" x 4" CEDAR FENCE BOARDS W/.25 PCF CCA -C SECURE WITH 2 GALV 6d NAILS PER FENCE RAILING (\Ai— 8' -0" O.C. FENCE POSTS 80 0 SILVER OR EQUAL GALV POST- RAILING CONNECTORS (TYP) 100 Yx4' S45 FENCE ..{- RAILING HEM FIR NO. 2 OR BETTER W /.4 POUNDS PER FOOT OXIDE BASIS CCA -C ■ 4"x4" WOOD POST HEM FIR NO. 2 OR BETTER W /.4 POUNDS PER FOOT OXIDE BASIS CCA -C t-2" MIN 4" MAX P51CNCR TE POE • I 6" I MIN 24" MIN DEPTH OF BURY WOOD FENCE DETAIL SCALE: 1'..2' 4 NO BENSONS OAIL Or R. HERMES K. BOST 0 I. 1• TWO INCHES AT rut SCALE ■■ NOT SCALE ACCOB4,NCL• SCALE AS SHOWN 0.1E , ••1.,•e%. ,nnn 120 SECTION SCALE: 1"=4' 11 2" x 2" x 14 GAGE WIRE FABRIC OR EQUIVALENT SILT FENCE, MIRAFI 100X OR APPROVED EQUAL USE STAPLES OR WIRE RINGS TO ATTACH SILT FENCE TO WIRE FABRIC 2'x4" W000 POST OR STEEL FENCE POST BURY BOTTOM OF SILT FENCE IN 8 "116" TRENCH 140 160 FILTER FABRIC OVER WIRE FABRIC 20 GAGE MI TIE BACK 2 x 2 STAKE 10I EXPIRES: 11 -14 -00 PLAN lot 8" 11 1 Lai PEA GRAVEL 'TN OVER SILT FENCE (6' MIN DEPTH) SILT FENCE DETAIL � t NO SCALE 4 Paramstrlx, Inc. SECTION /1/Zrel 1 MO.tC1 NAPE HIGHLIN WATER STORAC 7.6 MIL GAL RESF Two NO 21 -2714.. WASIaNGto4 Sumner Bremerl0n Kirkland OREGON Portland TUGS Houston 1 1'1 1 I I I I 1 I TOP OF BLOCK WALL FINISHED GRACE I 'V111OMO I SEE SHEET 11 m I I NUMESINEMBINUMEN I I I I I I I I I I 1 1 I1 1,_ 1 1 3 I I I 1-1--1 -•- L i. 1 1 1 I t r l , 1 1 1 1 1 1 1 1 7'7!7t I I h i l l m 1i 1 1 1 I �l r -,--. 42. i f I 1 I I 1 1,1 1!{ j 1 hil I t I, I I{ I 1 1 1 1 I 1 I I, i' i_iu 1_L I I U)_I L I 1 I j I I 11 1 kJ. a 111 I 1 I 1 1 1 1 1 EXISTING GRADE 1 I 1 I I -.. 120 140 160 180 SECTION SCALE: 1 " =4' 11 2" x 2" x 14 GAGE WORE FABRIC OR EQUIVALENT 1LT FENCE, MIRAPI IODX OR APPROVED EQUAL USE STAPLES CR 'WIRE RINGS TO ATTACH SILT FENCE TO WIRE FABRIC 2'x4" WOOD POST OR STEEL FENCE POST BURY BOTTOM OF SILT FENCE IN 8'x6" TRENCH 11 T • • •1'•••• 6• MAX. PLAN 2x2 STAKE SILT FENCE DETAIL FILTER FABRIC OVER WIRE FABRIC 7-- 20 GAGE WIRE TIE BACK NO SCALE -Ii 10I ei I "d 1 I I bl PEA GRAVEL OVER SILT FENCE (6" MIN DEPTH) SECTION 200 DESIGN CRITERIA FOUNDATION/RETAINED NATIVE SOO. SOIL DENSITY, -"6* = 120 pcf FRICTION ANGLE, 0 = 28' ALLOWABLE BEARING PRESSURE = 2000 pef REINFORCED GRANULAR BACXFILL SOIL DENSITY, -r = 130 pef FRICTION ANGLE, 0 = 36' EQUIVALENT FLUID PRESSURE = 38 pcl COEFFICIENT OF BASE FRICTION = 0.3 UNIFORM SEISMIC LATERAL PRESSURE = 4H PSF TRAFFIC SURCHARGE (VERTICAL) = 250 psf 0 WALL /1 FACTOR OF SAFETY AGAINST SLIDING = 1.5 FACTOR OF SAFETY AGAINST OVERTURNING = 2.0 FACTOR OF SAFETY AGAINST MATERIAL FAILURE = 1.5 BLOCK WALL REINFORCING TABLE SUGGESTED GEOGRID PLACEMENT DESIGN HEIGHT, H GEOCRIO LENGTH, L GEOGRID HEIGHT ABOVE LEVELING PAO LAYER 1 LAYER 2 LAYER 3 OPTION iI UNDER 2' -8" _ 4 FT 5' -6" 2' -0" UX1400 -- .-- 6 FT 6' -6" V-0" UX1400 4 -0" UX1400 r 0 UNDER 4 FT 4 FT TO 7 FT 5' -6" 3' -4" UX1400 GEOGRID REINFORCING MAT 12" MIN WOE DRAIN ROCK CRUSHED SURFACING BASE COURSE COMPACTED NATIVE SOIL I BA CKFILL t CAP UNIT STANDARD MODULAR BLOCK. S FILL CORE AND VOID WITH CRUSHED SURFACING BASE ti COURSE. 16 3 x? o h e FINISHED GRADE 4' DIA PVC PERFORATED DRAIN PIPE OR ROUTE TO DAYLIGHT ' WEST END OF WALL / COMPACTED CRUSHED SURFACING TOP CJ COURSE LEVELING PAD flr??-ao si/ Parametrlx, Inc. 1 WASHINGTON 5■mnor Bremerton OREGON Porllond TEXAS PROJECT NAYC HIGHLINE WATER DISTRICT WATER STORAGE IMPROVEMENTS PROJECT 7.6 MIL GAL RESERVOIR CONTRACT 9B -70 -12 TU(WILA, WASHINGTON 61 TYPICAL SECTION NO SCALE CITMRRFETUKWILA MAR 23 1999 EriN'ERMiT CENTER CLEARING & GRUBBING AND GRADING DETAILS srtn w. i 171 SAMPLE PIPE SEE DETAIL/ 5 \ S LADDER AL GRATING W/ 1 1/4 x 3/16 BRG BARS (MCNICHOLS CAL -125 OR EQUAL) W /AL CLIPS /FASTENERS 0 12' 0.C. CALL SUPPORTS 10' AL GRATING TREADS W/ 1 3/4 x 3/16 SERRATED BRG BARS AND ABRASIVE NOSING, TYP INSIDE TANK WALL PULL —UP LADDER SAFETY POST ASPHAL T SURFACING 2' TYP INSIDE TANK WALL (R= 100') VAULT DOOR ABOVE WA TER TICH T LOCKING VAULT DOOR 36 "x48" W /AASHTO H -20 LOAD RATING EL 474.5 CONT MEMBRANE CLAMP BAR (S.5.) EL 471.5 TOP OF CRA TING EL 461.5 4' -0' GUARDRAIL, TYP HANDRAIL, TYP 4' -0" NOTES: 1. CONFORM TO REQUIREMENTS OF WAC CHAPTER 296 -24. 2. ALL CONSTRUCTION SHALL BE 6061— T6 ALUMINUM. ALL FASTENERS SHALL BE GALVANIZED STEEL. EL 4 76. 7 GRADE /PAVE AS OCCURS CONT S.S. MEMBRANE CLAMP BAR S.S. LIFT LUG TYP EA CORNER CROWN COVER 0 CENTER EL 471.5 PLAN ® STAIR DETAIL SCALE: 1/2"= i' -0" 1 /2"t PRECAST COVER DESIGN FOR H -20 WHEEL LOAD NEOPRENE SEAL ADHERE TO COVER V/2 CLEAR OPENING TANK ROOF SECTION 0 ACCESS HATCH SECTION F SCALE: 3/4' =1' -0' 3/4' GROUT 1/2 x 1 1/2' KEY EPS SECTION SCALE: 3 " =1' —O' 1' DIA (A36) 1/4 le (A36) I 1 6 AS.S,304 WIRE CLOTH 24x24 SPACE x 0.013' WIRE DIA, OVER 1/4" WIRE CLOTH l /4. I MAX CUT TO FIT 0 CONC TOP OF GRATING EL 447.75 DIAG STRUT BELOW, TYP ALL FRAMING AND STRINGERS: C10 x 6.14# OR EOUIV BENT I SECTION S.S. 304 WIRE CLOTH 1/4' SPACE x 0.120' WIRE DIA r f /4' CIA S.S. J —BOLTS W /WASHER 0 6' t OC ALL _AROUND DETAIL SCALE: 3' =1' -0' 1' TYP HOT DIP GALVANIZE POST ASSY AFTER FABRICATION SECTION 1/2' DIA BOLTS/INSERTS 0 BENCH 1/2' DIA LEVELING STUDS O BASE 4' DIA STD PIPE (A5.3) SCALE: 1 1/2 "01' -0' — 40 I RC\ 4S 1 AS PER DOH DATC 0T 1/12/99 SiSfi.E6 p I' L. GIANNI DR4oN 1W0 INC.C5 AT rULL SCALE T. SIL AGEL ,r NOT SCALE ACCORDING.., x i SCALE AS SHOWN FORM FINISH BEAD BLASTED TYP EXTERIOR FACES b (0 42' GUARDRAIL W/ TOE It AL PIPE STRUT, TYP 1' -5' 6' AL LADDER W /18" NON —SLIP RUNGS EL 461.5 GALV A325 EXP BOLTS, TYP SECTION SCALE: 1/2 " =1' -0" 3/4' DIA ear GROUT SEE C /WL 0 WCS BAR 2 1/4 x 0' 4' SECTION SCALE: J /4' -1' —O' — W 41:i TACK NUT 1/4' R TYP 1/2' DIA LEVELING STUDS 1/2' ISOLATION JT CHIP KEY FLUID GROUT FOR VENT TANK PENETRATION SEE DETAIL %J1 EL 4 2' PVC PIPE — (SCH 40) PIPE CLAMP SEE DETAIL 7/16' HOLE FOR GALV A325 EXP 80L T 2- 3/8 "x1" BOLT (SST) KEY MEMBRANE EL 4 SAMPLE SEC' SCALE: 1, DED SCALE: I 1/ GROUT FILL NT TANK DETA NO SCA Paramount, Inc. . 1�ASHINOTON Sumner OR[GON PI0n0 • Q,LC1 MAYO HICHLINE WA WATER STORAGE IMP 7.6 MIL GAL RESERVOIR TL11t(ML• . W TREADS W/ 'PRATED BRG SIVE NOSING, NSIDE TANK WALL PULL -UP LADDER SAFETY POST 2' TYP ,-ASPHAL T 1i � I WATERTIGHT LOCKING VAULT DOOR 36 "x48" W /AASHTO H -20 LOAD RATING EL 474.5 CONT MEMBRANE CLAMP BAR (S.S.) GRA TING EL 447.75 TRUT BELOW. 'AMINO AND STRINGERS: 6.14g OR EAUIV BENT IZ N IRE 7.120" 2.S. W /WASHER C ALL FORM FINISH BEAD BLASTED TYP EXTERIOR FACES (0 42' GUARDRAIL W/ TOE R AL PIPE STRUT, rYP AL LADDER W /18" NON -SLIP RUNGS EL 461.5 GALV A325 EXP BOLTS, TYP SECTION SCALE: 1/2 " =1' -0" 6• l' -11• Y 3/4" DIA BOLT GRCU T °v BAR 2 x 1/4 x 0' -4" O1. ix <TACK NUT 1/4" Ij TYP 1/2" DIA LEVELING STUDS 1/2" ISOLATION JT CHIP KEY FLUID GROUT OR VENT TANK -� PENETRATION - SECTION [ , 1 SEE DETAIL SCALE: 3/4 "= I' -0 Parametrlx, Inc. IC 2" PVC PIPE (SCH 40) PIPE CLAM SEE DETAIL P EL 452.0 EL 436.0 CAP SAMPLE PIPES SECTION 7/16" HOLE FOR CALV A325 EXP BOLT 2 - 3/8"x1' BOLT (SST) KEY SCALE: 1/2 "= I' -0" - DETAIL SCALE: 1 I/2 " =1' -0• MEMBRANE ,/CALV A325 BOLTS, TYP 9' SECTION f-Ei SECTION (p SCALE: 1 " -1' -0" - SCALE: 1 " -I' -0" - SECTION SCALE: 1.= I' -0" INSIDE TANK WALL STAINLESS STEEL PIPE CLAMP 0 10' -0" SPACING (TYP) 24" DIA STEEL VENT PIPE S.S. STRAPS /- 24" PREFABRICATED / PVC BOOT GROUT FILL CEILING SLAB BENCH VENT TANK PENETRATION DETAIL �3 WASHINGTON Sumner OREGON PortlOnd ?TWA! NO SCALE PgOXCT MAY[ HICHLINE WATER DISTRICT WATER STORAGE IMPROVEMENTS PROJECT 7,8 MIL GAL RESERVOIR CONTRACT 98 -70 -12 TUKWILA, WASHINGTON S.S. EXP BOLT 1" ± GROUT EL 434 Ot SECTION - SCALE: 1 ".I' -0' - BENCH VENT PLAN SCALE: 1/4 'A l /- EDGE OF S. S.304 / WIRE CLOTH .1' 1/4" BAR W/ 7AR 2 3 1999 6,1 DeRkfrr cENTER RESERVOIR SECTIONS AND DETAILS SHEET NO. 1VI1 • { FOR CONNECTION .. -- SEE SHEET 6 1' PVC SCH 80 CONDUIT WITH (6) 110 THWN AND (3) 112 CND. ROUTE TO POWER PANEL 24'. COVER REO'D 20A WATER PROOF GFCI DUPLEX RECEPTACLE (TYP) MOUNT TOP OF RECEPTACLE AT 9' BELOW HANDHOLE CEILING. INSTALL RECEPTACLE IN FS BOX MTH WP COVER HANOHOLE NO. 1, PROVIDE 4' x 4' x 4' PRECAST CONCRETE HANDHOLE WITH 6' CONCRETE COVER AND H -20 RATED LOCKABLE LID PROVIDE 444 —LA BY UTILITY VAULT CO. OR EOUAL f TO HANDHOLE ---______ NO. 2, SEE SHEET 6 2' CONDUIT (PVC, SCH 80) FROM HANDHOLE 2. PENETRATE 6' INTO HANOHOLE NO.1 AND CAP. SWAB CONDUIT AND INSTALL PULL TAPE PRIOR TO CAPPING 1' PVC SCH 80 CONDUIT (TYP)--\ PENETRATE 6' INTO HANDHOLE NO. 1 AND CAP GROUT HANDHOLE WALL AFTER CONDUIT IS INSTALLED. FILL ALL SPALLS AND CHIPS AND PROVIDE UNIFORM, SMOOTH FINISH ON INTERIOR OF VAULT RESERVOIR CONTROL CONNECTION DETAIL SCALE: 1' =1' 6 CLUE BOOT TO MEMBRANE MEMBRANE GROUT FILL a . MOUNT CONDUIT TO RESERVOIR SEE DETAIL e 2) I' S.S. HOSE CLAMPS 1' PREFABRICATED PVC BOOT TANK CEILING SLAB CONDUIT PENETRATION DETAIL NO SCALE N0. PENSIONS DATC 1T of R.EHERMES/ R. CU fT; 1• 7• 1 STATION AND OFFSET AS SHOWN ON PLANS TO CENTER OF HYDRANT �iri.✓i: � TANK PENETRATION SEE DETAIL 1r1r-tr-Tr F 00 1' PVC SCH 80 CONDUITS STUB CONDUIT 2' BELOW TANK CEILING AND INSTALL PVC BUSHINGS (TYP) INSTALL CONDUIT WITH MECHANICAL SEALS (LINK SEAL OR EQUAL) AT TOP AND BOTTOM OF CORE DRILLED HOLES IN THE TANK ROOF BREAKAWAY FLANGE OR BREAKAWAY LUGS CONCRETE SIDEWALK 7 C.F. OF 7/8 WASHED RCCK, WRAPPED WITH CEOTEXTILE FABRIC SEE NOTE 6 RESERVOIR CONTROL CONNECTIOr` SECTION (-.;� FIRE HYDRANT, SEE NOTES 1,2 AND 3 SCALE: 1/2' -1' STORZ COUPLING, SEE NOTES 2 AND 3 / VALVE BOX 00A 0N TWO . CNCS AT TULL SCALE 1<. HINDS ! ,P NOT SCALE •CCOMDiNCL. �'A /mil/ • SCA" A CLJ WIJ /HOLDING SPOOL SOON �12x12x4 SOLID CONCRETE BEARING 16" BLOCK FIRE HYDRANT ASSEMBLY DETAIL SCALE: 1/2'm1' 6 THRUST BI WATER MA (FLG x MJ 6' (AUXILLARY) VALVE (FLG x ParamftrIx, Inc. %T/1M 01KM PGO`lana MOLCT NYIE HIGHLII WATER STORM 7.6 MIL. GAL RES TI FROM INTO ;WAB TAPE TO HANOHCLE NO. 2, SEE SHEET 6 MOUNT CONDUIT --I TO RESERVOIR SEE DETAIL 0 ,IPS 'C 800T STATION ANO OFFSET AS SHORN ON PLANS TO CENTER OF HYDRANT TANK PENETRATION SEE OE TAIL t r -Tr -U- 1 .1. 1' PVC SCH 80 CONDUITS STUB CONDUIT 2' BELOW TANK CEILING AND INSTALL PVC BUSHINGS (TYP) INSTALL CONDUIT WITH MECHANICAL SEALS (LINK SEAL OR EOUAL) AT TOP AND BOTTOM OF CORE DRILLED HOLES IN THE TANK ROOF BREAKAWAY F;,ANGE OR BREAKAWAY LUGS CONCRETE SICENALK —. 7 C.F. or 7/2,- WASHED ROCK, WRAPPED WITH GEOTEX i1LE FABRIC SEE NOTE 6 6 "� OOQ I 31-- 2" CONDUIT (PVC, SCH 80) FROM HANDHOLE 2. PENETRATE 6' INTO HANDHOLE N0.1 ANO CAP. SWAB CONDUIT AND INSTALL PULL TAPE PRIOR TO CAPPING 4'x 4' RESERVOIR SUPPORT FCR HANOHCLE 1 & 2 RESERVOIR CONTROL CONNECTION SECTION SCALE: 1/2'.1' FIRE HYDRANT, SEE NOTES 1,2 AND 3 STORZ COUPLING, SEE NOTES 2 ANO 3 t _ '2 1/2'1 I 1 VALVE BOX j'-.12x12x4 SOLID CONCRETE BEARING BLOCK FIRE HYDRANT ASSEMBLY DETAIL SCALE: 1/2'= I' 6 THRUST BLOCK WATER MAIN (FLG x MJ TEE), 6' (AUXILLARY) GATE VALVE (FLG x MJ), NOTES: S.S. CHANNEL PIPE STRAPS, SINGLE BCLT 12 GAUGE MIN S.S. BOLT, NUT AND LOCK WASHER 1/4" DIA BOLT MIN 2' PVC SCH 80 CONDUIT 1 5/8" x 1 5/8" S.S. UNISTRUT MOUNTED VERTICALLY ON TANK EXTERIOR MTH 5/16' x 2 I/2" S.S HILTI KW1K BOLTS CONDUIT MOUNTING TO RESERVOIR DETAIL SCALE: 1' =1' 1. THE FIRE HYDRANT SHALL BE PAINTED, PARKER PAINTS FLAT TRAFFIC YELLOW #2612 OR SAFETY YELLOW #1063 OR AN APPROVED EQUAL. THE FINAL COAT SHALL BE INTERNATIONAL YELLOW NO. 114 OR AN APPROVED EOUAL. THE STORZ FITTING SHALL NOT BE PAINTED. 2. FIRE HYDRANTS SHALL HAVE TWO 2 1/2' HOSE PORTS (NATIONAL STANDARD THREAD) WITH CAPS AND CHAINS AND ONE 4' PUMPER PORT (TACOMA STEAMER PORT THREAD) WITH A 5" "STORY COUPLING AND BLIND CAP INSTALLED ON THE STEAMER PORT, (STEAMER PORT SHALL FACE THE STREET), 1 1/4' PENTAGONAL OPERATING NUT (COUNTER— CLOCKWISE OPENING), 0 —RING TYPE STUFFING BOX, AUTOMATIC BARREL DRAINS AND 5 1/4' MAIN VALVE OPENING. HYDRANTS SHALL BE DESIGNED IN A MANNER THAT WILL PREVENT BARREL BREAKAGE WHEN STRUCK BY A VEHICLE. HYDRANTS SHALL CONFORM TO THE LATEST REVISION OF AIWA SPECIFICATIONS NO. C 502 -73 FOR FIRE HYDRANTS FOR ORDINARY WATER SERVICE. FIRE HYDRANTS SHALL INCLUDE THE ENTIRE ASSEMBLY COMPLETE, INCLUDING HYDRANT, GATE VALVE AND BOX, CONNECTING PIPING FITTINGS AND ACCESSORIES. 3. FIRE HYDRANTS SHALL BE M & H 929, CLOW F2500, MUELLER CENTURION OR AN APPROVED EQUAL. 4. VALVE BOXES SHALL BE TWO— PIECE, ADJUSTABLE, CAST IRON WITH EXTENSION PIECES (IF NECESSARY), AS MANUFACTURED BY THE VANRICH 1940 SEATTLE OR APPROVED. EQUAL. THE WORD 'WATER" SHALL BE CAST IN RELIEF IN THE TOP. 5. THE HOLDING SPOOL SHALL. BE A MECHANICAL —JOINT (M.J.) HOLDING SPOOL, WITH THE USE OF CLASS 53 DUCTILE IRON PIPE AS MANUFACTURED BY PACIFIC WATER WORKS OR AN APPROVED EQUAL. OR THE USE OF MEGA —LUG CONNECTORS MTH CLASS 50 DUCTILE IRON PIPE. WHERE HOLDING SPOOL EXCEEDS 17' IN LENGHT, INSTALL A 90' BEND AT AT BACK OF CURB BETWEEN CURB AND HYDRANT. 6. THE CONTRACTOR SHALL PLACE A 6 OZ. GEOTEXTILE FABRIC ARCUND THE WASHED ROCK AREA. RECEIVED CITY OF TUKWILA Parametrlx, Inc. WASHINGTON Sumner OREGON Patlontl 1.1111EC1 NAVE HIGHUNE WATER DISTRICT WATER STORAGE IMPROVEMENTS PROJECT 7.6 MIL GAL RESERVOIR CONTRACT 98 -70 -12 MAR 2 3 1999 FERMI'( r_ =nTat RESERVOIR SECTIONS A ►111 111 I..T ♦11 L. Vitt NO 19/ �, a.r..,. N:#r,`.��1ti�;44 ✓t'S.{'ti.. yyy� !�7�'1:::� " -0" TYP 0 ❑ WATER AND POWER SERVICE 12' ABOVE SURFACE AND CAP ❑ ❑ REPLACE EXISTING BARBECUE USING SAME SIZE GALVANIZED ANCHOR BOLTS, WASHERS, AND NUTS, CENTER ON 6'x3' CONCRETE PAD 6' -0" CAST IN PLACE 4) 1' DIA GAL V EYE BOLTS, TOP OF BOLT SHALL BE FLUSH WITH EXISTING GRADE. CHAIN PICNIC BENCH TO EYE BOLTS REMOVE AND REPLACE EXISTING PICNIC BENCHES USING EXISTING CHAIN AND LOCK (TYPICAL 4 PLACES) EXISTING 5'x5" METAL POST o) I n CEMENT CONCRETE PAD 4' MIN DEPTH, BROOM FINISH EXISTING SHELTER REMOVAL AND REPLACEMENT DETAIL 1- SCALE: 1/4' =1' -0' 4 CHAIN LINK FABRIC, ONE PIECE TOP RAIL WIDTH, 9 GA W /2" MESH 9 GAL V WIRE CLIPS 0 2' -0' O,C. MAX, 0 TERMINAL POST CAP LINE POST 9 GAL V WIRE CLIPS 0 1' -0" 0.C. MAX FINISH GRADE 8' DIA CONC FTG CONC NOT REO'D FOR TEMPORARY FENCING 10' -0" MAX I SPACE EOUALLY, TYP ( '� �'y CHAINLINK FENCE DETAIL \\ \\ \\ \\ \\ BRACE RAIL 3/4" x 3/16" 3/4" x 3/16' TRUSS ROO TENSION BAR W/ BANDS 7 CA TENSION WIRE 12' DIA CONC FTG CONC NOT REO'D FOR TEMPORARY FENCING 10' -O" MAX NO SCALE 4,10 No j RtMSONs OAR OIS.CJ.LD M. OLLIVANT OAAAN K. HINDS Ilo � 1 TWO ,NCMCS AT TOLL SCALL �T y0• SCALC •CCORD�ti CIY CORNER OR END POST i to 2 EXISTING THROUGH BOLTS 17' -I 1/2' .A) F-- 12' MIN CONCRETE REPLACEMENT J EXISTING ARCHED CLU- ROOFING. CONTRACTOR ROOF FROM METAL PO. ROOF STRUCTURE AS CONTRACTOR SHALL Elf GLU -LAMS TO KEEP R1 DURING REMOVAL. EXISTING 5'x5' SOUARI REMOVE AND REUSE Di NEW. CONTRACTOR SH. EXISTING CONCRETE BA REPLACEMENT. REPAINT SURFACES DAMAGED 0 REMOVAL. 18' TYP EXISTING SHELTER SECTION SECTION SCALE: 1/4'.1' -0" -- PARKING La T E r t0 6' REPLACE CONCRETE SL WITH BROOM FINISH, EXTRUDED ASPHALT CURB BACKFILL CLEAN SURFACES AND TACK COAT PROIR TO CURB INS TAL� EXTRUDED CURB DETAIL SCALE: 1 "•1' 10 IParametric. P O. Ct NAYt HIGHLINE W - WATER STORAGE IM SERVICE 'E AND CAP TS. L BE VG VIC TS LACE ENCH£S PLAIN AND PLACES) 'E TAL 2 EX(STINC THROUGH BOLTS 17' -1 1/2" 2: EXISTING ARCHED GLU -LAMS 8' OC W1TH ROOFING. CONTRACTOR SHALL UN BOLT ROOF FROM METAL POST AND REMOVE ROOF STRUCTURE AS SINGLE UNIT. CONTRACTOR SHALL BRACE BOTTOM OF GLU -LAMS TO KEEP ROOF SQUARE DURING REMOVAL. EXISTING 5'x5" SQUARE METAL TUBE REMOVE AND REUSE OR REPLACE WITH NEW. CONTRACTOR SHALL REMOVE EXISTING CONCRETE BACKFILL PRIOR TO REPLACEMENT. REPAINT ABOVE GRADE SURFACES DAMAGED DURING POST REMOVAL. 1 6' 7YP TERMINAL POST CAP J � 3 'e CORNER OR END POST o r-- 12" MIN CONCRETE REPLACEMENT EXISTING SHELTER SECTION SECTION SCALE: 1/4".l' -0' -- PARKING LOT SLOPE ∎ 47 REPLACE CONCRETE SLAB 4" MIN DEPTH MTH BROOM FINISH. EXTRUDED ASPHALT CURB BACKFILL CLEAN SURFACES AND TACK COAT PROIR TO CURB INSTALLATION EXTRUDEp CURB DETAIL SCALE. I". I' Parametrlx, Inc. All\ w.sHINCra4 OREGON. 10 pYCLCT NMI[ HICHLINE WATER OISTRICT WATER STORAGE IMPROVEMENTS PROJECT 7.6 MIL GAL RESERVOIR CONTRACT 98 -70 -12 NOTES: PROVIDE KEYED- THE -SAME MASTER LOCK FOR EACH BOLLARD a N u J /4' x 3' GALV EYE LAG BOLT 3/4' x 6' GALV EYE BOLT WITH WASHER AND NUT 4 4 4 to 4 • 8' x 8' CEDAR POST. CUT TO MATCH EX BOLLARDS. PRESSURE TREATED TO .4 PCF CCA -C AFTER CUTTING AND TRIMMING 6 PATH OR GROUND are . 4 8' x 1/4' SQUARE' METAL TUBE TRIM TO 7' SCUARE 3000 P5! CONC REMOVABLE_ BOLLARD DETAIL SCALE: 1'•1' 1 0 M'2!-4 «‚ • RECEIVED CITY OF TUKWILA MAR 2 31999 PERMIT CENTER SITE CIVIL AND PARK GRADE POINT i' R EXISTING PAVEMENT OR ROADWAY WIDTH AS SPECIFIED ON PLAN 6" SCORE LINE 2z 1/4' SAWCUT EDGE OF ASPHALT FOR SIDEWALK INSTALLATION. REPLACE ASPHALT SECTION WITH 2' OF A/C CLASS B AND 4" OF CRUSHED ROCK 2' -0" CONCRETE CLASS 5 (1 1/2) Li I/2' \•- THICKENED EDGE COMPACTED SUBGRADE SIDEWALK WITH MONOLITHIC CURB SECTION NO SCALE 10 L_. 1 EXISTING GROUND REMOVE & CAP ALL VERTICAL SERVICE LINES THAT ARE GREATER THAN 12' IN DEPTH TO THE TOP OF THE SERVICE LINE PIPE REMOVE ALL HORIZONTAL & VERTICAL SERVICE LINES & APPURTENANCES THAT ARE 12" OR LESS IN DEPTH TO THE TOP OF THE SERVICE LINE PIPE //r- --FILL SEWER LINE WITH LEAN CONCRETE OR MORTAR •4 • • • 6" 1/ �l \-- EXISTING ii SANITARY OR —I STORM SEWER LINE C'' 6' TYPICAL SANITARY & STORM SEWER SERVICE LINE ABANDONMENT DETAIL NO SCALE 4 NO I AVASONS D DATE S SY O OEVAED 0 0 1 S' DAAN ' 'WO 'ACMES AT CULL SCAM scAtt AS SHOWN ASPHAL T CONCRETE PAVEMENT CLASS 8 CRUSHED SURFACING TOP COURSE SUITABLE ON -SITE SOIL OR GRAVEL BASE ASPHALT CONCRETE PAVEMENT SECTION NO SCALE 10 S• _ 4N � v • • AA'1S •• • SEE MONOLITHIC SIDEWALK WITH CURB 4' CRUSHED SURFACING ASPHALT RAMP 2' AC CLASS B MONOLITHIC CURB AND SIDEWALK AND ASPHALT RAMP DETAIL NO SCALE 10 Parametrlx. Inc. 1-4_ wASWNCTON summa °EGON f NOiCT 'AYE HIGHLINE WATER STORAGE 7.6 MIL CAL RESEW TlJkvAL 241111r Ire,NW,17".■ ANOVW Wsgv.s•<•-ic.fwx ASPHALT CONCRETE PAVEMENT CLASS r- CRUSHED SURFACING / TOP COURSE 3/4" WA TER SERVICE 3/4" ELECTRICAL CONDUIT SUITABLE ON-SITE SOIL OR 6" BEDDING GRAVEL. BASE ASPHALT CONCRETE PAVEMENT SECTION NO SCALE 10 SEE MONOLITHIC SIDEWALK TH CURB 4" CRUSHED SURFACING ASPHALT RAMP 2" AC CLASS El MONOLITHIC QualLAND512DIALK AND ASPHALT RAMP DETAIL (-2- NO SCALE 1 0 UNDERGROUND UTILITIES SECTION NO SCALE 10 FLUSH - NOT TO EXCEED 1/2" MONOLITHIC WHEELCHAIR RAMP ji Alrff- act 9/ Parametrlx. Inc. wasHINcToN Sumner OREGON Portland 1 PROJECT NAV( HICHLINE WATER DISTRICT WATER STORAGE IMPROVEMENTS PROJECT 7,6 MIL GAL RESERVOIR CONTRACT 98-70-12 -........ ..._. ..— DETAIL NO SCALE SITE CIVIL AND PARK • •P1 ■■• 1 f% • 11 t. • • , • RECEIVED CITY OF TUKWILA MAR 2 3 1999 PERMIT CENTER PREVAILING WIND r 2X MIN DIA. ROOTBALL TYPICAL EVERGREEN TREE STAKING DETAIL 1' TYPE K COPPER - 30" MIN. COVER NO SCALE 13 PPLOANN,, PLANT TREES 1" HIGHER THAN DEPTH GROWN IN NURSERY TREE PIT SHALL BE NOT LESS THAN 2 TIMES ROOTBALL DIA„ WATER THROUGHLY AFTER PLANTING TREE STAKES PERPENDICULAR TO PREVAILING WTND 12 GA. WIRE, TWIST TO TIGHTEN 1/2' DIA. BLACK RUBBER HOSE TYP. 2' x 2' CEDAR STAKE - TYP CUT ALL TIES AND FOLD BACK BURLAP AMD BASKET FROM UPPER 1/3 OF ROOTBALL. REMOVE ALL PLASTIC AND TWINE 2' DEPTH MULCH LAYER 3' WATERING BASIN CEDAR STAKE ROOTBALL TRUNK CEDAR STAKE FINISH GRADE SCARIFY SIDES AND BOTTOM OF PLANTING PIT TO ALLOW ROOT PENETRATION SPECIFIED PLANTING MIX AND FERTILIZER RECOMPACTED NATIVE SOIL 6 " -8" — 11 —!I CUSTOMER'S CONNECTION W/ TEMPORARY CAP. 1" I.P. SERVICE SADDLE W/ STAINLESS STEEL. STRAP EQUAL TO ROMAC OR SMITH BLAIR. 1' CC CORPORATION STOP W/ COMPRESSION ADAPTOR FOR TYPE K COPPER SERVICE EOUAL TO MUELLER, FORD OR HAYS. INSTALLED DIRECTLY INTO DUCTILE IRON PIPE AT J0' TO 45' ANGLE. DUCTILE IRON WATER MAIN - CL 52 (NEW CONSTRUCTION) WATER METER TO BE SUPPLIED BY HICHLINE WATER DISTRICT. METER BOX SHALL BE INSTALLED FLUSH W/FINAL GRADE AND MUST BE SIZED TO ALLOW FOR MIN. CLEARANCE REQUIREMENTS. NEW DEVELOPMENTS: INSTALL 1' PVC SPACER PIPE IN METER SETTER TO SECURE ALIGNMENT DURING CONSTRUCTION. 3/4" SERVICES DETAIL NO SCALE 6 SERVICE METER BOX SIZE SIZE 5 /8" B -9 1/2 3/4' 8 -9 1/2 1' 8 -10 METER 5/8' /4 A • 7 3/4' 9 114' 11" NOTES: 1. TREE PIT SHALL NOT BE LESS THAN (2) TIMES ROOT BALL DIA. 2. CUT ALL TIES AND FOLD BACK BURLAP FROM UPPER 1/3 OF ROOT BALL 3. REMOVE ALL PLASTIC AND TWINE TYPICAL DECIDUOUS TREE STAKING DETAIL TREE SPECIMEN, NEVER CUT CENTRAL LEADER INTERLOCKING PLASTIC TIES, TIE AT 2/3 TREE HEIGHT. 00 NOT OVERTICHTEN 2" DIA DOUG -FIR STAKE 01? METAL FENCE POST STAKES, LOCATE OUTSIDE OF ROOTBALL ROOT FLARE SHALL BE LOCATED ABOVE GROUND LINE 2" MULCH, KEEP AWAY FROM TREE TRUNK SCARIFY SIDE AND BOTTOM OF PLANTING PIT TO ALLOW FOR ROOT PENETRATION CONCRETE SIDEWALK SPECIFIED PLANTING MIX AND FERTILIZER RECOMPACT SUBGRADE TO PREVENT SETTLING • DIMENSIONS INCLUDE CASKET WIDTHS. 15" COPPER SETTER EQUAL TO MUELLER, FORD 01? HAYS EQUIPPED AS FOLLOWS: • PADLOCK WINGS ON KEY VALVE • ANGLE CHECK ON METER OUTLET • IRON PIPE CONNECTIONS ON SETTER INLET AND OUTLET • COMPRESSION ADAPTOR ON SETTER INLET • 18' COPPER OR BRASS NIPPLE ON SETTER OUTLET • INSTALL TYPE K COPPER AND MISC. BRASS FITTINGS FOR CONNECTION TO CUSTOMER'S LINE COPPER SETTER SHALL BE SET LEVEL AND CEN TERED IN THE ME TER BOX, CONCRETE METER BOX AS MANUFACTURED BY FOG- TITE ME TER SEAL CO.. INSTALL. TRAFFIC LID WHEN SERVICE IS LOCATED IN DRIVEWAY, STREET OR SIDEWALK. No I RI% S DAR ST GtSR WARD �• 2. 1 mow K. BOST TWO ∎NCHES AT rULL SCALE m SOT SCALE ACCO,i O.NCL. atut SCALE AS SHOWN am or Kt NGGIWn 1D LYO•CCT lisou•o ■uo x•+ NO SCALE 1 3 ;III NO. 2 CONCRETE METER BOX AS MANUFACTURED BY FOG -TITE METER SEAL CO.. INSTALL HINGED TRAFFIC LID. METER SIZE 1 A • 1 I(2' 1 IJ 1/4" 2 I 17 1/4" • DIMENSIONS INCLUDE GASKET WIDTHS. 411 ( v STIFFENER, 2' BRASS STREET ELBOWS 2' TYPE K COPPER - �c�Y 2' I.P. SERVICE SADDLE W/ DOUBLE STAINL / STRAPS EQUAL TO ROMAC OR SMITH BLAIR. 2' I.P.T. BRASS CORP. STOP W /COMPRESSII TYPE K COPPER SERVICE EOUAL TO MUELLE HAYS. INSTALLED AT 30' TO 45' ANGLE. DUCTILE IRON WATER MAIN - CL 52 WATER METER TO BE SUPPLIED BY HICHLIN METER BOX SHALL BE INSTALLED FLUSH WI AND MUST BE SIZED TO ALLOW FOR MIN. C 1 1/2" SERVICEa WITH HIGH BY —PASS SETTER DETAIL (5� NO SCALE 6 Param.trIx• Inc. •A5►4NG?ON Somni Bremerton MESON lon0 TEXAS /UQ[CT NumC HICHLINE WATER STORAGE 7,6 MIL GAL RESER Tukwil NOTES: 1. TREE PIT SHALL NOT BE LESS THAN (2) TIMES ROOT BALL CIA, TREE SPECIMEN, NEVER CUT CENTRAL LEADER INTERLOCKING PLASTIC TIES. TIE AT 2/3 TREE HEIGHT. DO NOT OVERTIGHTEN 2" CIA DOUG -FIR STAKE OR METAL FENCE POST STAKES, LOCATE OUTSIDE OF ROOTBALL ROOT FLARE SHALL BE LOCATED ABOVE GROUND LINE 2" MULCH, KEEP AWAY FROM TREE TRUNK SCARIFY SIDE AND BOTTOM OF PLANTING PIT TO ALLOW FOR ROOT PENETRATION CONCRETE SIDE'NALK SPECIFIED PLANTING MIX AND FERTILIZER RECOMPACT SUBGRADE TO PREVENT SETTLING 2. CUT ALL TIES AND FOLD BACK BURLAP FROM UPPER 1/3 OF ROOT BALL 3. REMOVE ALL PLASTIC AND TWINE TYPICAL DECIDUOUS TREE STAKING DETAIL NO SCALE 13 T MOTHS. TO MUELLER. FOLLOWS: VALVE ' OUTLET ON SETTER ON SETTER INLET VIPPLE CN SETTER OUTLET AND MISC. VNEC TIE N TO ET LEVEL AND X. sNUFACTURED BY VSTALL TRAFFIC 0 IN DRIVEWAY, STREET VIM 0r wosurc unn N'A41100U10 Pn CD 0 NOTE: ALL GROUNDCOVER /SHRUB SPACING SHALL BE EQUIDISTANT UNLESS OTHERWISE SPECIFIED DISTANCE ON CENTER AS SPECIFIED START FIRST ROW OF or_ PLANTING THE PERPENDICULAR CULUL AR R SPACING BETWEEN ROWS 1 AS SPECIFIED EDGE OF PLANTING AREA TYP, SHRUB AND GROUNDCOVER SPACING NO SCALE d �• d.• Qi - 1114* II 6 "1ROOTBALLI 6" MD TH REMOVE BURLAP AND TWINE OFF TOP 1/3 OF ROOTBALL FINISH GRADE 2" MULCH SPECIFIED PLANTING MIX AND FERTILIZER BREAK SIDES AND BOTTOMS OF PLANTING PIT TO ALLOW FOR ROOT PENETRATION RECOMPACT SUBGRAOE BELOW ROOT BALL TO ENSURE THAT ROOT FLARE WILL NOT SETTLE BELOW GROUND LINE TYPICAL SHRUB /GROUNDCOVER PLANTING DETAIL DETAIL �31 NO SCALE 13 I�� I —I I NO. 2 CONCRETE METER BOX AS MANUFACTURED BY FOC -TITE METER SEAL CO.. INSTALL HINGED TRAFFIC L10. METER SIZE I A • 1 1/2" 13 1/4" 2" I 17 1/4" • DIMENSIONS INCLUDE GASKET WIDTHS. w, I6 " -8: :.r A • ,/11IIIII. CUSTOMER'S CONNECTION W/ TEMPORARY CAP STIFFENER/ADJ. BAR 2" BRASS STREET ELBOWS 2" TYPE K COPPER - 30" MIN. COVER 2" I.P. SERVICE SADDLE W/ DOUBLE STAINLESS STEEL STRAPS EQUAL TO ROMAC OR SMITH BLAIR, 2" I.P.T. BRASS CORP. STOP W /COMPRESSION ADAPTOR FOR TYPE K COPPER SERVICE EQUAL TO MUELLER, FORD OR HAYS, INSTALLED AT 30' TO 45' ANGLE. DUCTILE IRON WATER MAIN - CL 52 WATER METER TO BE SUPPLIED BY HIGHLINE WATER DISTRICT. METER BOX SHALL BE INSTALLED FLUSH WITH aNA. GRADE AND MUST BE SIZED TO ALLOW FOR MIN, CLEARANCE REQUIREMENTS. 1 1/2" SERVICES WITH HIGH BY —PASS SETTER DETAIL NO SCALE Parametrix, Inc. 1110 WASHINGTON SumnM Br.mert0O OREGON PoliIonO MIAS ( - \ 6 /tj7,9 fi/ 011OjC1 MAW HIGHLINE WATER DISTRICT WATER STORAGE IMPROVEMENTS PROJECT 7.6 MIL GAL RESERVOIR CONTRACT 98 -70 -12 TIKWILA. WASHINGTON LANDSCAPE DETAILS CITY OFETUKWILA MAR 2 3 1999 PERMIT CENTER Lt[T NO 2 FINISH GRADE 0 • o J 0• 0 MANUAL DRAIN VALVE DETAIL LOCKING CAP PROTECTIVE SLEEVE DRAIN VALVE P.V.C. MAINLINE P.V.C. ELBOW & NIPPLE P.V.C, PIPE, 18' MIN OFFSET FROM P.V.C. LINE J' P.V.C. PIPE, THREADED ONE END DRAIN ROCK SUMP, MIN 6 C.F. ( I 1 NO SCALE 1 4 NOTE: ALL PIPE & FITTINGS TO BE SAME DIAMETER AS !PS FEMALE CONNECTION OF DRAIN VALVE QUICK COUPLER FINISH GRADE PVC TEE; Sx THxS PVC BUSHING; Sx TH OR FEMALE ADAPTER WIRE LOOP AUTOMATIC CONTROL VALVE PVC NIPPLE, DIA. OF VALVE - MIN. 4' LONG SCHEDULE 80 REDUCER (SxTH) SCHEDULE 80 UNION - TYP. VALVE BOX PVC LATERAL LINE 4' MIN. PEA GRAVEL BRICK SUPPORTS; TYP. EACH CORNER CONTROL WIRES PVC 90' ELBOW PVC PIPE - SIZE AND TYPE SAME AS PRESSURE MAIN PVC PRESSURE MAIN PVC ELBOW OR TEE NOTE: QUICK COUPLER TYPICAL AT ALL AUTOMATIC CONTROL VALVES. ONLY ONE (1) QUICK COUPLER REQUIRED PER CONTROL VALVE CLUSTER (VALVES WITHIN 5' OF EACH OTHER). ONLY ONE (1) VALVE PER VALVE BOX SEAL ALL THREADED JOINTS WITH TEFLON TAPE ON MALE THREADS ONLY AUTOMATIC CONTROL VALVE DETAIL NO SCALE 1 4 18" MIN COVER n •Iif_ VALVE 80X FINISH GRADE SECTION THROUGH MAIN LINE QUICK COUPLING VALVE DETAIL NO SCALE 1 4 OUICK COUPLER (2) STAINLESS STEEL CLAMPS TO STAKE P.V.C. NIPPLE 3' RE9AR STAKE 360• PVC TRIPLE SWING JOINT P.V.C. PRESSURE LATERAL PVC TEE OR ELBOW WITH THREADED OUTLET QUICK COUPLER 360' PVC TRIPLE SWING JOINT PVC THREADED TEE AT MAINLINE NOTE: ALL THE FITTINGS AND PIPE TO BE SAME DIA. AS IPS FEMALE CONNECTION OF QUICK COUPLER. PVC BRASS OR SCH 80 FOGTITE #2 VALVE BOX WITH LOCKING COVER FLUSH WITH FINISH GRADE QUICK COUPLING VALVE ON BRASS OR SCH 80 Iv FINISH GRADE ' COMPACT 611=w- WASHINGT QOF HEALTH !11111 DOUBLE C _I BRASS 01 ALL FITTINGS P.V.C. TO MANUAL DRAIN AND PVC IRRIGATION MAIN SUPPORT BLOCK, TYP. MO RC 50 S I °ATE Sr x R.CWARD 0 1• 2* TWO 1NCNCS AT FULL SCALC .r NOT SCALE ACCVFONCL`• AS PER DOH 1 2/12/99 MTO wool K. BAST scut AS SHOWN N •0,0,.o•0oe°.o }10,0 °0,••.oi0 ; °V. •o.;.•, z;•.. 0 =III . o o'O F • • • • Q. 111 r 1 e -111 -1 I I =111 -111 =11 -111=11.- VAR Of N■,•1fOTON ROf{TIAcO lAroaGN amai = ��wCf.b� •r in NOTE: INSTALL ASSEMBLY IN ACCORDANCE WITH CURRENT DOH STANDARDS.L DOUBLE CHECK VALVE ASSEMBLY DETAIL ( 5� NO SCALE 6 PRESSURE —PRESSURE CONNECT PEA GRAVE Parametric Inc. El WASHINGTON %IMM1 OrMlsrlon OREGON MIIAS POOZCT NAY( HIGH WATER STORi 7.6 MIL GAL RE 11 FINISH GRADE ELEVATION VALVE BOX QUICK COUPLER (2) STAINLESS STEEL CLAMPS TO STAKE P.V.C. NIPPLE 3' /4 REBAR STAKE 360' PVC TRIPLE SWING JOINT P.V.C. PRESSURE LATERAL PVC TEE OR ELBOW MTH THREADED OUTLET QUICK COUPLER ■oft. )N THROUGH MAIN LINE ICK COUPLING VALVE DETAIL 2 NO SCALE 1 4 360' PVC TRIPLE SWING JOINT PVC THREADED TEE AT MAINLINE NOTE: ALL THE FITTINGS AND PIPE TO BE SAME DIA. AS IPS FEMALE CONNECTION OF OUICK COUPLER. PVC BRASS OR SCH 80 FINISH SURFACE OF PAVEMENT OR CURB SPRINKLER FLUSH WITH GRADE FINISH GRADE ■Ti 3" MIN 6' PVC TEE OR ELBOW PVC LATERAL LINE BARBED POLYETHYLENE ELBOW 1/2" DIA. x 12" MIN POLYETHYLENE FLEX PIPE BARBED POLYETHYLENE ELBOW TYPICAL FLEX RISER DETAIL 3 FOCTITE /2 VALVE BOX MTH LOCKING COVER FLUSH MTH FINISH GRADE QUICK COUPLING VALVE ON BRASS OR SCH 80 NIPPLE AND TEE FINISH GRADE NO SCALE 1 4 COMPACT BACKFILL " WASHINGTON STATE DEPARTMENT 1I I OF HEALTH (OOH) APPROVED !lllll I DOUBLE CHECK VALVE -ilk BRASS OR SCH 80 UNION, TYP. LL FITRNCS '.VC. ON MAIN r(P. •O• °T GP • 0 09 . • O:M • Ell! • .• p•' •.°:1• •9. ?.•. . %. °.S = 1 1 f . of I=. o y. o • 9. 'o I I I I 1 =I 111 =111 -III= NOTE: INSTALL ASSEMBLY IN ACCORDANCE WITH CURRENT DOH PRESSURE REDUCING VALVE —PRESSURE MAIN CONNECT TO METER DOUBLE CHECK VALVE ASSEMBLY DETAIL NO SCALE 6 PEA GRAVEL SUMP STANDARDS., /21L99 -40 y/ n MR °I w4 MR 01 P*OLCT NM1C "'�"' "�° Parametrlx.Inc. �uo.un. +u.ncr HIGHLINE WATER DISTRICT WATER STORAGE IMPROVEMENTS PROJECT rwu.o,..o WASHINGTON OREGON 7.6 MIL GAL RESERVOIR CONTRACT 98 -70 -12 _ _ _ _... w......a.,.. ar.e TUKWILA. WASHINGTON RECEIVED CITY OF TUKWILA MAR 2 3 1999 PERMIT CENTER IRRIGATION n�Teu s 9QCT No, 23 ' 1 { (2) 3/4'C - SPARES I'C - (6) /10, (3) /12 ORD - TO HANDHOLE NO. 1 2'C - (2) .3/0. (1) /4 NEUTRAL 3/4 "C - (3) /12 BACK PAN 1 (2) 3/4"C - SPARES RESERVOIR POWER CABINET MOUNT TO CONCRETE PEDESTAL KITH (4) 1/2'x4' S.S. KW1K BOLTS O 0 PANEL B FCI 0 PANEL A CFC! r 3/4' x 10' COPPER CLAD Y GROUND ROD. INSTALL IN 9' ROUND GROUND R00 BOX. /4 BARE COPPER GROUND WIRE POWER AND IRRIGATION PEDESTAL DETAIL ( 1 1 SCALE: 1 1/2 1' 6 IRRIGATION CABINET MOUNT TO CONCRETE PEDESTAL WITH (4) 1/2'x4' S.S. KWIK BOLTS 3/4'C - (3) /12 IRRIGATION CONTROLLER I 1/2'C - (44) /12 OF CONDUCTORS 1 1/2'C - SPARE, CAP CONDUIT 2' -O" FROM EDGE OF PEDESTAL PANEL: A VOLTAGE RATING: 120/240 VOLTS, 1 PHASE, 3 WIRE 6.0 BUS RATING: 100 AMPS 25.0 MAIN BREAKER: 100 AMPS 25.0 FEED: BOTTOM LOCATION:IRRIGATION MOUNTING: SURFACE FED FROM: METER SPECIAL FEATURES: 10,000 AIC BRACING KVA AMPS (max line load) AMPS (average) POWER CABINET CIP(('uIT DESCRIPTION CIRCUIT DESCRIPTION VA CKTI BRKR LI L2 :I:Il:>Xe. •A. 20 1 CKT1 VA IRRICA ION CONTROLLER 1 ..• 1 20 I 1 2 1 2 1 2 �RKP OII T 7 1,000 SPARE POWER CABINET OUTLET ... 111111�Q HANDHOLE NO i, OUTLET 20/1 4 1,000 SPARE PARE OrMill1111R ..• SPACE 20 1 20 1 1,000 6 SPACE SPARE SPACE B' 91 SPACE SPACE 1. SPACE SPACE 70 SPACE SPACE_ SPACE 17 3,000VA(L2) 72 25Amps Average SPACE LINE LOADS: 3,000VA(L1) 3,000VA(L2) TOTAL LOAD = 6KVA = 25Amps Average PANEL: 8 VOL TALE RATING: 120 /240 VOL BUS RATING: 100 AMPS MAIN BREAKER: 100 AMPS FEED: BOTTOM MOUNTING: SURFACE SPECIAL FEATURES: 10,000 AIC I • al I•I Z�1:7L'1QM TS, 1 PHASE, 3 WIRE 6.0 KVA 25.0 AMPS (max line loud) 25.0 AMPS (average) LOCATION: RESERVOIR POWER CABINET FED FROM: METER BRACING EISINGW/: >E :I:Il:>Xe. •A. 20 1 11/1/ JT.Td1112- 14IILP/.440 N - • A:`U LtI HAN.H.Lt N• 1 •U Lt I ••• 7 . 1 7 1 7 2 T HANDHOLE NO 1, OUTLET 1,000 3 20/1 7,000 HANDHOLE NO i, OUTLET SPARE 1,000 51 20/1 20/1 SPACE SPARE 1,000 7 SPACE SPACE 91 1. SPACE SPACE 11 1 SPACE LINE' LOADS' 3,000VA(L2) TOTAL LOAD = 6KVA = 25Amps Average RLN90•S OaTt atS1t+,t0 R.GUYETTE a•* K. BOSTry, o I• t , O7 SCALE ACCORD NGi' /4 CND BARE COPPER WIRE 3/4"x10' COPPER CLAD DRIVEN CND RCO LABEL (TYP) IRRIGA TION —� CONTROLLER IRRIGATION -� CABINET 0 I n 1 1/2'C - SPARE 1 1/2'C - (44) /12 UF--` PANEL A to 2'-0" r / lEND CONDUIT 0 3' -0' DIRECT BURIED /12 OF CONDUCTORS (44) (1) /4 NEUTR (2) 3/4'C - i 2.-0" POWER AND IRRIGATION PEDESTAL SECTION SCALE: 1'-1' 2'C - (2) 3/0, (1) /4 NEUTRAL PANEL A 0 - (2) /2, (1) /6 GRD 3/4"C --cam•- o SPARES RRIGATION CONTROL PANEL GFCI DUPLEX OUTLET 1 1/2'c SPARE 3/4'C (3) /12 o GFCI DUPLEX OUTLET G (44) / 2UF 24 VAC IRRIGATION CONTROL. WIRES RISER DIAS:RAM DETAIL NO SCALE 1 Parametrlx, Inc. rn WA91INGT04 PANEL B 0 0 BRANCH CIRCUI TO OUTLETS IN HANDHOLE NO ez•99., OREGON. M0,LCT NAME HICHLINE WI WATER STORAGE IMI 7.6 MIL GAL RESERVOD 'ER CLAD STALL IN ND ROD BOX. GROUND WIRE NET MOUNT TO STAL WITH KINK BOLTS 2 (ROLLER 112 OF CONDUCTORS ?E, CAP CONDUIT ;E OF PEDESTAL LABEL (TYP) IRRIGA TION -� CONTROLLER `r IRRIGA TION -.,_ CABINE T 0 h 1 1 /2 "C - SPARE 1 I /2 "C - (44) #12 UF-,` 0 2' -0" l-END CONDUIT PANEL A - (2) 3/0, 2 "C - (2) .3/0.-1. (1) /4 NEUTRAL (1) /4 NEUTRAL (2) 3/4'C - SPARES 3' -0" DIRECT BURIED 112 uF CONDUCTORS (44) 2.-0" POWER AND IRRIGATION PEDESTAL SECTION (74. 14 GND BARE COPPER WIRE O O 3/4 "x 10' ` O COPPER CLAD I DRIVEN GND ROD �- (1) 14 NEUTRAL PANEL A 0 3/4°C SPARES SCALE: 1".,1' I "C - (2) 12, (I) 16 GRO IRRIGATION CONTROL PANEL 47-0 GFCI DUPLEX OUTLET 1 1/2 "C SPARE !RISER DIAGRAM DETAIL (3) 11 (3) 112 GFCI DUPLEX OUTLET 1 I /2'C - 1 (44) /12UF 24 VAC IRRIGATION CONTROL WIRES NO SCALE ParametrIz. Inc. 4'11 wASIIMGT 4 I L PANEL B O 2' -O" l'C - (6) /10, (3) /12 CND (2) 3/4 "C - SPARES PANEL B RESERVOIR POWER CABINET E TO HANDHOLE NO. 1 PROVIDE LABEL ON PANEL (TYP) �.- 3/4"C - SPARE PVC SCH 80 CONDUIT - (6) /10, (3) /12 GRD BRANCH CIRCUITS TO OUTLETS IN HANDHOLE NO 1 etT99-- Aoyr MIOACT NAIL n POWER AND IRRIGATION PEDESTAL SECTION SCALE: 1"..1' NOTES: OPROVIDE PHENOLIC BLACK ON WHITE LABEL WITH 3/8" HIGH LETTERS WHICH READS, 'IRRIGATION SYSTEM POWER. ATTACH LABEL TO PANEL WITH STAINLESS STEEL SELF TAPPING SCREWS. pSAME AS NOTE 1, BUT LABEL SHALL READ, "RESERVOIR SERVICE POWER." pJ METER BASE: HORIZONTAL GANGED DOUBLE METER BASE, 200A, SERVICE ENTERANCE RATED, 1 PHASE. 3 WIRE, 600 VAC MAXIMUM, WITHOUT BYPASS OR JAW RELEASE, 10.000.4 SHORT CIRCUIT RATING, NEMA JR ENCLOSURE AND GROUND LUGS. MODEL/ UT2R2122B BY SQUARE D OR EQUAL. MOUNT TO SIDE OF THE IRRIGATION AND RESERVOIR POWER CABINETS. OLOAD CENTER SHALL BE 18 3 WIRE, 120/240 VAC WITH MAIN LUGS AND MAIN BREAKER RATED 100A. SLOTS FOR 12 SINGLE POLE CIRCUIT BREAKERS, NEMA 1 ENCLOSURE. 10,000A SHORT CIRCUIT RATING, AND INCLUDING 6 GFC1, 20A, SINGLE POLE CIRCUIT BRAKERS, MOUNT TO ENCLOSURE BACK PAN WITH STAINLESS STEEL MACHINE SCREWS. 0 IRRIGATION CONTROLLER: RAINBIRD HYBRID ELECTRONIC CONTROLLER ESP -32 MC WITH THE FOLLOWING OPTIONS: MOISTURE SENSOR, AUTOMATIC RAIN SHUT OFF. AND AUTOMATIC RAIN/FREEZE SHUT OFF. MOUNT TO ENCLOSURE BACK PAN WITH STAINLESS STEEL MACHINE SCREWS. pROUTE CONDUIT 18" BELOW GRACE TO A POINT 3 FEET BEYOND PEDESTAL BASE. SOLENOID CONDUCTORS DIRECT BURIED 18" BELOW GRADE IN IRRIGATION WATER PIPELINE TRENCH. CITY RIVED M* 2 9 1999 HIGHLINE WATER DISTRICT IRRIGATION ?ER{MIT CENTER 7,6 MIL GAL. RESERVOIR CONTRACT 98 -70 -12 WATER STORAGE IMPROVEMENTS PROJECT ' . coord. �l PLAN REVIEW /ROUTING SLIP ACTIVITY NUMBER: MI99 -0041 DATE: 3 -23 -99 PROJECT NAME: CRESTVIEW RESERVOIR XX Original Plan Submittal Response to Incomplete Letter Response to Correction Letter # Revision# After Permit Is Issued DEPARTMENTS: l NO Fire Prevention ICI Pla nirig Division Ala- 3 -z1-gq "`�' t fe 3 -2S q( Structural ❑ Permit Coordinator DETERMINATION OF COMPLETENESS: (Tues, Thurs) DUE DATE: 3 -25 -99 Complete Comments: Incomplete Not Applicable TUES /THURS ROUTING: Please Route Ik No further Review Required Routed by Staff E (if routed by staff, make copy to master file and enter into Sierra) REVIEWERS INITIALS: DATE: APPROVALS OR CORRECTIONS: (ten days) DUE DATE: 4 -22 -99 Approved E Approved with Conditions ❑ Not Approved (attach comments) JeAritZaWil bfr -k 1 d (r--1 1 REVIEWERS INITIALS: DATE: CORRECTION DETERMINATION: DUE DATE: Approved Approved with Conditions ❑ Not Approved (attach comments) REVIEWERS INITIALS: DATE: \PR•ROUTE.DOC PERMIT COORD COPY PLAN REVIEW /ROUTING SLIP ACTIVITY NUMBER: MI99 -0041 DATE: 9 -7 -2000 PROJECT NAME: CRESTVIEW RESERVOIR- RETAINING WALL SITE ADDRESS: 16200 42 AV S Original Plan Submittal Response to Incomplete Letter # XX Response to Correction Letter # 1 Revision # After Permit Is Issued DEPARTMENTS: B.}�, iT._a_iitig Qivision Public Works Fire Prevention Structural n Planning Division nPermit Coordinator n DETERMINATION OF COMPLETENESS: (Tues., Thurs.) DUE DATE: 9 -12 -2000 Complete Incomplete Not Applicable Ti Comments: TUES /THURS ROUTI G: Please Route Structural Review Required REVIEWER'S INITIALS: n No further Review Required n DATE: APPROVALS OR CORRECTIONS: (ten days) Approved Approved with Conditions REVIEWER'S INITIALS: DUE DATE 10 -10 -2000 Not Approved (attach comments) n DATE: CORRECTION DETERMINATION: DUE DATE Approved Approved with Conditionsn Not Approved (attach comments) REVIEWER'S INITIALS: DATE: V'RRUIII I INN' PLAN REVIEW /ROUTING SLIP ACTIVITY NUMBER: M199 -0041 DATE: 9 -7 -2000 PROJECT NAME: CRESTVIEW RESERVOIR - RETAINING WALL SITE ADDRESS: 16200 42 AV S Original Plan Submittal Response to Incomplete Letter # XX Response to Correction Letter # 1 Revision # After Permit Is Issued DEPARTMENTS: Building Division Public Works Fire Prevention Structural Planning Division nPermit Coordinator n DETERMINATION OF COMPLETENESS: (Tues., Thurs.) DUE DATE: 9 -12 -2000 Incomplete n Not Applicable TUES /THURS ROUTING: Please Route Structure Review Required n No further Review equir d n REVIEWER'S INITIALS: DATE: Z 2 APPROVALS OR CORRECTIONS: (ten days) DUE DATE 10-10-2000 Approved Approved wi h Condition Not Approved (atta h comm nts) n REVIEWER'S INITIALS: DATE: CORRECTION DETERMINATION: Approved Approved with Conditions REVIEWER'S INITIALS: DUE DATE Not Approved (attach comments) n DATE: vIukuun.,xx PLAN REVIEW /ROUTING SLIP ACTIVITY NUMBER: MI99 -0041 DATE: 9 -7 -2000 PROJECT NAME: CRESTVIEW RESERVOIR- RETAINING WALL SITE ADDRESS: 16200 42 AV S Original Plan Submittal Response to Incomplete Letter. # _ XX Response to Correction Letter # 1 Revision # After Permit Is Issued DEPARTMENTS: Building Division Public Works n Ill Fire Prevention Structural Planning Division Permit Coordinator n Fl DETERMINATION OF COMPLETENESS: (Tues., Thurs.) Complete DUE DATE: 9-12 -2000 Incomplete n Not Applicable Comments: TUES /THURS ROUTING: Please Route REVIEWER'S INITIALS: Structural Review Required ,115 n No further Review Required DATE: • ZOO V a APPROVALS OR CORRECTIONS: (ten days) Approved Approved with Conditions REVIEWER'S INITIALS. DUE DATE 10 -10 -2000 Not Approved (attach comments) n DATE: q I t'O CORRECTION DETERMINATION: Approved Approved with Conditions REVIEWER'S INITIALS: DUE DATE Not Approved (attaReciET DATE: SEP 1 2 2000 VK I)UILIHN' TUKWILA PUBLIC Wni we PLAN REVIEW /ROUTING SLIP ACTIVITY NUMBER: MI99 -0041 PROJECT NAME: CRESTVIEW RESERVOIR DATE: 3-23 -99 xx Original Plan Submittal Response:to Incomplete Letter Response to Correction Letter. # Revision# After Permit Is Issued DEPARTMENTS: Building Division ix Public Works n Fire Prevention Structural Planning Division Permit Coordinator DETERMINATION OF COMPLETENESS: (Tues, Thurs) DUE DATE: 3 -25 -99 Complete Incomplete Not Applicable Comments: TUES /THURS ROUTING: Please Route Routed by Staff REVIEWERS INITIALS: No further Review Required (if routed by staff, make copy to master file and enter into Sierra) DATE: n APPROVALS OR CORRECTIONS: (ten days) DUE DATE: 4 -22 -99 Approved ❑ Approved with Conditions ❑ Not Approved (attach co-nmen REVIEWERS INITIALS: d' DATE :2 CORRECTION DETERMINATION: Approved ❑ Approved with Conditions ❑ DUE DATE: Not Approved (attach comments) REVIEWERS INITIALS: DATE. ‘PQ.nni ITF nnr Tukwila Building Division 6300 SouthCenter Blvd. Tukwila, WA 98188 206-431 -3670 BUILDING DIVISION REVEIW Date: 04/09/99 ProjectName: Crestview Reservoir Modular Retaining Wall Permit application Application #: MI99 -0041 Plan Reviewer: Ken Nelsen, Plans Examiner Please respond to the following Building Division comments with an itemized letter. Include revised plans and /or documentation as applicable. 1. Provide engineered design calculations for the retaining wall as noted in the project's Contract Document, section 6 -13.1. The plans must reflect the engineering design criteria. 2. Modular retaining wall systems often require proprietary installation methods, address specific system requirements in the design and plans as applicable. No further comments at this time. PLAN REVIEW /ROUTING SLIP ACTIVITY NUMBER: MI99 -0041 PROJECT NAME:: CRESTVIEW RESERVOIR XX Original Plan Submittal DATE:. 3 -23 -99 Response to Incomplete Letter. Response to Correction Letter # Revision it After Permit Is Issued DEPARTMENTS: Building Division Public Works n Fire Prevention Structural 1 ❑ Planning Division Permit Coordinator DETERMINATION OF COMPLETENESS: (Tues, Thurs) DUE DATE: 3 -25 -99 Complete Incomplete Comments: Not Applicable TUES /THURS ROUTING: Please Route ❑ No further Review Required Routed by Staff ❑ (if routed by staff, make copy to master file and enter into Sierra) REVIEWERS INITIALS: DATE: 2- ?/9 APPROVALS OR CORRECTIONS: (ten days) DUE DATE: 4 -22 -99 Approved Approved with Conditions Not Approved (attach comments) ❑ REVIEWERS INITIALS: DATE: CORRECTION DETERMINATION: DUE DATE: Approved Approved with Conditions ❑ Not Approved (attach comments) ❑ REVIEWERS INITIALS: DATE: oQ.anl Ira nnr PLAN REVIEW /ROUTING SLIP ACTIVITY NUMBER: MI99 -0041 PROJECT NAME:: CRESTVIEW RESERVOIR DATE. 3 -23 -99 XX Original Plan Submittal Response to Incomplete Letter; Response to Correction Letter # Revision # After Permit Is Issued DEPARTMENTS: Building Division Public Works Fire Prevention Structural Planning Division Permit Coordinator 1 DETERMINATION OF COMPLETENESS: (Tues, Thurs) DUE DATE: 3 -25 -99 Complete Comments: Incomplete ` Not Applicable TUES /THURS ROUTING: Please Route No further Review Required Routed by Staff C (if routed by staff, make copy to master file and enter into Sierra) REVIEWERS INITIALS: � DATE: 31-2- 9 APPROVALS OR CORRECTIONS: (ten days) DUE DATE: 4-22-99 Approved C Approved with Conditions C Not Approved (attach comments) REVIEWERS INITIALS: DATE: CORRECTION DETERMINATION: Approved C Approved with Conditions DUE DATE: Not Approved (attach comments) C REVIEWERS INITIALS: DATE: \fO_Cnl ire rune PLAN REVIEW /ROUTING SLIP ACTIVITY NUMBER:: N199 -0041 PROJECT NAME:. CRESTVIEW RESERVOIR DATE:. 3 -23 -99 xX Original' PIarySubmittat_: Response to ,Correction Letter # Response::to Incomplete: Letter. Revision # After Permit..Is Issued DEPARTMENTS: Building Division Public Works Fire Prevention Structural Planning Division nPermit Coordinator n DETERMINATION OF COMPLETENESS: (Tues., Thurs.) Complete Incomplete DUE DATE: Not Applicable n Comments: TUES /THURS ROUTING: Please Route REVIEWER'S INITIALS: Structural Review Required No further Review Required n )21-19e DATE: APPROVALS OR CORRECTIONS: (ten days) Approved DUE DATE: L1 -c2-91' Approved with Conditions n Not Approved (attach comments) kri REVIEWER'S INITIALS: J ^- DATE: CORRECTION DETERMINATION: Approved DUE DATE: Approved with Conditions n Not Approved (attach comments) REVIEWER'S INITIALS: DATE: PUBLIC WORKS PROJECT REVIEW COMMENTS Project Name: Crestview Reservoir File #: MI99 -0041 Date: 6110199 Reviewer: L. Jill Mosqueda, P.E. The City Of Tukwila Public Works Department needs the following information before it can complete the above permit apllication review. Please contact Jill Mosqueda at (206) 433 -0179, if you have any questions regarding the following comments. On sheet 17, the block wall typical section shows pert. pipe daylighting at the west end. Show outlet conditions and identify where the pipe drains. D 05 '00 02 :46PM TUKWILA pcD'PJw, Yy City of Tukwila Department of Community ,Development - Permit Center 6300 Southcenter Blvd, Suite 100 Tukwila, WA 98188 (206)431 -3670 Revision submittals must be submitted in person at the Permit Center. Revisions will not be accepted through the nail, fax, etc Date: 9' (1 - 0 0 Plan Check/Permit Number: ❑ Response to Incomplete Letter # Response to Correction Letter # Revision # after Permit is Issued Project Name: Project Address: Contact Person: M c t ,P , Avv1- Summary of Revision: bend-110a/ n q oo 11 Phone Number: Q 3 - $63 - ? g -RECEIVED CITY OF TUKWILA e r n - 7 2000 r rig rcnnm i UENTEA Sheet Number(s):. W 1. 0 "Cloud" or highlight all areas of revision including date of revision Received at the City of Tukwilaa Permit Center by: q21Entered in Sierra on -1-00 Oi/30/00 ,0 02 :46PM TUKWILA pCD /PW, City of Tukwila Department of Community Development - Permit Center 6300 Southcenter Blvd, Suite 100 Tukwila, WA 98188 (206)431 -3670 7. Revision submittals must be subndtted in person at the Permit Center. Revisions will not be accepted through the mail, fa:, etc. Date: 9- ' Plan Checic/Permit Number: ❑ Response to Incomplete Letter # Response to Correction Letter # ._1__ Revision # after Permit is Issued Project Name: Project Address: Ito 2..O(, Contact Person: 141i1/..L. qi ^00 Summary of Revision: Phone Number: a:SS- R6tA -.,5, . ben -}- pc/ )r) 4S -to Cd c��n #*Z SheetNumber(s): W 1. 0 "Cloud" or highlight all areas of revision including date of revision Received at the City of Tukwila Permit Center jCenntte'b'y :: Entered in Sierra on q I'a 1 1 01/30/00 City of Tukwila Department of Community Development - Permit Center 6300 Southcenter Blvd, Suite 100 Tukwila, WA 98188 (206)431 -3670 Revision submittals must be submitted in person at the Permit Center. Revisions will not be accepted through the mail, fax, etc. Date: I e U Plan Check/Permit Number: (kA Z q c1 —CO y Response to Incomplete Letter # Response to Correction Letter # Revision # j after Permit is Issued Project Name: Project Address: Contact Person: Summary of Re Cut— - ?� 1, �, AA :t I I i.o m L'o 1 1 eA,-, .. € S L V ti i 11�' 2.0 0 LI 2-y �l.( Av. S ILA �,&j t rx_ l �1 /� Gl �S g 1 ■ P T� /k ir+ 1 f. .1÷ Phone Number: .2-6 tt — �5 Z� —0.37)S vision: TPav K-1 r t / 1- v + S-i-7Y rn Nrck i E- r; • C1 4-ckck.ert I Gl t S Sheet Number(s): 6— G\ Y\ Gl C — Z "r Z. "Cloud" or highlight all areas of revision including date of revision Received at the City of Tukwila Permit Center by: ❑ Entered in Sierra on RECEIVED r__.___- _.----- .-- __ -.__ Li 0 3 Ts- r lce VAT — g(L. J g PUBLIC WORKS PROJECT REVIEW COMMENTS Project Name: Crestview. Reservoir File #: MI99 -0041 Date: 6/10/99 Reviewer: L. Jill Mosqueda, P.E. The City Of Tukwila Public Works Department needs the following information before it can complete the above permit apllication review. Please contact Jill Mosqueda at (206) 433 -0179, if you have any questions regarding the following comments. On sheet 17, the block wall typical section shows perf, pipe daylighting at the west end. Show outlet conditions and identify where the pipe drains. June 14, 1999 f..,. c.... �.r..r...a.r.t t♦ �wi�l�'i{.'� City of Tukwila .uwMG.O1zv.M John W. Rants, Mayor Department of Community Development Steve Lancaster, Director Mike 011ivant, P.E. Parametrix, Inc 1231 Fryar Avenue Sumner, WA 98390 Dear Mr. 011ivant: RE: CORRECTION LETTER #1 Development Permit Application Number MI99 -0041 Crestview Reservoir — Modular Block Retaining Wall 16200 — 42nd Avenue S This letter is to inform you of corrections that must be addressed before your development permit can be approved. All correction requests from each department must be addressed at the same time and reflected on your drawings. I have enclosed comments from the Building Division and Public Works Department. At this time, the Fire Department and Planning Division have no comments regarding your application for permit. The City requires that four (4) complete sets of revised plans be resubmitted with the appropriate revision block. If your revision does not require revised plans but requires additional reports or other documentation, please submit four (4) copies of each document. In order to better expedite your resubmittal, a `revision sheet' must accompany every resubmittal. I have enclosed one for your convenience. Corrections /revisions must be made in person and will not be accepted through the mail or by a messenger service. If you have any questions, please contact me at (206)431 -3672. Sincerely, �1 1-114diGek-Z/-- Brenda Holt Permit Coordinator encl xc: File No. MI99 -0041 Tukwila Building Division 6300 SouthCenter Blvd. Tukwila, WA 98188 206-431 -3670 BUILDING DIVISION REVEIW Date: 04/09/99 Project Name: Crestview Reservoir Modular Retaining Wall Permit application Application #: MI99 -0041 Plan Reviewer: Ken Nelsen, Plans Examiner Please respond to the following Building Division comments with an itemized letter. Include revised plans and /or documentation as applicable. 1. Provide engineered design calculations for the retaining wall as noted in the project's Contract Document, section 6 -13.1. The plans must reflect the engineering design criteria. 2. Modular retaining wall systems often require proprietary installation methods, address specific system requirements in the design and plans as applicable. No further comments at this time. PUBLIC WORKS PROJECT REVIEW COMMENTS Project Name: Crestview Reservoir File #: MI99 -0041 Date: 6/10199 Reviewer: L. Jill Mosqueda, P.E. The City Of Tukwila Public Works Department needs the following information before it can complete the above permit apllication review. Please contact Jill Mosqueda at (206) 433 -0179, if you have any questions regarding the following comments. On sheet 17, the block wall typical section shows pert. pipe daylighting at the west end. Show outlet conditions and identify where the pipe drains. City of Tukwila Steven M. Mullet, Mayor Department of Community Development Steve Lancaster, Director May 30, 2000 Mike 011ivant Parametrix, Inc. 1231 Fryar Avenue Sumner, WA 98390 RE: Permit Application Status #MI99 -0041 Crestview Reservoir — Modular Block Retaining Wall 16200 — 42 ". Avenue S Dear Mr. 011ivant: In reviewing our current permit application files, it appears that your miscellaneous permit application #MI99 -0041 applied for on 3 -23 -99 has not been issued by the City of Tukwila Permit Center. Per the Uniform Building Code and /or Mechanical Code, every permit application not issued within 180 days from the date of application shall expire by limitation and become null and void. In order to renew your permit application after expiration, you will need to resubmit a new permit application, plans and supporting documentation, and the necessary plan review fees. The City of Tukwila is currently under the 1997 Uniform Building Code and 1997 Uniform Mechanical Code. As ofthe date of this letter, you will have two (2) weeks to respond or the application described above will be considered expired. Please contact the permit Center at (206) 431 -3671 if you wish to discuss this matter. Thank you for your cooperation in this matter. Sincerely, Tammy Beck Permit Technician xc: Duane Griffin, Building Official #MI99- 0041 -EA ecr-. Parametrix, Inc. v.ys �cY :: N.� ra9k21tl ii" w. V1' �%! aY': Y: P�:'. 7iW,iNk'E:fx.,,vr..w�.rvrrs�uu. �+r...i..wn .,«...wvwwa-.e•+e1+:NM}MfS�t; fit:: f:li�' %�i::•, e . Consultants in Engineering and Environmental Sciences 1231 Fryar Avenue P.O. Box 460 Sumner, WA 98390 -1516 253-863-5128 • Fax: 253-863-0946 • www.parametrix.com June 12, 2000 PMX# 216-2714-003(100) Ms. Tammy Beck Permit Technician City of Tukwila 6300 Southcenter Boulevard Suite 100 Tukwila, WA 98188 Re: Permit Application Status #MI99 -0041 Your Letter Dated May 30, 2000 Dear Ms. Beck: RECEIVED JUN 1 3 2000 COMMUNITY DEVELOPMENT Thank you for your letter of May 30, 2000, regarding permit application status #M199 -041, Crestview Reservoir — Modular Block Retaining Wall. As outlined in your letter, the City of Tukwila has not completed the permit application for the modular block retaining wall associated with the 7.6- million - gallon reservoir for the Highline Water District. At the time the Highline Water District applied for the building permit, it was understood that a public agency cannot sole - source a particular type of modular block wall since each style of wall has its own structural or engineering requirements. As a result of these public bidding requirements, the contract documents required the Contractor to submit a detailed engineering design to the District based upon the style and manufacturer of the block they opted to utilize. It was fully intended at the time Highline Water District received the submittals from the General Contractor to forward the information to the City of Tukwila to address corrections and revisions required by the City. The District has not yet received this submittal. As a result of this letter, the Highline Water District has requested the General Contractor to submit the engineering data needed. Upon receipt of that information, the District will convey the information to the City of Tukwila. In the interim, the Highline Water District requests an extension of the permit application as per the Uniform Building Code to assure that the application does not expire and become null and void. If you have any questions, please feel free to contact me at (253) 863 -5128 or Mr. Keith Harris, Highline Water District, (206) 824 -0375, extension 142. Very truly yours, PARAMETRIX, INC. Michael T. 011ivant, P.E. Project Manager MTO:jk QQLLLt co: Keith Harris, P.E. — Highline Water District Scott Douglas — Highline Water District Layne Skaar — Skaar Construction July 13, 1999 Ms. Brenda Holt Permit Coodination City of Tukwila 6300 Southcenter Blvd. Tukwila, WA 98188 Re: Project 96 -3 / 7.6 Million Gallon Reservoir Dear Ms. Holt: Serving the Southwest Metropolitan Area since 1946 JUL 14 '1999 G UAM UNITY f Y DEVELOPMENT Please be advised that all future coordination for the construction of the 7.6 million gallon reservoir at the Crestview Elementary School Site will be directed to Highline Water District. Please address all correspondence to: Keith A. Harris, P.E. 23828 30th Ave. S. Kent, WA 98032 Please call if you have any questions. Sincerely, Keith A. Harris, P.E. Manager, Planning /Construction KAH:maf cc : MI'i8 -OI l08 N1I�iq- woo Priem- oar Cxiq•oogy Dqc - cci5 23828 - 30th Ave. S. • P.O, Box 3867 • Kent, WA 98032 • (206) 824 -0375 / FAX: (206) 824 -0806 PERMIT NO.: BUILDNNG#PERM1TS INSPECTIONS ❑ 00001 Progress Inspection Status ❑ 00002 Pre - construction ❑ 00003 Investigation ❑ 00004 OK to Occupy ❑ 00005 Remove Stop Work Order ❑ 00006 Follow -up ❑ 00007 Pre -Move Inspection ❑ 00050 WSEC Residential ❑ 00060 WA Ventilation/Indoor AQC ❑ 00070 NLEA lnspection/ivlpdular Struct ❑ 00071 Mobile Home Tie Down Insp ❑ 00072 Marriage Lines ❑ X0090 Resteel 00095 Footing Drains O 1)0100 Foundation Footings ❑ 00200 Foundation Walls ❑ 00250 Foundation Insulation ❑ 00300 Concrete Slab /Slab Insulation ❑ 00350 Crawl Space 0 00400 , Shear Wall Nailing ❑ 00450 Plywood Wall Sheathing ❑ 00500 Roof Sheathing Nailing ❑ 00525 Plywood Deck Nailing ❑ 00550 Exterior Wall Sheathing ❑ 00600 Masonry Chimney ❑ 00610 Chimney Installation /AII Types ❑ 00700 Framing ❑ 00750 Roof /Ceiling Insulation ❑ 00800 Floor Insulation ❑ 00801 Wall Insulation ❑ 00802 Exterior Roof insulation ❑ 00803 Glazing Inspection ❑ 00815 Lighting and Controls ❑ 00900 Suspended Ceiling ❑ 01000 Interior Wallboard Fastening ❑ 01001 Exterior Wallboard Fastening ❑ 01110 Pre -Move Inspection ❑ 01115 Motor Inspection O 01120 Pre -Demo (3 01140 Pre- reroof 1400 Final -Fire 1700 Final - Building ❑ 01900 Final - Reroof • ❑ 03100 Site Visit ❑ 04000 Special- Concrete ❑ 04001 Special -Bolts in Concrete ❑ 04001 Special - Mom/Resist Conc Frame ❑ 04003 Special -Reinf Steel Prestress ❑ 04004 Special- Welding ❑ 04005 Special- High - Strength Bolting ❑ 04006 Special- Structural Masonry ❑ 04007 Special -Reinf Gypsum Concrete ❑ 04008 Special- Insulating Conc Fill ❑ 04009 Special -Spray Fireproofing ❑ 04010 Special - Piling, Piers, Caissons ❑ 04011 Special - Shotcrete 04012 Special- Grading, Excav/Fill 04013 Special- Retaining Wall ❑ Z4014 Special - Panels ❑ 04015 Special -Smoke Control System TENANT NAME. reS 1 le kV 12s. CONDITIONS X0001 No changes to plans unless approved by Bldg Div ✓❑ 0010 Special inspection required, notify Bldg Div 01 I Special inspector shall submit final signed report ❑ 0012 New ceiling grid & light fixture shall meet lateral bracing ❑ 0013 Partition walls attached to ceiling grid ❑ 0014 Readily accessible access to roof mounted equipment ❑ 0015 Engineered truss drawings & calcs shall be on site ❑ 0016 Exposed insulation backing material ❑ 0017 Subgrade preparation Including drainage, excavation ❑ 0018 Statement from roofing contractor verifying fire retardant class of roof X 0019 All construction to be done in conformance w /approved plans ❑ "No work shall be done in addition to those modifications..." ❑ 0002 Plumbing permits shall be obtained through King Co `0020 Structural observation shall be provided for this project ❑ 0021 All food preparation establishments must have King Co ❑ 0022 Fire retardant treated wood shall have flame spread of ❑ 0023 Notify Building Division prior to placing any concrete ❑ 0024 All spray applied fireproofing shall be special inspected ❑ 0025 All wood to remain In placed concrete shall be treated ❑ 0026 All structural masonry shall be special inspected 0027 Validity of Permit ❑ 0028 Rack storage requires separate permit ❑ 0003 Electrical permits obtained through L & I a0030 No occupancy of building until final insp by Bldg Div 0032 Remove all weeds, concrete, stone foundations, flat concrete ❑ 0036 Manufacturers installation instructions required on site ❑ "BTU maximum allowed per 1997 WA State Energy Code" ❑ 0035 Contact PW Div to obtain insp for wuter /sewer connect ❑ 0038 A C of 0 will be required for this permit ❑ 0039 Final approval for all TI w /in the limits of the SC Mall ❑ 0004 All mechanical work shall be under separate permit ❑ 0040 All construction noise to be in compliance with 8.2 TMC ❑ 0041 Ventilation is required for all new rooms & spaces 0005 All permits, Insp records & approved plans available ❑ 0006 All structural concrete shall be special inspected ❑ "Applicant shall obtain a separate plumbing permit from King Co" ❑ "Anchoring— All new construct and substantial Improvement shall be anchored to prevent flotation" ❑ 0007 All structural welding shall be done by WABO certified inspector ❑ 0008 All high - strength bolting shall be special inspected ❑ 0009 Bolts Installed in concrete shall be special inspected ❑ 0031 Comply with requirements of TIvIC 16.04 ❑ 0034 Removal of septic tanks require approval and compliance with King Co Health Dept. ❑ "Obtain required inspections from appropriate water & sewer districts" ❑ "Fuel burning appliances ❑ "Appliances, which generate...." ❑ "Water heater shall be anchored...." ❑ " Reroof' Plan Reviewer: n....t. r. ..s,. Date: 2(e_ f)ute, Received: 10/19/00 13:44AM; 10/19/00 THU 08:34 FAX 251( 1 6695 l'MI SKAAR CONSTRUCTWANC7 253 939 6695 -> Parametrix Sumner; Page 1 SKAAR CONST INC 32:1 1' STREET S.E. P.O. SOX 1651 AUBURN, WA M071 FAX NUMBER: 253/939-6695 • FAX COVER LETTER DATE: J0-/9-40 TO : AzWi/e%/r mom! SKAAR CONSTRUCTION INC. TOTAL NUMBER OP PAGE (5) SENT ANCLODING COVER LETTER. COHMENTS: FAX c 193946;S BUS.4 tX.•IKAAeCtillocD Ion ,11w.41.•===.171171•111147:711:111111/ • .• 's • .1% • !O% • ,111••■••••■••••• 4. HIGHLINE WATER DISTRICT 23828 30th Ave. S., Kent„ WA 98032 - PFsox 3867, Kent, WA 98032 Office: (206) 824 -0375 / Fax: (206) 824 -0806 ATTENTION: KEN NELSON, PLANS EXAMINER COMPANY: CITY OF TUKWILA PUBLIC WORKS DEPARTMENT ADDRESS: 6300 SOUTHCENTER BLVD., SUITE 100 TUKWILA, WA 98188 LEITER OF TM S ff °AL DATE: I JANUARY 8, 2001 RE PROJECT 96 -3 / 7.6 MILLION GALLON RESERVOIR WE ARE SENDING YOU: 111 ATTACHED ❑ UNDER SEPARATE COVER VIA SHOP DRAWINGS CI PRINTS ri COPY OF LETTER [I CHANGE ORDER [1 PLANS ❑ SAMPLES THE FOLLOWING ITEMS: ❑ SPECIFICATIONS El COPIES DATE NO. DESCRIPTION 3 PARKING LOT STORM DRAIN PLAN (SHEET C -1 OF 2) 3 PARKING LOT BIOINFILTRATION SWALE AND DETAILS (SHEET C -2 OF 2) THESE ARE TRANSMITTED AS CHECKED BELOW: ■ FOR APPROVAL FOR YOUR FILES AS REQUESTED ■ FOR REVIEW AND COMMENT LEGAL DESCRIPTION APPROVED BILLS FOR BIDS DUE ❑ APPROVED AS SUBMITTED ❑ A• PPROVED AS NOTED R• ETURNED FOR CORRECTIONS T• RACINGS ❑ QUOTATION 19 • RESUBMIT COPIES FOR APPROVAL SUBMIT COPIES FOR DISTRIBUTION ❑ RETURN CORRECTED PRINTS I I SIGNATURE ❑ PAYMENT PRINTS RETURNED AFTER LOAN TO US I REMARKS COPY TO: SIGNED: IM `)5 /) %-9 (1— A CLIFF BARTLETT LE: MANAGER, FIELD OPERATIONS IF ENCLOSURES ARE NOT AS NOTED, PLEASE NOTIFY US AT ONCE. HIGHLINE WATER DISTRIC7 23828 30th Ave. S., Kent„ WA 98032 - Box 3867, Kent, WA 98032 Office: (206) 824 -0375 / Fax: (206) 824 -0806 ATTENTION: KEN NELSON, PLANS EXAMINER COMPANY: CITY OF TUKWILA PUBLIC WORKS DEPARTMENT ADDRESS: 6300 SOUTHCENTER BLVD., SUITE 100 TUKWILA, WA 98188 LETTER O P NSMIITTAL DATE: I JANUARY 8, 2001 RE PROJECT 96 -3 / 7.6 MILLION GALLON RESERVOIR WE ARE SENDING YOU: 111 ATTACHED El UNDER SEPARATE COVER VIA LI PLANS SHOP DRAWINGS ❑ COPY OF LETTER El PRINTS In CHANGE ORDER ❑ SAMPLES THE FOLLOWING ITEMS: SPECIFICATIONS COPIES DATE NO. DESCRIPTION 3 PARKING LOT STORM DRAIN PLAN (SHEET C -1 OF 2) 3 PARKING LOT BIOINFILTRATION SWALE AND DETAILS (SHEET C -2 OF 2) THESE ARE TRANSMITTED AS CHECKED BELOW: ■ FOR APPROVAL FOR YOUR FILES AS REQUESTED FOR REVIEW AND COMMENT LEGAL DESCRIPTION APPROVED BILLS FOR BIDS DUE • ❑ A• PPROVED AS SUBMITTED ❑ A• PPROVED AS NOTED ❑ RETURNED FOR CORRECTIONS ❑ TRACINGS ❑ QUOTATION ❑ RESUBMIT COPIES FOR APPROVAL ❑ SUBMIT COPIES FOR DISTRIBUTION ❑ RETURN CORRECTED PRINTS ❑ SIGNATURE ❑ PAYMENT n 19 n PRINTS RETURNED AFTER LOAN TO US I REMARKS I COPY TO: • SIGNED: , E -,, NAME: CLIFF BARY'LE'Ffi -1 - "'7} tTlira: MANAGER, FIELD OPERATIONS IF ENCLOSURES ARE NOT AS NOTED, PLEASE NOTIFY US AT ONCE. ...�,.,.,,:>„.:w +.�,.ca.wc. rx.;.c...wn•...re•wsv.•�•. < saaw, wmw !c.�v,a.+n:.r,<ax..s•<w,.r,,. Parametrix, Inc. 1231 Fryar Avenue P.O. Box 460 Sumner, Washington 98390 rce.ic¢nxnv.»NIrenorm. ADDENDUM NO. 1 March 12, 1999 Highline Water District P.O. Box 3867 Kent, Washington 98032 HIGHLINE WATER DISTRICT WATER STORAGE IMPROVEMENTS PROJECT 7.6- MILLION - GALLON RESERVOIR CONTRACT 98 -70 -12 PHASE II — RESERVOIR IMPROVEMENTS To: All Holders of the Prequalification Documents, Contract Specifications, and Construction Drawings This Addendum forms a part of the Contract Documents and modifies the original Prequalification Document and Contract Specifications, Prequalification Package opening date March 24, 1999. Acknowledge receipt of this addendum on the Prequalification Checklist. This addendum consists of: 18 pages of text (including this cover sheet) Prepared by: Checked by: Approved by: Nighlne Water District — Addendum No. 1 Phase 11— Reservoir Improvements ADDENDUM NO. 1 HIGHLINE WATER DISTRICT WATER STORAGE IMPROVEMENTS PROJECT 7.6- MILLION - GALLON RESERVOIR CONTRACT 98 -70 -12 PHASE II — RESERVOIR IMPROVEMENTS REVISIONS TO PREQUALIFICATION DOCUMENT 1. Page 3 — Section 1.1 Basis of Prequalification, Full Completion of Form A — Add the following: "If the Contractor that assembles or erects the tank on site is other than the General Contractor or the Tank Designer/Manufacturer, the Prequalification Package submitted on March 24, 1999 to the Highline Water District shall include the attached Experience Questionnaire from the Tank Assembly Contractor (Part IV). If the General Contractor or the Tank Designer/Manufacturer assembles or erects the tank on site, the Experience Questionnaire for the Tank Assembly Contractor (Part IV) is not required to be included within the Prequalification Package." 2. Page 3 — Section 1.1 Basis of Prequalification, Full Completion of Form A — Add the following: "The General Contractor may qualify more than one Tank/Designer Manufacturer (Part III) or more than one Tank Assembly Contractor (Part IV) if applicable. Separate Experience Questionnaires shall be submitted for each firm that the General Contractor wishes to qualify." 3. Page 3 — Section 1.1 Basis of Prequalification, Full Completion of Form B — Amend the first sentence with the following: "Financial Statement from the General Contractor, Tank Designer/Manufacturer, and Tank Assembly Contractor (if other than the General Contractor or Tank Designer/Manufacturer)." 4. Page 6 — Section 2.1 Site Work — Amend the first bullet item as follows: "The General Contractor shall have at least five years of business experience, with a record of successful completion of large (in excess of $3,000,000) projects in the last five years." 5. Page 6 — Section 2.1 Site Work — Add the following: "General Contractors that will be assembling, erecting, or constructing the concrete tanks outlined in Section 2.2 shalt also include experience information within Form A, Part II — General Contractor." 6. Page 6 — Section 2.2 7.6- Million - Gallon Precast/Prestressed Concrete Tank — Modify the first sentence as follows: "In completing Form A (Part III) — Experience Questionnaire by the Tank Designer/Manufacturer, it is assumed that the Tank Designer is an employee of the Manufacturer." 7. Page 6 — Section 2.2 7.6- Million - Gallon Precast/Prestressed Concrete Tank — Add the following: "If the contractor responsible for assembly, erection, or construction of the concrete reservoir is other than the General Contractor or the Tank Designer/Manufacturer, complete the Experience Questionnaire for Tank Assembly Contractor (Part IV)." 8. Page 7 — Section 2.2 7.6- Million- Gallon Precast/Prestressed Concrete Tank — Amend the first bullet item as follows: "The Tank Designer/Manufacturer shall have a minimum of five years of experience in the manufacturing and construction of circular prestressed concrete water tanks with Highline Water District — Addendum No. / 214714 -01 Phase 11 — Reservoir Improvements 1 March 1999 circumferential tendons or wire -wound prestressed concrete tanks. The Tank Designer/Manufacturer shall have specific experience with ANSI/AWWA D115 or alternate ANSI/AWWA D110 design criteria." 9. Page 7 — Section 2.2 7.6- Million - Gallon Precast/Prestressed Concrete Tank — Amend the third bullet item as follows: "The Tank Designer/Manufacturer shall have designed and constructed at least three of those tanks within the past ten years. The ten -year period begins at the date of substantial completion of the structure." 10. Page 8 — Section 3.1 Preparation of Financial Statement — Amend as follows: "The applicant is not required to provide a copy of the company's financial statement as audited or reviewed for its last fiscal year." 11. Page 1 of 18 Form A — Part I General Information has been amended to include the name of a Tank Assembly Contractor if other than the General Contractor or the Tank Designer/Manufacturer. A new Part I form has been attached. 12. Form A — Part IV has been added to the Prequalification Package, Experience Questionnaire for the Tank Assembly Contractor if other than the General Contractor or the Tank Designer/Manufacturer. 13. Form B — The following parts of Form B have been amended or added: • Part I — Financial Statement of General Contractor — Page 1 of 12 has been revised to include additional financial information. The Contractor shall include all other applicable parts of Form B. • Part II — Financial Statement of Tank Designer/Manufacturer — Page 5 of 12 has been revised to include additional information. The Contractor shall include all other applicable parts of Form B. • Part III — Financial Statement of Structural Engineer (if not in the direct employ of the Tank Manufacturer) — Page 9 of 12 has been revised to include additional financial information. The Contractor shall include all other applicable parts of Form B. • Part IV (New Forms) — Financial Statement of Tank Assembly Contractor (if other than the General Contractor or Tank Designer/Manufacturer). 14. A revised Prequalification Checklist has been attached that includes Form A — Part IV and Form B Part IV, if applicable. The Contractor shall include the Prequalification Checklist with the Prequalification Package submittal. REVISIONS TO CONTRACT SPECIFICATIONS 15. Page 98 — Section 6 -12.6 Quality Assurance — Modify the fourth sentence to read as follows: "If the engineer in responsible charge is not an employee of the manufacturer, the engineer or engineering firm shall have professional liability (errors and omissions) coverage with minimum limits of $2 million per claim and $2 million aggregate." Highline Water District — Addendum No. 1 21- 2714 -01 Phase 11— Reservoir Improvements 3 March 1999 FORM A EXPERIENCE QUESTIONNAIRE C1. PART I — GENERAL INFORMATION DOCUMENTATION OF TEAMING AGREEMENT Name of Applicant (Name of Bidding Team) ❑ A Joint Venture ❑ A General Contractor w /Subcontractor 0 Name of firm or corporation performing the duties of the General Contractor Street Address City State Zip Code Telephone Fax Date Submitted Name of Tank Designer /Manufacturer Street Address City State Zip Code Telephone Fax Date Submitted Name of Tank Designer if not employed by the Manufacturer Street Address City State Zip Code Telephone Fax Date Submitted Name of Tank Assembly Contractor if other than the General Contractor or the Tank Designer /Manufacturer Street Address City State Zip Code Telephone Fax Date Submitted Name of those authorized to bind the bidding team or joint venture Attach statement of documentation or authorization of the Joint Venture, or Teaming Agreement FORM A PART IV — TANK ASSEMBLY CONTRACTOR (if other than the General Contractor or Tank Designer /Manufacturer) NOTES: Before executing this form, read all information and instruction pages carefully. All answers and other entries must be specific, complete in detail, and typewritten or printed. No fee is required in order to prequalify to bid. Full compliance with these instructions will avoid delay in affecting prequalification in the delivery of the bidding proposal forms to contractors properly prequalified. Brochures and schedules may be furnished to supplement the Questionnaire, however, it is essential that the standard form be completed in full. Please type or print in ink all information (pencil is not acceptable) Name of Applicant or Firm (As registered with Washington State Department of Licensing) Street Address City State Zip Code PO Box City State Zip Code Telephone Fax Date Submitted The above Applicant or Firm is: A Parent Firm of: A Subsidiary — Division of: 1. How many years has your under your present business organization been in business as a general name? contractor 2. How many years of experience as a: (a) Prime Contractor (b) Subcontractor 3. List the construction projects your organization has underway on this date and classes of work performed by your firm. Contract Amount $ ' Class of Work Scheduled Compl. Date Prime or Sub Title/Contract No. Contracting Agency and Mailing Address, Name and Phone of Owner /Agency Rep. 3a. 3b. 3c. 4. List projects your organization has completed in the past ten (10) years best representing the types and quantities of work required for prequalification. To assure maximum consideration for your prequalification rating, be specific as to the nature of the work your firm actually performed. Attach separate sheets if necessary. Name of Client & Project Contract Amount $ Descrip. of Work Date Completed Prime or Sub Title /Contract No. Contracting Agency and Mailing Address, Name and Phone of Owner /Agency Rep. 4a. 4b. 4c. 4d. 4e. 5. Has your organization ever failed to complete any work awarded to you? If "Yes ", state where and reasons why: ❑Yes CI No 6. List all those projects undertaken In the last 7 years which have resulted in partial or final settlement of the Contract by arbitration or litigation In the courts: Name of Client & Project Contract Amount Total Claims Arbitrated or Litigated Amount Settlement of Claims 7. Has Contractor, or any representative or partner thereof, ever failed to complete a Contract? ❑ No ❑ Yes If yes, give details: Protect Name Contracting Party Bond Amount Has Contractor ever been found guilty of violating any State or Federal employment laws? ❑ No ❑ Yes If yes, give details: Has Contractor ever filed for protection under any provision of the federal bankruptcy laws or state insolvency laws? ❑ No ❑ Yes If yes, give details: Has any adverse legal judgement been rendered against Contractor in the past 7 years? ❑ No ❑ Yes If yes, give details: Has Contractor or any of its employees filed any claims with Washington State Workman's Compensation or any other Insurance company for accidents resulting in dismemberment in the past 7 years? ❑ No ❑ Yes If yes, give state: Date Signature of Contractor Type of In ur Agency Receiving Claire Title Date 8. Sequence of Installation Specific to Tank Assembly The Contractor shall briefly describe his proposed method and sequence of construction (attach additional sheets if necessary). Method: Sequence: 9. What is the construction experience of the principal full -time individuals (key personnel) your organization intends to use for the project, including partners, president, vice president, secretary, treasurer, superintendents, and foremen? Individual's Name Present Position or Office Years of xpesrieeucnce e on Expe on Similar Work Largest Contract Dollar Value and Class(es) of Work Position Held Scope of Supervisory Capacity Attach additional sheet(s) if more space Is needed. 10. List equipment that is available for anticipated work. (Indicate in CoI. 3: 0 — Own, R — Rent*, L — Lease.) quantity Item (Description, Size, Capacity, etc.) Ownership ears of p Service Present Location • If rental equipment Is used, please have your rental agent(s) submit a letter of guarantee of availability for your firm. (Individual listing by pieces of equipment is not necessary. Grouping by types of equipment by volume of special work capabilities is suffident.) 11. CONTRACTOR'S CONTACT REPORT List all major and specialty subcontractors from whom bids will be solicited for this project. Caution should be taken to assure that columns "a)" and "b)" are completed for each firm. a) Name, Address & Phone Number b) Bid Item Number & Type of Work FORM B PART I - FINANCIAL STATEMENT OF GENERAL CONTRACTOR NOTES: Part I of this form is to be filed by the firm applying for prequalification as the General Contractor. Before executing this form, read all information and instruction pages carefully. A corporation, co- partnership, or joint venture must furnish all information requested in the appropriate form at the top of page 3. The execution of the affidavit on page 4 must be complete. Please type or print in ink all information (pencil is not acceptable) Name of Applicant or Firm (As registered with Washington State Department of Licensing) Street Address City State Zip Code PO Box City State Zip Code Telephone Fax Date Submitted Financial Information shall be current (last 6 months) and shall be provided from the firm's latest financial statement Date of Latest Financial Statement Month Day Year Total Tangible Assets Total Liabilities Net Worth Debt to Equity Ratio Additional Financial Resource(s) (i.e., Bank Line of Credit, Parent Firm Guarantee, Personal Pledge of Net Worth, etc.), Any additional financial resources shall have a notarized letter to document the Pledge /Guarantee. The required information within the letter must have the dollar amount, purpose of Pledge /Guarantee, and a termination date for the Pledge /Guarantee. If additional financial resources are used within your Financial Statement above, indicate in the "Yes" column below. Source Total Credit Limit Current Amount Owed Available Balance Termination Date Additional Resources D Yes D No D Yes D No D Yes D No Outstanding Liens Description Amount of Lien Lien Holder Contact Yearly Gross Sales 1998 1997 1996 Attach additional current financial information if relevant. Pane 1 of 12 FORM B PART II — FINANCIAL STATEMENT OF TANK DESIGNER/MANUFACTURER NOTES: Part II of this form is to be filed by the firm applying for prequalification as the Tank Designer/ Manufacturer. Before executing this form, read all information and instruction pages carefully. A corporation, co- partnership, or joint venture must furnish all information requested in the appropriate form at the top of page 7. The execution of the affidavit on page 8 must be complete. Please type or print in ink all information (pencil is not acceptable) Name of Applicant or Firm (As registered with Washington State Department of Licensing) Street Address City State Zip Code PO Box City State Zip Code Telephone Fax Date Submitted Financial Information shall be current (last 6 months) and shall be provided from the firm's latest financial statement Date of Latest Financial Statement Month Day Year Total Tangible Assets Total Liabilities Net Worth Debt to Equity Ratio Additional Financial Resource(s) (i.e., Bank Line of Credit, Parent Firm Guarantee, Personal Pledge of Net Worth, etc.). Any additional financial resources shall have a notarized letter to document the Pledge /Guarantee. The required information within the letter must have the dollar amount, purpose of Pledge /Guarantee, and a termination date for the Pledge /Guarantee. If additional financial resources are used within your Financial Statement above, indicate in the "Yes" column below. Source Total Credit Limit Current Amount Owed Available Balance Termination Date Additional Resources ❑ Yes ❑ No ❑ Yes ❑ No ❑ Yes ❑ No Outstanding Liens Description Amount of Lien Lien Holder Contact Yearly Gross Sales 1998 1997 1996 Attach additional current financial information if relevant. Pane 5 of 12 FORM B PART III - FINANCIAL STATEMENT OF STRUCTURAL ENGINEER (if not in the direct employ of the Tank Manufacturer) NOTES: Part III of this form is to be filed by the Structural Engineer or consulting firm responsibly in charge of the Tank Design, if other than an employee of the Tank Designer /Manufacturer. Before executing this form, read all information and instruction pages carefully. Please type or print in ink all information (pencil is not acceptable) Name of Applicant or Firm (As registered with Washington State Department of Licensing) Street Address City State Zip Code PO Box City State Zip Code Telephone Fax Date Submitted Financial Information shall be current (last 6 months) and shall be provided from the firm's latest financial statement Date of Latest Financial Statement Month Day Year Total Tangible Assets Total Liabilities Net Worth Debt to Equity Ratio Additional Financial Resource(s) (i.e., Bank Line of Credit, Parent Firm Guarantee, Personal Pledge of Net Worth, etc.). Any additional financial resources shall have a notarized letter to document the Pledge /Guarantee. The required information within the letter must have the dollar amount, purpose of Pledge /Guarantee, and a termination date for the Pledge /Guarantee. if additional financial resources are used within your Financial Statement above, indicate in the "Yes" column below. Source Total Credit Limit Current Amount Owed Available Balance Termination Date Additional Resources D Yes O No D Yes 0 N D Yes DNo Outstanding Liens Description Amount of Lien Lien Holder Contact Yearly Gross Sales 1998 1997 1996 Attach additional current financial information if relevant. Pane 9 of 12 FORM B PART IV -- FINANCIAL STATEMENT OF TANK ASSEMBLY CONTRACTOR NOTES: Part II of this form is to be filed by the firm applying for prequalification as the Tank Assembly Contractor. Before executing this form, read all information and instruction pages carefully. A corporation, co- partnership, or joint venture must furnish all information requested in the appropriate form at the top of page 3 of 4. The execution of the affidavit on page 4 of 4 must be complete. Please type or print in ink all information (pencil is not acceptable) Name of Applicant or Firm (As registered with Washington State Department of Licensing) Street Address City State Zip Code PO Box City State Zip Code Telephone Fax Date Submitted Financial Information shall be current (last 6 months) and shall be provided from the firm's latest financial statement Date of Latest Financial Statement Month Day Year Total Tangible Assets Total Liabilities Net Worth Debt to Equity Ratio Additional Financial Resource(s) (i.e., Bank Line of Credit, Parent Firm Guarantee, Personal Pledge of Net Worth, etc.). Any additional financial resources shall have a notarized letter to document the Pledge /Guarantee. The required information within the letter must have the dollar amount, purpose of Pledge /Guarantee, and a termination date for the Pledge /Guarantee. If additional financial resources are used within your Financial Statement above, indicate in the "Yes" column below. Source Total Credit Limit Current Amount Owed Available Balance Termination Date Additional Resources ❑ Yes ❑ No ❑ Yes ❑ No ❑ Yes ❑ No Outstanding Liens Description Amount of Lien Lien Holder Contact Yearly Gross Sales 1998 1997 1996 Attach additional current financial information if relevant. Pace 1 of 4 4 Statement of Financial Ability The firm certifies that its net worth has not substantially changed from that sum shown above in the Financial Statement. The prequalified firm is able to post the deposit (cash, certified check, security bond) (5% of the amount of the bid) required by RCW 47.28.090 and secure the performance bond (full contract amount) as required by RCW 39.08 for any project for which it has submitted a bid and is the successful low bidder. The firm's largest bonded, successfully completed project is: The firm's bond for that project was: Date that project was completed: Are you licensed as a Contractor to do business in Washington? License No. Type Classification (Type) of Specialty Contractor Surety If the Bidder is awarded a construction Contract on this Proposal, the Surety who provides the Performance and Payment Bonds will be whose address Is Street City State Zip Business Account Information (List the following business account numbers for your organization) Unified Business Identifier Number (UBI) UBI Expiration Date Federal Employees (IRS) ID Number Type of Organization ❑ Sole Proprietorship ❑ Co- Partnership ❑ Joint Venture • Corporation Corporation Co- Partnership or Joint Venture Date Incorporated (Month/Year) In What State? Date of Organization President's Name Status ❑ General ❑ Limited ❑ Assoc. Vice President's Name Is there any limitation Joint Venture? on duration of Co- Partnership or ■ Yes • No Secretary's Name If "Yes ", Explain: Treasurer's Name If Out -of -State Corporation, have you complied with Washington's Corporation Laws? ❑Yes ❑No Other Organization Affiliation: List those persons within your organization that have a business affiliation in any other organization involved in construction - oriented projects as contractor, subcontractor, supplier, or consultant in the past five years. - Name of Individual Name and Location of Other Organization Non - Collusion in order for your application for Prequalification to be considered, it is necessary Information: 1. Has your firm ever been indicted, pled guilty, pled nolo contendere (no been convicted of any offense that has resulted in your firm being barred involved with or performing work for any State, Local, or Federal Government? "Yes ", attach a separate sheet(s) to this form giving the details involved, the individuals, and their current employment status with your firm. 2. Has any officer, employee, or other member of your firm ever been pled guilty, pled nolo contendere, or been convicted of any illegal trade, including collusive bidding? If "Yes ", attach a separate sheet(s) form giving the details involved. 3. Has your firm or any officer, employee, or member of your firm debarred for violation of various Public Constraint Acts incorporating Standards Provision? If "Yes ", attach a separate sheet(s) to this the details involved. 4. Is your firm under the protection of the bankruptcy court, has pending petition in bankruptcy court, or have you made an assignment for of creditors? to furnish the following contest), or from being If the names of • Yes ❑ No indicted, restraints of to this ❑ Yes ❑ No ever been Labor form giving ❑ Yes ❑ No any the benefit ❑ Yes ❑ No Authorized Signatures List the names and titles of those individuals in your organization who are authorized to execute proposals, contracts, bonds, and other documents and /or instruments on behalf of the organization. Specify if more than one signature is required. Name Title Signature D7nn 9 of A Execution of the Affidavit Sole Proprietorship Signature of the individual in the firm name under which business is conducted. Co- Partnership Corporation Joint Venture Affidavit The signature of all partners, general and limited under the firm name, or the signature of their Attorney in Fact. The signature of the authorized officer(s) of the corporation with corporate seal affixed. Signatures of an authorized representative of each party to the joint venture. Corporate members of a joint venture shall also affix their corporate seal. The undersigned, being duly sworn, deposes and says that the foregoing is a true statement of facts concerning the sole proprietorship, corporation, co- partnership or joint venture herein named, as of the date indicated; that the Financial Statement taken from the books of said firm as individual Is a true and accurate statement of the financial condition of said firm or individuals as of the date thereof; that the answers to the foregoing interrogatories are true; that this statement is for the express purpose of inducing the Highline Water District to award the said firm or individual a contract; and that any depository, vendor, or other agency herein named is hereby authorized to supply the Highline Water District or its agent with any information to verify this statement. Name of Firm (As registered with Washington State Department of Licensing): Authorized Authorized Signature Signature Authorized Authorized Signature Signature Subscribed and sworn to me this day of Notary Public in and for the State of residing at Corporate Seal Notary Seal Statement Prepared By Title Date Pork d of d .,/.�.:M PREQUALIFICATION CHECKLIST ....,,.... (include checklist at time of prequalification package submittal) Item I. Form A - Experience Questionnaire Part I - Documentation of Teaming Agreement Part II - From General Contractor Part III - From Tank Designer /Manufacturer Part IV - From Tank Assembly Contractor (if other than the General Contractor or the Tank Designer/ Manufacturer) 2. Form 13 - Financial Statement Part I - From General Contractor Part II - From Tank Designer /Manufacturer Part III - From Structural Engineer (if not in direct employ of the Tank Manufacturer) Part IV - From Tank Assembly Contractor (if other than the General Contractor or the Tank Designer/ Manufacturer) 3. Acknowledge Addenda (as applicable) Addenda No. Date of Receipt of Addenda Included Signed Acknowledgment Highline Water District - Prequallficatlon Submittal Phase !! Reservoir Improvements Received: 10/19/00 8:44AM; 263 939 6696 -> Parametrix Sumner; Page 2 10/19/00 THU 08:34 FAX 253 •.6695 SKAAR CONST INC ' WAI$1M 0P4 ., "' MASTER• TENSE SERVICE ISTR�1►T ONS AND LICENSES I f „. :7 � • I, ���,�. ;Mt•. „ • t jl�'d'i+t i'01 � Ti I • �r,•• NE • "'' UHT• 1p ' N I88 'ID •: 1000 294 541 ?i�. • 'BUSINESS ID •: 001 ORGANIZATION TYPE. DOMESTIC PROFIT CORPORATION SKAAR CONSTRUCTION, INC. 3221 "B" ST SE PO SOX 1555 • AUBURN WA 90002 t • , DOMESTIC PROFIT' :'CORPORATION • RENEWED BY AUTHORITY OF SECRETARY OF STATE • • I. • • Te abov il sy i 11MbeM1, Iwndtlaalriainesa_mlM1 or Nooses Nwud ot wN, • O< MWrN EXPIRES : 09 -30 -2000 �s.i a.ss..... ._.• s ice::. �.�,t�. . 000I?!6 AT 11 1 1002 Received: 10/19/00 8:46AM; 10/19/00 THU 08:35 FAX 253 ) 6695 ElauWASIM 253 939 6895 -> Paremetrix Sumner; Page 4 SKAAR CONST INC CITY OF SEATAC. BUSINESS LICENSE LOCATION OF BUSINESS This certificate Is to be displayed conspicuously at the loostion of business, and is not transferable or assignable, .PO BOX 1158 AupuRN WA 90002 •REGISTEREO AS PROVIDED BY LAW :,.COfi1ST CONT • GENERAL. • . • • ,:, • ,, •REGIST. if EXP ,DATE 1.1:100pWt..• SXAARCI184ID '05/15/2000 : ;,.r''TIVE' DATB 05/04/1982 ' §KAAR;CONSTRIICTION INC., ',PO, ',BOX 1558}" ..:::\''.''':. • : • `' • • • •'AT $VRN''WA 98011 • 558 ' 1 1004 O. D'EC�E$BER 13i .. •'1999 '.09/02/9.5! 3689 BUSINESS LICENSE FINANCE DI CTOR CONTROL NO. 1 2 7 3 • d: 10/19/00 B:44AM; 253 939 8895 -> Parametrix Sumner; Page 3 THU 08'34 FAX 253( 1 6695 SKAAR CONST INC 'DEPARTMENT OF LABOR AND INDUSTRIES . . . . ',REGISTERED'. AS • ROVIDED BY LAW AS . . , • ‘.:CONST' . CONT ' GENERAL ."... !?: . k. 1.-■ • / _, 015) . Ten • ; . 1e4VAinti41.14.A 6---- Detach And Display Certificate REGISTERED': AS ...PROlifillED BY LAW CONST CONT GEI4ERAL • • , REGIST.. # • ;EXP _DATE SKAARCI18410:-05/15/1001 ' EFFECTIVE.: DATE OS /04 / 1 g82 SICAAR%. CONSTRUCTION : XNC Po:pox 3,40fS...7'Ny.245.-..„... AUBURN W.k.„i • Signature issued by IDEPARTNitNtot,;LABOR:AND INDUSTRIES • F625-052-1XX) (3/97) .ti 16 200 L-3 Please Remove And Sign Identification Card Before Placing In Billfold